Loading...
CCTV Pipeline Inspection Camera Bid from NorMont Equipment66!&& ALILMLt ILL City of Kalispell Attn: City Clerk 201 First Avenue East Kalispell, MT 59901 EQUIPMENT CO. L NorMont Equipment Co. 1157 Wire Mill Rd. Black Eagle,. MT 59414 Contact,,, Jessie Carr (406) 453-4344 icarr@nmegco.com Bid for: CCTV Pipeline Inspection Camera Bid Due Date: Thursday February 7th; 2,0*30 P.M. SPECIFICATIONS AND BIDDING DOCUMENTS CCTV Pipeline Inspection Camera KPARTMENT, January 2019 Name of Bidder _ �/,��,/�JavT �1E„� tea. Address //57 !1/M /ft4v-,2 , At� Telephone Number 9�o- y�3- v3yy TABLE OF CONTENTS CITY OF KALISPELL CCTV Pipeline Inspection Camera T- No. of Pages Table of Contents (This Page)........................................................................ 1 Bidder's Checklist.......................................................................................... 1 00100 Invitation for Bids................................................................................ 2 00150 Information for Bidders....................................................................... 1 00200 Instructions to Bidders......................................................................... 2 00300 Bid Form.............................................................................................. G 00310 Equipment Specifications.................................................................... 9 00400 References............................................................................................ 1 00500 Agreement............................................................................................ 7 BidBond......................................................................................................... 2 COIF-101 Certificate of Substantial Completion ............................................ 1 COK-103 Notice of Award............................................................................. 1 l CCTV Pipeline Inspection Camera Table of Contents BIDDER'S CHECKLIST Please utilize this Bidder's Checklist prior to submitting your bid. ✓ Bid Bond/ Bid Security enclosed. Information for Bidders form signed and dated. ✓ Minimum Specification form completed. Bid Form completed, signed and dated. ✓ Specifications and Bidding Documents sealed in envelope and properly titled. Bid submitted prior to the required time at the specified location. OBTAIN ORIGINALLY BOUND SPECIFICATIONS AND BIDDING DOCUMENTS FROM THE CITY OF KALISPELL, LEAVE ALL SHEETS INTACT AS ORIGINALLY BOUND AND RETURN THE COMPLETE DOCUMENT IN A SEALED ENVELOPE FOR BIDDING PURPOSES. ALL BID DOCUMENTS AND BONDS MUST BE ORIGINALS. NO FAXED COPIES WILL BE ACCEPTED, CCTV Pipeline Inspection Camera Bidder's Checklist SECTION 00100 INVITATION FOR BIDS The City of Kalispell, Montana will receive sealed bids for a CCTV Pipeline Inspection Camera to meet or exceed the minimum specifications on file in the office of the Department of Public Works, City Hall, Kalispell, Montana. Bidding documents may be examined or obtained from the City of Kalispell Public works Department, 201 First Avenue East, Kalispell, Montana 59901. Any bidder wishing further information may obtain the same from the City of Kalispell Public Works Department, 201 First Avenue East, Kalispell, Montana 59901, or by calling the City of Kalispell Public works Department at 406-75 5-7720. Sealed bids shall be addressed to the City Clerk, P.D. Box 1997, Kalispell, Montana 59903-1997, and entitled: CCTV Pipeline Inspection Camera. Bids will be received by the City Clerk, 201 First Avenue East, Kalispell, MT 59901 until 2:30 P.M. on February 7, 2019. All bids will be publicly opened and read aloud at 2:30 P.M. on February 7, 269 in the Conference Room of City Hall, 201 First Avenue East, Kalispell, Montana. All bidders shall, as bid security, accompany the bid with lawful money of the United States, a cashier's check, certified check, bank money order, or bank draft, drawn and issued by a national bank located in Montana or by a banking corporation incorporated in Montana or a bid bond, or bonds, executed by a surety corporation authorized to do business in Montana, in the amount of ten percent (10%) of the amount bid. Any such bank instrument shall be payable to the City of Kalispell. If a contract is awarded, the bidder whose bond is accepted and who shall thereafter refuse to enter into and execute the proposed contract, or as stated in the covenant, shall absolutely forfeit such moneys or bank instruments to the City, and become immediately liable on said bid bond in said sum. The money, bank instrument or bid bond shall be returned to the unsuccessful bidders. All bids must expressly covenant that if the bidder shall be awarded the contract, the bidder shall within fifteen (15) calendar days of the acceptance of said bid by the City council, enter into a contract. In the event the successful bidder does not enter into a formal contract within fifteen (15) calendar days, the bidder shall be obligated to pay to the City the difference between the amount of the bid of said bidder and the amount for which the City legally contracts with another party to perform said work if the latter amount is more than the former. No bid shall be withdrawn for a period of sixty (60) days after the scheduled time of receiving bids without the consent of the City Council. The Council reserves the right to reject any and all bids or to waive any technicality or informality and accept any bid which may be deemed in the best interest of the City. Evaluation of the bid(s) will include review of overall pricing for the CCTV Pipeline Inspection Camera as well as review of provided specified components and will not be based on price alone. The City will accept the lowest responsible bid which most closely meets the required specifications. The successful bidder shall be required to abide by Federal and State laws. 4 � CCTV Pipeline Inspection Camera 00100-1 Invitation For Bids Authorized by order of the City Council of the City of Kalispell, Montana, in a regular meeting held on August 20, 2018. Publish: January 20, 2019 January 27, 2019 City of Kalispell ByUMS Wee Brunckh'' , CMC City Clerk • rt� • DES w A CCTV Pipeline Inspection Camera 00100-2 Invitation For Bids INFORMATION FOR BIDDERS CCTV Pipeline Inspection Camera The City of Kalispell is soliciting bids for a CCTV Pipeline Inspection Camera. The equipment must be complete and ready for immediate operation at time of delivery. The City will consider both schedules received from all responsive bidders and will award either Schedule # 1 or Schedule #2 to a single qualified bidder. The City reserves the right to reject any and all bids. The cost of all equipment and components not specifically required by these Specifications and Bidding Documents, but which are required for the complete and operational system offered, shall be included with the unit and be represented in the final bid price of the bidder. All manufacturer's standard equipment and options shall be provided and included in the total bid price of the bidder. It is the bidder's responsibility to carefully examine each item of the specifications. Failure to submit a complete bid or failure to respond to each bid item may cause the bid to be rejected. Any deviations from the specifications of the solicitation shall be fully described. The bidder