Loading...
HomeMy WebLinkAbout12/18/1990, C-3 - INFILTRATION/INFLOW (I/I) REDUCTION PROGRAM, TV INSPECTION SYSTEM, AWARD OF CONTRACT FOR PURCHASE. MEETING DATE: i� �i city of San IUiS QBISPQ December 18 1990 A , REM NUMBS COUNCIL AGEN®A REPORT - FROM: William T. Hetland Prepared by: John E. Moss Utilities Director Wastewater Division Manager SUBJECT: Infiltration/Inflow (I/I) Reduction Program, TV Inspection System, Award of Contract for Purchase. CAO RECOMMENDATION: By motion, approve the award to, and authorize the Mayor to execute a contract with Flexible Video Systems in the amount of $106,250 for the purchase of One (1) Van Mounted TV Inspection System for Wastewater Collection Systems. DISCUSSION: BACKGROUND The City's wastewater collection system has long been troubled with excessive wet weather I/I and subsequent surcharging and overflows.. In July 1989, Council directed staff to develop and implement a program aimed at reduction of I/I, in lieu of installing additional relief sewers. On June 12, 1990 an I/I reduction program was submitted to Council as a 1990-91 budget adjustment. Council approved this program with an estimated operating program cost of $70 ,900 for FY 1990-91 and capital expenditures of $139, 000 for the required equipment. The purchase of a TV (video) inspection for the collection system was identified in the capital expenditure request with an estimated cost of. $105, 000. The TV inspection system is one component used to identify and prioritize required repairs to the collection system for I/I reduction. On October 2, 1990 Council approved a request for proposals (RFP) for the required TV inspection system and authorized staff to solicit proposals. Three proposals were received and opened on November 6, 1990. The proposals have subsequently been evaluated by staff based on their compliance with the minimum specifications detailed in the RFP, the proposed equipment's ability to meet both the short and long term needs of the City, and price. PROPOSAL SELECTION The proposal submitted by Flexible Video Systems was determined to best suit the needs of the City. This was the only proposal submitted which met all of the minimum -/ 1liill►lip"iii';; city of san [u s OBISPO MMbMo COUNCIL AGENDA REPORT Video Inspection Unit December 18, 1990 Page 2 specifications detailed in the RFP and was also the most complete in terms of detailed equipment specifications provided. In terms of cost, this proposal was the second lowest. The proposal submitted by RS Technical Services Inc. (RST) was the lowest cost proposal at $86, 574.28. In reviewing the proposal, staff has identified some significant inconsistencies with the proposed equipment versus the equipment specified in the RFP. Staff has reevaluated the specified equipment which was proposed by RST and has determined that the proposed equipment will not adequately meet the needs of the City and has therefore determined the proposal to be not responsible. The primary variation in RST's proposal was in the vehicle specification. The minimum specification called for in the RFP for Gross Vehicle Weight Rating (GVWR) was 15, 000 lbs. RST's proposal was for a vehicle with a 10,700 lb. GVWR. Staff has researched the validity of the 15,000 GVWR requirement and has verified that the 15,000 GVWR vehicle is necessary to safely and legally carry the required equipment. In addition, other detailed specifications requested in the RFP were not provided and some of the required components were listed as options, thereby making proposal and cost comparison not possible. The third proposal was submitted by Cues Inc. . This proposal was the high cost proposal and also did not meet the minimum vehicle specification of 15, 000 GVWR. Their proposal did meet all other required specifications, however again, their proposal was the high cost proposal and is therefore not recommended. Based on the above evaluation staff has determined Flexible Systems to be the lowest responsible proposer and therefore recommends award of the contract to Flexible Systems. Staff is also recommending the camera to be purchased be a wide angle (120 degree) view camera in place of the radial view camera specified. Recent correspondence with vendors and system users has identified that some difficulty may be encountered with using a radial view camera in 6 inch pipe, due to the diameter of the radial view cameras. Since the bulk of the City's system is made up of 6 inch pipe the purchase and use of a radial view camera is not recommended. The wide angle camera will still provide partial viewing of lateral connections and will adequately satisfy the needs of the City. In addition a cost savings of $15,000 will be realized by the purchase of the wide angle in lieu of the radial view camera. ;.