R-01-04-12-14E5 - 4/12/2001RESOLUTION NO. R- 01- 04- 12 -14E5
WHEREAS, the City of Round Rock has duly advertised for bids for
the purchase of a camera truck, and
WHEREAS, Baker Equipment Company, Inc. has submitted the lowest
responsible bid, and
WHEREAS, the City Council wishes to accept the bid of Baker
Equipment Company, Inc., Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the bid of Baker Equipment Company, Inc. is hereby accepted
as the lowest responsible bid and the City Manager is hereby authorized
and directed to issue a purchase order to Baker Equipment Company, Inc.
for the purchase of a camera truck.
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended, and the Act.
ATTEST:
RESOLVED this 12th day of Apr'•, so
RO A. S AKA, Mayor
LAND, City Secretary
O.\ WPDOCS \RRSOLUfP \R10412135.NPD /sC
City of Round Rock, Texas
ITEM #
CLASS & ITEM DESCRIPTION
CITY
UNIT
MANE/MODEL
UNIT
EXTENSION
PRICE
TV INSPECTION SYSTEM VEHICLE MOUNTED IN ACCORDANCE
1
ea
.156,867.
5156.867.0(
WITH SPECIFICATION N0. 01. 890.64, DATED 3-2001 (20 pgs1.
INSPECTION SYSTEM MFR R.S.T. p -18216
t8 EEEE
L__
VaWfA
aa rz
VEHICLE MFR FORD MDL E-456
GENERATOR MFR ONAN MOL 8.0 KW
MUNE CAMERA MFR R.S.T. MDL 10 -01b10
CRANEMFR R.S.T. MOL 034- -
OPTIONS: PLEASE PROVIDE UNIT COST OF THE
FOLLOWING OPTIONS AS SPECIFIED IN PART IV. OF SPECS
OPT #1- MANHOLE CABLE GUIDE SYSTEM
1
ea
1,625.
1,625.0C
OPT #2 - POWER REMOTE WINCH
1
ea
5,810.
5,810.0(
OPT 03 - COW SION AVOIDANCE SYSTEM
1
ea
3,500.
3,500.C(
NOTE: NO SPLIT AWARD WILL BE MADE FOR THIS PURCHASE;
HOWEVER, THE AWARD MAY BE FOR ALL ITEMS USTED
OR IN PART, WHICHEVER IS IN THE BEST INTEREST
OF THE CRY.
BIOS ARE DUE TO THE PURCHASING OFFICE
AT THE ABOVE ADDRESS BEFORE BID
OPENING TIME.
INVOICE TO:
City of Round Rock
Finance Department
221 East Main Street
Round Rock, Texas 78664 -5299
BID F.O.B. DESTINATION. FREIGHT PREPAID AND
ALLOWED UNLESS OTHERWISE SPECIFIED BELOW
DESTINATION:
City of Round Rock
City Shop
901 Luther Peterson Place
Round Rock, TX 78664
INVITATION FOR BID 11FB)
CITY OF ROUND ROCK PURCHASING
221 E. Main Street
Round Rock, Texas 7866
FACIMILE RESPONSES
SHALL NOT BE ACCEPTED
SHOW IDIO OFEIMO DAM
Imo Nowel LOWER LEFF
Iwo COMER Or SULIO
ENNIOR r. SHOW aOtIW I
ADDRESS Of eeoe.0 FIRM
Bidder agrees to comply with all conditions set forth below and
BIDDING INFORMATION:
BID NUMBER 01-010
DATE: OPENING 3/20/2001 at 3:00 P.M.
BID LOCATION: 221 E. Main Street, 1st Floor
Council Chambers, Round Rock, TX 78664
RETURN SIGNED ORIGINAL AND ONE COPY OF 81D
1AI 1 5109 BFI nw
Failure to sign bid will •ur9fy
Authorl
AERIAL DEVICE
DATE JUNE 22, 1999
1 OF 1
F. KENNETH BARER
Print Name
a - /y-41
Date
SEE 1.6 ON BACK FOR INSTRUCTIONS:
TAX ID NO.: 73- -1049
LEGAL BUSINESS NAME: NUM EQUIPISENT MeVANY
ADDRESS: P. 0. BOX , OK /3063
ADDRESS: 1734 S. KELLY, , OK 73013
CONTACT:KFW BAKER
TELEPHONE NO.: 800 -35
BUSINESS ENTITY TYPE: CORPORATION
DELIVERY IN 90 DAYS
By the signature hereon affixed, the bidder hereby certifies that neither the bidder nor the entity represented by the bidder, or anyon
entity has violated the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Fede
laws, nor communicated directly or indirectly, the bid made to any competitor or any other person engaged in such line of business."
CITY OF ROUND ROCK
TV INSPECTION SYSTEM VEHICLE MOUNTED
PART I
GENERAL CLAUSES AND CONDITIONS
SPECIFICATION NO.
01- 890-64
DATED: MARCH 2001
1. The equipment furnished under this specification shall be the latest improved model in current
production, as offered to commercial trade, and shall be of quality workmanship and material. The bidder
represents that all equipment offered under this specification shall be new. USED, SHOPWORN,
DEMONSTRATOR, PROTOTYPE, OR DISCONTINUED MODELS ARE NOT ACCEPTABLE
2. Bidder should submit with the bid, the latest printed literature and detailed specification on equipment the
bidder proposes to furnish. This literature is for informational purposes only.
3. The unit shall be completely assembled and adjusted, and all equipment including standard and
supplemental equipment shall be installed and the unit made ready for continuous operation.
4. All parts not specifically mentioned which are necessary for the unit shall be complete and ready for
operation or which are normally furnished as standard equipment shall be furnished by the vendor. All
parts shall conform in strength, quality and workmanship to the accepted standards of the industry.
5. The unit provided shall meet or exceed all federal and state of Texas safety, health, lighting and noise
regulations and standards in effect and applicable to equipment furnished at the time of manufacture.
6. The City of Round Rock is cotnrnitted to procuring quality goods and equipment. We encourage
manufacturers to adopt the International Organization for Standardization (ISO) 9001 -9003 standards,
technically equivalent to the American National Standards Institute/American Society for Quality Control
(ANSI/ASQC Q91 - 93 1987), and obtain certification. Adopting and implementing these standards is
considered beneficial to the manufacturer, the City, and the environment. It is the City's position that the
total quality management concepts contained within these standards can result in reduced production
costs, higher quality products, and more efficient use of energy and natural resources. Manufacturers
should note that future revisions to this specification may require ISO certification.
PART II
SPECIFICATIONS
1. SCOPE' This specification describes a mobile TV inspection system to be used in the inspection of sanitary
and storm sewer pipelines and lateral lines to locate leaks and blockages. System shall include, but not
limited to, digital locator system, rotating head camera with inclination and 40X zoom, camera case,
tractor /transport vehicle, balloon carriage assembly with 4 wheels and lighthead, 2 color mini cameras w ith
interconnect, portable monitor, VCR and controller, push cable reel with cable, mounted on an easy access
van. The system shall be complete, assembled, mounted, serviced, and tested on vehicle and ready for
complete operation. Units furnished to this specification shall meet or exceed all requirements.
Page 1 of 20
YES
ALL
YES
ALL
r
Page 2 of 20
SPECIFICATION NO.
00- 890-64
DATED: MARCH 2001
2. INTENT: These specifications cover only the general requirements as to the performance and some design
criteria, as well vendor responsibilities for manufacturing a TV inspection system. Minor details of
construction and materials not othernise specified shall be the sole responsibility of the manufacturers. The
manufacturers shall be responsible for designing and furnishing a system that meets all of the performance
requirements and design criteria herein, as well as provide equipment that is designed for the intended
application.
3. EXAMPLES: AST Technical Services or City approved equal.
4. NOTICE TO BIDDERS: Any example shown is listed to show type and class of equipment desired.
Bidders are cautioned to read the specifications carefully, as there may be special requirements not
commonly offered by the equipment manufacturer. Do not assume your standard equipment meets all
detailed specification merely because it is listed as an example. Bidders are cautioned that unit(s)
delivered to the FOB points, which do not meet specifications in every aspect will not be accepted.
5. DIESEL GENERATOR: The power source for the system shall be an 8000 Watt, alternating current
diesel powered generator. The system shall:
5.1 Be the product of a firm regularly engaged in the manufacture of diesel powered generators
5.2 Continuously produce 8000 Watts of power at 120 volts AC without undue heating, wear or
vibration
5.3 Be equipped with a water cooled, three cylinder engine developing at least 10 BHP designed
to operate the generator at 60 cycles + or 2CPS and shall be governor controlled to maintain
these cycles under varying load conditions. Equipped with low oil pressure shut down
system, vibration isolators and a heavy duty industrial muffler.