shall include a separate sheet if necessary in order to accurately describe deviations. Bidders shall complete this form, and all items listed in the Bidders Checklist. The successful Bidder will be required to complete and sign the Agreement following award of the bid. Bidders will be required to submit the brand name, manufacturer, and other information as requested for specific equipment and components within five (5) days from the date of the request. The City of Kalispell reserves the right to reject any equipment or component that the City deems unacceptable by reason of quality or performance. The complete and ready for operation CCTV Pipeline Inspection Camera shall be delivered and installed to the City of Kalispell Sewer Shop, 1410 First Avenue West, Kalispell, Montana 59901 within forty-five (45) days from the date of the Contract. If the CCTV Pipeline Inspection Camera is not delivered within forty-five (45) days from the date of the Contract, the Bidder shall pay the City of Kalispell one hundred dollars ($100.00) for each calendar day that expires until the CCTV Pipeline Inspection Camera is delivered to and accepted by the City of Kalispell. I have read and understand the information and bidding requirements provided on this page. 1 Signa�ure &Title Company Date 1 CCTV Pipeline Inspection Camera 00150-1 Information for Bidders SECTION 00200 INSTRUCTIONS TO BIDDERS Forms furnished, shall be used in strict compliance with the requirements of the invitation, these instructions, and instructions printed on the forms. Special care shall be exercised in the preparation of bids. Bidders must make their own estimates of any difficulties in regard to the performance of the proposed contract, including local conditions, uncertainty of weather, and all other contingencies. All designations and prices shall be fully and clearly set forth. The proper space in the bid form shall be suitably filled in. The following Definitions apply to Section 00200, Instructions to Bidders: OWNER — The City of Kalispell, Montana, a Municipal Corporation CITY — The City of Kalispell, Montana, a Municipal Corporation BIDDER — Any individual, corporation or partnership who submits a bid BID — The offer of the bidder ARTICLE I - AWARD OF CONTRACT 1.01 Evaluation of Bids A. In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data, as may be required in the Bid Form or prior to the Notice of Award. B. In evaluating Bids, Owner will consider the qualifications of the Bidder and check Bidder references. C. Owner may conduct such investigations as Owner deems necessary to establish the responsibility and qualifications of the Bidder, and quality of previous equipment sales. D. If the Contract is to be awarded, Owner will award the Contract to the responsible bidder whose Bid, conforming with all material terms and conditions of the Bidding Documents, is lowest price, in the best interest of the City, and in consideration of p other factors. The Owner reserves the right to accept or reject the Bids, or any part thereof and to waive an inconsistent within the Bid. y y ARTICLE II - SIGNING OF AGREEMENT 2.01 When the OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied by three (3) Contracts. Within fifteen (15) calendar days thereafter, the Successful Bidder shall sign the Agreement in all three (3) Contracts, and deliver the three (3) Contracts to the OWNER. Within fifteen (15) calendar days thereafter the OWNER shall deliver one (1)Contract with the Agreement signed by the City Manager to the Successful Bidder. CCTV Pipeline Inspection Camera 00200-1 Instructions to Bidders ARTICLE III - APPLICATIONS FOR PAYMENT � 3.01 The City issues checks in accordance with the payable schedule prepared by the Finance Department. Applications for Payment shall be submitted at least fifteen (15) days prior to the next scheduled issuance of checks in order to allow sufficient time for review and processing. END OF SECTION CCTV Pipeline Inspection Camera 00200 - 2 Instructions to Bidders SECTION 00300 BID FORM PROJECT IDENTIFICATION: CCTV PIPELINE INSPECTION CAMERA KALISPELL, MONTANA THIS BID IS SUBMITTED TO, City of Kalispell 201 Is' Avenue East Kalispell, Montana 59903-1997 ARTICLE I - CONTRACT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents, to perform and fiirnish all work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE II - BID TO REMAIN OPEN 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitations those dealing with the disposition of Bid Security. The Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. ARTICLE III - SUBMITTING THE BID 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is - hereby acknowledged: Addendum No. Addendum Date CCTV Pipeline Inspection Camera 00300 - 1 Bid Form B. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. C. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. D. Bidder has given the Owner written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by the Owner is acceptable to Bidder. E. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 3.02 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual, firm, or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. 3.03 The Bidder certifies that no official of the Owner, or any member of such official's immediate family, has direct or indirect interest in the pecuniary profits or Contracts of the Bidder. ARTICLE IV - BID SHEET SCHEDULES 4.01 Bidder will complete the Work in accordance with the Contract Documents and the provisions below for the following price(s) as summarized in the Bid Sheet Schedule(s) hereinafter. A. Bidder will complete the Work for the price set forth in the following prices or lump sum bid. B. The Bidder agrees that all sales and use taxes are included in the stated bid prices for the work, unless provision is made herein for the Bidder to separately itemize the estimated amount of sales or use taxes. D. The Owner reserves the right to reject any or all bids. CCTV Pipeline Inspection Camera 00300 - 2 Bid Form CCTV PIPELINE INSPECTION CAMERA KALISPELL, MONTANA BID SHEET The Bid for the following items shall be lump sum bids for individual schedules described in the Contract Documents, delivered complete and in place. The bid price shall include all equipment, materials, supplies, and labor necessary to construct, deliver, and/or pick up the items in accordance with the Contract Documents. Bidder shall write in `N/A" in the blank lines for any schedules which Bidder chooses not to submit a Bid on. SCHEDULE #1 CCTV PIPELINE INSPECTION CAMERA NO TRADE IN MAKE AND MODEL OF CCTV PIPELINE INSPECTION CAMERA: E.✓vteosz�.