Loading...
HomeMy WebLinkAboutR-2023-019 Resolution awarding and authorizing an agreement with RedZone Robotics, Inc., for condition assessment of Wastewater pipelinesRESOLUTION NO. R-2023-019 A RESOLUTION awarding of RFP 12244P and authorizing an agreement with RedZone Robotics, Inc., for Condition Assessment of Wastewater Pipeline Services. WHEREAS, the City posted and published notice on October 28 and 30, 2022 in the Yakima Herald Republic, on the city's webpage, and through Public Purchase,com that RFP No. 12244P was available for competitive bid; and WHEREAS, RFPs were due November 28, 2022 at 11:00 a.m.; proposals that were timely received were publicly opened in City Council Chambers in Yakima, Washington; and WHEREAS, all responsive RFPs were evaluated by the Evaluation Committee for Recommended of Award; and WHEREAS, RedZone Robotics, Inc., was the only responsive Proposal received from a responsible Proposer; Purchasing and the Analysis Committee along with the Wastewater Division recommends the Contract Award be issued to RedZone Robotics, Inc,, and that the City Manager execute the Contract; and WHEREAS, the Scope of Work and available budget meet the needs and requirements of the City of Yakima for this procurement, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The RFP is hereby awarded and the City Manager is hereby authorized to execute the Contract with RedZone Robotics, Inc., attached hereto and incorporated herein by this reference, in the estimated amount of $4,380,870.38 for the procurement of Condition Assessment for Wastewater Pipeline Services, ADOPTED BY THE CITY COUNCIL. this Ph day of February, 2023. ATTEST: Janice Deccio, Mayor So Clear Tee, City qietier to 4) PROFESSIONAL SERVICES AGREEMENT FOR CONDITION ASSESSMENT FOR WASTEWATER PIPELINES THIS PROFESSIONAL SERVICES AGREEMENT, entered into on the date of last execution, between the City of Yakima, a Washington municipal corporation ("City"), and RedZone Robotics, Inc., ("Contractor"). WITNESSETH: The parties, in consideration of the terms and conditions herein, do hereby covenant and agree as follows: 1. Statement of Work The minimum services (hereinafter referred to as "Services") that the Contractor will provide include services described in RFP No. 12244P, which are attached as Exhibit A hereto and incorporated herein by this reference. 2. Compensation The City agrees to pay the Contractor according to Exhibit B, attached hereto and incorporated herein, which Exhibit includes the deliverables and payment schedule of itemized prices as listed in the Contractors Proposal submittal at the time and in the manner and upon the conditions provided for the Contract. 3. Contract Term The period of this Contract shall be for a period of one (1) year from its effective date, The City may, at its option, extend the Contract for one (1) additional year. Contract extensions shall be automatic, and shall go into effect without written confirmation, unless the City provides advance notice of the intention to not renew or unless the Services have been completed to the City's satisfaction prior to any automatic renewal. 4. Agency Relationship between City and Contractor Contractor shall, at all times, be an independent Contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for, or on, behalf of City. 5. Successors and Assigns a. Neither the City, nor the Contractor, shall assign, transfer, or encumber any rights, duties, or interests accruing from this Contract without the prior written consent of the other. b. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 6. Property Rights All records or papers of any sort relating to the City and to the project will at all times be the property of the City and shall be surrendered to the City upon demand. All information concerning the City and said project which is not otherwise a matter of public record or required by law to be made public, is confidential, and the Contractor will not, in whole or part, now or at any time disclose that information without the express written consent of the City, 7, Work Made for Hire All work the Contractor performs under this Contract shall be considered work made for hire, and shall be the property of the City. The City shall own any and all data, documents, plans, copyrights, specifications, working papers, and any other materials the Contractor produces in connection with this Contract. On completion or termination of the Contract, the Contractor shall deliver these materials to the City. 8. Inspection and Production of Records a. The records relating to the Services shall, at all times, be subject to inspection by and with the approval of the City, but the making of (or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Services in accordance with this Contract, notwithstanding the City's knowledge of defective or non -complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient, safe, and proper facilities, and/or send copies of the requested documents to the City. Contractor's records relating to the Services will be provided to the City upon the City's request. b. Contractor shall promptly furnish the City with such information and records which are related to the Services of this Contract as may be requested by the City. Until the expiration of six (6) years after final payment of the compensation payable under this Contract, or for a longer period if required by law or by the Washington Secretary of State's record retention schedule, Contractor shall retain and provide the City access to (and the City shall have the right to examine, audit and copy) all of Contractor's books, documents, papers and records which are related to the Services performed by Contractor under this Contract. c. All records relating to Contractor's services under this Contract must be made available to the City, and the records relating to the Services are City of Yakima records. They must be produced to third parties, if required pursuant to the Washington State Public Records Act, Chapter 42.56 RCW, or by law, All records relating to Contractor's services under this Contract must be retained by Contractor for the minimum period of time required pursuant to the Washington Secretary of State's records retention schedule. d. The terms of this section shall survive any expiration or termination of this Contract. 9. Compliance with Law Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local, or otherwise, including policies adopted by the City, as those laws, ordinances, rules, regulations, and policies now exist or may hereafter be amended or enacted, Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority or this project, pay all charges and fees, and give all notices necessary and incidental to the due and lawful execution of the work, Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority or this project, pay all charges and fees, and give all notices necessary and incidental to the due and lawful execution of the work. a. Procurement of a City Business License, Contractor must procure a City of Yakima Business License and pay all charges, fees, and taxes associated with said license. b. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration number, as required in Title 85 RCW, c. Contractor must provide proof of a valid Washington Unified Business Identification (UBI) number, Contractor must have a current UBI number and not be disqualified from bidding on any public works contract under RCW 39.06.101 or 36.12.065(3). d. Contractor must provide proof of a valid Washington Employment Security Department number as required by Title 50 RCW. e, Foreign (Non -Washington) Corporations: Although the City does not require foreign corporate proposers to qualify in the City, County or State prior to submitting a proposal, it is specifically understood and agreed that any such corporation will promptly take all necessary measures to become authorized to conduct business in the City of Yakima, at their own expense, without regard to whether such corporation is actually awarded the contract, and in the event that the award is made, prior to conducting any business in the City. 10. Nondiscrimination Provision During the performance of this Contract, the Contractor agrees as follows: The Contractor shall not discriminate against any person on the grounds of race, creed, color, religion, national origin, sex, age, marital status, sexual orientation, gender identity, pregnancy, veteran's status, political affiliation or belief, or the presence of any sensory, mental or physical handicap in violation of the Washington State Law Against Discrimination (RCW chapter 49.60) or the Americans with Disabilities Act (42 USC 12101 et seq.). This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of Services under this Agreement. In the event of the Contractor's noncompliance with the non-discrimination clause of this contract or with any such rules, regulations, or orders, this Contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for any future City contracts. 11. Pay Transparency Nondiscrimination Provision The Contractor will not discharge or in any other manner discriminate against employees or applicants because they have inquired about, discussed, or disclosed their own pay or the pay of another employee or applicant. However, employees who have access to the compensation inforrnation of other employees or applicants as a part of their essential job functions cannot disclose the pay of other employees or applicants to individuals who do not otherwise have access to compensation information, unless the disclosure is (a) in response to a formal complaint or charge, (b) in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or (c) consistent with the contractor's legal duty to furnish information. 12. Indemnification and Hold Harmless a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property. The Contractor agrees to release, indemnify, defend, and hold harmless the City, its elected and appointed officials, officers, employees, agents, representatives, insurers, attomeys, and volunteers from all liabilities, losses, damages, and expenses related to all claims, suits, arbitration actions, investigations, and regulatory or other governmental proceedings arising from or in connection with this Agreement or the acts, failures to act, errors or omissions of the Contractor, or any Contractor's agent or subcontractor, in performance of this Agreement, except for claims caused by the City's sole negligence. The City's right to indemnification includes attomey's fees costs associated with establishing the right to indemnification hereunder in favor of the City. b. Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives any immunity that may be granted to it under the Washington State industrial insurance act, Title 51 RCW, solely for the purposes of this indemnification. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. Contractor shall require that its subcontractors, and anyone directly or indirectly employed or hired by Contractor, and anyone for whose acts Contractor may be liable in connection with its performance of this Agreement, comply with the terms of this paragraph, waive any immunity granted under Title 51 RCW, and assume all potential liability for actions brought by their respective employees. The Parties acknowledge that they have mutually negotiated this waiver. c. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, the Contractor's liability, including the duty and cost to defend, shall be only to the extent of the Contractor's negligence. d. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. e. The terms of this Section shall survive any expiration or termination of this Contract, 13. Contractor's Liability Insurance At all times during performance of the Services and this Contract, Contractor shall secure and maintain in effect insurance to protect the City and Contractor from and against any and all claims, damages, losses, and expenses arising out of or resulting from the performance of this Contract. Contractor shall provide and maintain in force insurance in limits no less than that stated below, as applicable. The City reserves the right to require higher limits should it deem it necessary in the best interest of the public. Contractor shall provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined herein. A copy of the additional insured endorsement attached to the policy shall be included with the certificate. This Certificate of insurance shall be provided to the City, prior to commencement of work, Failure of City to demand such verification of coverage with these insurance requirements or failure of City to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. The following insurance is required: a, Commercial Liability Insurance Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of insurance and additional insured endorsements as proof of commercial liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00) per occurrence, combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000.00) general aggregate. If Contractor carries higher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The certificate of insurance and additional insured endorsements shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract, b. Automobile Liability Insurance Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of insurance as proof of automobile liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00) per occurrence, If Contractor carries higher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect, Said policy shall be in effect for the duration of this Contract. The certificate of insurance and additional insured endorsements shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A -VI' or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract, The business auto liability shall include Hired and Non -Owned coverage if necessary, c. Employer's Liability (Stop Gap) Contractor and all subcontractor(s) shall at all times comply with all applicable workers' compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable, and shall maintain Employer's Liability insurance with a limit of no less than $1,000,000.00. The City shall not be held responsible in any way for claims filed by Contractor or its employees for services performed under the terms of this Contract, Contractor agrees to assume full liability for all claims arising from this Contract including claims resulting from negligent acts of all subcontractor(s). Contractor is responsible to ensure subcontractor(s) have insurance as needed, Failure of subcontractors(s) to comply with insurance requirements does not limit Contractors liability or responsibility. d. Professional Liability The Contractor shall provide evidence of Professional Liability insurance covering professional errors and omissions. Contractor shall provide the City with a certificate of insurance as proof of professional liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00) per claim combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000.00) aggregate. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide, If the policy is written on a claims made basis the coverage will continue in force for an additional two years after the completion of this contract. If insurance is on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract. Any insurance, self-insurance or insurance pool coverage maintained by the City shall be in excess of the Contractors insurance and neither the City nor its insurance providers shall contribute to any settlements, defense costs, or other payments made by Contractors insurance. If at any time during the life of the Contract, or any extension, Contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the Contract. 14. Performance Bond Contractor shall fumish a duly -executed bond upon a form approved by the City, signed by approved surety or sureties in the amount of $4,000.000,00 conditioned upon the faithful performance of the contract by the Contractor within the time prescribed thereon. At the option of the Contractor, a savings account in the amount of $4,000,000.00 may be assigned to the City for the term of the contract in lieu of a performance bond, At any time and as often as may be deemed necessary, the City may require any or all sureties or any surety company to appear and qualify them upon the bond, or show continued assignment of the prescribed savings account. Whenever such surety or sureties are deemed by the City to have become insufficient, the City may demand in writing that the Contractor fumish additional surety in an amount not exceeding that originally required as may be deemed necessary considering the work remaining to be done, No further Work shall be allowed until such additional surety as required is furnished. Upon the extension of this contract, a new contract bond will be required. 15. Severability If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions or applications which can be given effect without the invalid term, condition or application. To this end, the terms and conditions of this Contract are declared severable. 16. Contract Documents This Contract, the Request for Proposals No. 12244P Autonomous CCTV Inspection for Small Diameter Municipal Pipelines Scope of Work, conditions, addenda, and modifications and Contractors proposal (to the extent consistent with Yakima City documents) constitute the Contract Documents and are complementary. Specific Federal and State laws and the terms of this Contract, in that order respectively, supersede other inconsistent provisions. These Contract Documents are on file in the Office of the Purchasing Manager, 129 No. 2nd St., Yakima, WA, 98901, and are hereby incorporated by reference into this Contract, 17. Termination Termination for Cause In the event the Contractor breaches this Contract, the City may terminate the Contract at its sole discretion in such event that it provides the Contractor with written notice of Contractor's breach and the Contractor fails to cure its breach within 30 days of this notice. In the event of the City breaches this Contract, the Contractor may terminate the Contract at its sole discretion in such event that it provides the City with written notice of City's breach and the City fades to cure its breach of the Contract within 60 days of this notice, The following represents a non-exclusive, illustrative list of instances that shall be considered a breach by the Contractor: a. Defaults on an obligation under the Contract; b. Fails to perform any material obligation required under the Contract; c. Files a petition in bankruptcy, becomes insolvent, or otherwise takes action to dissolve as a legal entity; d. Allows any final judgment not to be satisfied or a lien not to be disputed after a legally -imposed, 30-day notice; e, Makes an assignment for the benefit of creditors; f. Fails to follow the sales and use tax certification requirements of the State of Washington; g. Incurs a delinquent Washington tax liability; h. Becomes a State or Federally debarred Contractor; Is excluded from federal procurement and non -procurement Contracts; j. Fails to maintain and keep in force all required insurance, permits and licenses as provided in the Contract; k. Fails to maintain the confidentiality of the City information that is considered to be Confidential Information, proprietary, or containing Personally Identifiable Information: I, Contractor performance threatens the health or safety of a City, County or municipal employee; or Termination for Convenience The City may terminate the Contract, without cause, by providing 30 days written notice of termination. In the event of termination for convenience, the Contractor shall be entitled to receive compensation for any fees owed under the Contract, The Contractor shall also be compensated for partially completed services. In this event, compensation for such partially completed services shall be no more than the percentage of completion of the services requested, at the sole discretion of the City, multiplied by the corresponding payment for completion of such services as set forth in the Contract, Alternatively, at the sole discretion of the City, the Contractor may be compensated for the actual service hours provided, The City shall be entitled to a refund for goods or services paid for but not received or implemented, such refund to be paid within 30 days of written notice to the Contractor requesting the refund, Change in Funding In addition to the above termination provisions, if the funds upon which the City relied to establish this Contract are withdrawn, reduced, or limited, or if additional or modified conditions are placed on such funding, the City may terminate this Contract by providing at least five business days written notice to the Contractor. The termination shall be effective on the date specified in the notice of termination. 