HomeMy Public PortalAboutORD16340BILL NO. 2023-001
SPONSORED BY Councilmember Lester
ORDINANCE NO. /6,346
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE A $200,676.76 SOURCEWELL CONTRACT
WITH ARMOR EQUIPMENT FOR PURCHASE AND INSTALLATION OF
WASTEWATER TELEVISING EQUIPMENT.
WHEREAS, Armor Equipment has become the best bidder for replacement and
upgrade of Wastewater Televising Equipment.
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF
JEFFERSON, MISSOURI, AS FOLLOWS:
Section 1. Armor Equipment is declared to be the lowest and best bid and is
hereby accepted for the upgrade of Wastewater Televising Equipment.
Section 2. The Mayor and City Clerk are hereby authorized to execute an
agreement with Armor Equipment for the upgrade of Wastewater Televising Equipment
Section 3. The agreement shall be substantially the same in form and content as
that agreement attached hereto as Exhibit A.
Section 4. This Ordinance shall be in full force and effect from and after the date
of its passage and approval.
Passed: 471/
l/
Presiding 0 icer
ATTEST:
11 a 9?3
Approved: D 5 fDz1z 3
APPROVED AS TO FORM:
EXHIBIT A
CITY OF JEFFERSON
CONTRACT FOR CONSTRUCTION SERVICES
THIS CONTRACT, made and entered into the date last executed by a party as indicated below, the City
of Jefferson, Missouri, a municipal corporation of the State of Missouri, hereinafter referred to as "City",
and Armor Equipment, hereinafter referred to as "Contractor".
W ITN ESSETH:
TI-IAT WI-IEREAS, Contractor has become the lowest responsible bidder for furnishing the
supervision, labor, tools, equipment, materials and supplies for the following City improvements: purchase
and installation of CCTV Cameras.
NOW THEREFORE, the parties to this contract agree to the following:
1. Scope of Services.
Contractor agrees to provide all supervision, labor, tools, equipment, materials and supplies for the purchase
and installation of CCTV Cameras, as set forth in Exhibit A. In the event of a conflict between this
agreement and any attached exhibits, the provisions of this agreement shall govern and prevail.
2. Payment.
The City hereby agrees to pay Contractor the work done pursuant to this contract according to the payment
schedule set forth in the contract documents upon acceptance of said Nvork by an Agent of the City of
Jefferson's Department of Public Works, and in accordance with the rates and/or amounts stated in the bid
of Contractor dated 3/27/2023, which are by reference made a part hereof. No partial payment to Contractor
shall operate as approval or acceptance of work done or materials furnished hereunder. The total amount of
this contract shall not exceed Two Hundred Thousand Six Hundred Seventy -Six Dollars and Seventy -
Six Cents ($200,676.76) in the first year, subsequent years shall not exceed Six Thousand Dollars
and Zero Cents ($6,000.00) in annual subscription fees.
3. Manner and Time for Completion.
Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies
necessary to perform, and to perform said work at Contractor's own expense in accordance with the contract
documents and any applicable City ordinances and state and federal laws within twelve (12) weeks of the
date last signed below.
4. Prevailing Wages.
if the bid price is $75,000 or higher, prevailing wage will apply to public works projects. To the extent that
the work performed by Contractor is subject to prevailing wage law, Contractor shall pay a wage of no less
than the "prevailing hourly rate of wages" for work of a similar character in this locality, as established by
Department of Labor and Industrial Relations of the State of Missouri, and as established by the Federal
Employment Standards of the Department of Labor. Contractor acknowledges that Contractor knows the
prevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate
of wages from the contents of Annual Wage Order No. 26 Section 026 in which the rate of wages is set
forth. Contractor further agrees that Contractor will keep an accurate record showing the names and
occupations of all workers employed in connection with the work to be performed under the terms of this
contract. The record shall show the actual wages paid to the workers in connection with the work to be
performed under the terms of this contract. A copy of the record shall be delivered to the Purchasing Agent
each week. In accordance with Section 290.250, RSMo., Contractor shall forfeit to the City One Hundred
Dollars ($100.00) for each worker employed, for each calendar day or portion thereof that the worker is
1
paid less than the s t ipulated rates for a ny work d one under thi s contract, by Contractor o r a ny s ubcontract o r
unde r th e Contractor.