�r /fevv�e JK TOTAL BID PRICE (Figures): $ �/oy iya4R3 TOTAL BID PRICE (Words): A/� 114reWACd ,4-a4Cl2 Tif/e4eX4�WAo 0iVjjr 11&A1Z?1eA95Z) SCHEDULE #2 — CCTV PIPELINE INSPECTION CAMERA, LESS TRADE IN OF CUES OZIII, CPR TRANSPORTER, REEL AND CONTROLLER (DOESN'T INCLUDE SOFTWARE) MAKE AND MODEL OF CCTV PIPELINE INSPECTION CANIERA: TOTAL BID PRICE (Figures): $ TOTAL BID PRICE (Words): CCTV Pipeline Inspection Camera 00300 - 3 Bid Form ARTICLE V - CONTRACT TIMES 5.01 The time of completion of the work is a basic consideration of the Contract. It will be necessary that the Bidder satisfy the Owner of his ability to complete the work within the stipulated number of days or prior to stipulated date. 5.02 The numbers of days within which, or the dates by which, the Work is to be (a) Substantially Completed and (b) also completed and ready for final payment are set forth in the Agreement. ARTICLE VI -LIQUIDATED DAMAGES 6.01 Owner and Contractor recognize that time is of the essence of this Contract. Owner and Contractor also recognize the delays, expense and difficulties involved in proving in a legal or arbitration preceding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner one hundred dollars ($100.00) for each calendar day that expires until the CCTV Pipeline Inspection Camera is delivered to and accepted by the City of Kalispell. ARTICLE VII - BID DOCUMENTS 7.01 The following documents are attached to and made a condition of this Bid: re A. Required Bid security in the amount of 10% of the maximum Bid price including alternates, if any, and in the form of a Bid Bond, as identified in the Instructions to Bidders. B. Information Required of Bidders. ARTICLE VIII -MEANING OF TERMS 8.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders. ARTICLE IX -BID REJECTION 9.01 The Owner reserves the right to reject any or all bids. ARTICLE X - BID SUBMISSION SUBMITTED on 2/7 , 2019 Employer's Tax ID No.: `' CCTV Pipeline Inspection Camera 00300 - 4 Bid Form If Bidder is: A Coroorallon Corporation Name: /l10le/y%yVT State of Incorporation: i1%G0X�A¢ Type (General Business, Professional, Service, Limited Liability): �6itr"4v- ��f By: ���5`-- (Signature -- attach evidence of authority to sign if not a Corporate officer) Name (typed or printed): Title: Akz- Alsest: (Corporate Seal) (Signature o Secretary) V _^ ..EZ.susiHess address: //7!�1Phone No.: IW— VjO7—�.��� FAX No.: <14 A�f� Date of Qualification to do business [in Montana] is ze Z1% An Individual Name (typed or printed): By: (Individual's signature) Doing business as: Business address: Phone No.: A Partnership Name (typed or printed): By: (Individual 's signature) Name (typed or printed): Business address: Phone No.: FAX No.: FAX No.: (seal) CCTV Pipeline Inspection Camera 00300 - 5 Bid Form P p I� A Joint Venture (Each Joint Venture must sign.) Joint Venturer Name: By: (Signature ofjoint venture partner) Name (typed or printed): Title: Business address: Phone No.: Joint Venturer Name: By: (Signature of joint venture partner) Name (typed or printed): Title: FAX No.: Business address: Phone No.: FAX No.: Address of Joint Venture for Receipt of Official Communication: Address: Phone No.: FAX No.: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) END OF SECTION 00300 (seal) (seal) CCTV Pipeline Inspection Camera 00300 - 6 Bid Form MINIMUM SPECIFICATIONS FOR CCTV PIPELINE INSPECTION CAMERA BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY ITEM BEING OFFERED. DESCRIPTION YES NO OFFERED 5j stem Basics A. New unused current model year. QW B. Automatic cable drum with cable. C. Crawler with zoom camera for 6" diameter and larger pipe inspections. D. CAN -bus communications protocol. E. Ability to connect to a network via network cable port for lifetime remote firmware upgrades and/or diagnostic services. F. Camera and crawler operator functions to be able to work simultaneously. Ja G. No more than 575 watts or 5 amps at 115 VAC to operate entire inspection system and components. Operator Desktop Control and Wireless Controller A. 10" integrated color touch -screen monitor with 800 x 600 display resolution and integrated QWERTY keyboard for viewing, recording Video and accessing control and configuration functions. B. Controls to be installed in office area countertop. C. Integral error code maintenance and repair protocol, which informs the operator of current or pending operating or maintenance tasks that need to be addressed by flashing a code during use. Codes correlate with a specific repair or maintenance activity. D. Dual 3-axis joysticks to control all camera and crawler functions. f E. Controls for manual and automatic focus of camera and on/off control of digital zoom function. F. Must display crawler pressure, temperature, sonde status, pitch (inclination) and roll. (� G. Pressure to be listed onscreen and saved within system history for predictive maintenance. H. Controls for adjusting illumination intensity of camera and auxiliary lighting. I. Ability to control cable reel functions: auto, manual, speed, direction, and torque of the cable reel. 18i J. All necessary controls and capabilities to record digital video, capture digital stills and digital pipe scans. K. All necessary controls and capabilities to control lateral launch camera. J9 CCTV Pipeline Inspection Camera 00310-1 .N. Equipment Specifications 11 MINIMUM SPECIFICATIONS FOR CCTV PIPELINE INSPECTION CAMERA BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY ITEM BEING OFFERED. DESCRIPTION YES NO OFFERED Ability to inform operator if in danger of tipping or flipping the crawler. a M. Ability to directly engage or disengage electronic clutch. id N. Ability to capture, correlate and store still images with distance and observation information, all of which can be outputted into several reporting packages or viewed onscreen. ad D. Captured data can be outputted via file which will automatically populate relevant fields within existing or new software database. 69 P. Ability to toggle front -view camera, integral rear view camera, and accessory rear view camera. Q. On/of control for camera lasers with the ability to control laser intensity in increments of 25%. R. Remotely control motorized camera lift. S. Automated macros for viewing laterals on the left, right or for performing a circumferential scan of a pipe joint. C� T. Button to activate automated software routine (Macro) for auto - return that automatically returns the crawler within 5 feet of the insertion manhole and alerts the operator of its return for final extraction. U. The ability to operate larger (18" minimum diameter) and smaller crawlers (minimum 4" diameter) with no need for additional control unit or cable upgrades. V. CAN -bus control architecture allowing for precision control, diagnostic monitoring and future upgradeability. W. Ability to measure cracks and other observations. I� X. Has a master single button to regain control from wireless controller. Y. Portable battery powered wireless controller with crawler, camera and cable reel functions for easy direct single person deployment and retrieval of the crawler at the access point (manhole/basin). Z. Wireless controller to have colored LED indicators to inform operator CCTV Pipeline Inspection Camera 00310-2 Equipment Specifications MINIMUM SPECIFICATIONS FOR CCTV PIPELINE INSPECTION CAMERA BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY ITEM BEING OFFERED. DESCRIPTION YES NO OFFERED BB. wireless encoder must be digitally encoded to the system with which it is delivered to provide secure control when several systems are being operated in the same area. 0 ❑ CC. System has the ability to be remotely operated in an easement situation by using a portable pendant controller that plugs into the back of the camera reel in a remote location. a ❑ Pan Tilt Color Zoom Camera A. Auto and manual focus with 120:1 total zoom; lox optical and 12x digital. B. Pan and tilt motors with no exposed gears or wires and integral " clutches for protection. (a ❑ ® C. Ability to pan a full 360 degrees and tilt ± 135 degrees for full viewing of latera Is and joints. im ❑ D. Dual projection lasers, 50mm apart, to be able to measure observations and gauge pipe diameter. a ❑ E. Housing that is fully sealed and waterproof to withstand external pressure up to 1 bar without damage or leaking. J81 ❑ F. Must have ability to connect to crawler body, remotely operated lift, and large line crawler via connection port. a ❑ G. Solid-state circuitry designed to withstand shock and vibration while being pushed, pulled or propelled through the pipe. a ❑ H. Illumination provided by a minimum of 40 LEDs that deliver a 13..000-lux reading at l' and a 3-lux reading at 25'. a ❑ 1. LED light ring to have lifetime warranty. 