5.4 Produce no more than 61 db(A) at IOft without a load and no more than 71 db(A) at full load
to insure quiet operation.
5.5 Be fueled using the vehicle's fuel tank.
5.6 Have remote start.
5.7 Be installed in an insulated metal box that is built into the side of the vehicle.
5.8 Have outside van access through minimum 38 inch by 24 inch opening with a key lockable
door allowing access to oil and fluid level ports and fluid check level points.
5.9 Be mounted on heavy duty supports.
5.10 Be vented from outside the compartment through a louvered vented door for cooling and
shall be exhausted out the bottom.
5.11 Compartment shall be air tight so no exhaust released by the generator shall be able to re-
enter the vehicle.
5.12 Equipped with battery backup (UPS) Unintenptable Power Source that shall operate
computer systems for a minimum of 7 minutes.
6 WASH DOWN SYSTEM: The van shall be equipped with a wash down system designed to supply clean
water to the rear of the unit with a minimum 30 gallon plastic water tank mounted inside van. The
system shall:
6.1 Have a 12 volt, 60 PSI pump to supply water to the rear of the van through t4 inch ID clear
tubing with attached nozzle.
YES
ALL
SPECIFICATION NO.
00- 890-64
DATED: MARCH 2001
YES 6.2 Be equipped with a 10 foot auto retractable hose reel with a spray nozzle to facilitate washing of
ALL all used contaminated equipment while still positioned over the manhole.
6.3 System operations shall be able to be performed from the rear of the vehicle at ground level.
6.4 The Manhole cable guide system shall be equipped with the following components at a
minimum:
6.4.1 Top manhole roller assembly
6.4.2 Storage rack, downhole rollers
6 4.3 Downhole roller, single
6.4.4 Downhole roller, double
6.4.5 Manhole Hook (wing shaped)
6.4.6 Extension pole, push button
6.4.7 Assembly grab hook, push button
6.4.8 Bumper Roller assembly
6.4.9 Lowering rope
YES 7.
ALL
TRANSMISSION CABLE: A combination TV transmission/double steel armored towing cable shall be
furnished in a continuous length of not less than 2,000 feet. The complete cable shall:
7.1 Be torque balanced to prevent unraveling or stretching of the steel wire wraps.
7.2 Have a minimum breaking strength of 5,400 pounds and shall not be more than V. inch in
diameter.
7.3 Supplied with a cable grip to transfer the cable towing strength to the camera skid runners.
8. MAINLINE TV CABLE REEL: The complete TV cable reel shall include a cable drum designed to store
up to 2,500 feet of double armored, single conductor, coaxial cable, aY. horsepower variable speed motor, a
chain driven multi-ratio transmission, a mercury wetted slip ring assembly, automatic level wind with
mounted footage meter and conveniently located controls to include a port for remote operation of mainline
and storm drain tractors.
8 1 Construction: The TV cable reel shall be constructed of aluminum plate, painted with two -part
epoxy paint for lasting corrosion protection. The aluminum cable drum shall be supported by
self - aligning, heavy -duty pillow block bearings with grease fittings. To conserve space, the TV
cable reel dimensions shall not exceed 36 inches in length and 26 inches in width, and 19 inches
in height.
8.2 Motor and Dual Gear Ratios: AY. horsepower variable speed motor, a drive chain and a two -
speed transmission shall drive the cable drum. Low gear ratio, high gear ratio or neutral shall be
electronically selectable. A switch shall allow the cable drum to be disengaged from the drive
assembly allowing the cable to unreel with minimum drag. Cable reels not allowing for free
wheeling retrieval will not be accepted.
8.3 Slip Ring Assembly: A permanently sealed, mercury wetted slip ring assembly shall be used to
provide for noise -free video transmission and maintenance free operation. Systems that use disc -
type continuous contact, rotary slip rings, which are subject to wear and contamination including
a one inch deep stainless steel drain pan with outlet to bottom of vehicle, are not acceptable.
8.4 Automatic Level Wind: An automatic level wind shall be installed in the cable reel frame with
heavy -duty, self - aligning ball bearings in cast iron bearing blocks with grease fittings. A chain
shall connect the level wind shaft to the cable drum shaft. A footage counter wheel shall be
attached to level wind follower to guide the cable and measure cable travel. The footage counter
wheel shall be machined from aircraft grade 6061 - T6 minimum aluminum plate and have a two
Page 3 of 20
foot circumference for accuracy and to minimize the effects of wear. Cable measurement
accuracy shall be +/- 1/0 %.
8.5 Cable Travel Measurement: A mechanical counting meter to accurately indicate cable travel in
feet and tenths of feet shall be mounted on the level wind shaft of the TV cable reel and shall be
driven by the footage counter wheel. The footage counter wheel shall also drive an electronic
sensor, which shall provide cable travel information to the data display PW system at the
operator's station.
8.6 Cable Reel Control: The TV cable reel shall be operational from either the front panel of the
cable reel or from the System Controller at the operator's station. Controls shall include, but not
be limited to, on/off switch, gear selector switch, in/out camera direction switch and speed
control switch.
8.7 The front panel of the cable reel shall also have a twist lock outlet for the optional power remote
winch. The cable reel control shall also operate the power remote winch, allowing the cable to be
unreeled by the power remote winch or retrieved by the cable reel. Micro switches shall
automatically control all clutch and transmission functions.
8.8 Cable reel system shall be equipped with the following components at a minimum:
8.8.1 Top manhole roller assembly
8.8.2 Storage rack, downhole rollers
8.8.3 Down roller, single
8.8.4 Down roller double
8.8.5 Manhole Hook (wing shaped)
8.8.6 Extension pole, push button
8.8.7 Assembly grab hook, push button
8.8.8 Bumper roller assembly
8.8.9 Lower rope
YES 9. CRANE ASSEMBLY: A motorized crane shall have two articulating arms, fabricated from 2 inch by 4
ALL inch rectangular steel tubing, that allow the operator to manually swing the winch motor in and out of the
vehicle for easy loading and unloading the camera equipment. RS Technical Service Inc. Model 034- 00000-
00 or City approved equal. The crane shall:
9.1 Have a mast fabricated of two inch steel square tubing.
9.2 Equipped with a .6 HP motor minimum
9.3 Have a minimum power source of 120 VAC 50/60 Hz.
9.4 Have an internal braking system.
9.5 Move in an up and down direction at a 20 -fpm with a 175 pound load
9.6 Be provided with a minimum 45 feet of 5/32 inch diameter, galvanized aircraft quality cable w ith
a single line pulling capacity of 1,000 pounds with a safety hook.
9.7 Equipped with a weather resistant remote control for controlling the hoisting function up to five
feet away.
YES 10. COLOR TV SYSTEM CONTROLLER (SINGLE CONDUCTOR): The system controller unit shall
ALL provide all the necessary power and controls to operate and monitor the television inspection system The
system controller shall have the following at a minimum.
10.1 Be divided into three sections:
10.1.1 A power section devoted to the stop, start and monitoring of the generator unit with
bar graph displays to indicate the voltage and frequency delivered by the generator. An
YES
ALL
Page 4 of 20
SPECIFICATION NO.
00- 890-64
DATED: MARCH 2001
YES
ALL
SPECIFICATION NO.
00-890-64
DATED: MARCH 2001
hour -ume meter shall be included to display operating time for maintenance schedules
of the generator.
10.1.2 A cameral control section providing DC power and video processing and control
circuits for camera system functions. Bar graph voltage and current conditions are
displayed.
10.1.3 Controls for the cable reel and power winch operation section.
10.2 All circuits shall be of solid state design, assembled in a rack mounted chassis for installation in
the modular control center.
10.3 A faceplate shall be painted heavy gauge aluminum and shall have permanent labels designating
the function or purpose of the various switches, meters and controls.
10.4 Have a back plate for all cable connectors, each separately indexed and locking and labeled as to
purpose.
10.5 Camera Control: The color system controller shall operate from a power source of 120VAC,
60Hz. The input power source shall be fully isolated from the camera system DC power supply
to provide operator protection from electrical shock hazards.
10.6 The variable voltage DC camera power supply shall be designed to operate any mainline camera
and its accessories through 2000 feet of armored single conductor cable, e.g.: tractor transporter,
auxiliary lighting, reinstatement cutters and other components.
10.7 Equipped with an internal solid state circuit interrupter for instantaneous shut off of camera
power when an overload occurs to prevent equipment damage. The interrupter shall have an
LED indicator, which lights when the breaker is tripped. Interrupter shall reset by switching off
the controller for approximately five seconds.
10.8 LED indicators shall display camera signal level and a switch selected LED bar graph meter
shall provide voltage and current readings.