18. Dispute Resolution In the event that any dispute shall arise as to the interpretation of this agreement, or in the event of a notice of default as to whether such default does constitute a breach of the contract, and if the parties hereto cannot mutually settle such differences, then the parties shall first pursue mediation as a means to resolve the dispute. If the afore mentioned methods are either not successful then any dispute relating to this Agreement shall be decided in the courts of Yakima County, in accordance with the laws of Washington. If both parties consent in writing, other available means of dispute resolution may be implemented, 19. Re -Award When the contract is terminated by the Contractor upon providing the written notice as herein required, the City, pursuant to City ordinance, may re -award the contract to the next most responsible Proposer within one hundred & twenty (120) days from original award, When a Contractor is unable to supply goods and/or services to the City and is in breach of the contract, or when the contract is terminated by the City for cause as herein provided, the City reserves the right to re -award the contract to the next most responsible Proposer within one hundred & twenty (120) days from original award. 20. Substitution The Contractor shall not substitute or deviate from said specifications of this Contract without a written amendment, signed by the City Manager, or pursuant to Section 53 below entitled "Change or Notice", Any violation of this procedure by the Contractor will be considered cause for immediate cancellation of the Contract for cause by the City. 21. Contractor Shall Furnish Except as otherwise specifically provided in this Contract, Contractor shall fumish the following, all as the same may be required to perform and provide the services in accordance with the terms of this Contract: personnel, labor, products and supervision; and technical, professional and other services, All such services, products, property and other items furnished or required to be furnished, together with all other obligations performed or required to be performed, by Contractor under this Contract are sometime collectively referred to in this Contract as the "(Services)," 22. Complementary Provisions All provisions of this Contract are intended to be complementary, and any services required by one and not mentioned in another shall be performed to the same extent as though required by all, Details of the services that are not necessary to carry out the intent of this Contract, but that are not expressly required, shall be performed or furnished by Contractor as part of the services, without any increase in the compensation otherwise payable under this Contract, 23. Invoices The City will use its best efforts to pay each of Contractor's invoices within thirty (30) days after the City's receipt and verification thereof; provided, however, that all such payments are expressly conditioned upon Contractor providing services hereunder that are satisfactory to the City. The City will notify the Contractor promptly if any problems are noted with the invoice. To insure prompt payment, each invoice should cite purchase order number, RFP number, detailed description of work, unit and total price, discount term and include the Contractor's name and return remittance address. Contractor will mail invoices to the City at the following address: City of Yakima Wastewater Division Attn: Marc Cawley 2220 E Viola Ave Yakima, WA 98901 24. Prime Contractor Contractor is the Prime Contractor hereunder. The Prime Contractor shall be the sole point of contact with regard to all contractual matters arising hereunder, including the performance of services and the payment of any and all charges resulting from its contractual obligations. 25. Delegation of Professional Services The services provided for herein shall be performed by Contractor, and no person other than regular associates or employees of Contractor shall be engaged on such work or services. Contractor shall not (by contract, operation of law or otherwise) delegate or subcontract performance of any services to any other person or entity without the prior written consent of the City. Any such delegation or subcontracting without the City's prior written consent shall be voidable at the City's option. No delegation of subcontracting of performance of any of the services, with or without the City's prior written consent, shall relieve Contractor of its responsibility to perform the services in accordance with this Contract. Contractor shall be fully responsible for the performance, acts and omissions of Contractor's employees, Contractor's subcontractors, and any other person who performs or fumishes any services (collectively, the "Support"). Contractor shall at all times be an independent contractor and not an agent or representative of the City with regard to performance of the services. Contractor shall not represent that it is, nor hold itself out as, an agent or representative of the City. In no event shall Contractor be authorized to enter into any agreement or undertaking for or on behalf of the City. Neither the Contractor nor any employee of the Contractor is entitled to any benefits that the City provides its employees. The Contractor is solely responsible for payment of any statutory workers compensation or employers liability insurance as required by state law. The Contractor will have an active account with the Department of Revenue, other state agencies as needed, and a separate set of books or records that reflect all items of income and expenses of the business that the Contractor is conducting. Contractor shall perform the services in a timely manner and in accordance with the standards of the profession. At the time of performance, Contractor shall be properly licensed, equipped, organized, and financed to perform the services in accordance with this Contract, Subject to compliance with the requirements of this Contract, Contractor shall perform the services in accordance with its own methods. 26. Licenses If applicable, Contractor shall have a valid and current business license per Chapter 5.02 Section 5,02.010 of the Yakima Municipal Code covering this type of business and shall satisfy all applicable City Code provisions. Said license shall be obtained prior to the award of any contract. Inquiries as to fees, etc,, should be made to the Office of Code Administration, telephone (509) 575-6121. In addition, Contractors are required to be registered by the State per Chapter 18.27 of the Revised Code of Washington and their registration number must be listed on the bid/RFP/quote. Contractor shall take all reasonable precautions to protect against any bodily injury (including death) or property damage that may occur in connection with the services. 27. Removal of Subcontractor If dissatisfied with the background, performance, and/or general methodologies of any subcontractor, the City may request in writing that the subcontractor be removed. The Contractor shall comply with this request at once and shall not employ the subcontractor for any further work/services under this Contract. 28. Taxes and Assessments Contractor shall be solely responsible for and shall pay all taxes, deductions, and assessments, including but not limited to federal income tax, FICA, social security tax, assessments for unemployment and industrial injury insurance, and other deductions from income which may be required by law or assessed against either party as a result of this Contract. In the event the City is assessed a tax or assessment as a result of this Contract, Contractor shall pay the same before it becomes due. The City and its agencies are exempt from payment of all federal excise taxes, but not sales tax (currently at 8.3%). Tax will not be considered in determining which proposal is the lowest or best, however RCW 39,30.040 allows the City to take any sales tax and B&O tax that is will receive from purchasing supplies, materials and equipment within its boundaries into consideration when determining the lowest responsible Proposer. 29, Contractor Tax Delinquency Contractors who have a delinquent Washington tax liability may have their payments offset by the State of Washington, 30, Inspection: Examination of Records The Contractor agrees to furnish the City with reasonable periodic reports and documents as it may request and in such form as the City requires pertaining to the work or services undertaken pursuant to this Agreement. The costs and obligations incurred or to be incurred in connection therewith, and any other matter are to be covered by this Agreement. The records relating to the services shall, at all times, be subject to inspection by and with the approval of the City, but the making of (or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the services in accordance with this Contract, notwithstanding the City's knowledge of defective or non -complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient, safe, and proper facilities and equipment for such inspection and free access to such facilities. 31. Recordkeeping and Record Retention The Contractor shall establish and maintain adequate records of all expenditures incurred under the contract. All records must be kept in accordance with generally accepted accounting procedures. All procedures must be in accordance with federal, state and local ordinances. The City shall have the right to audit, review, examine, copy, and transcribe any pertinent records or documents relating to any contract resulting from this proposal held by the Contractor. The Contractor will retain all documents applicable to the contract for a period of not less than three (3) years after final payment is made. 32. Ownership All material produced as a result of this Contract shall be the exclusive property of the City. Additionally, the City shall have unrestricted authority to reproduce, distribute, and use any submitted report, template, data, or material, and any associated documentation that is designed or developed and delivered to the Agency as part of the performance of the Contract. 33. Confidential, Proprietary and Personally Identifiable Information Contractor shall not use Confidential, Proprietary or Personally Identifiable Information of City for any purpose other than the limited purposes set forth in this Contract, and all related and necessary actions taken in fulfillment of the obligations there under. Contractor shall hold all Confidential Information in confidence, and shall not disclose such Confidential Information to any persons other than those directors, officers, employees, and agents ("Representatives") who have a business -related need to have access to such Confidential Information in furtherance of the limited purposes of this Contract and who have been apprised of, and agree to maintain, the confidential nature of such information in accordance with the terms of this Contract. Contractor shall institute and maintain such security procedures as are commercially reasonable to maintain the confidentiality of the Confidential Information while in its possession or control including transportation, whether physically or electronically. Contractor shall ensure that all indications of confidentiality contained on or included in any item of Confidential Information shall be reproduced by Contractor on any reproduction, modification, or translation of such Confidential Information. If requested by the City in writing, Contractor shall make a reasonable effort to add a proprietary notice or indication of confidentiality to any tangible materials within its possession that contain Confidential Information of the City, as directed. Contractor shall maintain all Confidential Information as confidential for a period of three (3) years from the date of termination of this Contract, and shall return or destroy said Confidential Information as directed by the City in writing. Contractor may disclose Confidential Information in connection with a judicial or administrative proceeding to the extent such disclosure is required under law or a court order, provided that the City shall be given prompt written notice of such proceeding if giving such notice is legally permissible. 34. Suspension of Work The City may suspend, in writing by certified mail, all or a portion of the Service under this Agreement if unforeseen circumstances beyond the City's control are interfering with normal progress of the Service. The Contractor may suspend, in writing by certified mail, all or a portion of the Service under this Agreement if unforeseen circumstances beyond Contractor's control are interfering with normal progress of the Service. The Contractor may suspend Service on the Project in the event the City does not pay invoices when due, except where otherwise provided by this Agreement. The time for completion of the Service shall be extended by the number of days the Service is suspended. If the period of suspension exceeds ninety (90) days, the terms of this Agreement are subject to renegotiation, and both parties are granted the option to terminate the Service on the suspended portion of Project in accordance with Section 16. 35. Provision of Services The Contractor shall provide the services set forth herein with all due skill, care, and diligence, in accordance with accepted industry practices, standards and legal requirements, and to the City 's satisfaction; the City decision in that regard shall be final and conclusive. The City may inspect, observe and examine the performance of the services performed on the City premises at any time. The City may inspect, observe and examine the performance of Contractor's services at reasonable times, without notice, at any other premises. a. If the City notifies the Contractor that any part of the services rendered are inadequate or in any way differ from the Contract requirements for any reason, other than as a result of the City's default or negligence, the Contractor shall, at its own expense, reschedule and perform the services correctly within such reasonable time as the City specifies. This remedy shall be in addition to any other remedies available to the City by law or in equity. b. The Contractor shall be solely responsible for controlling the manner and means by which it and its Contracted Personnel or its subcontractors perforrn the services, and the Contractor shall observe, abide by, and perform all of its obligations in accordance with all legal requirements and City work rules. 36. Assignment This Contract, or any interest herein, or claim hereunder, shall not be assigned or transferred in whole or in part by Contractor to any other person or entity without the prior written consent of the City. In the event that such prior written consent to an assignment is granted, then the assignee shall assume all duties, obligations, and liabilities of Contractor stated herein. 37. No Conflict of Interest Contractor represents that it or its employees do not have any interest and shall not hereafter acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Contract. Contractor further covenants that it will not hire anyone or any entity having such a conflict of interest during the perforrnance of this Contract. 38. Contract Preservation If any provision of the Agreement, or the application of such provision, shall be rendered or declared invalid by a court of competent jurisdiction, or by reason of its requiring any steps, actions or results, the remaining parts or portions of this Agreement shall remain in full force and effect. 39. Promotional Advertising News Releases Reference to or use of the City, any of its departments, agencies or other subunits, or any official or employee for commercial promotion is prohibited. News releases pertaining to this procurement shall not be made without prior approval of the City. Release of broadcast e-mails pertaining to this procurement shall not be made without prior written authorization of the contracting agency. 40. Time is of the Essence Timely provision of the services required under this Contract shall be of the essence of the Contract, including the provision of the services within the time agreed or on a date specified herein, 41. Expansion clause Any resultant contract may be further expanded by the Purchasing Manager in writing to include any other item normally offered by the Contractor, as long as the price of such additional products is based on the same cosVprofit formula as the listed item/service. At any time during the term of this contract, other City departments may be added to this contract, if both parties agree. 42. Guarantee Contractor warrants the Services will be free from defects in material and workmanship for a period of one year following the date of completion and acceptance of the Services. 43. Access and Review of Contractor's Facilities The City may visit and view any of the offices, premises, facilities and vehicles of the Contractor and/or Contractor's Subcontractor upon request and reasonable notice during the term of the Contract and Contract renewals/extensions. 44. Facility Security The City may prohibit entry to any secure facility, or remove from the facility, a Contract employee who does not perform his/her duties in a professional manner, or who violates the secure facility's security rules and procedures. The City reserves the right to search any person, property, or article entering its facilities. 45. Waiver of Breach A waiver by either party hereto of a breach of the other party hereto of any covenant or condition of this Contract shall not impair the right of the party not in default to avail itself of any subsequent breach thereof. Leniency, delay or failure of either party to insist upon strict performance of any agreement, covenant or condition of this Contract, or to exercise any right herein given in any one or more instances, shall not be construed as a waiver or relinquishment of any such agreement, covenant, condition or right. 46. Integration This Contract, along with the City of Yakima's RFP No. 12244P Autonomous CCTV Inspection for Small Diameter Municipal Pipelines and the Contractor's response to the Request for Proposals ("RFP"), represents the entire understanding of the City and Contractor as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered herein. This Contract may not be modified or altered except in writing signed by both parties. 47. Force Majeure Contractor will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics, pandemics, war, riot, delay in transportation or railcar transport shortages, provided Contractor notifies the City immediately in writing of such pending or actual delay. Norrnally, in the event or any such delays (acts of God, etc.) the date of delivery will be extended for a period equal to the time lost due to the reason for delay. 