0 ❑ J. A valve for purge and pressurization of camera body. ® ❑ K. A maximum size of 7" x 3" x 3" (LWH) in order to fit within a diameter of 3.5" (SSmm). ❑ L. Pan/tilt camera to be used with other systems, such as push camera system or lateral launch. ® ❑ '� CCTV Pipeline Inspection Camera 00310-3 Equipment Specifications MINIMUM SPECIFICATIONS FOR CCTV PIPELINE INSPECTION CAMERA BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY ITEM BEING OFFERED. DESCRIPTION Steerable Motorized Crawler A. 6-wheel drive (3 wheels per side) to generate traction necessary to crawl up to 1,500' in wet and slippery pipes. B. In 8" configuration with the middle wheel remaining, the 4 larger wheels will overlap the middle ones to provide continuous traction to go over joints and debris and to avoid high centering. C. The crawler shall have proportional left, right, forward and reverse capability via direct buttons on the primary and wireless controllers. D. The 3 wheels on the left and the right of the crawler will move proportionally at the same time to move the crawler in the intended left, right, forward, backward or combination direction. E. Maximum size to allow proper clearance in 6" and lined pipes. F. An electronic clutch that can be engaged and disengaged without needing to move the crawler. G. Crawler must enable crawling over obstacles. H. Full sensor package with inclination, roll, sonde, pressure, heat and motor readings. I. Integral rearview color camera with LED lighting to be positioned at the top rear of the crawler body and not to have any visible increase in the diameter of the crawler body or be integrated with the rear connector. J. Ability to remotely toggle between rear and forward viewing cameras using the operator controls. K. Simple tool less locking mechanism for the camera providing secure, easy attachment with 1-bar waterproof rating. L. Rear receptacle that allows cable attachment with threaded stainless -steel cable connector's outer barrel. No tools required to remove/attach cable from crawler. M. Cable connector shall carry a lifetime warranty. N. Rear cable connector shall provide pull strength beyond the 1,000- Ib-rated break strength of the CCTV cable. 0. No additional cable strain relief measures shall be accepted beyond the cable connector. P. Maximum crawler weight of 20 lbs. (with small wheels). CCTV Pipeline Inspection Camera 00310-4 YES NO OFFERED ® ❑ E ❑ ® ❑ ® ❑ on ❑ ® ❑ IN ❑ ® ❑ ® ❑ Equipment Specifications MINIMUM SPECIFICATIONS FOR CCTV PIPELINE INSPECTION CAMERA BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY ITEM BEING OFFERED. DESCRIPTION YES NO OFFERED Q. Length of crawler to enable navigation through 90-degree inverts without pinching or rolling. ❑ R. Crawler body must be machined from a single continuous and complete piece of machined aluminum. Two-piece bodies will not be accepted. S. CAN -bus control architecture allowing for precision control, diagnostic monitoring, and future upgradeability. ® ❑ T. Crawler to be supplied with the following wheels: i. (6) Quick -change hubs that allow the changing of wheels without the use of ANY tools. ® ❑ ii. (6) 3.34" Small quick -change rubber wheels. ® ❑ iii. (4) 4.72" Medium quick -change rubber wheels. ® ❑ iv. (4) 5.90" Large quick -change rubber wheels. ❑ v. (4) 6.88" (XL) quick -change rubber wheels. ® ❑ vi. (2) 3.26" Climbing wheel to be used on each side of center axle when using medium rubber, abrasive or carbide/grit wheels. ❑ vii. (4) Small quick -change carbide aggressive wheels. ® ❑ viii. (4) Medium quick -change carbide aggressive wheels. ® ❑ ix. (4) Large quick -change carbide aggressive wheels. ® ❑ U. A tilting rear cable connector that points vertically to protect cable during deployment into manhole, which also tilts to horizontal position during operation. ❑ V. 512 Hz integral sonde to facilitate locating crawler. 99 ❑ W. Supplied Auxiliary lighting that has: L LED lamps for inspecting large pipes. I ❑ H, Ability to mount to crawler or motorized camera lift. Any exposed wiring or pigtails shall be deemed unacceptable. ❑ iii. Waterproof design with ability to withstand 1 bar external pressure. ❑ iv. Rear -viewing color camera with single he -lux tri-LED lamp. ❑ X. Waterproof carrying case for crawler with assorted tools for basic crawler maintenance. ❑ ITT i " CCTV Pipeline Inspection Camera 00310-5 Equipment Specifications MINIMUM SPECIFICATIONS FOR CCTV PIPELINE INSPECTION CAMERA BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY ITEM BEING OFFERED. DESCRIPTION YES NO OFFERED Remotely Operated Motorized Camera lift A. An electronically controlled lift to raise and lower the camera automatically once the crawler is deployed in the pipe via the main remote pendant and the wireless auxiliary remote control. B. The camera lift must be made from solid aluminum and stainless steel. C. Camera lift must have a range of 3.1 inches to 10.2 inches. D. Housing to be fully sealed and waterproof to withstand external pressure up to 1 bar without damage or leaking. E. Internal pressurization to protect against water ingress. F. Ability to fit in 10" diameter pipe when mounted on crawler with smallest wheels. G. The remote lift must be operated by a CAN -bus control architecture allowing for precision control, diagnostic monitoring, and future upgradeability. H. Accessory port on top for attachment for access to power, video and CAN BUS control. 1. Ability to mount auxiliary lighting and rearview camera at top position for view near center of pipe and above flow. J. Pressurized struts and motors to ensure reliable, precise control in a compact form factor. K. Ability to connect the camera to remote lift via a waterproof connection port. L. Must have auxiliary light port protection when auxiliary lights are not connected. M. Ability to mount to crawler with instant -contact slide -connector on top of the remote camera lift. Any exposed wiring will not be accepted. N. Ability to accept pan/tilt color zoom camera or side scanning camera without compromising any of the camera's functionality. CCTV Pipeline Inspection Camera 00310-6 Equipment Specifications MINIMUM SPECIFICATIONS FOR CCTV PIPELINE INSPECTION CAMERA BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY ITEM BEING OFFERED. DESCRIPTION 0. Ability to accept forward connecting auxiliary light which extends side scan and pan and tilt camera completely beyond the front edge of the crawler so it does not interfere with captured video and side scan data when viewing the pipe bottom. i. Auxiliary light port must be able to accept 2 different styles of auxiliary lights. ii. Twin focused super -bright LED lamps (2-watt each) for inspecting large pipes. iii. Twin focused super -bright LED lamps (2-watt