5. Ins urance.
Contracto r s ha ll procure and ma intai n at it s own expe n se during the life of th is contract:
A. Workmen's Com pe n sati o n fn s urance for a ll of its e mplo yees to be e ngaged in work und e r
thi s contract.
B . Contractor's Publi c Liab ili ty In s urance in a n a mount not less t han $3,000,000 for a ll c la ims
a ri s in g out of a s ingle occur rence and $500 ,000 for a ny o ne person in a s in g le acc id ent o r
occurrence, except for t hose c laim s govern ed by th e prov is io ns of the M issouri Workm en's
Compe nsati o n Law, C hapte r 287, RSMo., a nd Contracto r 's Pro perty Da m age Ln s urance in
a n a mount n ot less t ha n $3,000,000 fo r a ll c la ims aris ing o ut o f a s in g le accid e nt o r
occurre nce and $5 00,000 for a ny o ne pe rson in a s in g le accident o r occurren ce.
C. A utomob il e Liabili ty Ins ura n ce in a n amo unt not less t han $3,000 ,000 for a ll c laims a ri s in g
o ut of a s in g le acc id e nt o r occurre nce a nd $5 00,000 fo r an y one person in a s ingle accident
o r occ urrence.
D. Owne r 's Pro tective Liab ili ty In s urance. T he Cont racto r s ha ll a ls o obtain at its own expe nse
and d e li ver to t he C ity a n Owner 's Prot ective Li a bility In su ra nce Po li cy naming t he City
and the C ity as th e in s ured, in an amount not less t ha n $3 ,000 ,000 fo r a ll c la im s a r is in g out
o f a s in g le accid ent o r occurre nce a nd $5 00,000 for a ny one pe rson in a si ng le accident o r
occ urre nce, except for those c lai ms gove rned by t he provis io n s o f t he M issour i Work me n 's
Compe n sation Law, C ha pte r 287, R SMo., N o po li cy w ill be accepted w hi c h exc lud es
li abi li ty for dam age to und ergro und structures o r by reason of b lastin g, explosion or
co ll a pse. Suc h poli cy s hall not be required if the C ity of Jefferson is endorsed as an
a dditi o na l in sure d under th e po li c ies d escrib ed in S ub-paragraphs Band C above and s u c h
a re no t s ubj ect to cance ll atio n o r m od ific at io n w ith o ut thirty (30) d ays ' notice to t he C ity.
E. Sub contracts. In case a ny o r a ll of thi s wo r k is s ub let, th e Co ntrac to r s ha ll re quire t he
S ub co n t ractor t o proc ure a nd m a in ta in a ll in s ura nce requ ired in S ub -pa ragraph s A, B , a nd
C hereof a nd in I ike a mo un ts .
F. Scope of In s ura nce a nd Special Haza rd. T he ins ura nce req uired unde r S ub -parag ra p hs B
a nd C he reof s ha ll prov id e a dequate p rotec ti o n for C ontractor a nd its s ub contracts,
respectively, a g a in s t da m age c la im s w hi c h may arise f ro m operatio ns und e r t hi s con tract,
w hether s uc h operatio n s be by th e in s ured or by a n yone directl y o r in d irectl y e mployed by
it, a nd al so a ga in s t a ny s pec ia l hazard s wh ic h may be encountered in the performance of
t hi s contract.
N OTE: Paragra p h F is cons tru ed to require th e proc urem e nt of Contractor's pro tecti ve in s ura nce
(or co ntin ge nt public li a bili ty a nd contingent pro perty da mage policies ) by a genera l contractor
w hose s ub contractor ha s e mpl oyees workin g o n t he projec t, unl ess t he gene ra l public li a bili ty a nd
prope rty damage policy (or ri d e r a ttac h ed the reto) of t he general contracto r prov id es ad eq ua te
protectio n aga in s t c laim s a ri s in g from operatio n s by a nyone directly o r indirectly e mployed by
Contractor.
