HomeMy WebLinkAbout12/07/2004, C6 - FLEET REPLACEMENT - WASTEWATER COLLECTION CLOSED CIRCUIT TELEVISION INSPECTION UNIT. SPECIFICATION c O u n c i L M.&4 Da¢
j ac,€noA Report I��
1
CITY OF SAN LU I S O B I S P O
FROM: John Moss,Utilities Directo
Prepared By: Bud Nance, Wastewater Collection Supervisor
SUBJECT: FLEET REPLACEMENT — WASTEWATER COLLECTION CLOSED
CIRCUIT TELEVISION INSPECTION UNIT. SPECIFICATION NO. 90431
CAO RECOMMENDATION
I Approve a single source purchase and authorize the CAO to execute an agreement for the
purchase of a Closed Circuit Television Unit/Vehicle from Advanced Infrastructure
Technologies for$116,155.
2. Approve a budget amendment request increasing sewer fund revenues by $22,000 from
the sale of the surplus unit and transferring $18,000 from these revenues to Specification
No. 90431.
DISCUSSION
The Wastewater Collection section utilizes a truck mounted Closed Circuit Television (CCTV)
system to inspect and monitor the City's wastewater collection system. This unit plays an
important part in evaluating and managing the system's ongoing operations, maintenance and
capital improvement projects. The City's current CCTV unit is over twelve years old and
requires significant maintenance and repair, resulting in long periods of "down time". The
current CCTV uA also utilizes largely obsolete technology.
Wastewater collection staff has carefully evaluated several different manufacturers of CCTV
systems over the past several months. Staff required each manufacturer to perform an actual in-
the-pipe performance and operational test of their self-propelled CCTV transporter unit. To
evaluate a CCTV system, staff selected a 6 inch diameter segment of the collection system that
best represents numerous deficiencies, maximum grade and other features commonly found in
the City's system. Because of the significant problems relating to down time with this type of
equipment, staff also carefully evaluated the field maintenance and repair of the units.. Only
those systems that passed these performance tests would be considered for a specification
submittal.
Envirosight products is the only manufacturer that passed the overall, actual in-the-pipe
performance, field maintenance and repair evaluations. Envirosight is the only trained and
authorized distributor of their equipment in North America and carries a large inventory of
service parts for quick and reliable repairs and upgrades. Because Envirosight CCTV system is
the only manufacturer on the market that meets the City's overall performance tests and
specifications, staff recommends a single source purchase of the Envirosight system from
Civ��
�j C ,
Council Agenda Report-Fleet Replacement,Wastewater Collection CCN Inspection Unit Page 2
Advanced Infrastructure Technologies. Advanced Infrastructure Technologies represents
Envirosight products.
The value of the existing CCTV unit is estimated at $22,000. The proceeds of the sale will offset
the additional funding required to purchase a new CCTV unit. The old CCTV unit will be
auctioned off with a reserved price of no less than $22,000.
CONCURRENCES
The Fleet Management Supervisor concurs with this sole source replacement purchase.
FISCAL IMPACT
A total of $100,000 was approved for the purchase of a new one-ton step van and a CCTV
inspection system as part of the 2003-04 Budget (2003-05 Financial Plan, pages 104-107). The
cost of the proposed replacement van and equipment is estimated at $116,155. The additional
budget is recommended to come from the proceeds from the sale of the used CCTV van. The
estimate of resale value is $22,000; $18,000 of this will be.transferred to Specification No. 90431
to augment the$100,000 approved for this purpose.
ALTERNATIVES
1. Solicit bids from the CCTV manufactures that demonstrated in-the-pipe performance
tests and purchase lowest cost system if available. This alternative is not recommended.
Only Advanced Infrastructure Technologies meet the minimum performance
specifications that will serve the needs of the City's CCTV inspection program.
2. Defer the replacement of the existing CCTV unit. This alternative is not recommended.
The vehicle is over 12 years old. Also the specialized operational equipment is
technically obsolete and has become cost prohibitive to maintain.
Attachment_
Agreement
C�-Z
AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this day
of , by and between the CITY OF SAN LUIS OBISPO, a
municipal corporation, hereinafter referred to as City, and ADVANCED INFRASTRUCTURE
TECHNOLOGIES,hereinafter referred to as Contractor.
WITNESSETH:
WHEREAS,the City invited manufacturers of closed circuit television sewer inspection units to
participate in a qualifying Performance test of their equipment per Specification No. 90431.
WHEREAS, Contractor's equipment was the only tested equipment which passed the required
performance test, and, Contractor has submitted a proposal which was accepted by City for said Closed
Circuit Television Inspection Unit.
NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants
hereinafter contained,the parties hereto agree as follows:
1. TERM. The term of this Agreement shall be from the date this Agreement is made and
entered, as first written above, until acceptance or completion of said Closed Circuit Television
Inspection Unit.
2. INCORPORATION BY REFERENCE-. City Specification No. 90431 and
Contractor's proposal dated November 18, 2004; are Hereby incorporated in and made' a part of this
Agreement.
3. CITY'S OBLIGATIONS. For providing the Closed Circuit Television Inspection Unit
as specified in this Agreement,City will pay and Contractor shall receive therefor compensation in a total
sum not to exceed•$116,155.
4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and
agreements hereinbefore mentioned to be made and performed by City,Contractor agrees with City to do
everything required by this Agreement and the said specification.
� t
5. AMENDMENTS. Any amendment, modification; or variation from the terms of this
Agreement shall be in writing and shall be effective only upon approval by the Utilities Director of the
City.
6. COMPLETE AGREEMENT. This written Agreement, including all writings
specifically incorporated herein by reference, shall constitute the complete agreement between the parties
hereto. No oral agreement, understanding, or representation not reduced to writing and specifically
incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or
representation be binding upon the parties hereto.
7. NOTICE. All written notices to the parties hereto shall be sent by United States mail,
postage prepaid by registered or certified mail addressed as follows--
city Utilities Director
City of San Luis Obispo
879 Morro Street
San Luis Obispo,CA 93401
Contractor Mr.John Pujol
Advanced Infrastructure Technologies
20818 Higgins Court
Torrence, CA 90501
8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant
that each individual executing this agreement on behalf of each party is a person duly authorized and
empowered to execute Agreements for such party.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day
and year first above written.
ATTEST: CITY OF SAN LUIS OBISPO
- - -
By
City Clerk City Administrative Officer
APPROVED AS TO FORM: CONTRACTOR
By:
C ty A rney Advanced Infrastructure Technologies