each) with color rearview camera integrated into the back of the auxiliary light housing. P. Ability to be controlled via automated software routines (Macros) where auto centering and other features can be conducted with the single push of a button. Q. Ability to pause upward motion of camera lift to inform operator that pan and tilt camera will view crawler when conducting downward viewing, therefore giving the operator the option to not continue raising the camera. Motorized Automatic Cable Drum A. 1,0001 capacity cable drum. B. A motorized system with sensors that monitor cable tension in order to coordinate cable feed/retrieval with direction and exact speed of the crawler. C. Ability to perform all forward, backward, and different speed/torque functions without operator physically interacting with cable reel. D. Ability to operate in both automatic and manual modes. E. Work with a remote wireless controller granting control of crawler and reel while away from the primary controls. F. Extension pulley arm option for extending the cable drop point away from the cable reel. G. Size of no larger than 21 x 14.5 x 24.5" (H x W x D) for potential deployment away from CCTV truck. H. Ability to run automated software routines (e.g. cruise control) in which the reel, crawler, and camera function are automatically YES NO OFFERED ® ❑ J2 ❑ 09 ❑ ® ❑ 09 ❑ 9d ❑ a ❑ CCTV Pipeline Inspection Camera 00310-7 Equipment Specifications L. MINIMUM SPECIFICATIONS FOR CCTV PIPELINE INSPECTION CAMERA BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY ITEM BEING OFFERED. DESCRIPTION YES NO OFFERED coordinated to accomplish a specific task without operator intervention. I. All moving hazardous components to be completely covered/enclosed to prevent injury — hand or clothing can't reach dangerous moving parts. Open access design of the front, top and sides where an operator can touch level -wind mechanism, gears, chains, and belts will not be accepted. Lightweight Heavy Dutv Transmission Gable A. 1,000' of cable with maximum 6-wire continuous -length multi - conductor wires for lightweight and easy maintenance performance. B. Kevlar reinforcement to provide minimum break strength of 1,000 lbs. with a diameter of no more than 0.255" (6.5mm). C. Strain relief to be internal to the cable and cable connector. No external wires, pig tails, or other visible external strain mechanisms will be accepted. D. waterproof rating of at least 1 bar or 1 atmosphere. E. Solid stainless steel threaded connector at crawler end that locks onto the rear of the crawler to secure the cable and provide strain relief. F. Ability to be re -terminated by soldering no more than 6 wires, and then sealed and strain -relieved using a quick -dry epoxy. G. Cable to employ no more than a single connection to crawler regardless of use of optional items such as additional lighting, side scanning camera, rear camera, laser profilers, remotely operated lift, or other accessories. H. Ability to connect directly to the following without any modification or additional exterior wires: i. optional 4" minimum pipe ID small line crawler. ii. included 6" minimum pipe ID crawler with integral motorized lift. iii. Optional 18" minimum pipe ID large line crawler. I. Complete cable re -termination kit to be supplied with system. CCTV Pipeline Inspection Camera 00310-8 ® ❑ ® ❑ Equipment Specifications MINIMUM SPECIFICATIONS FOR CCTV PIPELINE INSPECTION CAMERA BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY ITEM BEING OFFERED. DESCRIPTION YES NO OFFERED Warranty, Trainin , Installation and Maintenance A. Two (2) days of initial hardware on -site training on the camera system to be performed by a factory trained specialist. B. One (1) complete set of printed manufacturers operation and maintenance manuals shall be provided along with one set of electronic manuals on USB/thumb drive. C. The warranty shall guarantee the product to be free from defects in materials and manufacturing. This warranty shall include the repair or exchange of any part or parts thereof which may prove to be defective under normal use and service within one (1) year from the date of original purchase. This warranty shall not apply to any equipment which has been subject to accident, negligence, alteration, abuse, unauthorized repair, improper storage, or other misuse. D. The crawler connectors and the camera LED light ring shall carry a lifetime warranty; the terms of this warranty shall not apply to any equipment which has been subject to accident, negligence, alteration, abuse, unauthorized repair, improper storage, or other misuse. E. One (1) day of assistance with removal of old system and installation of new system into city's existing camera van. F. Availability of parts and service within 200 miles of Kalispell. CCTV Pipeline Inspection Camera 00310-9 Ja ❑ 117+�1111111 W ❑ Equipment Specifications SECTION 00400 BIDDER REFERENCES The Bidder shall provide the following information for three equipment sales of a similar nature to the equipment currently being bid that the Bidder has completed within the past five years in the space provided below. EQUIPMENT 1 IDENTIFICATION: /09b LOCATION: G,��'.QT fi9GGS'r �T EQUIPMENT VALUE: CLIENT AND REFERENCE CONTACT: e'�o- DESCRIPTION OF EQUIPMENT WITH ATTACHMENTS: lf'e vvoe X' wZ�GEv�T02 EQUIPMENT 2 IDENTIFICATION: /!SS LOCATION: EQUIPMENT VALUE: ;;'�2 7z:57, 60D CLIENT AND REFERENCE CONTACT: �'.W of �.ec.E, 70xe4;K1 DESCRIPTION OF EQUIPMENT WITH ATTACHMENTS: ., , ��/, o,;'C'�, 4 a X-e 7 - / <0,1eAs& K EQUIPMENT 3 IDENTIFICATION: izyy LOCATION: �.!P"17- WT EQUIPMENT VALUE: � CLIENT AND REFERENCE CONTACT: Zwr*ep �Gf���C�G�` DESCRIPTION OF EQUIPMENT WITH ATTACHMENTS: A�;;Fic/v�rzaSz6tiT CCTV Pipeline Inspection Camera 00400 - 1 Bidder References SECTION 00500 AGREEMENT This Contract dated the day of in the year 2019, by and between City of Kalispell, a Municipal Corporation, 201 First Avenue East, Kalispell, MT 59901, hereinafter called "Owner" and , hereinafter called "Contractor". Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE I- WORD 1101 Contractor shall complete all Work as specified or indicated in the Specifications and Bidding Documents, attached hereto and incorporated fully herein by this reference. The Work consists of finnishing materials, labor, and equipment required to provide a CCTV Pipeline Inspection Camera, complete and ready for operation, to the City of Kalispell. ARTICLE II- CONTRACT TIME 2.01 Time of the Essence. All the time limits for completion and delivery of the CCTV Pipeline Inspection Camera as indicated in the Specifications and Bidding Documents are of the essence of the Contract. 2.02 Days to achieve Completion and Delivery. The CCTV Pipeline Inspection Camera shall be delivered to the City of Kalispell Shop, 1400 First Avenue West, Kalispell, MT 59901 within Forty -Five {45} calendar days from the effective date of the Contract. 