6. Contracto r 's Responsibility for S ubcontractors .
It is f urt he r a g reed th at Cont racto r s h a ll be as fu ll y respons ib le to t he C ity fo r th e acts a nd o mi ssio ns o f its
s u bcontrac tors , a nd of persons e ith e r d ir ectl y o r indirectl y e mpl oyed by t hem, a s Contractor is fo r th e acts
a nd om issio ns of pe rsons it d irectly e m p loys. Contracto r s ha ll ca use appro priate provis io ns to be in serted
in a ll s ub contracts re latin g to thi s work , to b in d a ll s u bc o ntrac to rs to Contractor by a ll th e te rm s he re in set
fo rth , in sofar a s a pplicabl e t o t he wo rk o f s u bcontTacto rs a nd t o g ive Contracto r t he sa me power rega rdin g
termina ti o n of an y s u bcontract as th e C ity may exerc ise over Co ntra cto r und e r any provis io ns of thi s
contract. Nothi ng contai ne d in t hi s con trac t s ha ll c re ate a ny co ntractua l re la ti o ns between a ny s ub contracto r
and th e C ity o r between any s u bco ntra c to rs .
2
7. Liquidated Damages.
Th e C ity may de duct Two Hundre d Do ll a rs ($2 00 .00) fro m any a m o unt o th e rw ise du e unde r thi s contract
fo r every d ay Contracto r fail s o r re fu ses to prosecute th e work, o r a ny sepa ra bl e pa tt th e reo f, w ith s uch
dili g en ce a s wil l e ns ure the comp leti o n by th e time a bove s pecified , o r any exte n s io n thereo f, o r fa il s to
compl e t e th e w o rk by s uch time , as lo ng as th e C ity d oes n o t term in a te th e ri g ht o f Contract o r t o procee d .
It is furth e r prov id ed that Contracto r s hall no t be cha rge d with liqu id a te d damages b ecause o f delays in th e
compl e t io n o f the wo rk due to unfo reseeab le causes b eyond C ontra ctor's co ntro l and witho ut fa ult o r
ne gli ge nce o n Contract o r 's p a rt o r th e part of it s a g e nt s.
8. Termination.
The C it y reserves th e ri g ht t o t e rmin a te thi s co ntract by g iv in g at least fi ve (5) d ays pri o r w ri tte n n o ti ce t o
Contracto r, w itho ut prejudice to a ny o th e r ri g ht s o r re me di es o f th e C ity s hould Contracto r be adjudged a
ba nkrupt, o r if C o nt ra c to r s ho uld make a gene ra l assig nm e nt fo r th e ben e fit o f its c re di to rs, o r if a rece iver
s ho uld b e a ppo inte d fo r Contra cto r o r fo r a ny of its prope rty, o r if Contract o r s h o uld pe rs iste ntl y o r
repeate dl y refuse o r fa il to s upply e n o ug h pro pe rly s kill e d workm e n o r pro pe r m a te rial , o r i f Contractor
s ho uld re fu se o r fa il t o ma ke pro mpt paym e nt to a ny p e rson s uppl y in g la bo r o r m at e r ial s f o r th e wor k unde r
th e contract, o r pe rs is tently dis regard in s tru c ti o ns o f th e C ity or fa i l t o o bserve o r pe rfo rm any prov is ion s
of th e cont ract.
9. City's Right to Proceed.
In th e e ve nt thi s c o ntract is termin a t ed purs ua nt to Pa ra g raph 8, then t he C ity ma y take o v e r t he work a nd
prosecute th e s a m e to completio n, by contra c t o r o th e rw ise, and Contractor a nd it s s ure ties s hall be li a bl e
to th e C ity fo r a ny c o s ts o ver the amo unt o f thi s contract th e re by o ccas io ned by th e C ity. In a ny s uc h c a se
th e C ity may take possess io n o f, and utili ze in comp letin g the wo rk , s uc h ma teri a ls, appli a nc es and
s tructures a s m ay b e o n the wo rk s ite a nd a re n ec essa ty for co mpl e tion of th e work . The f o regoin g
provisio ns a re in a dditi o n t o, a nd not in limita ti o n of , t he ri g hts o f th e C ity unde r a ny o th e r prov is io n s of
th e co ntract. c ity o rdi na nces, a nd s tate a nd fed e ra l la ws .