48, Governing Law This Contract shall be governed by and construed in accordance with the laws of the State of Washington, 49. Safety Requirements All materials, equipment, and supplies provided to the City must comply fully with all safety requirements, federal, state and local laws, ordinances, rules, regulations as set forth by the State of Washington RCW's, WAC's and all applicable OSHA Standards. 50, Venue The venue for any judicial action to enforce or interpret this Contract shall lie in a court of competent jurisdiction in Yakima County, Washington. 51, Authority The person executing this Contract, on behalf of Contractor, represents and warrants that he/she has been fully authorized by Contractor to execute this Contract on its behalf and to legally bind Contractor to all the terms, performances and provisions of this Contract. 52. Notice of Change in Financial Condition if, during the Contract Term, the Contractor experiences a change in its financial condition that may affect its ability to perform under the Contract, or experiences a change of ownership or control, the Contractor shall immediately notify the City in wilting. Failure to notify the City of such a change in financial condition or change of ownership or control shall be sufficient grounds for Contract termination. 53. Change or Notice Any alterations, including changes to the nature of the service, made to the Contract shall be rendered in writing and signed by both responsible parties; no changes without such signed documentation shall be valid. No alterations outside of the general scope and intent of the original Request for Proposals or in excess of allowable and accepted price changes shall be made. In no event shall the Contractor be paid or be entitled to payment for services that are not authorized herein or any properly executed amendment, Notice of Business Changes: Contractor shall notify the City in writing within three (3) business days of any change in ownership of the facilities of the Contractor or of the facilities of any subcontractor. The Contractor shall notify the City in writing as soon as possible, and in no event later than three (3) business days, after any decision by the Contractor to change or discontinue service that will affect services provided to the City under this Contract, The City shall have the right to renegotiate the terms and conditions of this Contract to the extent required to accommodate a change in governing law or policy that, in the sole discretion of the City, either substantially and unreasonably enlarges the Contractor's duties hereunder, or renders performance, enforcement or compliance with the totality of the Contract impossible, patently unreasonable, or unnecessary. Notices and demands under and related to this Contract shall be in writing and sent to the parties at their addresses as follows: TO CITY: COPY TO: Marc Cawley Suan Knotts VVW/Stormwater Operations Superintendent Buyer II City of Yakima City of Yakima 2220 E Viola Ave 129 North 2nd Street Yakima WA, 98901 TO CONTRACTOR: Veronica Alvarez General Manager — Pacific Region RedZone Robotics, Inc, 195 Thorn Hill Road, SuitellO Yakima, WA 98901 Warrendale, PA 150861 54. Survival The foregoing sections of this Contract, 1-50 inclusive, shall survive the expiration or termination of this Contract in accordance with their terms. IN WITNESS WHEREOF, the parties hereto execute this Contract as of the day and year first above written. CITY OF YAKIMA REDZONE ROBOTICS, INC. City Manage Date: rir, CITY CONTRACT NO: do-)3i RESOLUTION NO: Date: January 16, 2023 Dave Petrosky, Chief Executive Officer EXHIBIT A RFP SPECIFICATIONS 12244P 12244P Condition Assessment for Wastewater Pipelines City of Yakima NOTICE TO PROPOSERS REP NO. 12244P Notice is hereby given by the undersigned that electronic sealed Requests for Proposals will be accepted via PublicPurchase.com until the hour of 11:00:eu AM PST on November 28, 2022, RFPs will be publicly opened in Yakima City Hall, Council Chambers, 129 N. 2nd Street, Yakima, Washington 98901. At such time, Proposers names will be publicly read for: Condition Assessment for Wastewater Pipelines. Instructions to register with PublicPurchase.co www.yakimawa.Bov/services/purchasing: A pre -proposal conference and site visit can be arranged by contacting lylarc Cawley at rnarc.cawlev@vakimawa.Rov or SO9-594-8388` The City of Yakima reserves the right to reject any & all RFPs. The City hereby notifies all Proposers that it will affirmatively ensure compliance with WA State Law Against Discrimination (RCW chapter 49.60) & the Americans with Disabilities Act (42 USC 12101 et set.) Dated October 28, 2022. Publish on 0 Susan Knotts, CPPO, CPPB, NI P-CPP' Buyer Il 12244P Condition Asse ober 28 and 30, 2022 CITY OF YAKIMA REQUEST FOR PROPOSAL #12244P SIGNATURE SHEET THIS IS NOT AN ORDER RFP Release Date: October 28, 2022 Proposal Receipt: Proposers must first register ^with PublicPurchase.com and Proposal shall be completely uploaded into ' PublicPurchase.com no later than the date and time listed below. Register as early as possible and do not waft until the due date to upload your documents, as this may take some time. Late Proposals will not be accepted or evaluated. If you try to submit a Proposal late, the electronic system will not receive it. Proposal openings are public. Proposals shall be firm for acceptance for ninety (90) days from date of Proposal opening, unless otherwise noted. RFPts ARE ONLY RECEIVED THROUGH P[ UL1CPURCHASF.COM Purchasing For: City of Yakima Wastewater Division 2220 E Viola Ave Yakima, WA 98901 Buyer in charge of this procurement (Contact for further information): Susan Knotts, CPPO, CPPB, NIGP-CPP Buyer II Proposals Must be completely uploaded by: Public Opening November 28, 2022 at 11:00:oo AM PST Phone E-Mail Address (509) 575-6095 SusanKnottSAYakimaWA.Gov PROJECT DESCRIPTION SUMMARY Inspection and Condition Assessment for Municipal Wastewater Pipelines Enter Prompt Payment Discount: %net days Well will complete project within days after receipt of order. El I hereby acknowledge receiving addendum(a) , (use as many spaces as addenda received) In signing this Proposal we also certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit a Proposal; that this Proposal has been independently arrived at without collusion with any other Proposer, competitor or potential competitor; that this Proposal has not been knowingly disclosed prior to the opening of Proposals to any other Proposer or competitor; that the above statement is accurate under penalty of perjury. Furthermore, the Washington State Interlocal Cooperative Act (RCW 39.34) provides that other governmental agencies may purchase goods or services on this solicitation or contract in accordance with the terms and prices indicated therein if all parties agree. The City does not accept any responsibility or involvement in the purchase orders or contracts issued by other public agencies. We will comply with all terms, conditions and specifications required by the City of Yakima in this Request for Proposal and all terms of our Proposal. Company Name Name of Authorized Company Representative (Type or Print) Title Signature of Above Company Address 12244P Condition Assessment for Wastewater Pipeline - WWTP TABLE OF CONTENTS I, DEFINITIONS The following definitions of terms shall apply, unless otherwise indicated. II. GENERAL INFORMATION 1. Project Summary ...,,. 2. Background and Current Operations.:.. 3. Contracting Agency and Point of Contact ............ ...... ... ......... ......... 4. Public Records Access.....:.:...... <.,r .,:.....,..... .:::........ .......:... .......,. 5. Proprietary Information ..,.:..;, ............ ................ ........:.. 6. Requests for Public Disclosure.._,. .:........ : 7. Retention of Rights .......... .......... :: .......:.... .:........ ..:.. 8. Clarifications and/or Revisions to Specification and Requirements.......... 9. News Releases,....:.:, 10. Proposer Conference and Site Visit Examining Documents & Facilities ., 12, Calendar of Events .... 13, Contract Term... 14. Incurring Costs..; 1 . No Obligation to Contr 16. Best Modern Practices 17 More or Less............ 18. Time for Completion: 19. Traffic Control ...... I11: PREPARING AND SUBMITTING A PROPOSAL 1. General Instructions .,, 2. Organization and Format o Required Proposal El me 3. Prohibition of Proposer Terms & Conditions ....... ........ 4. Submitting a Proposal.....,.,.,.. 5, Multiple Proposals .: 6. Withdrawal of Proposals....:....... IV. PROPOSAL REQUIREMENTS 1. Mandatory Proposer Qualifications 2. Mandatory Contract Performance Requirements,.;..{ 3, General Requirements ...:..: 4. Questionnaire,.. V. COST PROPOSAL General Instructions for Preparing Cost Proposals ....,.. 12244P Condition Assessment fear w st yr ter Pipeline WWTP . 8 . €t .... 9 .. 9 9 10 ..0.10 10 10 10 .12 12 ...22 22 Total Project Cost,... 3. Pricing and Discount ....,..:. VI EVALUATION AND CONTRACT ARD 1. Preliminary Evaluation .. .... : ........... 2. Proposer Presentations/coring...,,.. 3. Evaluation Criteria4. .... ...,., ......., RFP Evaluation..._........____......... ... . Prompt Payment 6. Award / Best and Final Offers....:.. 7. Tied Score :.. ......... .».,...... 8. Tax Revenues .....»... .......... Offer in Effect for One Hundred & Twenty (120) D t Notification of Intent to Negotiate/Intent to Award..: 11, Right to Reject Proposals and Negotiate Contract Terms 12. Protest Procedure.::: VIl. PROPOSAL COST FORM VIII. PROPOSER QUESTIONNAIRE IX. Proposer References X. SAMPLE CONTRACT XL PERFORMANCE BOND 12244P Condition Assessment for 4"aste+ rater Pipeline - 22 22 .22 .22 .23 23 2 2 24 24 .. 24 ..24 24 22 26 27 45 IT The foliowing definitions of terms shall apply, unless otherwise indica 'Buyer" means the contact person listed on page 2 of this document.. "City" eans the City of Yakima, Washington. Also referred to as "0 ted. ner"', "Contract" means written agreement between the "Owner" and the "Contractor" covers the delivery of work to be performed subsequent to this RFP, "Contract Manager means the individual in the City managing this RFP and subsequent contractual issues:: "Contractor' means a proposer that is awarded a Contract under this RFP and its employees or other personnel (including officers, agents and subcontractors) provided by the Contractor to perform work under this Contract. "Department means the City of Yakima, Department/Division: "Executive" means the City of Yakima City Manager ucces ul Proposer" hat "Oi.vner also referred to as C of Yak a Purchasing Division (Buyer) "Project Manager means the individual in City of Yakima Departments/Divisions and/or an as from the Contractor responsible for administering day-to-day operational matters of the Cntra "Proposal' means the complete response of proposers prices for providing the services e esponsible for gned ndividual' proposer submitted on the approved forms and setting fog cribed in the RFP, "Proposer" means any individual, company, corporation, or other entity that responds to this RFP: "RFP" means Request for Proposal. "SOW' means Statement ork. Subcontractor"' means any entity that enters into any agrees and performance obligations of the Contract, en t with the Contractor to fulfill the require h the ents 12244P Condition Assessment for astewrater Pipeline - WWTP RFP #12244P Condition Assessment for Wastewater Pipelines II. GENERAL INFORMATION 1. Project Summary The purpose of this Request for Proposal (RFP) is to provide interested parties with information to enable them to prepare and submit a proposal for Autonomous CCTV inspections, multi sensor inspections, and conditions assessments for Municipal Wastewater pipelines. The City of Yakima (referred to as "City" throughout this document), Public Works, Wastewater Division, as represented by City Purchasing, intends to use the results of this solicitation to award a contract for such services. The project includes professional services to conduct inspections and data collection to approximately three hundred fifty (350) miles of wastewater collection pipes; conduct PACP condition assessment; and store and upload data into the City's asset management software (I-COM) currently used by the City's Wastewater Maintenance Division. 2. Background and Current Operations Community Overview The City of Yakima, county seat of Yakima County, was incorporated in 1886 and is located in central Washington State. It encompasses 28.7 square miles in an area of rich volcanic soil, The City is 145 miles southeast of Seattle, and 200 miles southwest of Spokane, Washington. The region is served by rail, highway and air transportation facilities, which have helped develop the City as the commercial and business center of Central Washington. With a 2020 population of 96,968, Yakima is the eleventh largest city in the State of Washington. The City provides a full range of municipal services contemplated by charter or statute. These include public safety (police, fire, and building), public improvements (streets, traffic signals), sanitation (solid waste disposal, sanitary wastewater utility), water and irrigation utilities, transit, community development, parks and recreation, airport, and general administrative services. The City of Yakima lies within Yakima County in the fertile Yakima River Valley. Apples, cherries, pears, grapes, and other fruits, plus a wide variety of field crops and vegetables make the Yakima Valley one of the top agricultural producing areas of the nation. There are over 400,000 acres of Agriculture zoned land within the County which produce over thirty types of fruits and vegetables. With its farm production base, the Yakima area is a major food processing region. Adding to the area's economy are over 250 manufacturing firms in the Yakima area that produces a variety of products including wood products, packaging, plastic products, produce and aircraft parts. Background and Current Operations The City of Yakima wastewater collection system has approximately 361.7 miles of pipeline that encompasses 7,444 pipe segments, 7400 manholes, and 9 sewer lift stations. The installation of the collection system began around the early 1900's and consists of a variety of pipe materials ranging in size from 2 inch to 60 inch pipelines. The most common pipe materials are clay, concrete, and PVC, accounting for approximately 6,878 of the 7,444 total pipe segments. Access manholes are generally located in streets, easements and alleys. However, approximately 1700 manholes are located within private property backyards or private easements. 12244P Condition Assessment for Wastewater Pipeline - WWTP Current Operations The City WastewaterDivision has an ongoing pipe rehabilitation program that currently utilizes pipe bursting, CIPP, and open cut construction methods to rehabilitate and enhance the reliability of the collection system, The current rehabilitation program invests efforts to the known collection system deficiencies as documented through maintenance records and CCTV inspections, The [it/smaintenance program utilizes |[OM asset management software to plan and schedule cleaning activities for pipelines ranging from 6 inch to 27 inch. While some pipelines are scheduled at increased intervals, every pipeline within this size range is scheduled for cleaning a1 a minimum of once every 7years. Continual assessment of data collected in the field dictates updates to cleaning efforts, schedules and frequencies. The City of Yakima is now investing in a pipeline condition assessment of the collection system that will be integrated into the Collection System master plan tmcontinue and expand the rehabilitation effort and prioritize future projects. Below Usmpipe size chart, pipe material chart and a current list of manholes and location classification: �~ � 11 1zz44pCondition Assessment for Wastewater pipehne-WWTP Pipe Segments Miles~ U �[ ��'~ ���N������� ur-�][ 8--Wpe or 14,909,789.6 9097896 feet F, rvI e~.a��� :+11 �,o` V,.:,: , q, , -, "I � ". 3. Contracting Agency and Point of Contact This RFPlsissued bythe City ofYakima Purchasing Division. The person responsible for managing this RFPprocess from beginning tnend isthe Buyer listed nnpage Ipfthis solicitation. From the date ofrelease ofthis RFPuntil a Notice of Intent to Award the Contract is issued, all contacts with [by's employees, and other personnel performing official business for the City regarding this HFP shall be made through the Buyer listed on page 2. Contact with other City personnel regarding this RFP is not permitted during the procurement process and violation of these conditions may be considered sufficient cause for rejection of a Proposal and disqualification of the Proposer. 4. Public Records Access It is the intention of the City to maintain an open and public process in the solicitation, submission, review, and approval ofprocurement activitkes. Proposal openings are public, 12244P0ndition Assessment fo,Wastewate,PipeUne-WmTP Proprietary Information Any consideration of proprietary information is the responsibility of the Proposer to object to through the courts following third party notice, not the City. All information submitted in response to a request for public disclosure will be handled in accordance with applicable City procurement regulations and the Washington State Public Records Act (RCW 42.56 et seq.). It is the Proposer's responsibility to defend the determination in the event of an appeal or litigation. Unless otherwise noted, data contained in a proposal, all documentation provided therein, and innovations developed as a result of the contracted commodities or services cannot be copyrighted or patented. All data, documentation, and innovations become the property of the City. 6. Requests for Public Disclosure Washington State Public Disclosure Act (RCW 42.56 et seq.) requires public agencies in Washington to promptly make public records available for inspection and copying unless they fall within the specified exemptions contained in the Act, or are otherwise privileged. All documents submitted in relation to this Specification shall be considered public records and, with limited exceptions, will be made available for inspection and copying by the public. It is the intent of the City to post all RFP responses online and available to the public after the contract is signed. Marking the entire submittal as "confidential" or "proprietary" is not acceptable and is grounds to reject such submittal. If, in the City's opinion, the material is subject to disclosure, the City will notify Proposer of the request and impending release which will allow the Proposer 10 days from notice to take whatever action it deems necessary to protect its interests. All expense of such action shall be borne solely by the Proposer, including any damages, attorney's fees or costs awarded by reason of having opposed disclosure and Proposer shall indemnify the City against same. If the Proposer fails or neglects to take such action within said period, the City will release all materials deemed subject to disclosure. Submission of materials in response to this solicitation shall constitute assent by the Proposer to the foregoing procedure and the Proposer shall have no claim against the City on account of actions taken pursuant to such procedure. 7. Retention of Rights The City retains the right to accept or reject any or all proposals if deemed to be in its best interests. All proposals become the property of the City upon receipt. All rights, title and interest in all materials and ideas prepared by the proposer for the proposal to the City shall be the exclusive property of the City and may be used by the City at its option. 