10.9 The camera controller shall contain a video processing circuit board to provide a controlled
NTSC color signal at the video output connector.
10.10 An internal circuit board shall generate the basic camera control signals and metering amplifiers
required to operate the system.
10.11 A control input jack shall be provided for injection of analog control signals to operate mainline
cameras, tractor transporters and tap cutter controls and other components.
10.12 Remote Camera Adjustment: The dolor system control shall be equipped with the following
remote camera adjustments at a minimum:
10.13 Focus Control — A two -pole switch spring loaded to "off' shall permit the operator to adjust the
camera focus for changes in pipe diameter or different views of defect conditions. Camera focus
shall be electronically locked in the center position.
10. i4 Iris Control — A tow -pole switch spring loaded to "off' shall permit the operator to adjust the
automatic iris setting to compensate for changing light conditions.
10.15 Cable Reel and Winch Control: The reel control shall contain an on/off switch:LED bar graph
load amperage indicator, a speed control knob to vary the cable rate and a gear speed selector
switch to select high speed, neutral or low speed ratios.
10.16 A directional switch shall allow the operator to choose the direction the cable travels.
10.17 A Tight on the face of the controller shall indicate to the operator that the reel power is on.
Page 5 of 20
SPECIFICATION NO.
00- 890-64
DATED: MARCH 2001
YES 10 18 The reel shall be controlled from either the operators' position or from local controls on the cable
ALL reel. Control shall be transferable from the operators' station to local control and visa versa by
pressing the on switch from either location.
10.19 Circuitry to operate storm drain inspection vehicle.
YES 11. MAINLINE CAMERA: A color inspection camera with rotating head and minimum 40 times zoom
ALL lens shall be environmentally designed to withstand the surroundings of sanitary and storm sewers while
operating on up to 2500 feet of double - armored single conductor cable. Cameras using separate
conductors for the camera, light power and video requiring heavy cable that is difficult to terminate in the
field will not be accepted. Omni -Eye III of City approved equal. Camera's minimum performance shall
be as follows:
11.1 The directional camera head shall have at lest a 330 degree axial rotation and 279 degree lateral
swing or any combination of the two enabling the 360 degree viewing of laterals perpendicular to
the direction of camera travel.
11.2 Lighting adequate for six inches to 24 inches pipe shall be built into the camera head.
11.3 Sensor sensitivity shall be a minimum of 0.5 lux.
11.4 The camera shall operate under a minimum scene illumination of 3 lux to produce an NTSC
color video picture with a horizontal resolution of 460 lines.
11.5 A U1.4 lens shall provide a 70 degree diagonal field of view.
11.6 Lamp intensity, Lens zoom, lens focus and iris aperture and camera head rotation and swing shall
all be remotely controlled and adjustable from the viewing station.
11.7 Camera shall be transported through the line via skids or tractor transportation. Each shall be
quickly and easily installed and removed by the operator in the field.
11.8 The camera housing shall be fabricated from stainless steel and high strength aluminum, with a
minimum thickness of 0.125 inches and black hard anodized per MIL- A -8625D to resist
scratching and corrosion.
11.9 The directional head shall have three distortion -free optical sapphire glass windows placed in
front of the camera lens and the two integrated lights. The separation of the lens window and
light windows shall prevent reflected lamp light from entering the lens and washing out the
image. Lamps shall be easily replaceable in the field.
11.10 The maximum diameter of the camera body shall be 3.5 inches. The rotational diameter of the
directional head shall be less than 4.5 inches allowing frill swing and rotation of the head in 4.5
inch pipe. No part of the camera shall protrude more than 0.25 inches from the camera body:
Overall camera length shall not exceed 17 inches. A single -pin sealed bulkhead connector in the
back of the camera shall provide conduction of power to the camera and conduction of the video
signal from the camera. Cameras having more than one electrical feed through shall be
considered at high risk for leakage and corrosion and will not be accepted.
11.11 The rotating head shall be mechanically driven with a gear train and precision DC motors.
Cameras with rotating heads driven with belts that can wear out will be considered high
maintenance and will not be accepted. All drive components shall be sealed to protect parts from
water and grit.
11.12 The camera shall have an operating temperature range of zero to fifty degrees centigrade and
shall be sealed to withstand external pressures up to 100 psi without leaking. A self - sealing
pressure test port shall be provided in the camera back to check the leak resistance of the camera.
11.13 The camera shall be designed to withstand the shocks and vibrations normally sustained while
traveling through a pipe.
Page 6 of 20
Page 7 of 20
YES 12.
ALL
SPECIFICATION NO.
00- 890-64
DATED: MARCH 2001
YES 11.14 Lens: Camera Tens shall be sealed within the head of the camera and be protected from the
ALL environment by a distortion free optical sapphire window. Camera lens shall have a total zoom
capability 40x (1OX zoom f +4.2 to 42mm [f1.8 to f2.91: 4x zoom beyond the 10X optical).
11.15 Electronics: Circuitry shall be all solid state.
11.15.1 The solid state CCD image sensor shall have at least 379,000 pixels.
11.15.2 A sharp true color image shall be transmitted on video bandwidths only and produce a
low volt video signal at the monitor after transmission through up to 2,500 feet of
single conductor cable.
11.15.3 The signal - to - noise ratio shall be at least 46dB.
11.15.4 There shall be no geometric distortion of the image.
11.15.5 Picture transmission subject to local transmitter interference shall not be acceptable.
11.15.6 Illumination in 6 inch to 24 inch pipe shall be provided by a minimum of two 25 watt,
14 volt halogen bulbs built into the camera head.
11.15.7 Lamp and camera power shall be derived from the single conductor input by the power
supply within the camera.
11.15.8 Power supply shall limit power to each lamp regardless of controller voltage setting to
provide a 200 hour bulb life expectancy and a two year bulb warranty.
11.15.9 An Automatic on- screen video indicator shall indicate excessive voltage at the camera
regardless of cable length or other loading.
11.15.10 A color bar generator in the camera shall be capable of activating the viewing station,
enabling the user to check or adjust the color retention and contrast on the monitoring
equipment.
11.15.11 Camera shall be equipped with an inclinometer allowing for the determination of pipe
grade.
11.16 Maintenance Kit: A camera maintenance kit with one set of replacement parts shall include, but
not limited to spare bulbs, spare connectors and miscellaneous hardware.
11.17 Camera Transportation Skids: The skids shall be for six inch to 24 inch pipe sizes. Skids shall
be of collapsible design and require no tools for set -up to different pipeline sizes. The bottom
runners shall be 5/8 inch in diameter stainless steel with upturned ends. There shall be a
minimum of three stainless steel top rails to protect the camera from roll over.
11.18 Auxiliary controllers: An auxiliary controller which plugs directly into the faceplate of the
mainline controller shall be supplied. This desktop operational unit shall have all head
movement features, as well as a home position function. In addition, two handheld auxiliary
controllers shall be provided. These controllers shall be waterproof. A hook -up at the rear of the
van shall be provided for the auxiliary controllers, allowing for remote operation of the camera
and transporters. Two water resistant hand held controllers for remote operation of inspection
vehicle to include City's current inspection vehicle 4 storm drain inspection vehicle.
SINGLE CONDUCTOR MAINLINE TRACTOR TRANSPORT VEHICLE: The inspection
transport vehicle (tractor) shall transport a rotating head camera through water mains, sanitary sewers or
storm sewers or storm sewers from six to 24 inches in diameter.
12.1 The tractor shall receive power and control signals on the same single conductor cable that drives
the camera.
SPECIFICATION NO.
00- 890-64
DATED: MARCH 2001
YES 12.2 Traction drives shall provide sufficient traction to inspect main lines up to 1,000 feet from the
ALL entry point (depending on pipe condition) while operating on double steel armored single
conductor cable
12.3 Thread tracking width shall be adjustable for line sizes six inches through 24 inches with axle
extensions.
12.4 The tractor shall negotiate 5/8 inch offsets and clearing 5/8 inch protruding laterals in six inch
lines. Tractors not able to negotiate these obstacles in six inch lines will not be accepted.
12.5 The tractor shall free wheel for easy extraction.
12.6 The tractor shall have a minimum of three forward speeds, as well as a stop function and a
freeze heeling function.
12.7 The tractor shall be controllable from a modular, desktop unit, which plugs into the camera
controller at the viewing station. The controller shall be easily disconnected and stored when not
in use.
12.8 The tractor loaded with a 13 pound camera shall be capable of speeds up to 45 feet per minute.
Under heavy loading, controls within the tractor shall automatically increase the torque of the
motor.