2.03 Liquidated Damages. Owner and Contractor recognize that time is of the essence of this Contract. Owner and Contractor also recognize the delays, expense and difficulties involved in proving in a legal or arbitration preceding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner one hundred dollars ($100.00) for each calendar day that expires until the CCTV Pipeline Inspection Camera is delivered to and accepted by the City of Kalispell. ARTICLE III- CONTRACT PRICE 3.01 Owner shall pay the Contractor for completion, delivery, and acceptance of the CCTV Pipeline Inspection Camera in accordance with the Contract Documents in an amount equal to the sum of established lump sum prices in the total amount of `� CCTV Pipeline Inspection Camera 00500-1 Agreement ARTICLE IV- INSPECTION AND TESTING 4.01 Owner has the right to inspect and test any and all equipment provided by Contractor pursuant to this Contract. Contractor shall allow Owner and its agents access to the equipment upon delivery for the purpose of such inspection and testing. Any inspection and testing performed by the Owner and its agents is for the sole benefit of the Owner and shall not relieve the Contractor of its duty, responsibility, and obligation for ensuring the work strictly complies with the Contract terms and conditions. Owner's inspection and testing shall not be deemed or considered acceptance by the Owner of any portion of the Contract. Owner's inspection and testing shall not serve to nullify, amend, or waive any warranties provided by the Contractor under this Contract. 4.02 Contractor shall, without charge, replace any material or correct any work found by the Owner or its agents to be defective or otherwise not in compliance with the terms and conditions of this Contract. In the event Contractor fails to replace or correct any defective work or materials after reasonable written notice by the Owner to do so, the Owner may take such corrective action, either with its own materials and employees or by retaining any third part to do so, and deduct the cost and expense of such corrective action from the Contractor's Compensation. ARTICLE V- PAYMENT PROCEDURES 5.01 Submittal and Processine of Payment: The Contractor shall submit an Application for Payment to the City of Kalispell Public Works Department after the CCTV Pipeline Inspection Camera is delivered to and accepted by the Owner. The payment will be processed in accordance with the Payable Schedule prepared by the Finance Department. ARTICLE VI- CONTRACTOR'S REPRESENTATION 6.01 Contractor has examined and carefully studied the Specifications and Bidding Documents (including all Addenda), and all other related data identified in the Specifications and Bidding Documents. 6.02 Contractor does not consider that any additional examinations, investigations, or data are necessary for the performance and fiu-nishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Specifications and Bidding Documents. 6.03 The Specifications and Bidding Documents are sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the work. CCTV Pipeline Inspection Camera 00500-2 Agreement ARTICLE VII- CONTRACTOR'S WARRANTIES: Contractor represents and warrants as follows: 7.01 Unless otherwise specified by the terms of this Contract, all materials and equipment provided by Contractor shall be new and where not otherwise specified, of the most suitable grade for their intended uses. 7.02 All workmanship and materials shall be of a kind and nature acceptable to the Owner. 7.03 All equipment and materials provided to the Owner as agreed upon shall be free of defects and nonconfornities in design, materials, and workmanship for a nlu* =' um period of beginning from the time of acceptance of the CCTV Pipeline Inspection Camera and ending one (1) year later. Other express warranties on materials that provide for a warranty period longer than one year apply for the period of that express warranty and are not reduced by this provision. Upon receipt of Owner's written notice of defective or nonconforming condition during the warranty period, Contractor shall take all actions, including redesign and replacement, to correct the defective or nonconforming condition within a time frame acceptable to the Owner at no additional cost to the Owner. Contractor shall also, at its sole cost, perform any tests required by Owner to verify that such defective or nonconforming conditions are remedied for a period of an additional one (1) year from the date of Owner's acceptance of the corrective action. 7.04 Contractor and its sureties shall be liable for the satisfaction and full performance of all warranties. 7.05 Contractor shall give its personal attention to the faithful execution of the completion of the Contract. 7.05 Title to all work, materials, and equipment covered by any payment of Contractor's Compensation by City, whether directly incorporated into the Contract or not, shall pass to City at the time of payment, free and clear of all liens and encumbrances. ARTICLE VII- LIMITATION ON CONTRACTOR'S DAMAGES: 8.01 In the event of a claim for damages by Contractor under this Contract, Contractor's damages shall be limited to contract damages and Contractor hereby expressly waives any right to claim or recover consequential, special, punitive, lost business opportunity, lost productivity, field office overhead, general conditions costs, or lost profits damages of any nature or kind. CCTV Pipeline Inspection Camera 00500-3 Agreement 8.02 In the event Contractor wants to assert a claim for damages of any kind or nature, Contractor shall provide City with written notice of its claim, the facts and circumstances surrounding and giving rise to the claim, and the total amount of damages sought by the claim, within ten (10) days of the facts and circumstances giving rise to the claim. In the event Contractor fails to provide such notice, Contractor shall waive all rights to assert such claim. ARTICLE IX- REPRESENTATIVES: 9.01 Ci 's Representative: The City's Representative for the purpose of this Contract shall be Joe Schrader, Utility Management Superintendent, or such other person as City shall designate in writing. whenever approval or authorization from or communication or submission to City is required by this Contract, such communication or submission shall be directed to City's Representative and approvals or authorizations shall be issued only by such Representative; provided, however, that in exigent circumstances when City's Representative is not available, Contractor may direct its communication or submission to other designated City personnel or agents and may receive approvals or authorization from such persons. 9.02 Contractor's Representative: The Contractor's Representative for the purpose of this Contract shall be z s 40AW, ._ or such other person as Contractor shall designate in writing. whenever direction to or communication with Contractor is required by this Contract, such direction or communication shall be directed to Contractor's Representative; provided, however, that in exigent circumstances when Contractor's Representative is not available, City may direct its direction or communication to other designated Contractor personnel or agents. ARTICLE X- DISPUTE RESOLUTION 1011 Any claim, controversy, or dispute between the parties, their agents, employees, or representatives shall be resolved first by negotiation between senior -level personnel from each party duly authorized to execute settlement agreements. Upon mutual agreement of the parties, the parties may invite an independent, disinterested mediator to assist in the negotiated settlement discussions. 