��i;. city Of San is OBISPO jllil�li IftZe COUNCIL AGENOA REPORT Video Inspection Unit December 18, 1990 Page 3 PROPOSAL COST COMPARISON A cost comparison of the three proposals is provided below. It should be noted that the proposal submitted by RST has been determined as non responsible due to their not meeting minimum specifications and therefore this cost comparison if for information purposes only and does not reflect a comparison of like equipment. PROPOSAL COST COMPARISON Vendor FLEXIBLE CUES RST Proposal bid amount $115, 000 $120, 518 $81, 456* Bid amount w/ wide angle vs. radial view camera ** $100, 000 ---- Not Available --- Bid amount w/ standard 70 degree view camera $100, 000 $108,518 $721956* * Proposal price for 10,700 GVWR van, RST only. (spec. 15, 000) ** Wide angle (120 degree) camera best suited to City's needs. CONSEQUENCES OF NOT TAKING THE RECOMMENDED ACTION Not taking the recommended action may delay or inhibit the effectiveness of the I/I reduction program. Failure to include the video inspection system in the I/I reduction program will result in staff basing rehabilitation decisions on only quantitative data, rather than qualitative and quantitative data, and may result in not attaining the most cost effective I/I reduction possible. FISCAL IMPACT: Funding for the TV inspection system was estimated at $105, 000 and was approved by Council on June 12, 1990 as a 1990-91 Budget Adjustment Request (Page A-8 of the 1989-91 Financial Plan and Approved 1990-91 Budget) . Funding source is the Sewer Fund. This purchase request is in accordance with the procedures established in the City Purchasing Control Manual, section 401-3. Supplies and Equipment greater than $10, 000. Prior capital expenditure related to the I/I reduction program has been $13,200 for the purchase of the necessary flow monitoring equipment. A cost breakdown of this k5 ����K�►►►'�a►Illliill��►i ►i�i�lN city of San Luis osispo COUNCIL AGENDA REPORT Video Inspection System December 18, 1990 Page 4 expenditure as well as I/I reduction program capital expenditures is as follows: Total Capital Approved Funding $139, 000 TV inspection system $100, 000 Sales Tax @ 6. 25% 6, 250 TOTAL (TV inspection system) $106,250 Prior Expenditures (flow monitors) $ 13,200 Remaining Required Expenditures Portable Computer for Flow Monitors $ 61000 Service Vehicle S 24 .000 TOTAL REMAINING EXPENDITURES $ 30,000 ACTUAL VS. BUDGETED -$ 10,450 The $10, 000 shortage in required funding to complete the required I/I related purchases is due to an error in the original estimation of the cost of the service vehicle at $14, 000. Additional capital improvement plan funding is available in the sewer fund to complete the required purchases related to the I/I program. ALTERNATIVES: 1. Purchase lowest cost system, proposed by RS Technical Services. This alternative is not recommended as the system proposed by RST did not meet the minimum specifications and would not adequately serve the needs of the City's I/I program. 2 . Contract services may be used to complete the video inspection work. This alternative is not recommended as staff feels that it would not be cost effective on the long -term basis of the I/I reduction program. Contract video inspection services currently cost between $750 and $1, 000 per day. RECOMMENDATION: By motion, approve the award to, and authorize the Mayor to execute a contract with Flexible Video Systems in the amount of $106,250 for the purchase of One (1) Van Mounted TV Inspection System for Wastewater Collection Systems. Attachments: Agreement GAGREEMENT THIS AGREEMENT is made and entered into in the City of 'San Luis Obispo on this day of , .1989, by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as CITY, and the Flexible Video Systems hereinafter referred to as SUPPLIER. WITNESSETH WHEREAS, CITY invited proposals for the procurement of a TV INSPECTION SYSTEM per Specification No. 90-10-02 . (Proposal Option 2) WHEREAS, pursuant to said invitation, SUPPLIER submitted a proposal which was accepted by CITY for said supplies, equipment, and services 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 1990 through 19_. O 2 . INCORPORATION BY REFERENCE. The Request of Proposal; the General Proposal Terms and Conditions, the Special Proposal Terms and Conditions, the Proposal Specifications, and the Proposal, are hereby incorporated in and made a part of this Agreement. 3 . CITY '.S OBLIGATIONS. For furnishing services as specified in this Agreement, City will pay and Supplier shall receive therefor compensation of S106 ,250.00 Payment shall be made to the Supplier within 30 days after receipt of an original invoice from the Supplier and acceptance of the equipment, supplies and service by City. 4 . SUPPLIER'S OBLIGATIONS. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by CITY. SUPPLIER agrees with CITY to furnish the services and to do everything required by this Agreement and the said specifications. Without limiting the generality of the foregoing, SUPPLIER warrants on behalf of itself and all subcontractors engaged for the performance of this Agreement that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 5. HOLD HARMLESS AND INDEMNIFICATION. SUPPLIER agrees to defend, Oindemnify, and hold harmless CITY, its officials, officers, City of San Luis Obispo Spcn. No. WW-90-10-02. employees, representatives, and agents, from and against all claims, lawsuits, liabilities or damages of whatsoever nature arising out of or in connection with, or relating in any manner to any act or omission of SUPPLIER, its agents, employees, and subcontractors of any tier and employees thereof in connection with the performance or non-performance of this Agreement. The SUPPLIER shall thoroughly investigate any and all claims and indemnify the CITY and do whatever is necessary to protect the CITY, its officials, officers, employees, agents, and representatives, as to any such claims, lawsuits, liabilities, expenses, or damages. 6. 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 Director of Finance. 7. TERMINATION. If during the term of this Agreement, CITY determines that SUPPLIER is not faithfully abiding by any term or condition contained herein, CITY may notify SUPPLIER in writing of such defect or failure to perform; which notice must give SUPPLIER a 10-day notice of time thereafterin which to perform said work or cure the deficiency. If SUPPLIER has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of this Agreement and CITY may terminate this Agreement immediately by written notice to supplier. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under this Agreement except, however, any and all obligations of SUPPLIER'S surety shall remain in full force and effect, and shall not be - extinguished, reduced, or in any manner waived by the termination hereof. In said event, SUPPLIER shall be entitled to the reasonable value of its services performed from the beginning of the period in which the breach occurs up to the day it received CITY'S Notice of Termination, minus any offset from such payment representing the. CITY'S damages from such breach. CITY reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the CITY'S sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall SUPPLIER be entitled to receive in excess of the compensation quoted in its proposal. 8. 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. 9. ANTI-DISCRIMINATION. In the performance of the terms of this Agreement, SUPPLIER, agrees that it will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination City of San Luis Obispo Spcn. No. WW-90-10-02 in employment of persons because of age, race, color, sex, C" national origin or ancestry, or religion of. such persons. Violation of this provision may result in the imposition of penalties referred to in Labor Code Section 1735. 10. AUDIT. CITY shall have the option of inspecting and/or auditing all records and other written materials used by SUPPLIER in preparing its statements to CITY as condition precedent to any payment to SUPPLIER. 11. 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: SUPPLIER: Flexible Video Systems 3224 Thatcher Avenue Marina del Rey, CA 90292 12. AUTHORITY TO EXECUTE AGREEMENT. Both CITY and SUPPLIER do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute G Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. SUPPLIER: �•� i By. Patrick R . Crane, Vice-President , - Flexible Video Systems CITY OF SAN LUIS OBISPO, A Municipal Corporation By: APPROVED AS TO FORM: tto nZO _ APPROVED AS CONTENT: John Du n, City Administrator William C. Statler Director of Finance Cg - City of San Luis Obispo Spcn. No. WW-90-10-02 -PROPOSAL SUBMISSION FORH- TV INSPECTION SYSTEM The proposer, Flexible Video Systems the City proposes to supply of San Luis Obispo a complete TV Inspection System in accordance with the terms and conditions provided in the City of San' Luis Obispo Spcn. No. WW-90-10-02. The proposed Unit price for the above mentioned equipment is: TV INSPECTIO14 SYSTEM $ i 5_nnn AO STATE OF CALIFORNIA SALES TAX S 7 ]A7- 5n LICENSE AND REGISTRATION $ 0 00 TOTAL UNIT PRICE S 122,187. 50 ** The proposer has identified and proposes the following changes in the terms and conditions as provided in the request for proposals: L+(-` For One Standard Fixed Lens 70-Degree or 120-Degree Wide Angle Lens Camera in addition to the multi-angle camera specified, ADD ON $9,500.00, plus tax. v To Substitute one standard fixed lens 70-degree or 120-degree wide angle lens camera in lieu of the multi-angle camera specified, DEDUCT $15,000.00 from first line item above. Bc� �ANGc�cK Reel LU V1 Df v S yssm_ Detailed specifications as requested in the request for proposals shall be attached to this page. City of San Luis Obispo 15 Spcn. No. WW-90-10-02 i