12.9 Motor and Housing: The motor housing shall be.fabricated from aluminum and brass and be
waterproof. The motor shall have hardened steel reduction gears in a sealed housing. Power
shall be transferred to the specially designed and spaced treads through a low maintenance gear
assembly enclosed in a sealed housing. The motor and tread drive assembly shall be no longer
than 20 inches. The combined camera and tractor assembly shall not exceed 26 'A inches.
12.10 Electronics: All components shall be all solid state.
12.10.1 A power supply built into the tractor shall extract control signals and power from the
single conductor cable.
12.10.2 The power supply shall also limit current and increase motor torque when the load on
the motor causes supply current to approach 1 ampere.
BALLOON CARRIAGE ASSEMBLY WITH WHEELS' The unit shall provide mounting of the
camera on top of the inspection transport vehicle for inspection of fine sizes from 10 inches to 36 inches.
It shall:
13.1 Provide mounting for two additional auxiliary lights and two aluminum skid protectors bent
inward at their ends to prevent the balloon carriage assembly from being entangled in the fine
during inspection.
13.2 Equipped with overbody tractor guides to protect the camera which is securely mounted between
the extension skid bars.
13.3 Equipped with four heavy solid knobby and tapered rubber tires providing excellent traction
_ during inspection. Each tire shall have a diameter of 5 -3/4 inch Od increasing the tractor
underbody clearance.
13.4 Be easily attached to the tractor body with stainless steel screws requiring no special tools for
installation or removal.
13.5 The installed assembly shall have a minimum overall width of 12 inches and an approximate
height range (depending on tires installed) between 9 and 12 inches.
13.6 Include a track drive kit capable of travel in lines from eight inches through 16 inches.
YES 13 .
ALL
Page 8 of 20
YES
ALL
YES
ALL
YES
ALL
YES
ALL
Page 9 of 20
SPECIFICATION NO.
00-890-64
DATED: MARCH 2001
14. SINGLE CONDUCTOR COLOR MINI MAINLINE VIDEO CAMERA: Video pipe inspection camera
shall be designed to be driven by 150 foot to 300 foot of single conductor integrated push rod/conductor
cable operated on a portable controller /monitorNCR. The camera shall negotiate 90 degree bends in 3 to 6
inch pipe. Camera shall act as an emergency backup mainline camera and be operated on a mainline
controller with a mainline or mini tractor to inspect 4 inch to 10 inch pipe. The camera shall:
14.1 Have a minimum illumination of 3 lux
14 2 Equipped with a 4mm lens with a minimum field of view: of 87.5 degrees diagonal.
14.3 Have integrated lights with 4 by 3 8V xenon lamps, power consumption: 8W maximum,
illumination of 9.7 msgp (122 lumens). Lamp life shall be a minimum of 200 hours.
14.4 Shall have light power derived from single conductor input by power supply within camera.
14.5 Have input voltage to operate between 80 V to 140 V from controller.
14.6 Equipped with a stainless steel housing with a maximum diameter of 2.25 inches and a length
not to exceed 3.6 inches with an overall length not to exceed 12 inches.
14.7 Be mainline tractor and mini tractor and push cable compatible.
15. SINGLE CONDUCTOR MINI TRACTOR TRANSPORT VEHICLE: A mini tractor, four -wheel drive
inspection vehicle shall have a manually adjustable camera mount for central viewing, in lines from four
inches through 12 inches in diameter. The mini tractor shall be designed to transport a color mini mainline
camera which can also be used with a push cable system. The mini tractor shall:
15.1 Have a minimum power range of 90 -120 volts.
15.2 Travel a minimum of up to 25 feet with three speed rages and freewheel.
15.3 Include 2 -1/2 inch and 3 -1/2 inch diameter wheels.
15.4 Not exceed 15 inches in length a maximum width of 3 -1/4 inches.
16. MINI TRACTOR RECEIVER/LOCATOR The unit furnished shall be a LF2000 Prototek of City
approved equal. The locator shall:
16.1 Be equipped with a LCD screen with four step screen function
16.2 Have 4 -way switch operation for right or left handed operators
16.3 Have an open flip type screen.
16.4 Be equipped with an automatic back light sensor.
16.5 Come with 1/8 inch stereo headphone jack.
16.6 Include a receiver kit that shall be equipped with the following at a minimum:
16.6 1 One FV - 10 transmitter with in line spring carrier transmitter
16.6.2 Headphones
16.6.3 Hard -sided case
17. LICENSE SOFTWARE: Software provided in the vehicle shall be an editing and modifying version of
software allowing for all features defined within.
Example: Win - can America Mobile ver. 7.10 or buyer approved equal
17.1 Additional licenses shall be available from a software vendor /manufacturer specializing in
software solutions to the pipeline inspection industry.
YES
ALL
YES
ALL
YES
ALL
SPECIFICATION NO.
00-890-64
DATED: MARCH 2001
17.2 Software shall be capable of coordinating (without upgrade or addition of equipment not
specified) with various TV inspection equipment for future modifications to City's existing
equipment, as well as future equipment.
17.3 Software shall operate in Windows'95, '98 and NT
17.4 A relational database manager system shall be a Windows based system capable of connection to
external systems via an ODBC compliant and SQL compliant connection. All files shall be able
to be exported into other databases and other computers. Information on database schema, data
file headers, format and relations shall be provided upon request to allow the data to be directly
accessed by the user for use in other applications or software. If the project database is of a
"closed" nature, it will not be acceptable.
17.5 The data export feature of the software shall allow for exporting specific chosen fields from a
project database into an ASCII file. This software shall also allow for querying those chosen
fields to only export specific information.
17.6 Project files shall consist of a database file that exists in a minimum of 7 tables. The tables shall
contain:
• Section information/headers.
• Observations/defects and relate to the information/headers table by sequential section
number.
• Manhole reporting information and relate to the information/headers table by manhole
number.
• Manhole pipe entry/exit information and related to the manhole reporting information table
by manhole number.
• Lateral information and related to the Observation/defects table by sequential
observation/defect number.
• Lateral observation/defects and relate to the lateral information table by sequential lateral
number.
• Project information as stated above. All images, mini- movies and bitmap files shall be
stored separate from the database and referenced via file name in the database. In all tables,
any distance input shall exist as an Imperial number and a Metric number to allow the user,
inside the viewing software, to toggle between the tow numbers.
• Upon purchase, the City shall receive unlimited copies of a "free" software that is a read -
only or viewing version of the same software purchased with the vehicle.
18. ENCODER: The encoder shall be an incremental shaft (digital) encoder providing a higher degree of
accuracy. It shall be waterproofed two channel unit
19. OVERLAY/TITLER CONTROL: On the video picture at the beginning of each section, all section data
input into the software shall automatically, from the overlay, show on the video for three to five seconds.
Throughout the inspection of the line, all observations/defects noted should be titled automatically on the
video picture for three to five seconds. The operator shall, at his/her discretion, be able to remove this
distance. The operator shall have the following controls of an overlay used with the software system: reset
distance, preset distance, change character colors and background colors (or transparent), show section data
information, show individual observation/defect data and turn the overlay /titler on and off.
The overlay shall be fully capable of running as a "standalone" unit with keyboard input should the
computer fail to operate. A minimum of 20 lines of text shall be displayed. The overlay shall provide clear
test over an NTSC video signal with a minimum pixel height of nine.
Page 10 of 20
The overlay shall accept a minimum of 8 electrical signals for displaying readouts. This shall be available
without have to upgrade the overlay at a later date. These readouts shall include, but not be limited to:
GPM, inclination, and laser measurements. The user shall have the option to switch between all readouts
that are functional.
The overlay shall function in the metric system as well as the Imperial system. The option shall be
accessible with a keyboard function.
YES 20. VIDEO RECORD/PAYBACK SYSTEM: A VCR and SVHS video recorder /playback system shall be
provided. The unit shall be fully controllable with a serial input from the data processing unit to RS 232C
EIA standards, communicating bi- directional. In addition to computer control, the VCR shall also be able
to operate with optional remote or manually from front panel controls. Data shall be transferred at a
minimum rate of 9600 baud in asynchronous mode. Upon installation, the VCR shall have a switch in the
studio that is easily reachable from the operator's sitting position. The switch shall completely disengage
power flowing to the VCR.
YES
ALL
Page 11 of 20
SPECIFICATION NO.
00- 890-64
DATED: MARCH 2001
YES 21. MONITORS
ALL 21.1 A computer monitor shall be SVGA color and no less than 17 inch. The monitor shall be at the main
viewing area of the user's studio. The video system identified above shall be shown on the PC
monitor. All videotapes shall be shown on the monitor simultaneously.
21.2 A 14 inch color monitor, Sony or equal, 500 fine resolution, 120V, NTSC, AC only shall be provided.
It shall be securely cabinet mounted in the equipment room for viewing from the rear of the van with
on and off controls at the operators station.