8. Clarifications and/or Revisions to Specification and Requirements If a Proposer discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in this solicitation, the Proposer has an affirmative duty to immediately notify the Buyer of such concern and request modification or clarification of the RFP document. Unless instructions are specifically provided elsewhere in this document, any questions, exceptions, or additions concerning the subject matter of the RFP document(s) shall not be considered unless submitted via e-mail (no phone calls) to the Buyer listed on page 2, a minimum of five business (5) days prior to the submittal due date. In the event that it becomes necessary to provide additional clarifying data or information, or to revise any part of this RFP, supplements or revisions will be provided to all known Proposers in the form of an Addendum. All Addenda are posted on www.YakimaWA.Gov/Services/Purchasing and www.PublicPurchase.com and/or sent directly to interested parties who have registered for updates to this RFP. 12244P Condition Assessment for astewater Pipeline - WWTP If any requirements of the RFP are unaccepta,ble to any prospective Proposer, they may choose not to submit a 9. News Releases News releases pertaining to the RFP or to the acceptance, rejection, or evaluation of Proposals shall not be made without the prior written approval ofthe Buyer listed onpage l 10Proposer Conference and Site Visit A proposer conference will not be required, However, proposers may contact the project manager 'K4ancCawWe\\ at K8ao.[avv|ey0�YakimaWJA.GovorutSO9-249~6854to arrange a pre -proposal conference. A|| pre -proposal conferences must completed byNovember 7,2U2Z. 11 Examining Documents &Facilities The Proposer is hereby advised that by submitting a Proposal, he/she is deemed to have studied and examined all facilities and all relevant documents and acknowledged all requirements contained herein before proposing. 12. Calendar mfEvents Listed below are important dates and times by which actions related to this RFP may be completed. |nthe event that the City finds it necessary to change any of these dates and times it will do so by issuing an addendum to this RFP. DATE EVENT RFP Issuance October 28 thru November 14, 2022 j Pre -Proposal Conference/Site Vis - it November 17, 2022 Due date for written questions November 21,2022 Addenda -Written answers provided (target) November 28, 2022 at 11:00.-oo AM PST Proposals Due The schedule ofevents after the Proposal due date will be handled as expeditiously as possible, but there is not a set schedule. An Evaluation Team will be formed to evaluate proposals and may choose to interview Proposers or make site visits. Every effort will be made to notify short-listed proposers of important post -opening dates, 13. Contract Term See Section 3 of Contract. 14. Incurring Costs The City is not liable for any cost incurred by a Proposer in the process of responding to this RFP including but not limited to the cost ofpreparing and submitting a response, in the conduct ofa presentation, iofacilitating site visits orany other activities related to responding tothis RFP. 15. No Obligation to Contract This RFP does not obligate the City to contract for service(s), or product(s) specified here,in, The City reserves the right to cancel or reissue this RFP in whole or in part, for any reason prior to the issuance of a Notice of intent to Award. The City does not guarantee to purchase any specific quantity or dollar amount. Proposals that stipulate thattheC|tyshaUguaran1eeaspecificquantityordo||a,amountwiUbedisgun|if|md(e.0."mU-opoone".) zzl44rCondition Assessment for Wastewater Pipeline 'wvmP 16. Best Modern Practices All work, including design, shall be performed and completed in accordance with the best modern practices, further, no detail necessary for safe and regular operation shall be omitted, although specific mention thereof may not be made in these specifications. 17. More or Less Quantities are estimated only and shall be bid on a MORE OR LESS basis. For the purpose of comparison, Proposals shall be made for the quantities listed in this specification. Listed quantities shall not be considered firm estimates of requirements for the project, nor shall the City be bound or limited to quantities listed. Payment will be made only for quantities actually requested, delivered, and accepted, whether greater or less than the stated arnountso 18. Time for Completion Each Proposer is required to list on the Cost Proposal Form the number of calendar days he/she expects will be required to complete the project following receipt of a notice to proceed. Time of completion is important and will be considered in the evaluation of the Proposals. Failure to include a specific number of calendar days may be sufficient grounds for rejection of Proposal. 19. Traffic Control The Contractor shall be required to prepare typical traffic control plans required to complete the work. Contractor to submit traffic control plans at or before preconstruction meeting. The Contractor shall designate a Traffic Control Supervisor who shall prepare, revise, supplement, or modify the traffic control plans when needed. Some traffic control plans may need to be prepared for specific locations based on road conditions and traffic volumes and may require night time work, these plans will be coordinated with the City. All costs associated to traffic control shall be included in the project bid pricing and become part of the work. III. PREPARING AND SUBMIT ING A PROPOSAL 1. General instructions The evaluation and selection of a Contractor will be based on the information submitted in the Proposal plus references, and any on -site visits or best and final offers (BAF©s) where requested. Failure to respond to each of the requirements in the RFP may be the basis for rejecting a Proposal. . Organization and Format of Required Proposal Elements Proposers responding to this RFP must comply with the following format requirements. The City reserves the right to exclude any responses from consideration that do not follow the required format as instructed below. Proposals shall be organized and presented in the order and by the numbers assigned in the RFP with each heading and subheading should be separated by tabs or otherwise clearly marked. Tab 1- Table of Contents Provide a table of contents for the Proposal. Tab 2 - RFP Signature Sheet Complete and sign the Signature Sheet, which is page 2 of this RFP solicitation. Tab 3 - Transmittal Letter The transmittal letter must be written on the Proposer's official business stationery and signed by an official authorized to legally bind the Proposer. Include in the letter: 1) Name and title of Proposer representative; 12244P Condition Assessment for Wastewater Pipeline • WWTP 2) Name, physical and mailing address of company; 3) Telephone number, fax number, and email address; 4) RFP number and title; 5) A statement that the Proposer believes its Proposal meets all the requirements set forth in the RFP; 6) A statement acknowledging their Proposal conforms to all procurement rules and procedures articulated in this RFP, all rights terms and conditions specified in this RFP; 7) A statement that the individual signing the Proposal is authorized to make decisions as to the prices quoted and that she/he has not participated and will not participate in any action contrary to the RFP; 8) A statement that the Proposer will be making a number of representations outside of its formal Proposal document in, possibly, discussions, presentations, negotiations, demonstrations, sales or reference material and other information -providing interactions and as such hereby warrants that the Owner can rely on these as inducements into any subsequent contract, and be made a part thereof; Tab 4 - Response to Mandatory Qualification and Performance Requirements Provide a point -by -point response to each requirement specified in Section IV, Number 1 & 2, of this RFP. Responses that fail to meet the mandatory requirements shall be deemed non -responsive Tab 5- Response to General Requirements Provide a point -by -point response to each requirement specified in Section IV, Number 3, of this RFP. Responses to requirements must be in the same sequence and numbered as they appear in this RFP. Tab 6— Sample Contract and Terms and Conditions The Sample Contract provided with this RFP represents the terms and conditions which the City expects to execute in a contract with the successful Proposer. Proposers must accept or submit point -by -point exceptions along with proposed alternative or additional language for each op int. The City may or may not consider any of the Proposer's suggested revisions. Any changes or amendment to any of the Contract Terms and Conditions will occur only if the change is in the best interest of the City. Tab 7 — Required Forms Include here any additional completed forms required in the RFP. Failure to complete and/or provide any required forms may result in disqualification of proposal, including, but not limited to: • Proposers Questionnaire • Proposers References Tab 8 - Cost Proposal as identified in Section V. Provide all cost information according to the instructions provided utilizing the Cost Proposal form in Section VII. Include all costs for furnishing the products) and/or service(s) included in this proposal. Identify all assumptions. Failure to provide any requested information in the prescribed format may result in disqualification of the Proposal. Also include on a separate sheet under this tab a list of all Optional Services and the price for each service, If service is not provided please state so. 3. Prohibition of Proposer Terms & Conditions A Proposer may not submit the Proposer's own contract terms and conditions in a response to this RFP. If a proposal contains such terms and conditions, the City, at its sole discretion, may determine the proposal to be a nonresponsive counteroffer, and the proposal may be rejected. 4. Submitting a Proposal Proposals shall be completely uploaded into Public Purchase.com no later than the date and time listed on Page 2 of this RFP. Late Proposals will not be accepted or evaluated. If you try to submit a Proposal Late, the electronic system will not receive it. 12244P Condition Assessment for Wastewater Pipeline - WWTP K City Hall is dosed for business at the time scheduled for opening, for whatever reasons, Prwooser's response will beopened nnthe next business day ofthe City, atthe originally scbeduledhoo: Proposers must submit their response electronically through PubUcPurchasezom where they will be kept in an electronic Xmckboxuntil date andtimeofopening, Toregister asoVendor/Proposer with Public Purchase, gmto www.PubljcPurchase,.com or the City of Yakima website at www.YakimaWA,Gov/Services/Purchasing. The City is not responsible for late proposals due to operator error, electronic malfunction, system errors orinterruptions affecting the Public Purchase site and the processing ofany proposals. The Purchasing Manager reserves the right to, make exceptions for extenuating circumstances. Any sections deemed by Proposer to be confidential per Washington State Public Disclosure Act (RCW 42.56 et seq.) shall be separated from the main document and uploaded to Public Purchase in a separate file marked "confidential". All other sections of the response shall be made available to the public immediately after contract signing. All materials required for acceptance of the Proposal by the deadline most be uploaded to Public Purchase. S. Multiple Proposals Multiple Proposals from a Proposer will be permissible; however, each Proposal must conform fully tothe requirements for proposal submission. Each such Proposal must besubmitted separately and labeled aoProposal #1'Proposal #2'etc. onthe first page oftheir response. 6. Withdrawal of Proposals Proposers may withdraw o,supplement a proposal atany time mptathe proposal closing date and time. If previously submitted proposal is withdrawn before the proposal due date and time, the Proposer may submit another proposal atany time uptnthe proposal closing date and time. After proposal closing date and time, all submitted Proposals shall beirrevocable until contract award. IV. PROPOSAL REQUIREMENTS The following requirements in Sections K( numbers 1 & Z, are mandatory and the Proposer must satisfy them at no additional cost to the [ity. Responses to each requirement must indicate that the Proposer either "does comply" with the requirement or "does not comply". No explanation is required, as non-compliance with anvnf the following requirements will result in proposal reiection and remove that Proposal from |fProposer feels the Mandatory Proposal Requirements are proprietary, contact the Buyer listed on the Signature Sheet todetermine ifrequirements should bechanged. 1' Mandatory Proposer Qualifications a. Proposer must have a minimum 10 years' experience in wastewater pipeline condition assessment utilizing 9ACPstandards. b. Proposer must have a minimum 10 years' experience managing data in wastewater asset management software programs. c. Proposer must have completed a minimum of 5 projects of similar size and scope. 122o4pCondition Assessment for Wastewater Pipeline WWTP 2. Mandatory Contract Performance Requirements These specification details the minimum requirements for an effective condition assessment of small diameter (8- inch to 27-inch) municipal pipelines utilizing the equipment and operation of conventional CCTV and Autonomous ccni system, a. Autonomous and Conventional CCTV Inspection for Small Diameter Municipal Pipelines. SECTION 1: Platform/Transport of Inspection Technologies SECTION 2: Autonomous and conventional CCTV INSPECTION SECTION 3: CCTV Data Processing The Contractor is required to submit monthly anticipated schedules, The City will locate manholes identified on that schedule and ensure manholes are accessible to contractor. SECTION 1: Platform/Transport of Inspection Payloads 1,0 The transport platform(s) that move the sensors and camera through the sanitary systems will vary depending upon the size and condition of the sanitary sewer. 1.1 Platforms shall include but not be limited to self-propelled autonomous systems track drive, floating and rubber tire, 1.2 As a minimum, the primary transport platform shall be independent, provide battery operated power and lighting, provide non -fiber optic tethering, be made of corrosion resistant materials and be capable of operating with the associated manhole dosed. The unit shall be specifically designed and constructed for sewer inspection as such the camera shall be waterproof, corrosion resistant and have a minimum depth rating of 100 feet. 1.4 The unit shall be operable in varying pipeline conditions, from dry to fully submerged. 1.5 The unit shall be operable in various standard material types including, but not limited to brick, clay, concrete, PVC, HDPE and steel. 1.3 1.6 Camera platform shall be able to navigate around minor objects, roots, and debris. The locomotion system used to move the camera through the pipe shall not obstruct the camera's view or interfere with proper collection of the sewer conditions, 1,7 The platform shall ensure the camera payload is kept centered to the internal diameter of the pipelthe and remain sufficiently clean during the data collection. If camera lens is dirty and obstructs clear view data collection, then camera will be cleaned and data collection will be performed. 1.8 The platform shall be tethered to facilitate the removal from the sewer with no damage to the pipelines. Any damage done to pipe or manhole is to be repaired by contractor, 1.9 A PACP certified operator shall not be required to deploy inspection equipment in the field, The operator shall be trained to the camera manufacturer's specification. SECTION 2: AUTONOMOUS AND CONVENTIONAL CCTV Inspection 2,0 Video capture equipment shall continuously capture color digital video from first generation recordings with no frame loss, regardless of the progression of the inspection. 2.1 For lines 8-inch to 27-inch in diameter, the use of an autonomous CCTV crawler may be used. 12244P Condition Assessment for Wastewater Pipeline - WWTP 211 This equipment is to have two paunophmhc lenses, capable ofstitching together o 360' degree digital video. 2.1.2 The data collected shall have virtual pan -tilt -zoom capabilities during playback and on any single frame. 2.1.3 Autonomous crawlers must be utilized with a closed manhole lid to maximize safety efforts. 2.3 The CCTV inspection shall collect digital images ufthe complete end'to-endand overhead crown of the pipe above the water level. 2.3 The camera may be virtual or standard pan-tilt-zoorn with high -resolution 5MP picture capabilities. 2.4 The image sensor shall be color CCD with o minimum I.5'|ux sensitivity and resolution equivalent toa1least 46UNTS[TVlines. lS The CCTV component shall provide off-line viewingcapabDibesthatcanheimportedimtnmPA[P compliant pipe annotation tool. 2.6 The C[7lJ inspection shall include obtaining the launch manhole and finish manhole 5P9 coordinates, City pipeline identification, number and the manhole to manhole pipe length. 2.7 Asuitabke distance -reading device, which uses o*b|n length to accurately measure the location of the CCTV in the sewer shall be utilized during inspections bythe Contractor. This device shall be accurate to±19$mfthe length ofthe inspection. 28 Priorto the start of the deployment the camera shall retract any slackwithin the tetherto guarantee onaccurate distance measurement. 2.9 Ifduring the inspection operation the inspection platform will not pass through the entire section due to pipe blockage, the Contractor shall contact the City immediately for pipe cleaning, When City is notified of line segment conditions obstructing data collection due to maintenance issues, City will provide hydro cleaning/root cutting and notify contractor when complete. The line segment will then be scheduled for condition assessment data collection within 2 vvemho at no additional cost toCity. |fline segment is otN| not acceptable for data collection then City may at its sole discretion provide additional maintenance and notify Contractor when complete and Contractor will schedule data collection within 2 weeks and charge City time and materials cost for obtaining data. 2.10 If the inspection is stopped due to a defective pipe, re -set the equipment 'in a manner so that the inspection can beperformed from the opposite direction. |fagain, the camera fails topass through the entire section, note the distance not videoed and notify City. If contractor's equipment gets stuck in pipe segment, City will provide at Contractors request assistance such as hydro cleaning equipment and or rodding equipment with operators to help dislodge Contractor's equipment. City will not beresponsible for any damage tnContractor's equipment. The City will provide known pipe conditions that inhibit data collection equipment. 2,11 |norder tnobtain afull record of the pipe length, the distance shall be recorded by the platform as zero f rom the beginning of the pipeline segment (usually the intersection of the start of the pipeline and the inside face ofthe manhole) tothe end point ofthe inspection (usually the intersection of the endpoint ofthe pipeline and the inside face ofthe manho|e). 1zu44pCondition Assessment for Wastewater Pipeline 'WWTP SECTION 3: CCTV Data Prmcessin. 3.0 The contractor shall provide the City with all data captured during the pipe inspections. 3.1 Contractor shall provide PACP Certified technicians (with active registration certification) to process the data and process the inspection data using the Assessment Certification Program" (PACP) guidelines as established by the Nationol Association of SewerService Companies (NASSCO). 3.2 The collected data shall be submitted to the City and shall be reported in a uniform manner and in accordance with PA[Pstandards, 3.2.1 Observations shall beselected from the standard PA[Pdescriptom, and filled out with all required fields populated. 3.2.2 Inspections shall be coded to PACP 7.0 or the latest version ofPACP code set. Changing PA[Pversions vvi8Unot hmallowed during the project. 3.2.3 Contractor shall provide all pipe inspections in high definition digital color video. 