10.2 If the parties are unable to resolve the dispute within thirty (30) days from date the dispute was first raised, then such dispute shall be resolved in a court of competent jurisdiction in compliance with the Applicable Law provisions of this Contract. CCTV Pipeline Inspection Camera 00500-4 Agreement ■i ARTICLE XI- MISCELLANEOUS 11.01 Survival: Contractor's indemnification and warranty obligations shall survive the termination or expiration of this Contract for the maximum period allowed under applicable law. 11.02 Headings: The headings used in this Contract are for convenience only and shall not be construed as a part of the Contract or as a limitation on the scope of the particular paragraphs to which they refer. 11.03 Waiver: A waiver by Owner of any default or breach by Contractor of any covenants, terms, or conditions of this Contract shall not limit Owner's right to enforce such covenants, terms, or conditions or to pursue Owner's rights in the event of any subsequent default breach. 11.04 Severability: If any portion of this Contract shall be held to be void or unenforceable, the balance thereof shall continue to be effective. 11.05 Auulicable Law: The parties agree that this Contract shall be governed in all respects by the laws of the State of Montana and the parties expressly agree that venue shall be in Flathead County, Montana, and no other venue. 11.06 Binding Effect: This Contract shall be binding upon and shall inure to the benefit of the heirs, legal representatives, successors, and assigns of the parties. 11.07 Amendments: This Contract shall not be modified, amended, or changed in any respect except by a written document signed by all parties. 11.08 No Third Part Beneficiary: This Contract is for the exclusive benefit of the parties and shall not constitute a third party beneficiary agreement and shall not be relied upon or enforced by a third party. 11.09 Counterparts: This Contract may be executed in counterparts, which together shall constitute one instrument. 11.10 Assignment: Contractor shall not assign this Contract in whole or in part without the prior written consent of the Owner. No assignment shall relieve Contractor of its responsibility for the performance of the Contract and the completion of the Contract. Contractor shall not assign to any third party other than Contractor's subcontractors on the Contract, the right to receive monies due from Owner without the prior written consent of City. 11.11 Authority: Each party represents that it has full power and authority to enter into and perform this Contract and the person signing this Contract on behalf of each party has been properly authorized and empowered to sign this Contract. CCTV Pipeline Inspection Camera 00500-5 Agreement 11.12 Independent Contractor: The parties agree and acknowledge that in the performance of this Contract and the completion of the Contract, Contractor shall render services as an independent contractor and not as the agent, representative, subcontractor, or employee of the Owner. The parties further agree that all individuals and companies retained by Contractor shall at all times be considered the agents, employees, or independent contractors of Contractor and shall at no time be the employees, agents, or representatives of the Owner. 11.13 Contract Documents: All work on the Contract shall be performed by Contractor in accordance with all of the terms and conditions of this Contract and all documents attached hereto, which documents shall consist of the following and are incorporated herein by this reference: Invitation For Bids Instructions to Bidders Bid Form Minimum Specifications for CCTV Pipeline Inspection Camera 11.14 Integration: This Contract and all documents attached hereto constitute the entire agreement of the parties. Covenants or representations not contained therein or made a part thereof by reference, shall not be binding upon the parties. There are no understandings between the parties other than as set forth in this Contract. All communications, either verbal or written, made prior to the date of this Contract are hereby abrogated and withdrawn unless specifically made a part of this Contract by reference. IN WITNESS WHEREOF, Owner and Contractor have signed three (3) copies of the Contract. Two (2) counterparts have been delivered to Owner and one (1) counterparts to Contractor. All portions of the Specifications and Contract Documents have been signed or identified by Owner and Contractor. This Contract will be effective on , Owner City of Kalispell Attest A Municipal Corporation Kalispell City Manager Contractor LINA" Attest (Signature) (Signature) CCTV Pipeline Inspection Camera 00500-6 Agreement Address for giving notices: P.O. Box 1997 Kalispell, MT 59903 Phone No. 406-758-7720 (CORPORATE SEAL) Address for giving notices: Phone No. (CORPORATE SEAL) CCTV Pipeline Inspection Camera 00500-7 Agreement PENAL SUM FORM 91111 : 1 Ali Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. BIDDER (Name and Address): NORMONT EQUIPMENT COMPANY 1157 Wire Mill Road Black Eagle, MT 59414 SURETY (Name and Address of Principal Place of Business). - Developers Surety And Indemnity Company PO Box 19725 Irvine, CA 92623 OWNER (Name and Address): City of Kalispell 201 First Ave East Kalispell, MT 59901 fferewin Bid Due Date: February 7th, 2019 Description (Project Name and Include Location): CCTV Pipeline Inspection Camera Bond Number: NECO20719 Date (Not earlier than Bid due date): February 7th, 2019 Penal Sum Ten Percent $ 10.00% (Words) (Figures) Surety and Bidder, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Bid -Bond to be duly executed by an authorized officer, agent, or representative. BIDDER SURETY IltO MDNT EQUIPMENT COMPANY(Seal) Developers Surety And Indemnity Company, (Seal) Bidder's Name and Corporate Seal Sure F' Nam . an Corporate Seal By: By: Signature Signature (Attach Power of Attorney) ,4eX�C 5'V2E&C.,PAf0-r Print Name vk�us�,6 Title TT� Dale J. Anderson Print Name Attorney -In -Fact Title Attest:di:_ Signature Customer Service Agent Title Note: Above addresses are to be used for giving any required notice. Provide execution by any additional parties, such as joint venturers, if necessary. EJCDC-C-430 Bid Bond (Penal Sum Form) Prepared by the Engineers Joint Contract Documents Committee. Page 1 of 2 POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY PO Box 19725, IRVINE, CA 92523 (949) 263-3300 KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby make, constitute and appoint: *''Timothy G. Lightboume, Dale J. Anderson, Dianne L. Meinhardt, Stephani Cordeiro, jointly or severally"* as its true and lawful Attomey(syin-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporation, as surety, bonds, undertakings and contracts of suretyship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporation could do, but reserving to each of said corporation full power of substitution and revocation, and all of the acts of said Attomey(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolution adopted by the Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY, effective as of January 1st, 2008. RESOLVED, that a combination of any two of the Chairman of the Board, the President, any Executive Vice -President, Senior Vice -President or Vice -President of the corporation be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attorney(s) named in the Power of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY has caused these presents to be signed by its officers and attested by its Secretary or Assistant Secretary this fith day of Feburary, 2017. ��st,ill$#$680,0�� AND % ,,* /tn�_ Z : 11 y: low Daniel Young, Senior Vice -President ? w 1936 = 0: IFOO ro: •, 7� ••....