YES 22. PRINTER: an inkjet printer shall be provided in the vehicle. There shall be space for this printer to be
ALL opened from the top cover for inserting cartridges without having to manually move the printer's location.
Printer shall provide double resolution.
Example: Epson 840 or HP 800 Series or City approved equal.
YES 23. COMPUTER HARDWARE: all hardware shall have a minimum one year on -site warranty service
ALL included. The following are minimum specification for the hardware:
23.1 Processor — 600 MHz Pentium III minimum
23.2 Architecture — 2 PCl/ISA slots
23.3 Memory — 128 MB RAM, 512K cache
23.4 Storage — 6.1 GB hard drive, 32X CD -ROM, Zip drive accepting 250 MB and 100 MB media
23.5 Video — 16 MB ATI All -in — wonder AGB pro video card with bus mastering compatibility.
23.6 Ports — I parallel/2 serial ports. Please note that two serial ports are necessary to control the overlay
and video recorder; therefore, the mouse must be PS2.
23.7 Input Devices: Windows keyboard and Mouse Operating System, Windows "98,
23.8_ ATX motherboard with AGB graphic board capabilities and a PS 2 mouse and keyboard.
23.9 An Industrial Casing shall be provided to protect against vibration; provide extra heating and
cooling; add an extra filtration system to keep away dust and holds internal p c. parts in place.
YES 24. UNINTERRUPTABLE POWER SUPPLY: A separate, stand alone uninterruptable Power Supply (UPS)
ALL system shall be provided to supply power to elements of the video and data capture system. The UPS shall
itself be powered by the on - board electric power generation system. The UPS shall supply power to the
computer system, monitor, color inkjet printer and video system.
The UPS shall operate under a true "One Line" architecture. All power supplied to the downstream devices
flows through the UPS and the output is closely regulated. Units that use "line interactive" architectures
which switch the backup device in and out according to input conditions will not be acceptable. The CCTV
Inspection System supplier shall be responsible for determining the capacity of the UPS in concert with the
UPS vendor and the vendors of the equipment being protected. The UPS supplied shall have a rated
capacity of at least 15% above the calculated load from the various protected devices. The following
features shall be included:
24.1 Power spike and transient filtering with special surge protection.
24.2 Noise reduction via full -time EMURFI filtering.
24.3 Minor low voltage conditions are smoothed out without resorting to batter operation. The voltage
must drop 21% below normal before transfer to batter.
24.4 Zero transfer time to battery backup.
25. MINI/MAINLINE PORTABLE CONTROLLER/MONITOR/VCR: The portable controller shall
provide the necessary power and controls to operate a single conductor, low voltage, video inspection
camera and output the camera video signal to a monitor and VCR. The portable controller unit shall
include an NTSC color monitor and a 4 -head VHS video cassette recorder and microphone. The system
shall operate on 12 VAC 60 cycle current. The controller shall:
25.1 Be fabricated from heavy gauge aluminum.
25.2 Have a face plate with a blue powder coated finish with an "on/off' switch and an LED to
indicate power "on" a variable voltage control for camera lights, a data display "in/out" switch
and a circuit breaker with "reset" indicator LED
25.3 Include connectors for 120 VAC input, camera input microphone input, tractor and mainline
camera controller input, data display and external VCR video connections.
25.4 Equipped with back plate of aluminum and have a grounded 120 VAC receptacle, audio output
jack and video output jack for the monitor and VCR.
25.5 Have permanent labels marking all connectors, indicators and controls
25.6 Controller, monitor and VCR shall be mounted in a rugged protective box with metal hinges and
metal latches on the lid. Components shall be attached with shock absorbing mountings for
protection from vibration and impact.
25.7 Equipped with sturdy handles on the portable controller system for easy transport.
YES 25.8 Electronics: All shall be solid state. The controller shall:
ALL 25.8.1 Capable of delivering 70 to 120 VDC to the camera on up to 2000 foot single
conductor cable.
25.8.2 Demodulate the NTSC camera video signal from the single conductor cable and
display a sharp image on the monitor.
25.8.3 Have high speed, electronic circuit breaker to protect the electronic components from
damage due to excessive current caused by shorted cables or connectors or by excessive
equipment loads.
25.8.4 The "reset" LED shall light when the circuit breaker is open (tripped). The circui
breaker shall easily be reset by turning the power "of", waiting five seconds, then urn
the power "on ". Controllers using mechanical circuit breakers will not be accepted.
25.8.5 Be equipped with 15 foot of encoder cable.
YES
ALL
YES
ALL
Page 12 of 20
SPECIFICATION NO.
00- 890-64
DATED: MARCH■2001
YES
ALL
fES
ALL
(ES
ALL
( ES
ALL
UMIMR4 COVERED
OOR, TOP, SIDE
LLS STRUCTO
ASS, STEEL,
EEL BOXES
SPECIFICATION NO.
00-890-64
DATED: MARCH 2001
25.9 Push Cable: the push cable shall be 300 feet (50 foot increments) of integrated push rod/single
conductor cable. The push cable shall have a coaxial core of copper wire and braided copper
shield. The coaxial core shall be enclosed at the center of a 0.25 inch fiberglass rod then covered
with a high density polyethylene jacket for a nominal overall diameter of 0.375 inches The push
cable shall be able to sustain a bend of 8 inches radius without damage.
25.10 Push Cable Reel: The push cable reel shall have a steel frame and 30 inch diameter reel basket
sized to hold 300 feet of integrated push rod/single conductor cable. A permanently sealed
maintenance free operation. Reels with carbon brushes which are subject to wear, contamination
and signal noise will not be accepted. The reel shall:
25.10.1 Have 15 feet of RG - 58 coaxial cable terminated with a plug for connection to the
controller.
25.10.2 Be rugged and easily portable, weighing less than approximately 35 pounds, when
loaded with 200 feet of push cable.
25.10.3 Be equipped with a manual and electronic footage encoder.
25.10.4 Be mainline and portable controller compatible.
25.10.5 All components shall be compatible with current city pipe inspection equipment.
26. ENCODER REEL: The encoder reel shall have 200 feet of coax for operation between color TV system
controller and push reel. Coax shall be mounted for dispensing at rear of vehicle
27. EASY ACCESS VAN: The unit furnished to this specification shall be legally and structurally capable of
traveling, on highway, at speeds up to 70 MPH and off highway under conditions imposing more severe
frame stress without experiencing failure or permanent sets in the van frame or any component of the unit.
Van shall be latest manufactured model in production complete with all standard options and meet or
exceed the following:
27.1 Cargo type van with 14,050 GVWR, minimum of a 7.2L power stroke diesel. Ford or City
approved equal.
27.2 Automatic transmission with overdrive.
27.3 Air conditioning.
27.4 AM/FM cassette stereo.
27.5 Power steering and brakes.
27.6 Handling package with anti-sway bars.
27.7 Have full size rear panel doors with two point slam latch and lock.
27.8 Aluminum floor, ceiling, cargo side walls and aluminum wheel boxes.
27.9 Front bumper with brush guard, black color.
27.10 Heavy duty rear bumper with inset stepwell and electric extend - retract step, black color.
27.11 Sliding bulkhead door with lock.
27.12 Heavy duty suspension.
27.13 Approximately 36 inch sliding side door mounted on curbside.
27.14 Deluxe cab interior package with medium gray vinyl interior including over cab storage
compartment.
27.15 Vinyl bucket driver's seat with UPS style folding passenger jump seat.
Page 13 of 20
SPECIFICATION NO.
00- 890-64
DATED: MARCH 2001
YES 27.16 Dimensions' minimum body size 16 foot, interior body minimum: 94 inches width by 84 inches
ALL height, Load space: 798 cubic feet. minimum, cargo floor length: 176 inches minimum.
27.17 Dual mid body rub- rails.
27.18 Mud grip rear tires.
27.19 Painted an approved manufacturer's standard lead free white color, except for glass, rubber and
those metallic accessories or fixtures constructed of rust- resistant or plated material not normally
painted. Interior shall be taupe or tan
28. VAN INTERIOR: Shall be divided into three compartments: driver compartment, operator viewing room
and the equipment storage room.
28.1 The interior walls of the viewing room shall be paneled with structo glass or equivalent lamination.
28.2 Bulkhead dividing walls, built in conjunction with the Electronic Equipment Console shall be
constructed to divide the van into compartments and to rack mount the equipment in a comer
mounted position.
28.3 The viewing/equipment room shall have a two- passage door approximately 74 inches high and
twenty inches wide.
28.4 A Formica covered counter top shall be installed against the viewing bulkhead and instructed to
support a minimum of 200 pounds.