3.2.4 Inspection videos shall include the following information: ° Upstream and downstream maintenance hole iD. numbers (provided byowner) w Pipe segment iD.number (provided byowner) * Pipe diameter � Pipe material * Date and time pfinspection w Current distance along pipeline (counter footage must be continuously displayed on the video) ° Location infeet ofeach defect, and * Location in feet of each lateral/main connection 3.3 Contractor shall have complete analyzed inspection data within 30 days of obtaining field inspections. Bythe sixth (6 1h ) day of each month the Contractor shall provide an external hard drive that contains all of the analyzed inspection data to the City along with the required software to view the data, in the hosted software (I -[OM). At the completion of the project the Contractor shall maintain o cloud -based data storage system accessible to the |'[OM ooftwena for viewing and updating the data. If contractor maintains continual monthly updates viewable in the |'[QK8 software and establishes and maintains o cloud -based storage system continually throughout the project, then monthly hand drives will not be required, The City shall maintain ownership oftheir data but iowilling togrant reasonable use rights tothe Contractor. 3.4 Data shall be collected for each asset including but not limited to the following: * Pipe Length ° Pipe Defects w Joint Condition * Lateral Connection b' Multi -sensor Condition Assessment of medium to Large Diameter Pipelines This specification details the minimum requirements for an effective condition assessment oflarge diameter (27-inch through 60-inch) City of Yakima Wastewater pipelines utilizing the equipment and operation ofDigital CCTV, Sonar and Laser structured light profiling. SECTION l: PLATFORK0/TRANSPORTOFINSPECTION TECHNOLOGIES zl244pCondition Assessment for Wastewater Pipeline WWTe SECTION 2: MSI INSPECTION SECTION 3: DATA PROCESSING SECTION 1: Platform/Transport of Inspection Payloads 1.0 The provision of a stable floating platform capable of carrying a payload (minimum) of three inspection sensors allowing for simultaneous, synchronized data collection in order to accurately determine existing conditions within critical pipe of 27-inch minimum diameter to 60-inch any combination of sensors including HD Video, sonar and laser profiling. 1.1 The platform must possess sufficient ruggedness, weight, buoyancy, hydro -dynamic characteristics along with a tether with sufficient safety factor to increase inspection capability and eliminate the risk of becoming lodged or lost in a pipeline. 1.2 It is required that the floating platform be capable of travelling a tethered distance of 5,000 feet in a single direction (either with or against the flow). 1.3 For pipes 27-inch to 36-inch the float shall be capable of inspecting when the pipeline has clear flow (dry) up to a minimum air gap of 8-inch from the top of the flow to the top of the pipe. Contractor may perform nighttime work during low flow conditions if necessary. 1.4 For pipes 36-inch to 60-inch the float shall be capable of inspecting when the pipeline has minimum 12-inch of clear flow and a minimum air gap of 20-inch from the top of the flow to the top of the pipe. Contractor may perform nighttime work during low flow conditions if necessary. 1.5 The float shall be stable in flows of 12 feet (4 meters) per second. 1.6 The floats shall be ridged, made with materials such as HDPE and aluminum capable oftransporting the required equipment to complete the inspection on one pass. 1.7 For pipes 27-inch to 36-inch a neutrally buoyant float mounted with Sonar will be used when there is less than 8-inch clearance in the soffit of the pipeline during low flow conditions. 1.8 For pipes 36-inch to 60-inch a neutrally buoyant float mounted with Sonar will be used when there is less than 12-inch clearance in the soffit of the pipeline during low flow conditions. SECTION 2: MSI Inspection The purpose of CCTV data collection in a Multi -Sensor Inspection is to visualize pipeline features and defects for recognition and/or collaboration with measurable data. Imagery of the pipeline above the fluid level must be gathered for the complete inspection. Digital CCTV data must be annotated via a digital database, viewable off-line, and importable into PACP compliant software annotation software. 2.1 CCTV PAYLOAD 2.1.1 The Digital CCTV camera shall be digital and produce a digital video image of at least 3mega pixel per frame 2016 x 1528 pixels. 2.1.2 The Digital CCTV camera angle is minimum 180degrees and shall be positioned to include a view of the complete soffit, forward view and invert of the pipeline at 3mega pixel per frame. 2.1.3 The CCTV inspection shall collect digital images of the complete end -to -end and overhead crown of the pipe above the water level. 12244P Condition Assessment for Wastewater Pipeline - WWTP 2.1.4 The CCTV component shall provide off-line viewing capabilities that can be imported into a PACP compliant pipe annotation tool. 2.1.5 Digital [{3V pan and tilt and zoom will be available in post process video play mode, or within any still single image. 2.1.6 The automatic Digital CCTV shall befocused for S-inchthrough infinity. I1.7 The Digital CCTV video data shall bestored onboard; the equipment storage shall exceed 3 hours continuous recording. 3.1.8 The Digital CCTV video camera shall he battery operated; the equipment operation shall exceed 3hours continuous operation. 2.1.9 The Digital CCTV video camera shall be housed in a casing suitable for operation immersed and assuch bewaterproof and corrosion resistant. I1.10 The general illumination shall be such as to allow an even distribution of light around the pipeline perimeter without loss nfcontrast, flare, orabnormal shadowing. The light source shall beatleast 4UQU|m(|umens)Vrequivalent. 3.1.11 A suitable distance -reading device vvb|ch uses cable length to accurately measure the location of the platform )nthe pipe shall berequired. This device shall beaccurate to±196 ofthe length ofthe inspection. 2.1.12 In order to obtain a full record of the pipe length, the distance shall be recorded by the platform as zero from the beginning of the pipeline segment (usually the intersection of the start of the pipeline and the inside face of access chamber) to the end point of the inspection (usually the intersection of the endpoint of the pipeline and the inside face of the terminal access chamber). 2.2 The operator shall betrained tnthe camera manufacturer's specification. 2.2.1 The laser scanning equipment shall be capable ofdirectly measuring distances to objects and surfaces inside pipelines from 27'inchto6O-inch. 2.2.2 Center ofthe Laser head will remain within .S-inchtothe center ofpipe wall. 22.3 The Laser Profiler shall take a 360 degree Profile of the exposed pipe surface at minimum I2slices per second. 2.2.4 The Laser Profiler measurements shall beaccurate to±5mm in pipelines 27inches and larger. 21L5 The Laser Profile data shall be stored on board the equipment storage shall exceed 3hours continuous recording, 22.5 The Laser Profile equipment shall be batter/ operated; the equipment operation shall exceed hours continuous operation, 23 SONAR PAYLOAD 2.I1 The sonar scanning equipment shall be capable of directly measuring distances to objects and surfaces inside pipelines from 27-inchto60-|nch. 2.3.2 The Sonar shall take a 360 degree Profile of the surcharged pipe surface at 1 slice per second. zz244pCondition Assessment for Wastewater Pipeline 'VVvmP 2.33 The Sonar Profile data shall be stored on board the equipment storage shall exceed 3 hours continuous recording. 2.3.4 The Sonar Profile equipment shall be battery operated; the equipment operation shall exceed 3hours continuous operation. 2.4 P&YLOADSYNCRON|ZATON 2.4.1 A high nso|uUnn Laser Scan will be produced by taking high resolution individual Laser Profile and Sonar slices and automatically joining them together in a 3D slice based renderer atl2frames per second. 2.4.2 Laser, sonar, and CCTV inspection operations are performed simultaneously. The resulting measurement data — Laser and Sonar shall be joined together automatically and seamlessly. 2.4.3 The recording software is to be designed specifically for synchronized data collection, all data streams shall be recorded through the same software, and started with a single digital command. SECTION 3: Data Processing 3.1 CCTV Inspection Data: NASSCU/PACP actively certified personnel shall be used to code the inspection. 3.1.1 Contractor shall provide the technicians to process the data and process the inspection data using the "Pipeline Assessment Certification Program" (PACP) guidelines as established by the National Association ofSewer Service Companies (NAS3[O). 3.1,2 The collected data shall be reported in m uniform manner and in accordance with PA[P standards. 3.1.3 Observations shall beselected from the standard P4CP descriptors, and filled out with all required fields populated. 3,1.4 Inspections shall be coded to PA[P 7.Uorthe latest version code set. Changing PACP versions during the project will not heallowed. 3.1.5 Inspection videos shall include the following information: * Upstream and downstream maintenance hole I.D. numbers (Provided by City) * Pipe segment 0numbers (provided byCity) � Pipe diameter = Pipe material * Date and time ofinspection w Current distance along pipeline (counterfootage must be continuously displayed on the video) * Location of each defect, and w Location ofeach lateral/main connection II &Y8Inspection Data: Aqualified profiler analyst employed bythe equipment manufacturer shall be used to analyze and report structural condition of pipeline using all orsome of the following sensors; laser, sonar, CCTV. 3.I1 Corrosion and debris reports shall be presented in a color coded format ao an unrolled illustration of the pipe condition throughout the circumference of the pipe over the length zZzu*pCondition Assessment for Wastewater Pipeline WwTp of the inspection. Measured pipe internal diameter (|D) that coincides with expected values must becoded white. Material loss (cornaion)^asmeasure byincreasing pipe |Dmust bo colored on a yellow/red color scale, with red color set to Y2 of the expected wall thickness provided bythe authority. Material gain (debris)'asmeasured bvdecreasing pipe ID, must beonablue color scale, ].Z.Z A 'Match to Reference Shape and Size' observation should be shown for each pipe highlighting u cross-section where the actual pipe shape closest matches the reference shape and size. 3.2.3 Cross -sectional observations should be taken to highlight areas ofworst corrosion. 360 degree reference cross sections shall be included in the report every 2Ofeet. The36U degrepProfi|eohaUbemadeupofLaseron|ywhenf|uoxis|rssthan8";Sonaron|ywhen clearance afflow tothe soffit of the pipeline is |exo than 10"; or a combination Profile for all other instances. 3.2.4 Presentation 3D Laser scan imagery shall be produced and included with the report. The Laser scan will beproduced byjoining the continuous Laser and Sonar data. 3.2.5 Adebri» graph shall be produced for every section plotting the debris for every l second sonar slice. Cross -sectional observations should betaken tohighlight areas ofhighest debris 3.2.6 If required, information shall beexportable inthe form mfthe most current NASSCOPA[P database or spreadsheet for import into common 3rd party applications. 3.3 Contractor shall have complete analyzed inspection data within 30 days of obtaining field inspections. By the sixth (6 1h ) day of each month the Contractor shall provide an external hard drive that contains all of the analyzed inspection data to the City along with the required software to view the data, in the hosted software (I-[OK8). At the completion of the project the Contractor shall maintain a cloud -based data storage system accessible to the |'C(}W1 software for viewing and updating the data. if contractor maintains continual monthly updates viewable in the |-CQM software and establishes and maintains a cloud -based storage system continually throughout the project, then monthly hard drives will not berequired. The City shall maintain ownership oftheir data but iswilling togrant reasonable use rights tuthe Contractor. c. SUSTA|NQ|LOYEFFORTS FOR INSPECTION PROGRAMS SECTION 1: PROPOSED APPRACHTOACHIEVE 8JSTA|N8kL|TY SECTION J: PROJECT PERFORMANCE SCORING SECTION 1: Proposed Approach toAchieve 5ostaAnaN|hy 10 Bidders are encouraged tnprovide the City with work approaches that minimize impact tothe environment 2'1 As a minimum, provide examples of previously executed programs utilizing the ougoinmb|m approach and outcomes of said initiative. 1.2 Describe how the method will be incorporated into the overall project and detail how success will be achieved. 1Z244PCondition Assessment for Wastewater Pipeline -mmvTp SECTION 2: Project Performance Scoring 2.0 Project performance will be evaluated with a defined point system. Points are weighted by the following three factors: 2.1 The magnitude and impact of the sustainability value. 2.2 The difficulty of the specific actions required to complete the work and the direct ampact to the overall work scope. 2.3 The measurable impact meeting the requirements will have for the public and environment General Requirements The purpose of this section is to provide the Owner with a basis for determining a Proposers capability to undertake this Contract. Responses to this Section will be scored. a. Organizational Capabilities Describe your company's experience providing services similar to those required by this RFP to custom of comparable size, scope and circumstance. 1) Provide an organizational chart for your company and include an issue escalation process used to resolve any potential issues between the Owner and the Contractor during the Contract term. ers b. Staff Qualifications 1) Identify and provide a resume for the Project Manager that will be assigned to this project and any additional projects they will be involved in during the Contract term. The Project Manager will be the primary point of contact for Owner and must be available on an as -needed basis. Describe how the Project Manager will guarantee availability to Owner during the entire duration of the project. 2) Identify additional key personnel from your company that will be assigned to this contract, including their current job title and the role they will play in the project. For each staff person, attach a brief resume with any pertinent licenses or accreditations and give at least one (1) example of a project where the staff provided similar services to an organization with needs similar to those described in this RFP. 3) Identify the Account Manager who will be handling all invoices and billing and will serve as the account main point of contact for this contract. 4) If any of these contacts change during the contract term, the Contractor shall verbally notify the Owner within twenty-four (24) hours of change and follow up in writing within five (5) business days of the date of change. Financial Capability to perform contract Proposer shall submit either a current. Financial Review or Compilation Report by a CPA firm, which is not to be older than one (1) year, or a Financial Statement from their bank asserting that Contractor has the Financial Capability to perform this contract. Owner reserves the right to use other means to substantiate Financial Capability, e.g. D&B reports, BBB, or other means. 4. Questionnaire Proposer must complete the Proposer Questionnaire Form on Section VII and submit it with their proposal response. 12244P Condition Assessment for Wastewater Pipeline - WWTP V. COST PROPOSAL 1~ General Instructions for Preparing Cost w Proposer must submit a cost proposal under Tab 8 of their proposal. If proposer agrees to oUmy other governmental agencies topurchase goods orservices from the awarded Contractor under the resulting contract, price accordingly so other jurisdictions can perform an a pples-to-a p pies comparison for their resulting contract. 2. Total Project Cost Proposer must provide atotal project cost toinclude all requisite services, materials, work products and ancillary expenses. The engagement will be a time and materials project and the total cost of the entire engagement cannot exceed $4,3OO,Q00. Contractor and any subcontractors' travel expenses (e.g. airfare, lodging, and meals, insurance) and other miscellaneous expenses related tothe provision ofon-site services must beincluded inthe proposed cost and cannot be an additional charge. Contractor's expenses related to providing on -site services (e�computer, printer, miscellaneous equipment) must be included in the proposed cost and cannot be at an additional charge. Owner will coordinate and provide any requisite meeting space for on -site services. 3. Pricing and Discount The Owner qualifies for governmental discounts. Unit prices shall reflect these discounts, Unit prices shown om the proposal or contract shall be the price per unit ofsale (e.g.' hour, ea,) as stated on the request urcontract. For any given item, the quantity multiplied by the unit price shall establish the extended price, the unit price shall govern in the proposal evaluation and contract administration. V1. EVALUATION AND CONTRACT AWARD l. Preliminary Evaluation All Proposals shall beevaluated against the same standards. The Proposals will first bereviewed twdetermine if they contain the required forms, follow the submittal instructions and meet all mandatory requirements. Failure to meet mandatory requirements will result in proposal rejection as non -responsive. In the event that NO Proposer meets specified requirement(s), the Owner reserves the right to continue the evaluation of the proposals and toselect the proposal most closely meeting the requirements specified in this RFP, or not select any proposals. 2. Proposer n@ Based on evaluation of the written proposals by the Evaluation Team on the stated criteria, an estimate of two to four top scoring proposals may beshort-Usted. Short-listed Proposers may berequired toparticipate ininterviews and/or site visits to support and clarify their Proposals if requested by the Evaluation Team. The Evaluation Team will make every reasonable attempt toschedule each presentation at a time and location agreeable tothe Proposer. Failure of Proposer to interview or permit a site visit on the date scheduled may result in rejection of the Proposer'sProposal. Should the Evaluation Team request any oral presentations ordemonstrations from one mmore ofthe short- listed proposers, the Evaluation Team will review the initial scoring and make adjustments based on the information obtained in the oral presentation or demonstration and site visits and to determine final scoring. zZz44pCondition Assessment for Wastewater Pipeline -Wvwrp 3. Evaluation Criteria The proposals will be scored using the following criteria: Description Max Points Organizational Capabilities Staff Qualifications 20 ,,Capability - ' `�-'/°`'!�`' '������0� ^, ' ` '.`` ��� ' *�'-� ProjexctThneframe ]O 'Cost ' . �� ,'���,�'� '� `�-� ���JQ' � ` TOTAL POSSIBLE POINTS 100 The cost proposal section shall receive a weighted score, based upon the ratio of the lowestproposal tothe highest proposal. The lowest cost Proposal will receive the maximum number of points available for the cost category and other proposals will bescored accordingly. Results ofreference checks will be used toclarify and substantiate information |nthe written proposals. The reference results shall then be considered when scoring the responses to the requirements in the RFP. The points stated above are the maximum amount awarded for each category. The evaluation process is designed to recommend award of this procurement to the proposal that is the best value of the Owner, not necessarily the lowest cost Proposal. 