••• ��• Mark Lansdon, Vice -President A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On .. _ __-- _ Febru _ 2Q`17 _ before me, Date personally appeared _. .... _ _. LUCILLE RAYMIOMD Commission # 2001815 � Notary Public - CWornfs Otanpe County My Comm. Ex ices Oct 13a 20/8 Place Notary Seal Above Lucille Ra mond. Notary Public Here insert Name and Title of the Officer Daniel Young and Mark Lansdon Names} ofSiSigner(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that helshelthey executed the same in his/her/their authorized capacity(ies), and that by hismerhheir signature(s) on the instrument the persons), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is tine and correct. WITNESS my hand and official seal. Signature CERTIFICATE Lucill'y ond, Notary Public The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine, California, this ON By: eA.11,- Cassie J 101nisford, Assistant Seotary cr ATS-1004 (02/17) day of --f o f v cu. M..•••� y�`� .�'!'�v ��Vo ••,,. w 1936 4C_ O.. r:'Ot .••.,. ��--......••• .•' PENAL SUM .FORM BID BOND Any singular reference to Bidder, Surety, Owner or other party shall he considered plural where applicable. BIDDER (Name and Address): SURETY (Name and Address of ',Principal Place of Business): Q (Name and Address): BID Bid Due Date: Description (Project Name and Include Location): BOND Bond Number: Date (Not earlier than Bid due date): Penal sum $ (words) (Fgures) Surety and Bidder, intending tote legally bound hereby, subject to the terms set forth below, do each cause this Bid Bond to be duly executed by an authorized officer, agent, or representative. BIDDER S (Seal) (Seal) Bidder's Name and Corporate Seal Surety's Name and Corporate Seal By: By: Signature Signature (Attach Power of Attorney) Print Nance Print Name Title Tide Attest: Atteg: Signature Signature Title - Title -- - - - - -- - - Note. Above addresses are to be used for giving any required notice. Provide execution by any additional parties, such as Joint venturers, i n!E sa . RJCDC CAN BW Nand 41ftM &= Forney Pftpm d by the EnShm a Joint Cmtmcl Dommis Committee. pop 1 of 3 PENAL SUM FORM 1. Bidder and Surety, jointly and severai.ly, bind themselves, thew helm, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder the penal .sum set -forth on the face of this Bond. Payment of the penal sum is the extent of Bidder's and Surcty's liability. Recovery of such penal sum under the terms of this Bond shall be Owner's sole and exclusive remedy upon default of Bidder. 2. Default of Bidder shall occur upon the fai 1 ure of Bidder to deliver within the time required by the Bidding Documents for any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding.Documents. 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or a any extension dunof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents, or 3.2 All Bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by Paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder. and Surety of written nonce of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total dme for issuing .Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date. 7. .Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. S. Notices required hereunder shall be in writing and sent, to Bidder and Surety at their respective addresses shown on the face of this Bond Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified trail, return receipt requested, postage pre -paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond .a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "Bid" as used herein includes a Bid, offer, or proposal as applicable. FicMC OM Bid 8aa 41*nW sum Fww) Prepared by the Ensh mJoint Coubrosa! Cr nmWitee. fte2oU CERTIFICATE OF SUBSTANTIAL COMPLETION DATE OF ISSUANCE: OWNER City of Kalispell CONTRACTOR 4015 16 PROJECT CCTV PiReline Inspection Camera This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: The work to which this Certificate applies has been inspected by authorized representatives of OWNER and CONTRACTOR, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION The date of Substantial Completion of the Contract is the date of commencement of warranties required by the Contract Documents. A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within 15 days of the above date of Substantial Completion Issuance. If Final Completion is not reached within the stated time, contract times and any associated liquidated damages will continue. The following documents are attached to and made part of this Certificate: This Certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Accepted by Contractor Accepted by Owner Date Date NOTICE OF AWARD Dated: TO: (BIDDER) ADDRESS: PROJECT: CCTYPipeline Inspection Camera You are notified that your Bid dated for the above Contract has been considered. You are the Successful Bidder and have been awarded a contract for: CCTV Pipeline Inspection Camera ._ The Contract Price of your contract is: Dollars 3 copies of each of the proposed Contract Documents accompany this Notice of Award. You must comply with the following conditions precedent within fifteen days of the date of this Notice of Award, which is by 1. Deliver to the OWNER three 3 fully executed counterparts of the Contract Documents. Deliver with the executed Contract Documents the Contract security (Bonds) as specified in the Instructions to Bidders 3. (Other conditions precedent). Failure to comply with these conditions within the time specified will entitle OWNER to consider you in default, annul this Notice of Award, and declare your Bid security forfeited. Within fifteen days after you comply with the above conditions, OWNER will return to you two fully executed counterparts of the Contract Documents. City of Kalispell (OWNER) By: (AUTHORIZED SIGNATURE) (TITLE) -. EQUIPMENT CO. L Envirosight Camera Inspection Equipment Customer Reference List Agency Name Paint of Phone Date Product Contact Number Installed City of Bismarck Jeron Fueller 701-355- June 2018 Rovver X, S400 Large Crawler Bismarck. ND 58506 1721 2018 F-550 4x4 16' Van Body Build -Gut City of Great Falls Mike Judge 406-727- April 2017 Rovver X. 14' Van Body Build - Great Falls. MT 59403 8390 Out E450 Chassis Turtle Mountain Public Works Kenny Azure 701-278- March 2017 Rower X. 14' Trailer Belcourt, ND 58316 0554 Build -out City of Colstrip Brad Purdon 406--740- November Rovver X C olstri p. MT 1790 2016 City of Basin Steve 307-250- September Rovver X w/Outpost Basin, WY 82410 Vanderploeg 1079 2016 A-1 Sanitation Wade 406-212- September Rovver X Kalispell, MT G' Meyer 7725 2016 City of East Helena Scott 406-410- May 2016 Rovver X East Helena,, MT St. Clair 1125 City of Red Lodge Brian Hanna 406-426- April 2016 Rovver X w/Outpost Red Lodge,, MT 0120 City of Laurel Guy Rolison 406-860- October Rovver X Laurel. MT 8139 2018 Straight Flush Drain Solutions Zach Gloege 707-450- July 2018 Rovver X. 14' Trailer Build -Gut Great Falls,, MT 5901 Kleen Pipe. LLC. Brian 307-349- June 2017 Rovver X, 14' Trailer Build -Gut Lander,, WY Martinsen 7655 Roto Rooter Chad Pfleger 701-471- July 2018 Rovver X Bismarck. ND 6989 1157 Wire Mill Rd - Black Eagle, MT - 59414 - (406)453-4344 www.nrnegco.com