28.5 The ceiling and walls of the viewing room shall be covered with insulation and structo glass.
28.6 Bakers drawer and folding map table shall equipped to secure maps of two feet X three feet in place
and shall include lighting over the work area.
28.7 The floor of the viewing room shall be % inch BCX grade plywood covered with Armstrong
crosswalk or equivalent.
28.8 Equipped with two roof mounted air conditioners (7,100 BTU) and installed heaters (1500W wall
mounted in the control and equipment room) to maintain inside temperature range of 65 -80 degrees
Fahrenheit regardless of outside temperature.
28.9 The electrical system shall be designed to fully sustain the complete electrical requirements of all
components of the television inspection system.
28.10 Dual fluorescent lighting and electrical outlets shall be supplied in both the viewing and equipment
LOOMS.
28.11 A 12 -volt back -up lighting system shall also be provided in both rooms with switch to be located at
dome.
28.12 A dual "accessory" (DC) outlet shall be provided in the viewing room at rear of generator and
operator's stations.
28.13 Provisions shall be made for disconnection of the generator power supply and connection to a
commercial 120 -volt house power supply with electric ports on both sides of vehicle. "A" house
power cord shall be furnished. All wiring shall be done in compliance with the national electric
code.
28.14 Equipment room shall be located to the rear of the vehicle and outfitted with brackets and tie -
downs for equipment storage. Cabinets and doors shall be installed for ease of accessibility to the
rear section of the control center. The viewing room equipment and ceiling room walls shall be
insulated and covered with structo glass or similar durable lamination. The equipment room floor
shall be covered with diamond plate aluminum, caulked and sealed at the seams and walls.
YES
ALL
Page 14 of 20
SPECIFICATION NO.
00-890-64
DATED; MARCH 2001
YES 28.15 Equipped with four rear - mounted exterior floodlights with switches at the cab and at rear of
ALL vehicle.
28.16 Equipped with a captain's chair, hard mounted at operator's station with swivel and slide features.
28.17 A "downhole" light shall be provided for illumination of manholes with controls accessible from
ground level and door rear of vehicle.
YES
ALL
29. LIGHTING: The lighting arrangement on the body shall be in accordance with Texas Motor Vehicle
Laws. All glow switches shall be centrally mounted in cab within easy reach of the driver The units shall
be equipped with, but not limited to the following:
29.1 Armored type clearance lights, reflectors and identification lights meeting Texas Motor Vehicle
Laws and Texas Department of Public Safety Requirements. Reflectors shall be housed type with
screw or bolt type mounting, stick-on type not acceptable; clearance and side marker lamps must
be armored type, snap - in lens not acceptable: identification lights shall have lens cover of anchor
type, snap -in cover not acceptable. In addition, all electrical wiring, except factory- installed
wiring, shall be insulated and enclosed in a fibrous loom, plastic loom or flexible conduit.
29.2 Area Illumination Lights: shall be a minimum 55 watt halogen with glow switches and
separate current panel Lights shall be installed as specified at minimum:
29.2.1 Front mount turning radius lights with cab mount glow switch
29.2.2 Left and right side lights mounted just behind cab not be less than one foot inset
from maximum width of vehicle independent cab mounted glow switchs.
29.2.3 Minimum of four lights mounted in the rear, two backup turning radius lights and
two rear operator illumination lights/override local control canceling switches on
reel control stations and in the cab.
29.3 Arrow Board: There shall be at least one arrow board mounted to the rear of the vehicle.
29.3.1 The sign panel shall be constructed of aluminum panels with reinforced edges and
with inner stiffening. Panel shall be completely weather resistant. Panel shall be
painted with a flat black finish. Sign panel shall meet or exceed legible visibility
and all other requirements of the Manual On Uniform Traffic Control Devices
(MUTCD) and Texas Manual On Uniform Traffic Control Devices (TXMUTCD).
29.3.2 The panel shall contain a minimum of 13 sealed -beam amber lamps which form
the shaft and arrowheads. Lamps and terminals shall be screw type.
29.3.3 Lamp intensity shall be visible and readily recognizable by a driver from a
minimum distance of /� mile (1.21 km) on a clear night or sunny day.
29.3.4 Lamps shall be hooded or visored, easily replaceable and shall be arranged in the
following configurations. Flashing shall be at a rate of not less than 25 or more
than 40 flashes per minute, with a minimum lamp "on -time" of 50 percent of the
cycle.
Left arrow (five lamps in arrowhead)
Right arrow (five lamps in arrowhead)
Double arrow
Caution bar
Four corner caution signal
Page 15 of 20
YES
ALL
SPECIFICATION NO. .
00- 890 -64
DATED: MARCH 2001
29.3.5 The sign shall be powered by the battery of the vehicle.
29.3 6 The lamps shall be electronically operated by means of solid -state circuitry.
29.3.7 All electrical wiring shall be insulated and enclosed in a fibrous loom, plastic loom or
flexible conduit for protection from external damage and short circuits. Wiring shall
be securely fastened at sufficient intervals to prevent sagging and insure clearance of
mechanical parts. Routing of the wiring shall not interfere with the normal operation
and use or present a safety hazard. A sealed, splice - free modular wiring harness is
acceptable. Rubber grommets shall be used wherever wires or harness pass through
metal.
29.3.8 The arrow board shall be controlled from the vehicle cab. Each of the five arrow
configurations shown in Paragraph 2.4 shall be capable of being selected from the
controls in the cab.
29.4 Emergency (amber) Warning Light (EWL): Two lights shall be mounted on the top front and
rear of the vehicle and shall be clearly visible from all directions. Protective cover of expanded
metal shall not deter full visibility. Fourteen -gauge wiring enclosed in a fibrous loom or flexible
conduit securely fastened at intervals. Fuse, on-off switch and indicator light shall be located in
the cab. The EWLs shall meet the following requirements.
29.4.1.1 Strobe Warning Light: Shall be double -flash, 360 -degree strobe light. Output measured
through the amber lens at 630 visible effective intensity (candela) with a minimum of 60
to a maximum of 120 flashes per minute. Diameter at base minimum 6 inches, height
minimum 7 1/2 inches to a maximum of 10 inches. Electrical circuitry fully enclosed by
metal base. Whelen/Austin Rapid Fire Model 2012 or City approved equal.
YES 30. SAFETY PLAQUES OR DECALS: Safety plaques or decals shall be furnished and shall be affixed at
ALL any hazardous area The safety plaques or decals shall describe the nature of the hazard, level of hazard
seriousness, how to avoid the hazard and the consequence of human interaction with the hazard.
Permanent plaques are preferred to decals. Type, size and location of product safety plaques or decals shall
be in accordance with the latest revision of ANSI Z535.4.
YES 31. SAFETY INSPECTION: The vendor shall have the unit inspected in accordance with Texas Motor
ALL Vehicle Laws by a certified inspection station, and shall have the inspection certificate with the unit at time
of delivery.
YES 32. MANUAL(S): Two copies each of an illustrated parts book, operator's manual and service manual shall
ALL be delivered with each unit. These shall include, at minimum, all appropriate manuals for the engine,
transmission, brakes, hydraulic system, controls, and electrical system. It is requested, but not required,
that the manuals be printed on recycled paper.
32.1 Additionally, one set of complete wiring, plumbing and hydraulic schematics shall be delivered
with each unit. All schematics shall be clear, legible and indicate the location of each
component. Hydraulic schematics shall include the diameter and length of each hose and the
manufacturer and part number of each fitting.
32.2 The manuals and schematics supplied shall provide complete and comprehensive information on
all equipment, equipment components and accessories, as supplied to comply with this
specification. If changes, modifications, additions or alterations of any kind are made on the
equipment, the vendor shall provide blueprints, line drawings and descriptive text sufficient to
allow one of average skill in general mechanics to diagnose, repair and maintain the equipment
and all components.
Page 16 of 20
YES
ALL
YES
ALL
YES
ALL
YES
ALL
Page 17 of 20
YES
ALL
SPECIFICATION NO.
00- 890-64
DATED: MARCH 2001
YES 32.3 011 equipment assembled from manufactured components, the parts book shall show the
ALL manufacturer of each part and all cross referencing between the vendor and the manufacturers.
32.4 The operator's manual shall include detailed instructions on the proper method of operation of
the unit. Necessary warnings and safety precautions shall be included. Operator's manual shall
also include complete procedures for winterazation of the cleaner.
32.5 The following additional information shall be provided by the vendor at time of delivery if it is
not included in the manuals required above.