10. I ndcmnitv.
To the full est ext e nt pe rmitted by law , the Con t ra ctor wi ll de fend , ind e mni fy, a nd hold ha rml ess th e C ity,
it s e lected a nd appo inte d o ffici a ls, e mpl oyees, a nd agents fr o m a nd aga in st a ny a nd a ll c la im s, d a m ages,
losses, and expense s inc luding a tto rneys ' fees ari s in g o ut o f o r re s ultin g from th e p e rfo rman ce o f the wo rk ,
pro vide d th a t a ny s uc h c laim , d a ma ge, loss o r expense (I) is attributa bl e to bodil y injury, s ick ness, dis e ase,
o r dea th , o r to injuty to or d estru cti o n o f tan g ib le prope rty (o ther th a n th e work it self) including the lo ss o f
u se res ultin g th e re fr o m and (2) is caused in w ho le or in part by a ny n egli g ent a c t o r o mi ssio n of c o ntrac to r,
a ny s ubc ontractor, anyone directly o r indirec t ly e mpl oyed by an y of them or an yo ne for wh ose act s a ny o f
them m ay be li ab le , reg ardless o f wh eth e r o r no t it is cau s ed in part by a party inde mnifi ed h e re under. Su c h
o blig ati o n s ha ll no t be cons tru ed to negate, a bridge, o r o th e rwi se re duce a ny o th e r ri g ht o r o bliga tion of
ind e m n it y whic h wo uld otherw ise ex is t a s to a ny p a rty o r person d escribe d in thi s parag ra ph .
11. Payment for Labor and Materials.
Contracto r agrees a nd binds itse l f to pay fo r a ll la bo r d o ne a nd fo r a ll the mate rial s used in th e con s truc ti o n
of th e wor k to be comp le te d purs ua n t to thi s contract.
12. S upplies.
Contrac to r is here by a uth o ri zed a nd direc te d to utili ze th e C ity's sales tax exemptio n in the purc hase of
goods a nd materia ls fo r th e proj ec t as set o ut in Sectio n 144.062, RS M o., 19 86 as a me nd e d .
3
13. Performance and Materialman's Bonds Reguil·ed .
Contrac tor s ha ll prov ide a bo nd to th e C ity b efo re work is commenced , a nd n o later th an ten (I 0 ) d ays after
t he executi o n of thi s co ntract , g ua ra nteeing t he Contract o r's pe rfo rm ance o f t he w o rk bid fo r , t he payment
of a m o un ts due to a ll s upplie rs of la bor a nd materi a ls, th e pay me nt o f ins ura nce pre miums fo r work e rs
compe n sati o n in s uran ce and all o ther in s ura nce called fo r und e r thi s contract, a nd the payment o f t he
prevailing wa ge rate to a ll workm e n as re quire d by thi s contract, sa id bond t o be in a form a p proved by th e
C ity, a nd to be g iven by s uc h compa ny or compa ni es a s may be accepta b le to t he C ity in its s o le a nd abs o lu te
dis c retio n. Th e am o unt o f the bo nd s hall be equ a l t o th e Contracto r 's bi d.
14. Knowledge of Local Conditions.
Contracto r he re b y wa rrants that it h as exa mined th e locati o n of the pro p ose d wor k a nd t he attach ed
s pec ifi cati o n s a nd ha s full y cons id e red s uc h lo c a l conditi o ns in m ak ing its bid he re in.
15. Severability.
If a ny secti o n, s ubsecti o n, sente nce, or c la use o f thi s contrac t s ha ll be adj udged ill ega l, inva lid , o r
unenfo rcea bl e , s u c h illegali ty, in va lidi ty, o r un e n fo rcea bility s hall no t affect th e lega lity, va lid ity, o r
e nforce abi I ity o f th e contrac t a s a who le, o r of a ny s ectio n, s ub sec ti on, sent e nce, c la use, o r attac hment not
s o adjud ged.
16. Governing Law.
T he contract s hall be governed by th e laws of th e State of Mi sso ur i. Th e courts o f t he State of Mis so uri
s hall have juris di cti o n ove r an y di s pute whic h ari se s under thi s contrac t, and e ac h of t he p arti es s hall s ubmit
a nd he re by consents to s uch co urts exerc ise o f juris di cti o n. In a ny successful acti on by th e C ity to e n fo rce
thi s contract, th e C ity s hall be e nt itl e d t o recover it s atto rn eys' fe es a nd expenses incun e d in such actio n.
17. Contract Documents.
The co ntract d o cume nts s hall con s ist of the fo ll o wing :
a . T hi s Contract d. Noti ce to Bidde rs
b. Add e nd a e . S ig ned Copy of Bi d
c . Info rmatio n for Bidde rs f. Drawing and/or Ske tche s
Thi s co ntrac t a nd th e o th e r d ocum e nts e n u me ra te d in thi s pa ra g ra ph , fo rm t he c o n tract between th e pa rti es.