4, NPPEwmuatiom Evaluation of proposals shall be based on conformity to the specifications, cost, past experience and performance with the City and other agencies, manufacturers past performance with the City and other agencies, proposed manufacturer's service availability, parts availability, equipment design and functionalism and effect on productivity and bidder's supporting documentation. S. Prompt Payment Proposers are encouraged to offer discount for prompt payment of invoice. Please indicate your discount proposal on page l of this document. If awarded by the City, period of entitlement begins only after: a) Receipt ofaproperly completed invoice b) Receipt of all supplies, equipment o,services ordered c) Satisfactory completion ofall contractual requirements GL Award / Best and Final Offers The Buyer will compile the final scores for all sections of each responsive proposal. The award will begranted in one of two ways, The Evaluation Team's Recommendation of Award may be granted to the highest scoring responsive Proposal and responsible Proposer. Alternatively, Proposers with the highest scoring proposer or proposers may be requested to submit Best and Final Offers, If Best and Final Offers are requested by the Evaluation Team and submitted by the Proposer, they will be evaluated against the stated criteria, scored and ranked by the evaluation committee. The Intent to Negotiate then will be granted to the highest scoring Proposer, However, wProposer ohou|dnot expect that the Owner will request aBest and Final Offer. zz2w4rCondition Assessment for Wastewater Pipeline WvmTP 7. Tied Score In case of a tied score, recommendation of award will go to the firm who was favored by the majority of the Evaluation Team members, according totheir score, The Evaluation Team shall then offer ao"Intent toNegotiate amd/or|nten1toAward°thefina|contractvx)1bthesuocessfulProposerandthedecioiontmacoepttheavvardand approve the resulting contract shall befinal, 8. Tax Revenues RCW 39.30.040 allows the City to consider the tax revenue that is generated by a purchase of supplies, materials, and equipment, including those from a local sales tax or from o gross receipts business and occupation tax, it determining which bid proposal is the lowest, after the tax revenue has been considered. Sk Offer inEffect for One Hundrmd&Twenty (12D)Days AProposal may not bemodified, withdrawn orcanceled bythe proposer for aone hundred and twenty (12O)day period following the deadline for proposal submission as defined in the Calendar of Events, or receipt of best and final offer, if required, and Proposer so agrees in submitting the proposal. 10. Notification wfIntent tnNegotiate/intent tmAward Proposers will be notified in writing of the Owner's Intent to Negotiate and/or Intent to Award the contract resulting from this RFP. 11. Right toReject Proposals and Negotiate Contract Terms The Owner reserves the right to negotiate the terms of the contract, including the award amount, with the selected Proposer prior to entering into a contract. If substantial progress is not made in contract negotiations with the highest scoring Proposer, the Owner may choose tqcancel the first Intent to Negotiate and commence negotiations with the next highest scoring Proposer, 12. Protest Procedure Any protest must be made in writing, signed by the protestor, and state that the Propose/ issubmitting afomnai| protest. The protest shall be filed with the City of Yakima Purchasing Manager at 129 No. Ind St, Yakima, VV4 98901, orbyfax: 509-576'6384 oremail to, Maria.Mayhue6Dyakimawa.gov. The protest shall clearly state the specific factual and legal ground(s) for the protest, and a description of the relief or corrective act/on being requested. Protests based on specifications/scope of work, or other terms in the RFP shall be filed at least five (5) calendar days before the solicitations due date, and protests based on award orafter the award shall be filed no more than five calendar (5) days after Award Announcement (see below for details), The following steps shall be taken ioanattempt toresolve the protest with the Proposer: Step ]. Purchasing Manager and Division Manager ofsolicitation try resolving matter with protester. All available facts will be considered and the Purchasing Manager shall issue a written decision. StepU. If unresolved, within three (3) business days after receipt of written decision, the protest may be appealed to the Department Head by the Purchasing Manager. Step Ill. If still unresolved, within three (3) business days after receipt of appeal, the protest may be appealed tothe Executive (or his designee). The Executive shall make afino| determination in writing tothe Protester. Award Announcement Purchasing shall announce the successful Proposer vim VVeb*ite e-mail, fax regular mail, or by any other appropriate means. Once the Intent to Negotiate is released by Purchasing, the protest time frame begins, The 12344pCondition Assessment for Wastewater Pipeline WvmP timeframe is not based upon when the Proposer received the infor issued by Purchasing. Award Regardless of Protest When a written protest against aking an award is received, the award shall hoot be made until the resolved, unless the Owner determines that one of the following applies: No The supplies or services to be contracted for are urgently required; Delivery or performance will be unduly delayed by failure to make award pro • A prompt award will otherwise be advantageous to the Owner, If the award is made, regardless of a protest, the award must be documented in the file, explaining the basis for the award. Written notice of the decision to proceed shall be sent to the protester and others who may be concerned. The Owner retains the right to enter into any contract and nothing herein shall be construed to limit that authority in any manner. :her when the announcement is 12244P Cond n Assessment for wastewater Pipeline -WWTP VII. PROPOSAL COST FORM PROPOSAL COST FORM Autonomous CCTV Inspection for Small Diameter Municipal Pipelines Having carefully examined all of the RFP specifications including the -Proposal Requirements" and the "Evaluation Criteria", all of which are contained herein, the Undersigned proposes to furnish the following, which meet these specifications. List total cost for providing services below including, but not limited to, taxes, insurance, certifications, trainings, supplies and cost of preparing this proposal. Below is a list of number of manholes the City has for each location classification: Location Classification Number of Manholes Principle Arterial (Urban) Minor Arterial (Urban) Collector Arterial (Urban) Local Access Alleys Freeway Interstate Freeway Ramps Neighborhood Collector Manholes on Streets Backyards Or Not in Streets Total Manholes 418 469 361 3743 405 2 7 44 5449 1910 7359 Please list your lowest price for the following. em No. Description Price Per Mile 2. 8" through 12" Pipe Larger than 12" up to 27" Pipe 27" through 60" Pipe 12244P Condition Assessment for Wastewater Pipeline - WWTP EXHIBIT COST PROPOSAL (COMPENSATION) PP 12244P RedZone Robotics, Inc. CITY OF YAKIMA REQUEST FOR ROP" L NO. 144P CONDITION ASSESSMENT FOR WASTEWATER PIPELINES SUBMITTED November 28, 2022 PREPARED BY Veronica Alvarez General Manager- US West RedZone Robotics, Inc. 195 Thorn Hill Road, Suite 110 Warrendale, PA 15086 412-416-8980 (0) 412-476-8981 (F) 310-886-9890 (C) valvarez@redzone.com PREPARED FOR Susan Knotts Buyer II 129 N 2nd Street Purchasing Division Yakima, WA 98901 susan.knotts@yakimawa.gov 509-575-6095 Rcl000 Robotics .r dzone.coal TABLE OF CONTE TS TAB 1 r TABLE OF CONTENTS TAB 2 - REP SIGNATURE SHEET TAB 3 - TRANSMITTAL LETTER TAB 4 RESPONSE TO MANDATORY QUALIFICATION AND PERFORMANCE REQUIREN TAB 5 - RESPONSE TO GENERAL REQUIREMENTS TAB 6 - SAMPLE CONTRACT AND TERMS ACCEPTANCE TAB 7 W REQUIRED FORMS TAB 8 _ COST PROPOSAL AS IDENTIFIED IN SECTION RedZone Robot cs \ITS TAB 1-1 TAB 2-1 TAB S-1 TA -1 TAB 5-1 TAB 6-1 TAB 7-1 TAB B-1 RedZone Robotics CITY OF YAK I A REQUEST FOR PROPOSAL #12244P SIGNATURE SHEET THIS IS NOT AN ORDER RFP Release Date: October 28, 2022 Proposal Receipt: Propose rntl t first register with PublicPurchasu.corn and Proposal shall be completely uploaded PublicPitrchase.com no later than the date and time listed below. Register as early as passible and do not wait until the due d to upload your documents, as this may take some time. Late Proposals will not be accepted or evaluated. if you try to submit a Proposal late, the electronic system will not receive it. Proposal Openings are public. Proposals shall be firm for acceptance for ninety (90) days from date of Proposal opening, unless otherwise noted. RFP's ARE ONLY RECEIVED THROUGH. PUBLICPU CHASE.COI i Purchasing City of Yakima Wastewater Division 2220 E Viola Ave Yakima, WA 98901 uyer in charge of this procurement (Contact for further inforrrratlo usan Knotts, CPPO, CPPB, NIGP-CPP Buyer II Proposals Must brs completely uploaded by: Public Opening November 28, 2022 at 11:00:oo AM PST Phone E Mail Address (509) 575-6095 Susan.Knotts@Yakima 'WA.Gov PROJECT DESCRIPTION SUMMARY Inspection and Condition Assessment for Municipal Wastewater Pipelines Enter Prompt Payment Discount: %net 0 days I hereby acknowledge receiving addendurm(a) t . pi As refere to project within 365 days after receipt of order. iced by the Performance Bond requirements (use as many spaces as addenda received) In signing this Proposal we also certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit a Proposal; that this Proposal has been independently arrived at without collusion with any other Proposer, competitor or potential competitor; that this Proposal has not been knowingly disclosed prior to the opening of Proposals to any other Proposer or competitor; that the above statement is accurate under penalty of perjury. Furthermore, the Washington State Interlocal Cooperative Act (RCW 39.34) provides that other governmental agencies may purchase goods or services on this solicitation or contract in accordance with the terms and prices indicated therein if all parties s agree. The City does not accept any responsibility or involvement in the purchase orders or contracts issued by other public agencies. We will comply with all terms, conditions and specifications required by the City of Yakima in this Request for Proposal and all terms of our Proposal. Company Name RedZone Robotics, Inc„ ompany Address 5 Thorn Hill Road, Suite 110, Warrendale PA 15086 Name of Authorized Company Representative (Type or Print Dave Petrosky Title Chief Executive Officer Phone ( 412 ) 476-8980 ext. 235 Fax ( 412 ) 476-8981 Signature of Above Date t 1 /28/2©22 2244P Condition Assessment for Wastewater Pipeline - WWTP Email Address dpelresky@redzone.com RedZone Raboti www.redzone.cem November 28, 2022 Susan Knotts, Buyer II 129 N 2nd Street Purchasing Division Yakima, WA 98901 susan.knotts@yakimawa.gov 509-575-6095 RE: RFP# 12244P - Condition Assessment for Wastewater Pipelines Dear Ms. Knotts, On behalf of RedZone Robotics, I am pleased to submit the enclosed information in response to the City of Yakima's RFP for Condition Assessment for Wastewater Pipelines. Given the extensive qualifications of our company and personnel, and the history of our success with similar clients and projects, RedZone is uniquely qualified to assist the City with successful sanitary sewer inspections. Established in 1987, RedZone Robotics is a pioneer in the water industry, specializing in Advanced Pipeline Assessment using our proprietary, innovative, purpose-built technologies. RedZone developed a comprehensive approach to accelerated, system -wide assessment with our innovative ASAP approach. Our vast experience with innovative technologies and techniques empowers contractors, engineers, and utility owners to make informed decisions regarding their buried infrastructure. Why RedZone? Experience — Based on years of experience, RedZone has the tools and technologies to complete this system -wide assessment for City of Yakima,. ahead of schedule, and at the best value. With over 100 million feet of condition assessment data under our belt, no other firm can match this experience or bring as much valued insight from similar projects. Technology — RedZone is uniquely positioned in that we purposefully design and manufacture our robots to overcome and solve specific challenges in wastewater collection systems. For this project, we will deploy squads of SOLO robots, the first autonomous CCTV crawler in the industry. This allows for rapid data collection and processing to exceed schedule expectations. Service — RedZone has been an industry -leading service provider, especially in autonomous small -diameter pipe and manhole assessment for nearly 20 years. Our proven processes and best practices in the areas of progress reporting, risk management and quality assurance help us deliver high quality results on -time and within budget, all while maintaining a focus on safety and leveraging a robust pool of assets including the best equipment available. Our team is excited about this opportunity and looks forward to working with the City of Yakima team in the weeks and months ahead. Should you have any questions regarding the enclosed proposal, please do not hesitate to contact me directly at (310} 886-9890. RedZone Robotics www. edzone.com RedZone Robotics believes its Proposal meets all the requirements set forth in this RFP. RedZone Roboticsproposal conforms to all procurement rules and procedures articulated in this RFP; all rights, terms, and conditions specified in this RFP. It is also noted that the individual signing this Proposal is authorized to make decisions as to the prices quoted and that she/he has not participated and will not participate in any action contrary to the RFP. RedZone Robotics will be making a number of representations outside of its formal Proposal document in, possibly, discussions, presentations, negotiations, demonstrations, sales or reference material and other information-praviding interactions and as such hereby warrants that the Owner can rely on these as inducements into any subsequent contract, and be made a part thereof. Respectfully, Veronica Alvarez General Manager - US West valvarezredzone.com 310-886-9890 Office: 412-476-8980 Fax: 412-476-8981 RedZone Robotics RESPONSE TO I I I Red ZoneRobs) es www.redzone.com IV. PROPOSAL E 1 1. Mandatory Proposer Quaflfkations ENTS REQUIREMENT a. Proposer must have a minimum 10 yearsexperience in wastewater pipeline condition assessment utilizing PACP standards, b. Proposer must have a minimum 10 years' experience managing data in wastewater asset management software programs. c. Proposer must have completed a minimum of 5 projects of similar size and scope. 2. Mandatory Proposer Qualifications REQUIREMENT a. Autonomous and Conventional CCTV Inspection for Small Diameter Municipal Pipelines Section 1: Platform/Transport of Inspection Technologies Section 2: Autonomous and conventional CCTV inspection Section 3: CCTV Data Processing b. Multi -sensor Condition Assessment of medium to Large Diameter Pipelines Section 1: Platform/Transport of Inspection Technologies Section 2: MSI Inspection Section 3: CCTV Data Processing c. Sustainability Efforts for inspection Programs Section 1: Proposed Approach to Achieve Sustainability Section 2: Project Performance Scoring RedZone Robotics DOES OR DOES NOT COMPLY ▪ Does Comply . Does Comply • Does Comply DOES OR DOES NOT COMPLY • Does Comply ▪ Does Comply . Does Comply SUSTAINABILITV RESPONSE E E REQUIREMENTS RedZnne Robotin VVVVVV.re dZOOe,CU0 ������� ������������� ��n8�U�&���UU���U���UUU�� ����������������� TO ACHIEVE ��PTON'�U�T8| "^"..""`."""= U&A]UTV8PPAOACA RadZone Robotics understands that the purpose of this Request for Proposals (RFP) is for the City of Yakima to solicit a proposal from firms for closed circuit television (CCTV) for the City's collection system, All work will be completed in accordance with NASSCO PACP protocols, and the technical specifications included in the RFP. For this project, the core tasks generally bH into three categories: 1> pipe inspection and 2)G|Scollection ]) assessment evaluation and data management. All other activities are provided insupport ofobtaining quality condition assessment data inosafe manner, RedZonewill discuss the approach tothis work utilizing the inspect toclean method tooffer the City ofYakima acost savings and continue toencourage cities across Washington tosave water from unnecessary cleaning, Each camera system will utilize aPACPcertified software and the City template toprepare alog ofeach sewer main, Each inspection log will include general information such as project name' date, and time of inspection, starting and ending manhole numbers, direction of camera (with or against flow), pipe material, pipe size, and depth of flow. All mandatory PACP fields will be completed, Structural defects, maintenance defects, and construction observations (service laterals, material changes' etc.) will be noted' eva/uated, and assigned a priority rating, Emergency conditions will be reported immediately as indicated in the KFP Daily calibrations will beperformed un all CCTV inspection units to insure accurate measurements. All CCTV inspections shall be performed 'in strict compliance with the Project Specifications and mASS[O PACP 7,0 requirements. The inside cfmanhole walls, channels and pipe connections shall be captured for both the upstream and downstream manholes. The footage counter shall be started at the manhole wall/pipe connection. During the inspection process, the camera shall move through the main at a speed no greater than 30 feet per second, stopping at all defects or observations for a minimum of ten seconds. Previously executed projects using the Re6ZmneApproach Sewer System Evaluation Los Angeles, CA zozo-[m,ent System Wide Sewer Assessment Rochester Hills, /m/ System Wide Sewer Assessment a,eva°d.FL ao18-202u Small Sewer Evaluation & Rehabilitation Newark, NJ zO19'zoz1 RedZone Robotics Robert Sanchez Senior Engineer, City vfL0uAngeles 213'4e5-15*5 mbert.uanchez@|acity.onu wbnachn=ck =vu|ic Services Director City ofRochester *U|s 2*8-941'2497 ,d`neck*@mcmesterhm|s.org Ed Fomnm Utility Director Brevard County Utility Services 321-e33'20e1 eu=a,d.fontsnin@hp,,a,dO.00v TmmSchncttle Vice President CDwsmmh 732-225-7000 vchnettl/t@cumsmith.com SCOPE OF SERVICES ^ CCTV and Multi -Sensor Inspection ~ Over 500,000 LF Inspected ^ cgobUmed M*inspection program ^ zo^m12o^diameter � ~ SOLO, MSI and MHInspection °Over �300,0mLFinspected "arthrough 48"diameters ,s'4yomanhole inspections ^ SOLO and Manhole Inspection ,O,er 1,SV0,00mLpinspected ^@^ through zz^diameters ,3'sssmanhole inspections ^ Over 1,000,000 LFinspected ~ SOLO and Manhole Inspection ^ Over 9,000 MH'S inspected � ` o^tn84rdiameter assets www.redzone.com SUSTAINABILITY APPROACH ASAP: ACCELERATED SYSTEM ASSESSMENT PF'DGRAM For this proposal to the City of Yakima , RedZone is recommending the use of ASAP, or Accelerated System Assessment Program, to allow for the completion of services in the said RFP, Based on our nationwide experience developing pioneering technologies and inspecting over 80 million feet of sewer pipes, RedZone established ASAP as a system for owners to develop a proactive maintenance plan while minimizing the impact on their customers and the environment. This program relies on Redzone's proprietary fleet of inspection robots and our experienced and professional field staff that have completed more than 100 of these system- wide assessment programs. ASAP will reduce the cost of a system -wide assessment an average of 30%, reduce the time to complete the assessment by up to 80% and reduce the environmental impact of the assessment by 75%. ASAP offers complete system assessment with lower costs, shorter inspection timelines, and a reduced carbon bootprint. By means of the inspect to clean method, RedZone has proven that the approach can offer extensive cost savings in contrast to traditional cleaning and CCTV programs. Utilizing GIS RedZone can assess on average, 75% of a collection system without precleaning and the remaining 25% that cannot be initially assessed are due to dirty pipe (14%), CNL/ CNO (6%), and traffic control or permitting issues (5%). RedZone recognizes City of Yakima's focus on inspection only hence requiring cleaning on pipes that truly require the maintenance. This 86% reduction in cleaning compared to traditional clean -to -inspect methods reduces the total cost of inspection, allowing for a second inspection after the as -needed cleaning has been completed. RedZone's fleet of fully autonomous zero -emission EV robotics platforms allow system -wide assessments to be performed faster, up to 600% faster than traditional CCTV, The ability to effectively deliver the City's project on time is facilitated by the speed at which data is collected in the field. This in turn allows for better planning of maintenance activities and more efficient spending of limited capital and O&M budgets. With the Western United States impacted by drought conditions, and the threat of extreme water shortages to come, it is critical that all industries strive to make a difference. The City of Yakima's approach to inspection only for this RFP are in line with RedZone's commitment to water savings. Redzone's SOLO6° robots, on 80% of a system, uses less than 3 gallons of fuel per 1,000 LF of inspection. As a zero- emission EV platform, SOLO robots eliminate up to 110 dB of unnecessary noise pollution when compared to traditional cleaninga nd CCTV equipment. ASAP also greatly lowers the costs and disruptions associated with traffic control and reduce the total carbon footprint on every job. R'EDt0NE RO 240 MILES 1,250,000 LF INSPECTION AND CLEANING REDIONE in TRADITIONAL ROBOTICS CCTV SOLO() 11,661 ':, GALLONS p` REDUCED CO2 ';Elms 83,333 GALLONS 86% LESS FO Sfl 845 tons ASAP Shrink your carbon baotprlct. a'At AtdlOPt.54 RedZone Robotics � UYVYUV.re°ZOOe.co0 �������������K���88������UU���K�������� ������������������� �����������U�������� Based on our extensive experience, we have found the following tu be essential to successful projects: commitment to safety dear communication; skilled personnel; utilizing the best equipment available; and providing high -quality, high -confidence deliverables. 