32.5.1 Manufacturer's recommended service/preventive maintenance intervals.
32.5.2 Recommended fluids, lubricants and their SAE equivalents.
33. REPLACEMENT FILTERS: A complete set of replacement filter elements shall be provided for each
unit furnished to these specifications. This set of filters shall include air, fuel, oil, and hydraulic filters used
on the equipment. Each filter shall be labeled with the equipment manufacturer's part number as shown in
the manufacturer's parts book and shall be furnished at the time of delivery. The attached Filter
Identification Form should be completed and submitted in duplicate for informational purposes only.
34. INSTRUCTION ON SAFETY. OPERATION, AND MAINTENANCE: The vendor shall provide the
services of a competent factory trained technician thoroughly trained in the use and operation of the unit to
City personnel. This technician shall give a minimum of three days instruction on safety, operation and
preventive maintenance of the unit, including a full demonstration of all unit functions on the unit
delivered. This instruction shall take place after the machine has been delivered and is ready for operation
but prior to payment.
35. WARRANTY: The unit shall be warranted against defects in material and workmanship for a period of
not less than 12 months beginning with the date of acceptance. If the manufacturer's standard warranty
exceeds 12 months, then the manufacturer's standard warranty shall be in effect. The successful bidder shall
furnish a copy of the manufacturer's warranty at time of delivery.
36. BIDDER OUALIFICATONS: The opening of a bid will not be construed as the City's acceptance of such
bidder as qualified and responsible. The City reserves the right to determine the lowest responsible bidder
from information submitted with the bid. All bidders shall furnish the following information at a
minimum:
36.1 References: Provide the name, address, telephone number and point of contract of at least three
firms that have utilized the exact technology for at least 2 years. References may be checked prior
to award. Any negative responses received may result in disqualification of bid.
36.2 Identify any subcontractors to be used for this project. Experience, qualifications and references of
the subcontractors shall be submitted, The City reserves the right to approve or disapprove all
subcontractors prior to any work being performed.
36.3 Provide with bid, a detailed drawing of vehicle layout to include all switches, outlets and accessory
equipment storage
PART III
DELIVERY, ACCEPTANCE AND PAYMENT
1. DELIVERY REQUIREMENTS: Delivery of the equipment shall be completed within the number of
days bid. Delivery shall be to the City shop located at 109 Luther Peterson, Round Rock, Texas, 78664.
The successful bidder should contact Mr. Paul James White at 512- 218 -5638 to arrange time and day for
delivery. The unit shall be serviced and checked as recommended by manufacturer prior to delivery.
YES 2. ACCEPTANCE: Acceptance inspection and performance testing will not take more than ten working
ALL days, weather permitting. The vendor will be notified within this time frame if the unit delivered is not in
full compliance with the purchase order specifications. If any units are canceled for non - acceptance, the
needed equipment may be purchased elsewhere and the vendor may be charged full increase, if any, in cost
and handling.
YES 3. PARTS AND SERVICE: The successful bidder shall have service and maintenance available to the City
ALL within a 125 mile radius of the City, and shall have factory- trained personnel available for warranty repairs
and service. Respond to a request for service within 24 hours of notification for service or maintenance..
shall also maintain an inventory of high -usage parts and a quick source for low -usage parts.
YES
ALL
'ES
LL
4. POMPT PAYMENT POLICY: Payments will be made within thirty days after the city receives the supplies,
materials, equipment, or the day on which the performance of services was completed or the day on which the City
receives a correct invoice for the supplies, materials, equipment or services, whichever is later. The Contractor may
charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in
accordance with this prompt payment policy, however, this policy does not apply to payments made by the City in the
event:
4.1 There is a bona fide dispute between the City and Contractor concerning the supplies, materials, services or
equipment delivered or the services performed that causes the payment to be late; or
4.2 The terms of a federal contract, grant, regulation, or statute prevent the City from making a timely payment
with Federal Funds; or
4.3 The is a bona tide dispute between the Contractor and a subcontractor or between a subcontractor and its
suppliers concerning supplies, material, or equipment delivered or the services performed which caused the
payment to be late; or
4.4 The invoice is not mailed to the City in strict accordance with instructions, if any, on
the purchase order or contract or other such contractual agreement.
PART IV
OPTIONAL EQUIPMENT
The following optional equipment must be identified on the IFB to be a bid item.
1. OPTION NO. 1 MANHOLE CABLE GUIDE SYSTEM: The system shall:
1.1. Have all the necessary pulley assemblies to protect the TV cable and winch cable from damage
during operation in pipe sections.
1.2. Be constructed of aluminum to minimize weight and equipped with corrosion resistant pulleys.
TV Cable pulley assembly shall have a minimum bend radius of six inches.
1.3. - Be supplied with quick lock extension poles to connect to the pulley assemblies. Poles shall be
constructed of one inch chrome molly tube with a specially designed quick lock assembly
consisting of a compression spring and twist lock type connectors. The number of five -foot long
poles required for both the remote and local manhole set -up is identified on the component list
herein.
1.4. Provide manhole adapter hooks to secure the extended pulley and pole assembly at the manhole
ring. A manhole top roller assembly shall be furnished to guide the cables into the manhole.
The top roller shall consist of a welded steel angle iron frame with the necessary pulleys.
Page 18 of 20
SPECIFICATION NO. .
00- 890-64
DATED: MARCH 2001
SPECIFICATION NO.
00- 890-64
DATED: MARCH 2001
YES 1.5. Equipped with a complete downhole equipment assembly designed for quick solid installation in
ALL various sizes of pipe and depths of manhole from above ground. Downhole equipment systems
requiring manhole entry for installation shall not be acceptable.
YES 2. OPTION NO. 2; POWER REMOTE WINCH: The power remote winch shall include
ALL 2.1. A heavy duty power winch and a stainless steel cable to move the camera through the sewer line.
The frame of the winch shall be constructed of aircraft grade aluminum plate.
2.2. A controller in the power TV reel shall provide power to the winch. The motor for the winch
uses aY. horsepower permanent magnet DC motor with multiple gear reduction.
2.3. A chain shall connect the motor to the clutch assembly. The clutch assembly output shall be
directly coupled to the cable drum. The clutch shall provide freewheeling for easy cable payout
and shall remotely engage or disengage from the operators' control panel. In the freewheeling
mode, an electronic circuit is provided to prevent continuous motor operation and an emergency
shut -off switch for safety.
2.4. A spring loaded drag brake shall be included to prevent the reel from spinning, causing the cable
to tangle.
2.5. Levelwind shaft and cable guide shall be installed to assure that the cable is rewound onto the
drum uniformly. The levelwind shaft shall be chain driven from the spool rotation.
2.6. The frame of the winch when laid over the manhole, as in normal operation shall rest on
aluminum pads; shall be less than 14 inches in overall height.
2.7. The cable drum shall have a capacity of 2000 foot of 1/8 inch or 1000 foot of 3/16 inch cable.
2.8. Large diameter, 12 inch minimum, semi- pneumatic ball bearing wheels shall be used for easy
rolling over soft ground.
2.9. Operation: The remote power winch shall operate through up to 1500 foot of 14 -3 SO or SJO
type power cord with one leg permanently grounded. Twist LOCK connectors shall be provide to
eliminate accidental disconnection. The controls for the winch shall be equivalent to what is
offered for the TV power reel. One switch shall be used to reverse the direction of the camera.
2.10. Cable: A minimum of 1000 feet of continuous length 7/19 stainless steel aircraft cable 3/16 inch
in diameter shall be supplied.
2.11. Power Cords: shall be provided for connecting the remote power winch to the truck's power
supply. The power cord shall be heavy duty 14 -3 SO or SJO type in a minimum of 500 -foot
length.
2.11.1. Two 500 - foot power cord assemblies shall be supplied.
2.11.2. A heavy duty cord reel with removable hand cranks shall be provided for storage
2.11.3. Both ends shall be accessible for connection at all times.
2.11.4. A hand held remote controller shall be included for remote control of winch.
YES
3. OPTION NO. 3: Collision AVOIDANCE SYSTEM — Super Sight Collision Avoidance System Model
#551700 or equal with duel cameras and audio system.
Page 19 of 20
City of Round Rock
Bid #01 -010
Due: 3/20/2001 3:00 P.M.
221 E. Main Street, 1st Floor
Council Chambers
Round Rock, TX 78664
Part
BAKER EQUIPMENT COMPANY, INC.