These d ocum e nt s a re a s fully a par t of the cont ra ct as if a ttached he re to o r repeated herein.
18. Complete Understanding, Merger.
Pa rti es a g ree that thi s d ocum e nt, in c ludin g th ose d ocum e nt s d escri bed in t he section entitle d "Con t ract
D o cume nts", re present t he full a nd compl et e und e rstanding o f th e pa rt ie s . T hi s con tract in c lud e s o nl y t ho s e
good s a nd serv ices s p ec ificall y set o ut. Thi s cont ract s up e rsedes a ll p r ior contracts an d u nd e rstandi ngs
be twe en th e Contrac to r a nd the C ity.
19. Authorship and Enforcement.
Pa rties agre e that th e pro duc ti o n o f thi s d ocum e nt was th e j o int effo rt of bot h p a rt ies an d t hat the contract
s hould no t b e cons trued as ha v in g been drafte d by e ither party. ln th e event th at either p a rty s hall s e e k t o
e nfo rce th e te nn s o f thi s c ontrac t thro ugh liti ga ti o n , th e preva ilin g par ty in s uc h acti o n s ha ll be e nt it le d t o
receive, in a d d iti o n t o an y o th e r re li e f, its reasona ble atto rneys' fees, expens e s a nd costs.
20. Amendments.
Thi s contract may no t be m o difi e d, changed o r alte red by a ny o ra l promise o r s tatem e nt by w hoso ever
made ; no r s h a ll any m odifi cati o n o f it be bindin g upo n th e C ity until s uc h w ri tten mod ifi catio n s ha ll have
4
bee n approved in wri t in g by an autho rized offi ce r of the C ity. Co ntracto r ac know ledges that the C ity may
no t be respo ns ible fo r pay in g fo r changes or modifi cat io ns that we re not pro perly authori zed.
21. Waiver ofB1·each.
Fa ilure to in s ist up o n stri ct co mplian ce w ith any of th e term s, covenants or co ndi tio ns here in sha ll not be
dee med a wa ive r of any suc h terms, cove nants or condi t ions, nor s ha ll any fai lure at o ne o r more t imes be
dee med a wai ve r or re linqui shm ent at an y oth er tim e or tim es by any ri ght unde r the te rms, covenant s or
co nditi ons he re in.
22. Assignment.
Ne ith e r party may se ll o r ass ign it s ri ght s or res ponsibiliti es und e r th e terms of thi s agree me nt wi th o ut th e
express co nse nt o f th e rema inin g party .
23. Nondiscrimination.
Co ntra ctor agre es in the pe rform ance of thi s contract no t to di scrimi nate on the gro und s of race, creed,
co lor, nati ona l ori g in or anc estry, sex, re li g ion, handi ca p, age, or politi ca l opi ni on or affi lia t io n, aga in st any
e mpl oyee o f Co ntrac tor or a ppli cant for empl oyment , and sha ll inc lude a s im ila r provis ion in all
s ub co ntracts let or awa rd ed he re und er.
24. lllega l Immigration.
Pri or to co mm encement of th e wo rk:
a. Co ntrac to r sha ll , by swo rn affid av it a nd prov isio n of docu mentation, affi rm its enrol lm ent
and participati on in a federa l wo rk auth ori za tion program w ith res pect to the e mployees
wo rkin g in conn ecti on wi t h th e contra cted servi ces .
b. Co ntrac tor s ha ll s ign an affid av it affirmin g that it does not kn owi ngly emp loy any perso n
who is an un a uthori ze d a li e n in co nn ect io n with the co nt racted serv ices .
c. If Co ntra ctor is a so le propri eto rship , partnership , or li mite d partne rship , ContTacto r sha ll
pr ov id e proo f o f citi ze nship o r lawful prese nce of th e ow ner pri or to issu an ce of the Noti ce
to Proceed.