1.Commitment to Safety Standards Prior to commencement of any field activities, our Director of Safety and Operations, Mr. Chuck Pulaski, will work with the ReclZone project team tnbetter understand the safety requirements and known site -specific hazards associated with this project. Safety starts with the personnel understanding potential hazards on the job. Every morning, KedZone employees start their workday with a tailgate meeting to 8o over any potential hazards and how to avoid them. Unfortunately, there are times when something unexpected happens nnajob, |/asafety hazard is identified during the day, and it cannot be mitigated, the crews have the power to shut down the work until itcan besafely performed. RedZane routinely performs sewer inspection activities in high -traffic roadways and is fully prepared to implement the necessary Traffic Control Plans and permits required bythe City ofYakima. Our crews receive training intraffic control p�o«mdunsand general safety, and all staff working in Yakima will receive a refresher course prior to starting work. All traffic control activities performed on the project will be in strict accordance with the Manual of Uniform Traffic Control Devices (MUTCD). 2. Clear Communication RedZone will ensure that dear, quality communications occur between the City and the entirety of the project Team including subcontracting partnors. Our communication goals will include the conveyance of a dear understanding of the wants and expectations of the City to the Team, generation, and communication ofspecific task protocols to meet those wants and expectations, and ongoing, regular dialogue on project matters including completion status. in addition, we strive to ensure dear cnmmunicatinn, as appropriate, and a high-level of customer service in our Team's interaction with the local Yakima community. Like all KedZomp projects, we believe the City of Yakima wants to safely collect high -confidence data while maintaining positive relations with community residents, The best way to do this is through continual communication. We will request regular meetings with the City staff prior to the start ofour field work to ensure we have a thorough understanding of your expectations. Any new information obtained will betransmitted tmall team partners, aswell. Once the project starts and field crews begin collecting data, wofind that regular biweekly meetings tureview progress and discuss any questions or concerns best facilitates clear, consistent communication. Of course, should any issue arise between meetings, ReclZone will notify the appropriate City personnel promptly. ReclZone Robotics is committed to being a responsive and trustworthy partner for the City ofYakima. RedZnna also recognizes that while x,ework for the City, we are most visible to the public, Our crews are trained to do everything possible to maintain good relations with the public. We have inspected more than 90,000,000 LF of sewer and have learned how to interact with all types of individuals and organizations. Our goal is to treat everyone we meet as we would want to be treated, if requested, ReclZone personnel are more than happy to attend public meetings in conjunction with inspection activities. 8pdZone will manage the efforts for access to the sewer pipes . Theme efforts may include verifying easement locations, obtaining permissions, permits, and coordinating with the public, General location information provided will help determine which efforts may be needed, For pipes with limited information, research regarding the exact location for pipe access no determine the appropriate, action shall be conducted and documented. As deemed appropriate by the City, RedZone can inform affected Property Owners/Tenants of project timing and the general scope of work to be performed in the neighborhood. Notification shall include all critical information regarding this project. 0�� Robotics www.redzone.coln 3. Skilled'' Personnel The most important element to a thorough data collection program is a highly motivated, skilled, and technically competent workforce. RedZone is deeply invested in all aspects of hiring, training, developing, and retaining our people, as we understand that quality personnel strive for excellence in all they do. Currently, RedZone employs nearly 100 employees; this includes over 20 GIS Reporting Analysts who perform post processing and data review of our deliverables, which is a critical step in managing a comprehensive data collection program. The work of our analysts is routinely audited as well, 4. Equipment Since the vast majority of pipes in this scope of work are between 8" — 12" in diameter, RedZone will deploy a vast fleet of SOLO robots to ensure a swift collection. The balance of all other sizes will be completed with either standard CCTV crawlers and other platforms from the Subcontractor on emergency cases. All field inspections will be completed by trained and certified NASSCO operators using established deployment protocols and procedures. RedZone Field Crew Supervisors will coordinate with the Project Manager and Field Crew Personnel to determine best procedures for complete inspection based on investigation notes and pipe conditions . All reports will be delivered per NASSCO PACP/MACP standards to allow for quality data analysis. 5. Data Processing and QA/QC RedZone will prepare all deliverables in accordance with NASSCO PACP and LACP protocols, respectively. RedZone imports all data captured during the inspection into the NASSCO PACP 7.0 certified ICOM software for PACP coding, ICOM is a NASSCO certified software system built on advanced web -based technology that supports integration with other asset management platforms. Project Managers will update maps based on the outcome of each asset inspection and make appropriate revisions in ICOM. Reporting Analysts will perform a QA/QC review and make any final updates to the GIS dataset before a copy is provided back to The City. ICOM allows for GIS-based viewing of condition defects, as well as query and filter features, ensuring proper and accurate reporting techniques, easily identifiable outliers in the datum and faster corrections and revisions. It also contains the ability to create an executive summary that will clearly show the location, in relation to adjacent manholes (i.e., stations), of each lateral/main connection discovered. Other data of significance such as the locations of unusual conditions, cracks, misalignments, collapsed sections, presence of debris and deposits will also be included as brief and informative comments of the sewer pipeline conditions. 6. Schedule Upon receiving a Notice to Proceed, RedZone's General Manager will work with the Project Manager and develop an overall master project schedule showing all crews assigned to the project, data submittal dates, and other project milestones. This master schedule will be updated monthly based on direction with the City, A detailed two -week forecast schedule will be submitted on Friday of each week for the following two -week period. It will include all crews working on the project, and the basins and asset ID numbers for specific sewer mains to be completed during that period. RedZone will prepare and submit a weekly Progress Report to the C'ity`s Project Manager each Friday for work completed the previous week. The Progress Report will include summary tables showing the pipe segments and manholes that were completed, an inspection tracking geodatabase, and a lateral tap geodatabase. This report will also include a summary of manholes that could not be found or opened or any items that might require the assistance or approval of the City .schedule control will be accomplished by actively tracking measured progress in relation to planned work, necessary changes can take place immediately. Work that needs to be addressed due to maintenance will be re -inspected within 2 weeks of the City notifying the pipe's cleaning completion. The key to effective schedule control is to measure actual progress and compare it to planned progress. This component will enable RedZone to assert strict control of the budget and costs associated to the job. Once the deliverables have been reviewed, approved, and finalized, RedZone will sync and deliver data in a PACP exchanged DB on an external hard drive. Uploads to cloud/ ICOM will be provided as requested by the City. RedZone understands that the completion of this work is critical for other planning initiatives for the City of Yakima and is committed to completing the inspection of the entire system within 12 months or less. RedZone will work hand and hand with the City of Yakima to achieve the most efficient schedule, Redlone Robotics UYVVUY.re6zoOe.cU0 K�� ���������U REQUIREMENTS � UU8���U��&�� U�. �-U�V��-U���� U��K8U�����������/� SECTION: GENERAL AAl\ |A�&��NT� "u°.m.~"�"�.",`""+�"`�°.^^`." a. Organizational Capabilities Established in 1987' RedZone Robotics, a spinoff from Carnegie Mellon University's Department of Robotics, designs for autonomous technology for customized applications. Uniquely positioned to service the wastewater industry and our nation's failing, aging infrastructure, we've developed a wholimic and innovative approach with advanced ' assessment technologies and service applications. Now, collection system owners, operators, and engineers have access tothe technology and services necessary on accurately assess their systems inacost efficient and effective manner. As response to the industry's need to assess all pipes, our team has developed n adubmn for 8" to 12' pipes, the vast majority of pipe sizes in a collection system, SOLO", o fully autonomous inspection mbwr provides a fast' efficient means of CCTV inspection. Unique tothis asset isthe ability topost-process NASSCQdefect codes, offsite. SOLO iscompact, lightweight, and easily deployed yn any location accessible by a technician, allowing access to manholes that a truck -based CCTV platform cannot reach. Teams of SOLO robots, or squads, can be deployed for a rapid, system -wide assessment. In addition to our robotic platforms, RedZone recognized the need for our clients to view assessment data and interact with a decision support system for reporting, budgeting, planning, and providing work order management. By design, our 1[Ok811' software delivers a G|S'contric' interactive, sewer asset management program to achieve a more efficient solution for collection system management. Akron Cincinnati Houston Richmond Arlington Cleveland RedZone Robotics Using this method, our team has provided advanced pipeline assessment services to municipalities, contractors, and engineering firms, assessing over I00 million feet of sewer line across North America inover 5OOcities including: Las Vegas Austin Montreal Cedar Rapids Salt Lake City VVashingtonD.0 Spokane Fort Worth Atlanta Mexico City Calgary Pittsburgh Columbus Seattle Detroit Toronto Los Angeles Baltimore New York Charlotte San Francisco Dallas Minneapolis Honolulu edzone.com IV. PROPOSAL REQUIREMENTS GENERAL REQUIREMENTS A. ORGANIZATIONAL CAPABILITIES RedZone Robotics is made of an inhouse team that understands infrastructure from a unique and advanced perspective. From the design of its own proprietary robots, equipment manufacturing, field deployment to advanced engineering reporting, RedZone has developed a one of kind team. We have a comprehensive group that is specialized in underground infrastructure assessment with leaders in their respective fields. Led by David Petrosky, CEO, RedZone has experienced a revitalization of its technology, engineering practices, and goals as a company with the motto of never settling on average. With experts in every aspect that involves asset analysis, RedZone's deliverable turnarounds and data quality are marked by excellence. With experience from Coast to Coast nationally and internationally, our technical expertise is well documented by hundreds of clients. The project will be led by Veronica Alvarez the General Manager, US West and Operations will be managed by VP of Operations and Safety, Charles Pulaski. Once a contract is executed, William Summerville will take the lead as Project Manager for the day to day activities and QA/QC teams. CHUCK PULASKI VP of Operations General, Manager, US East VERONICA ALVAREZ General Manager, US West WILLIAM SUMMERVILLE CHRIS WHITE w PtoJ r t Manager ;" Director of Reporting vva:a�esa„e,aeam .:a�n,ecn.�..,u... 'as.,vxi. sxix.MM. r a USSAISUSSUNUIUMM■SSrErarwrrNSUMIUMNIIMUSSIONSISIUSUSaRirwr ■ S ■ x FIELD TECHS FIELD TECHS FIELD TECHS • ii SOLO' CCTV fProfllerl Mantro[e iospectitzn or la • ■ ■ TEAMING PARTNER - ENGINEERING CONSULTANT V&A Consulting ■ it ■ 1 A ir**U1*11*r11rr*11*1•*+rsrsrwrelrr11111********ar11$111*1rrsre 1. Escalation Process ■11Uarair'■■1IOSMSUS■■$11*1$■■■*11srNari1 JAY HILSCHER Reporting Manager ANALYSTS ,r,-. ANALYSTS PACP/MACP Laser/Sonar eti su **z n. 4**** , as +-a'MAMV,,I¢aa OM.1,ax.I; eaa+a 11111UU*SIsarrar11***IUMMUI■rw0**s1R*rwrarr1 Should any problems arise during the Contract term between the Owner and the Contractor, the following escalation process should be followed: a) the field supervisor should be notified of the activities that are causing issues. b) William Summerville should be notified should the field supervisor not resolve the issues C) Veronica Alvarez and Charles Pulaski should be notified should the client not feel the issue has been resolved D)An in -person meeting will be held with Veronica Alvarez who will create a resolution plan for the City E) Weekly check -ins will be held for the first month until the client is satisfied RedZone Robotics � VVVYVV.[e"ZWQe.CD[R ����K-D���UU�UK�0K���^U��&�K� ��U���� &�����U����K���UK��U��� A'KEY PERSON VE | Veronica Alvarez General Manager, US West rNo. Alvarez brings over 14 years of experience in design, engineering, and operations in infrastructure development within multiple industries. Prior to joining ReclZone, Veronica worked in management and field operations positions within both the private and public sector. She spent years at the City of Los Angeles where she led the City's Master Schedule and emergency response program. She holds aClass A General Engineering contractor's license and has managed over $4OO million 'in underground utility projects, Veronica obtained her BS in Civil Engineering from Cal State and maintains acurrent Confined Space, NASS[O PA[P. kxACPand LAC�P. CVVEAGrode 3.She is an active member ofA5CE'mASSC0'ASTrN,VV|0PS,MASTT andVV[F. Veronica will lead the project for the City of Yakima and will bring her experience in Master Planning to collaborate in a systematic inspection plan for the City. Her success in managing projects similar to Yakima on schedule and within budget will be used to support a successful project de|ivery. Based out of California, she will be readily available tothe client during the entire duration ofthe project and in -person onamonthly basis. Chuck Pulaski Vice President DfOperations and Safety/ General Manager, US East Chuck Pulaski is the Director of Operations for the deployment team and the General Manager, US East.. He has SOyears ofexperience in the wastewater conveyance industry. Under Mr. Pu|aski's supervision, RedZnne has successfully inspected several hundred thousand feet of small and large diameter pipes utilizing multi -sensor technology throughout North America. He oversees the robotic equipment and maintains the working capability. Mc Pulaski maintains a current Confined Space' wAS5CO PACP, KxA[P'and LACP. Mr. Pulaski is high,|yexpe,ienced in project management and effective resource allocations. He has directed operations, including project implementation, an hundreds ofnedZono projects. He is especially adept at navigating challenging field conditions and overcoming project hurdles todeliver exceptional results. Chuck will lead the operations for the City ufYakima and will bring his expertise in effectively managing field crews and maintaining motivated and focused personnel. Bill Summerville Project Manager Mr, Summerville provides project management with field deployment crew operations and for the reporting team. He has over ZO years of experience in the wastewater conveyance industry. Managed multiple, simultaneous projects throughout North America, Under his supervision, RedZone has suocessfuNy inspected millions of feet of large diameter pipes utiUzinQnnu|d'sensmr technology throughout North America, He provides his expertise with managing the field personnel responsibilities as well as ensuing the proper function of the robotic equipment is maintained and data is processed. K4r- Summerville holds his PK0P and maintains a current, Confined Space, nASSCOPACP, MACPand LACP,MA3Vv@PERand OSHA J0certification. Bill will lead the day to day success for the City of Yakima and ensure the client is updated weekly on production and any daily issues encountered and any additional times the client would like to be updated. 