P.O. Box 627
Edmond, OK 73083
(800)359 -6212 / (405)348-6900 FAX
http://www.BAKEREQUIP@msn.com
Sales Quotation
# 158
Description Price Qty Extend
6 07 - 821 6 Cargo Van, EZ Access, 16' Box, Ford Diesel
HDFGG -3600 Brush Guard
051 -02500 Install Step Van & High -Cube Interior
051 -02509 Additional Cabinetry, Per Unit
604-18262 30 Gallon Pressurized Washdown System
605 -18264 Cable Access Door
606 -12862 Captain's Operators Chair
606 -18041 Diamond Plate Floor, Hi -Cube / Step Van
633 -13220 Vise, Installed
050 -02016 7,100 BTU Roof Mount Air Conditioner, Installed
603 -10162 Wall Heater, 1,500 Watt
603 -14361 Heat/Cool Ceiling Assembly, 7,100 BTU
050-01034 Onan 8.0KW Quiet Diesel Generator, Installed (to include )
. (1) - 636 -17310 Onan 8.0KW Quiet Diesel Generator
. (1) - 636 -18268 Remote Panel w/ Gauge
. (1) - 636 -18269 Cable Hamess, Start/Stop
. (1) - 636 -18270 Exhaust Manifold Flange
548 -21217 12 Volt - 30 Amp Power Supply w/ Battery Charging Circuit
806 -12003 Shore Power Cord, 35'
541 -18276 Retractable Work Light
541 -14300 # Floodlight Set
541 -10867 Traffic Arrow Board
541 -14010 Strobe Light, Amber, in Wire Cage
701 -13445 Camera Shipping Case, Omni Eye
030-01000-05 Mainline Cable Reel, Extra Wide
031 -01000 -30 Push Cable Reel w/ 300' Push Cable ( to include )
0 (1) - 864-19464 Push Cable Reel w/ 300' Push Cable
. (1) - 841 -11650 Push Cable Retermination Kit
034 - 00000-00 Motorized Sky Crane Assembly, SDPW
864 -12473 Manual Pull Cable Reel, 200' Footage Cable
010 -01610-00 Omni III "Z" Pan & Tilt Head Camera, Single Conductor ( to
include )
(1) - 862 -19180 Omni III Camera, w/ Digital 40x Zoom &
:Inclinometer
. (1) - 557 -19528 Pigtail Connector, Omni III
. 11) - 806 -19576 Test Cable, Omni III
. (1) - 840 -20622 Kit, Adapter, Omni III, 6" to 16"
(1) - 807 -17784 Skid Set, 6" to 16 ", Omni Series
032 - 02000 -00 Tractor Transport Vehicle w/ Ext. Kit & Cradle, SC (to include )
. (1) - 866 -17422 Mainline Tractor. 3 Pin
. (1) - 800 -17767 Camera Cradle
. (1) - 840 -10765 Tractor Extension Kit
Page 1
Date: 3/19/01
Expiration: 5/18/01
Salesperson: Adam Baker
2
2
2
1
1
.4.
Part # Description Price Qty Extend
. (1) - 800 -15305 Tractor Storage Rack
(1) - 900 -15364 Mainline Tractor Operations Manual
032 -03000 -00 Mighty Mini Tractor
867 -20813 Reversing Clutch Assy., M/L Tractor
867 -20899 Knobby Balloon Wheel
866 -12937 Balloon Carriage Assembly w/o Wheels
010 -02506 -00 Large Line Light, Single, 3 Pin
032 - 02100 -00 Tread Drive System
010 - 01307 -00 1307 Mini Mainline Camera System (to include )
. (1) - 862 -20471 1307 Color Mini /Mainline Camera
(1) - 802 -11057 1300 Series PCU, 8" Monitor, VCR, & DP
Case
. (1) - 704 -12632 Microphone
. (1) - 452 -14222 Sun Visor
(1) - 807 - 19075 3-Way Adjustable Skid, 4 "- 8 ", 1.75"
Cameras
. (1) - 841 -20828 Lamp Kit, 1207/1307, #719 Bulbs
. (1) - 900 -14956 Operations Manual
. (1) - 964-16980 Operations Video
840 -10706 Tractor Cradle Tube w/ Spacers & Cable Adapter
806 -10704 Adapter Cable: M/L Reel - 1200/1300 Push Cable (3PI■m/Nj)
010 - 01100-00 Auxiliary Controller, Desktop
010 -01102 -01 Auxiliary Controller, Hand Held
020 - 01000 -00 'Mainline Controller ( to include )
. (1) - 863 -17375 Mainline Controller
. (1) - 806 -15366 Power Cord
. (1) - 900 -10236 Parts Catalog
. (1) - 900 -10354 System Operations Manual
. (1) - 964-10649 System Operations Video
. (1) - 964-10531 Pigtail /Light Replacement Video
704 -10396 'Monitor, Color, Sony 14" 500 Lines, w/ Rack Mount
704 -14707 Microphone w/ Stand
806 -15188 Single Conductor Cable, Steel Armored, 2,000'
452 -10316 ,Drip Pan, Stainless Steel
040- 04000-02 WinCan Data Acquisition System (to include )
(1) - 867 -18327 Industrial Cased Computer
(1) - 867 -18328 Overlay
(1) - 702 -17949 Wincan Software, Mobile
I. (1) - 704-17946 Super VHS Video Recorder
(1) - 702 -10101 17' Computer Monitor
}. (1) - 841 -20118 Cable Kit
(1) - 702 -20110 Keyboard
1
4
1
1
1
1
1
1
1
1
Page 2
Part # Description Price t2ty; Extend
(1) - 702 -18903 PS /2 Mouse
(1) - 548 -20117 Power Supply, Winlogger
(1) - 965 -20122 Security Dongle, Mobile Version
I. (1) - 702 -18211 Color Ink Jet Printer
.
' (1) - 806 -13282 Printer Cable, 6'
031 - 01100 -00 ;Footage Counter, Push Cable Reel
1
840 -10352 Maintenance Tool Kit
1
LF2000 Digital Locator System
1
000-0000 Carbon Monoxide, Fire Detector
1
701 -18955 Crate, Medium Size, 48X32X25
2
701 -21384 Crate, DownHole Set, 62X17X10
1
950 -18024 Days of Training
2
950 -18039 Freight & Shipping
1!
950 -18224 Warranty Repair Contract, 24 Months
1
Sub -Total
$156,867.00
Page 3
Tax
Total
$o.00
$156,867.00
City of Round Rock
Bid #01 -010
Due: 3/20/2001 3:00 P.M.
221 E. Main Street, 1st Floor
Council Chambers
-Round Rock, TX 78664
rent',
039 - 01000 -00
OPTION #3
551700 Collision Avoidance System
OPTION #1
Downhole Roller Set,
. (1) - 455 -13525
. (1) - 805 -13737
. (1) - 455 - 13468
. (2) - 800 -11783
. (6) - 867 -18552
. (1) - 867 -12371
. (1) - 803 -11647
. (1) - 867 -15975
BAKER EQUIPMENT COMPANY, INC.
P.O. Box 627
Edmond, OK 73083
(800)359 -6212 / (405)348-6900 FAX
E -MAIL: BAKEREQUIP @MSN.COM
Sales Quotation
Description
# 159
Double Manhole Setup ( to include )
Single Roller
Top Manhole Roller
Double Roller
Manhole Hooks
Extension Pole
Grab Hook
Bumper Roller
Lowering Rope
OPTION #2
035 - 04000 -02 Power Remote Winch w/ 1,000' 3/16" Tow Cable ( to include )
(1) - 864-17379 Power Remote Winch
(1) - 806 -15129 Power Cord, 20'
(1) - 569 -13323 1,000' of 3/16" Tow Cable
800 -14951 Storage Rack, Power Cord Reels
864 -10173 500' 14 -3 Power Cord On Reel
Date: 3/19/01
Expiration: 5/18/01
Salesperson: Adam Baker
Price Qty
$1,625.00 1
Extend
$1,625.0
$4,675.00 1 $4,675.00
$310.00 1 $310.00
$825.00 2 $1,650.00
$3,500.00 1 $3,500.00
Sub -Total
Tax
Total
$11,760.00
$0.00
$11,760.00
DATE: April 6, 2001
SUBJECT: City Council Meeting — April 12, 2001
ITEM: * 14.E.5. Consider a resolution authorizing the City Manager to issue a
Purchase Order for the purchase of a camera truck with
Baker Equipment Company. Baker Equipment Company
submitted the only bid for this equipment. This camera truck is
being purchased for the Inflow & Infiltration Study Project for
the City. The study project is required by TNRCC to comply
with the Edwards Aquifer Rules.
Resource: Jim Nuse, Public Works Director
History: This camera truck is being purchased for the Inflow & Infiltration Study
Project for the City. The study project is required by TNRCC to comply with
the Edwards Aquifer Rules.
Funding:
Cost: $167,802
Source of funds: I &I General Funds
Outside Resources: Baker Equipment
Impact: N/A
Benefit: This equipment will aid us in Edwards Aquifer Rule compliance.
Public Comment: N/A
Sponsor: N/A