25. Construction Safety Pro gram Requirements.
a. Co ntrac to r sha ll require a ll on-s ite empl oyee s to compl ete th e ten-ho ur sa fety t rainin g
program required purs uant to Secti on 292 .67 5 RSMo., if th ey have not previo us ly
co mpl ete d th e program a nd have doc um e nta t ion of hav ing done so. A ll e mployees work in g
o n t he pr oj ect are re quired to co mplete t he pro gra m wit hi n sixty (6 0) days of beg inn ing
wo rk on the Proj ect.
b. Any empl oyee fo und on t he wo rk s ite s ubj ect to thi s section witho ut docume nta ti on of th e
s uccessful co mpl eti on of th e co ur se required und e r s ubsect io n (a) sha ll be afford ed twe nty
(2 0) days to pr oduc e s uch docum entati o n before bei ng subj ec t t o removal fr om th e pr oj ect.
c . Pursua nt to Sec ti o n 292.6 75 RSMo., Co ntr actor sha ll fo rfeit as a pe na lty to C ity Two
Th o usand Fi ve Hundred Do ll ars ($2,50 0.00 ) plu s One Hundr ed Do ll ars ($1 00.00) fo r each
e mpl oyee e mploye d by Co ntrac to r o r s ubco ntracto r, fo r each cale ndar day, or po rtion
th e reof, s uch empl oyee is em pl oye d witho ut the requi red t ra inin g. T he pena lty sha ll not
begin to accru e until the tim e period s in sub se cti ons (a .) and (b.) have e lapsed. City s hall
w ithh o ld and reta in fr om th e a moun t du e Co ntrac tor und er th is Contract, a ll sum s an d
a mou nts du e and ow in g C ity as a re sul t o f a ny vio lat ion of t hi s sec ti on.
26. Notices.
A ll noti ces req uired o r permi tted he re inunde r and required to be in wri t in g may be g ive n by fir st c lass ma il
addressed to th e fo ll ow in g addresses. T he date and de li very of any no t ice sha ll be the date fa llin g on t he
seco nd full day afte r th e day of it s ma ilin g.
5
If to the City:
City of Jefferson
Department of Law
320 East McCarty Street
Jefferson City, Missouri 65101
CITY OF JEFFERSON, MISSOURI
Mayor
Date: O B�r_
MINIM
172,01, 1 M5, 119-MA"A'"m
APPROVED AS TO FORM:
Ci torney
If to the Contractor:
Armor Equipment
Mark Harless
1368 Lonedell Road
Arnold, Missouri 630I0
ARMOR EQUIPMENT
A
49/f--
Title: e5, ajK—
Date: D_..Y / v 2
Title: 'Sqt;
EXHIBIT A
03/27/23
Quotation Reflects Purchase Through Sourcwell Contract # 120721-RVL
Shipping not included in quotation
Description
RapidView quote for a Mainline system mounted into the
existing gas box.
After the customer has removed the old equipment.
New
Description New
RapidView equipment with retrofit
1 V2000311
KW Reel cabinet, (Lang Version for LISY (W-22", L-47" & H-
35")), with a slide out tray for the LISY 5ynchro drum and
one locking drawer with a divider. All aluminum drawer
construction.
2 Equip Safes
Misc. Equipment Sales
19" 4:3 Monitor - Metal Case / Glass Front - KIM!, DP,
DVI, CVBS, 5video, VGA
1 Equip Sales
Misc. Equipment Sales
• Dual Professional Mount
40 Installation Labor
Labor for Installation
• Estimated time.
• Retrofit of existing chassis box.
New
New
New
New
$2,260.00 $2,260.00
$745.00 $1,490.00
$285.00 $285.00
$250.00 $10,000.00
1 Equip Sales New $700.00 $700.00
Misc. Equipment Sales
• Add MEPS for this retrofit.
Desalptlon New
1 901601040 New $490.00 $490.00
Pressure Test Set
1 V4019001 New $20,030.00 $20,030.00
ORION Zoom PAN & TILT CAMERA
• Pan, Tilt and Zoom (3x digital) camera for 4" and up
pipelines
• May be used on tractor or pushrod
• Auto-focus, Auto-uprightlng. LED Ughtlng and 33 kHz
Transmitter for locate
• New wide angle of view= 90V
• Laser diameter, deformation, defect and object
measurement (software required -not Included)
1 V4004202 New $30,019.00 $30,019.00
ORPHEUS 2.1 PAN & TILT, ZOOM CAMERA WITH
TRANSMimR
• Pan, Tilt and Zoom camera for 6" and up pipelines
• 120x Zoom (lOx Optical, 12x Digital)
• E-FIIp auto flip image every lSOe
• Gap illumination
• High-Power LED Ughting
• Includes Transmitter for location option installed
1 V9052012 New $12,966.00 $12,966.00
T66.1 Camera Tractor
• For camera operation In pipelines 4• and larger
• Zero turn radius, full steering with ATC (Automatic Tilt
Compensation)
• Incl. test adapter, tool set and lowering claw.
