Loading...
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