• Includes 4", 6" and 8" wheelsets
• REQUIRES New 1.1, 2.1 or 5.1 Camera Connection (Sold
Separately)
1 905246001 New $2,901.00 $2,901.00
Camera Connection Type 1.1 (HD) for T66.1HD with NON-
HDCameras
• Flexible front connector for camera on T66.1 HD tractor
• Allows easier access to tight spaces
• Connects to T66.1HD tractor, but only accepts NON-HD
cameras
1 905211031 New $750 .00 $750.00
Additional Weight for T66
• For 6" and up
• Ught and heavy weights Included
• Addltlonal weight= additional traction= greater distance
1 905216791 New $1,590 .00 $1,590.00
High-Traction Tungsten Carbide Wheels for 8" and up
• For use with T66 for 8" and up
• For use with PANO 150 Tractors for 10" and up.
• large Grit
••comes With 12 Each, 6001562 M5x20 Countersunk Torx,
6001043 M5x25 Cheese Head and 6000081 A5.3 Flat
Washers••
1 905215991 New $1,395 .00 $1,395.00
High-Traction Tungsten Carbide Wheels for 6" and up
• For use with T66 and PANO 150 Tractors
*large Grit
(((Uses Countersunk Screw 6001541)))
1 905210091 New $657 .00 $657.00
Treaded Wheel Set 75 Complete -BROWN •
• • For T66IPANORAMO 150 Tractor only• •
(({T66 • 5" I 125mm Pipe Size & Up)))
((PANORANO 150 • 6" I 150mm & Up))
••uses RepiacementTire PIN 905206142**
4 9052U642 New $45.75 $183.00
T66 -5" I PANORAMO 150-6"-Soft Black Treaded
Replacement Tire 75
1 905210191 New $898.00 $898.00
Treaded Wheel Set 105 PUR Complete -Brown -
**T66 & PAMORAMO 150 Only* •
*T66 Use d In 6" I 150mm & Up Pipe•
*PANORAMO 150 Used In 8" I 200mm & Up Pipe•
(((Uses Replacement Tire PIN 905206342)))
4 905212742 New $60.06 $240.24
T66-Tire With Tread RAD lOS (Ind ividual Replacement
Tread Tire)
•••soft Black Compound ••
1 904401491 New $1,395.00 $1 ,395.00
High-Traction Tungsten Carbide Wheels for 6" and up
• For use with T76/ T86/ PAN02 Tractors
• Large Grit
• Uses Wheel Bolt 6002104
1 900406691 New $1,479.00 $1,479.00
High-Traction Tungsten Carbide Wheels for 8" and up
• For use with T76/ T86 I PAN02 Tractors
• Large Grit
• Uses Wheel Bolt 60000291
1 900410391 New $1,227.00 $1,227.00
T76 Treaded Wheelset Complete for 8" and up
(Brown/Hard Compound)
*RAD 122 PUR
.. •uses Replacement Tire #900411042***
4 900411142 New $60.13 $240.52
T76 & T66 -8" I 200mm & Up Pipe -Soft Black Treaded -
Individual Replacement Tires
*RAD 122 NBR-RAD 118 NBR
1 V197400S New $17,340.00 $17,340.00
BS 3.5 EDI CONTROLLER
• Remote command and control center with touch screen
color LCD panel
• 19" Rack mount main control unit
• Control of the camera and KRA functions with multi-
functional joysticks
• LCD Display for operating functions
• For permanent vehicle Installation
• Requires software I computer for overlay
• RS232 Interface for software integration
1 V8026001 New $31,724.00 $31,724.00
KW305.2 Synchronized Power Cable Reel
• Synchronized cable payout and retraction
• Automatic level wind
• Requires vehicle Installation
• Includes remote control pendant and LED Boom Ught
• Distance counter and rear display
• Holds up to 1000' of mainline cable
• Includes integrated tractor lowering winch and control
1 80017040 New $5,626.00 $5,626.00
CAMERA CABLE TYPE 524/11-1000 FEET
• Terminated with connector for KW305 Reel Only
• High strength, 20001b. pull, Kevlar re inforced
• Diameter of cable approx. 7.3 mm
1 904350020 New $726.00 $726.00
Cable Deflection Pulley KUV 2.7 w ith rope and holder (SOft
of rope)
1 800500841 New $1,036.00 $1,036.00
KW Reel foot-operated winch switch (KWSOS, 310 and
305)
• Control the lowering winch with foot to allow more
control while lowering the tractor into the manhole
1 905302331 New $424.00 $424.00
USY 3 .1/ HEK 10.61 LIFT HOLSTER
• Holds remote elevator or USY attachment when not In
use.
1 V9056001 New $8,090 .00 $8,090.00
ARGO Raft
• For use in large, partially filled lines
• Includes floating raft and deflection pulley
• Requires ARGO Adapter box or ARGO holder for camera
adapter
1 V9056003 New $1,339.00 $1,339.00
ARGO holder for Camera Adapter
• Built In receptacle for Camera Adapter (802300430 sold
separately)
1 905600601 New $2 ,064 .00 $2 ,064.00
Protection Cage for Camera-ARGO Raft
1 802300430 New $1,925.00 $1,925.00
Adapter -Soft cable to Camera
-For Inspection of vertical pipes or manholes.
-Connects camera directly to mainline cable.
Desaiptlon New
IKAS software and hardware
1 V0001017 New $4,500.00 $4,500.00
19" Industrial PC (Windows 11 )
These specifications or greater:
• Ruggedized Rack Mount Cabinet
• Intel Quad Core Processor
*16GB RAM
• 256 GB Solid State Drive for Applications I OS
• 2 TB Hard Drive for Data
* DVD-R/CD·RW drive
• Keyboard and Optical Mouse
• Operating system Windows 11 Professional
• 17" VGA LCD Monitor when purchased with vehicle
conversion
••• NO Video Capture Device In cluded (to be supplied by
software vendor)
1 V0001018 New $492.00 $492.00
Non-HD Video Capture Device
*Only sold for use with IKAS Evolution. If using a 3rd party
software, please contact your software vendor.
*APPROVAL FROM REX NEEDED PRIOR TO SHIPPING*
1 VS004103 New $1,037.00 $1,037.00
IKAS RECORDER
A basic software that allows you to capture video and still
Images with text and distance overlay.
-MPEG format with IBAK system configuration and IBAK
encoder
-Recording of defect pictures in the .jpg file format
-Data display with IBAK system configuration and texts
with touch-screen entry assistant
-Simple playback of videos and pictures
-No Database or Interface Included
1 IKAS Evolution Support New $80.00 $80.00
IKAS Evolution Support
• Ongoing updates and support by phone or online via
Team VIewer
• First 6 months included with initial purchase
• The service contract will automatically renew on January
1st of each subsequent calendar year.
• Paid yearly upon renewal
• Customer outside of contract will receive no updates and
minimal support
• Upon Initial purchase, customer will be charged a pro-
rated amount to Include support for the current year, and
until December 31st of the following calendar year.
Description New
Training
1 Training-Equipment Tra i ning
Standard (2) day training at customer's location.
• Includes review of operation and maintenance of
supplied equipment.
• Additional days of training can be added at $1250.00 per
day.
• Training Is no charge at RapidVIew's facility In Rochester,
Indiana.
Pipe Tech Inspect 2 $9,800 .00 $19,600.00
Pipe Tech Inspect Support & Maintenance 2 $1,050.00
/year
$2,100.00 I year
Pi pe Tech Hub for Desktop 12 $249.00
/year
$2 ,988.00 I year
Pipe Tech Hub Platform Onboardlng 1 $2,800.00 $2,800.00
Pipe Tech Inspect GIS Module 2 $1,000 .00$2,000.00
Annual support and maintenance for Pipe Tech
Inspect.
Includes unlim ited on premise seats. for 1 year
Initial Hub setup with up to 4 hours of web-based
training.
Module for inte.rfacing with ESRI GIS.
Subtotals
Annual subtotal $5,088.00
One-time subtotal $24,400.00
Total $29,488.00
Mark Harless
Regiona l Sales Manager
P: 636.321.8547 IF: 636.321.8578
New $3,500.00 $3,500.00
Rapi d View: $171,188.76
Email: markh@armor-equlp.com Pipe Tech: $29,488.00
Total $200,676.76
r -
Customer Print: d; ti R/ r 2 .c' 776----Z Date: 0-5/C2 Z /Z
Customer Sign
CG Date: 0 S /o Z --/a '3