8i|| will manage up to 5'7 other projects varying io size and scope concurrently with the City of Yakima's project and will be available throughout the duration of the project via phone and email RedZone Robotics redzone-cam STAFF QUALIFICATIONS ADDITIONAL TEAM MEMBERS TC PARTNER. STRIPE RITE Jaynes Hilscher Reporting Manager Mr. Hilscher is the Reporting Manager at RedZone Robotics. He has over 15 years of experience in the wastewater conveyance industry and holds a B.S. in Applied Mathematics from Geneva College. Mr. Hilscher's expertise in data management and analysis is seen in the quality of technical reports produced at RedZone. At a national level, James has managed multiple agency projects all the while successfully delivering reports on schedule. Mr. Hilscher maintains a current NASSCO PACP, MACP and LACP certification. Jay will be the point contact for the City of Yakima on any data issues and reporting questions. Jay brings his expertise in complex data analytics and report execution to the Yakima project team. Chris White Client Services/ QA-QC Review Chris White is the Director of Client Services for C!A/QC Review at RedZone Robotics. He has over 10 years of experience in the wastewater conveyance industry. With Mr, White's support, He oversees the transition of software and data to the end -client and provides a hands-on approach to client services. His knowledge of RedZone's technologies and interpretation of deliverables is recognized as an asset to RedZone's clients. Mr. White maintains a current NASSCO PACP, MACP and LACP certification. Traffic Control Sub -contractor Stripe Rite Stripe Rite started in 1984 and now has over 30 years of experience in of traffic control services in the state of Washington. Local to Yakima, Stripe Rite will serve a key sub contractor to RedZone for determining the safest working conditions.. Additionally, the local office will allow reliable services to meet time -sensitive needs on the project. ACCOUNTING MANAGER Cheryl Ferdarko is the Accounting Manager who will be handling all invoices and billing and will serve as the account main point of contact for this contract with the City of Yakima NOTIFICATIONS If any of these contacts change during the contract terra, the Contractor shall verbally notify the Owner within twenty-four (24) hours of change and follow up in writing within five (5) business days of the date of change. vy RedZone Robotics BACKGROUND Position Western Regional Manager Professional Experience 14 years lained Firm 2319 Education California State University, BS Civil Engineering t. 310-886-9890 valvarez@redzone.com www.redzone.com 9 195 Thorn Hill Road, Suite 110 Warrendale, PA 15086 O RELEVANT EXPERTISE • Master Sewer Planning * Multi -Sensor Inspection Robotic Technology for Large Diameter Sewer Assessment • PACP/MACP/LACP Certified • Data and Asset Management • Certified in Microsoft Sequel Database * California General Engineering Class A107893 O AWARDS • City of LA Quality and Productivity Commission Award 2013 • CWEA Young Professional of tine Year 2016 • Nominee 2020 Women in Tech VERONICA ALVAREZ General Manager - US West 0 EXPERIENCE SUMMARY ,Veronica Alvarez has been involved in the water industry far over 14 years with primary roles in construction, operations, and engineering. She obtained her BS in Civil Engineering and is a strong supporter of STEM and tutoring inner-city youth. Veronica has worked in management and field operations, positions within the private and public sector with her current role as the General Manager, US West at Red7one Robotics, She has overseen projects internationally and is well versed in sewer and storm drain operations and construction with her expertise focused on primary trunklines and special assets. She holds a Class A contractor's license and has managed over S300 million in underground utility projects, 0 RELEVANT EXPERIENCE Red2one Robotics {08/2019 - Present) • Responsible for delegating risk assessment and job recnnnaissancu ari all in the Western US • Provide cost efficient and effective solutions for municipalities, authorities, and engineering firms for large diameter and tunnel infrastructure jobs with an average savings of 5400,000 USD per agency • Collaborate with Sanitary Sewer Overflow Prevention and Response Plans (SSORP) • Key Projects: Kleinfelder/San Diego Citywide Small and Large Diameter inspection programs (8"-1091, City of LA/ AECOM- Large Diameter Advanced Inspection Program, Portland/BES-Kennedy Jenks Trunkline Evaluations, City of LA Life Cycle Analysis, City of Denver Life Cycle Analysis Underground Group - Pro -Pipe Regional Manager (07/2016 - OB/2019) • Technical expert and responsible for analysis and identification of job scope and developing approach tor all jobs over 5250,000 USD • Enforced Safety Culture with OSHA and state regulations adherence with over 400 field personnel • Key Projects: Victorville Citywide master planning for 430 miles of sewer lines including CCTV and cleaning, LA County Sanitation Projects, City of Phoenix projects, Pacific Coast Building Products - Engineering Consultant/California Manager (04/2016 - 04/2019) • Served as expert witness and managed litigation and negotiations to save over S3,2M • Managed active construction projects in multiple states as a technical expert with an average cost of S1.2M • Key Projects : OHL siphon master design, Ontario/ Eastvale new residential development 36"and greater installments , Corona- Constellation brands Mexicali brewery: large diameter pipeline construction City of Los Angeles, Bureau of Sanitation/Engineering - Civil Engineer (0212001 - 0472016) • Complied with Federal, State, and local sanitation, environmental, building and planning regulations, codes and laws applicable to wastewater processing and water quality • Led project development team - emergency sewer repair coordination, review and assess yard and engineering referrals., sewer assessment, project updates on over SWIM USD • Developed, generated, and distributed the Wastewater and Stormwater Collections Systems Scheduling far the fiscal year with over 6,700 miles of assets • Responsible for reporting to Mayor's office on monthly productivity for open data portal • Key Projects.: Project Manager on Master Sewer Planning 2009-2015 for a system made up of aver 6,000 miles of sewer system, Sewer Emergency response team e PUBLICATIONS/ABSTRACTS • WEF: Future of Sewer Assessment, CWEA Guiding Boring Using Pilot Tubes: Variations, CWEA-A Study on Pipe Materials, Life Cycle and Environmental Impact, WWETT - A Systematic Analysis of Siphon alienations, and Maintenance, NASTT: Overcoming Operations and Maintenance Challenges in Siphons • Published, contributor to the Vitrified Clay Pipe Engineering Manual 2017 0 BACKGROUND Position Director of Operations and Safety Professional Experience 30 years Joined Firm 2015 Education Community College of Allegheny County t.. 9 412-416-8980 x.245 cpulaski@redzone.com www.redzone.com 195 Thorn Hill Road, Suite 110 Warrendale, PA 15086 0 RELEVANT EXPERTISE • Manage 35 Field Operations Personnel • Project Management and Resource Allocations • Project Implementation • Experience in Difficult Project Settings CERTIFICATIONS • Confined Space Training and Rescue OSHA Construction Safety and Health • NASSCO, PACP, MACP, LACP CHUCK PULASKI Vice President of Operations and Safety General Manager, US East 0 EXPERIENCE SUMMARY Chuck Pulaski is the Vice President of Operations for the deployment team, He has 29 years of experience in the wastewater conveyance industry. Under Mr. Pulaskis supervision, RedZone has successfully inspected several hundred thousand feet of small and large diameter pipes utilizing multi - sensor technology throughout North America. He oversees the robotic equipment and maintains the working capability, Mr. Pulaski maintains a current Confined Space, NASSCO PACP, MACP, and PACP. 0 RELEVANT EXPERIENCE Large Diameter Sanitary Sewer Inspection using Robotic Technology, Phases 2 and 3, Houston, TX Project Completed: March 2016, Iauuary 2020 Mr. Pulaski directed and managed the sewer evaluation to inspect the Houston large diameter interceptor sewer system. Phase 2 inspection consisted of aver 150,000 LF of 48" and large diameter sewers throughout the County of Houston. RedZone's deployment team cut the anticipated field deployment estimate nearly in half. Phase 3 inspection consisted of over 250,000 LF of 48" and larger diameter sewers throughout the County of Houston. Once again, RedZone's deployment team cut the anticipated field deployment estimate nearly in half. The inspection used the multi -sensor robotic platform Responder to collect digital CCTV, Sonar, 30 lidar/Laser and H2S Gas temperature sensors while in service and with no bypass pumping required. Major Sewer Study and Assessment 36-60-inch Gravity Lines, Columbia, SC Project Completed: February 2016 Mr. Pulaski directed and managed the assessment of the interceptors inspection. The inspection consisted of over 150,000 LF of 36" through 60" mail lines while in service with very limited access along the area sewer shed. There were very limited access locations in wetlands with limited road access in remote areas requiring unique and challenging set-ups and deployment locations to complete the scope of work. There were long distance deployments required due to the limited manhole access and terrain to complete the scope of work. MI Detroit OWSI3-903 Assessment Project Completed 2019 Mr. Pulaski was the directed for the inspection of the DWSD-. RedZone Robotics was a subcontractor for Inland Waters Pollution Control, Inc, Redlone provided the CCTV and multi -sensor robotic platform to collect digital CCTV, Sonar, 30 LiDAR/Laser, and H2S Gas Temperature sensors to get a full pipeline condition assessment. BACKGROUND Position Project Manager Professional Experience 20 years Joined Firm 2012 Education • ICM Schaal of Business - Network Engineering 2001 l•-• 412-927-4290 x.740 wsummerville@redzone,com www,redzone.com 9 195 Thorn Hill Road, Suite 110 Warrendale, PA 15085 0 RELEVANT EXPERTISE • PMP • Manage Multiple Field Crew Personnel • Communication Liaison • Project Implementation • Experience in Difficult Project Settings CERTIFICATIONS • PMI P • Confined Space Training and Rescue • NASSCO PACP, MACP, LACP • OSHA 30 WILLIAM SUMMERVILLE Project Manager 0 EXPERIENCE SUMMARY Mr. Summerville provides project management with field deployment crew operations and for the reporting team, He has over 20 years of experience in the wastewater conveyance industry, Managed multiple, simultaneous projects throughout North America, Under his supervision, Redlone has successfully inspected millions of feet at large diameter pipes utilizing multi -sensor technology throughout North America. He provides his expertise with managing the field personnel responsibilities as well as ensuring the proper function of the robotic equipment is maintained and data is processed, Mr. Sommerville maintains a current, Confined Space, NASSCO PACP, MACP, LACP, HAZWOPER and OSHA 30 certification. 0 RELEVANT EXPERIENCE CA Los Angeles L rge Diameter MSI Assessments 2018 - Present Mr, Summerville is the project manager for large diameter assessment projects in the City of Los Angeles. The work in the City of Los Angeles has totaled over 250.000 LF of multi -sensor inspection collecting Laser/10AR, CCTV, gas to provide a comprehensive analysis of the pipeline. Inspections are used to determine the rate of deterioration throughout the years as well as virtual mandrels for rehabilitation efforts. MI Macomb County Interceptor Lines MSI Condition Assessment Project Completed 2020 Mr. Summerville was the project manager for the sewer evaluation of the Romeo Arm Interceptor, Garfield Interceptor, 15 Mile Road Interceptor, and lakeshore interceptor sewers tor the Macomb County Public Works and establish a baseline of the existing condition of their main line interceptor sewers, The inspection consisted of over 91,600 LF of 60" through 132" diameter while in service with challenging access along the route of the interceptors. The inspections used the multi -sensor robotic platform to collect digital CCTV, Sonar, 3D LiDAR/Laser and H2S Gas Temperature sensors to get a full pipeline condition assessment, Consent Order Regionalization CCTV Inspections ALCOSAN, Pittsburgh, PA Project Completed: November 2019 Mr. Summerville managed the assessment of the small and large diameter sewers for the consent order regionalization for sewers 8' - 120" for over 1.000,000 ft for municipalities in the ALCOSAN region, The inspection consisted of sewer lines while in service with very limited access along the area sewer shed. There were very limited access locations in wetlands with limited road access in remote areas requiring unique and challenging set-ups and deployment locations to complete the scope of work, There were long distance deployments required due to the limited manhole access and terrain to complete the scope of work. red one.cor IV. PROPOSAL REQUIREMENTS . Financial Capability to Perform Contract O 1 nvest ent o1, Subsidiaries ConsolidatedFinancial Statements and entary Consolidating Information December 31, 2021 and 2020 baker Independent Auditors' Report To the Board of Directors and Members of RZR Investment Holdco, LLC and Subsidiaries Y Opinion We have audited the consolidated financial statements of RZR Investment Holdco, LLC and Subsidiaries (the Company), which comprise the consolidated balance sheets as of December 31, 2021 and 2020, and the related consolidated statements of operations and comprehensive income (loss), changes in members' equity and cash flows for the years then ended, and the related notes to the consolidated financial statements. In our opinion, the accompanying consolidated financial statements present fairly, in all material respects, the financial position of the Company as of December 31, 2021 and 2020, and the results of its operations and its cash flows for the years then ended in accordance with accounting principles generally accepted in the United States of America. Basis for Opinion We conducted our audits in accordance with auditing standards generally accepted in the United States of America (GAAS). Our responsibilities under those standards are further described in the Auditors' Responsibilities for the Audit of the Consolidated Financial Statements section of our report. We are required to be independent of the Company and to meet our other ethical responsibilities, in accordance with the relevant ethical requirements relating to our audits. We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion. Responsibilities of Management for the Consolidated Financial Statements Management is responsible for the preparation and fair presentation of the consolidated financial statements in accordance with accounting principles generally accepted in the United States of America, and for the design, implementation and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement, whether due to fraud or error. In preparing the consolidated financial statements, management is required to evaluate whether there are conditions or events, considered in the aggregate, that raise substantial doubt about the Company's ability to continue as a going concern within one year after the date that the financial statements are available to be issued. Baker Tilly US, LLP, trading as Baker Tilly, is a member of the global network of Baker Tilly International Ltd,, the members of which are separate and independent legal entities. © 2020 Baker Tilly US, LLP 1 A uditors'Responsibilities for the Audit oythe Consolidated Financial Statements Our objectives are to obtain reasonable assurance about whether the consolidated financial statements as a whole are free from material misstatement, whether due to fraud or error, and toissue anauditors' report that includes our opinion. Reasonable assurance |eahigh level ofassurance but iwnot absolute assurance and therefore is not a guarantee that an audit conducted in accordance with GAAS will always detect ammtehW| misstatement when it exists. The risk of not detecting a material misstatement resulting from fraud is higher than for one resulting from error, a8fraud may involve collusion, forgery, intentional omissions, misrepresentations orthe override ofinternal control, Misstatements are considered material ifthere |oa substantial likelihood that, individually orinthe atthey would influence the judgment made bya reasonable user based nnthe consolidated financial statements. In performing anaudit inaccordance withG/#\G.wm Exercise professional judgment and maintain professional skepticism throughout the audit. � Identify and assess the risks of material misstatement of the consolidated financial statements, whether due to fraud or error, and design and perform audit procedures responsive to those risks. Such procedures include examining, onatest basis, evidence regarding the amounts and disclosures in the consolidated financial statements. Obtain an understanding of internal control relevant to the audit in order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of the Company's internal control. Accordingly, no such opinion is expressed. Evaluate the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by management, as well as evaluate the overall presentation of the consolidated financial statements. � Conclude whether, in our judgment, there are conditions or events, considered in the aggregate, that raise substantial doubt about the Company's ability tocontinue asa going concern for areasonable period of time. VYeare required tocommunicate with those charged with governance regarding,among other mattern,thw planned scope and timing ofthe audit, significant audit findings and certain internal control -related matters that meidentified during the audit. Supplementary Information Our audit was conducted for the purpose of forming an opinion on the consolidated financial statements as a whole. The supplementary consolidating information is presented for purposes of additional analysis and is not arequired part nfthe consolidated financial statements, Such information isthe responsibility of management and was derived from and relates directly bothe underlying accounting and other records used toprepare the consolidated financial statements, The information has been subjected tothe auditing procedures applied in the audit of the consolidated financial statements and certain additional procedures. including comparing and reconciling such information directly to the underlying accounting and other records used to prepare the consolidated financial statements or to the consolidated financial statements themselves, and other additional procedures in accordance with GA\S. In our opinion, the information is fairly stated in all material respects in relation bathe consolidated fineno|e| statements as awho|e. 9W.<&L -70-, Pittsburgh, Pennsylvania April 8.2O22 �5/Z_ 1-;52 2 SA Red one Robotics ACT AND TER S ANI rwmrezone.eom SAMPLE T T A TER S AN C NDITIONS ACCEPTANCE OF CONTRACT The Sample Contract provided with this RFP represents the terms and conditions which the City expects to execute in a contract with the successful Proposer, RedZone accepts the contract as it is presented in the RFP: RedZone Robotics LIIRED FOR S RedZone Robotics VIII. PROPOSER QUESTIONNAIRE Page 1 of 4 INSTRUCTIONS: Provide the requested information, sign and date. If the Owner requires further description, the Owner may request Proposer to provide such information within a mandatory due date. You must submit this completed form to the Owner with your Proposal. Failure to submit this form fully complete, may result in disqualification of Proposal. PROPOSER INFORMATION Proposer's Legal Name: RedZone Robotics, Inc. Company's dba: (if applicable) CEO/President Name: Dave Petrosky, Chief Executive Officer Business License No. 602-870-784 Phone (412 ) 476-8980 ext.235 FAX ( 412 ) 476-8981 Mailing Address City Warrendale UBI No. 602-870-784 195 Thom Hill Road, Suite 110 Physical Address 95 Thorn Hill Road, Suite 11 0 Federal EIN No. Toll Free Phone 25-1558769 E-Mail Address dpetrosky@redzone.com State PA Zip + 4 15086-5502 City Warrendale State PA Zip + 4 15086-5502 Name the person to contact for questions concerning this proposal. Name Veronica Alvarez Title General Manager, US West Phone ( 310 ) 886-9890 Toll Free Phone ( ) FAX ( Mailing Address City Irvine E-Mail Address valvarez@redzone.com 3243 Molino State CA Zip + 4 92618-4825 Physical Address City rvine 3243 Molino State CA Zip + 4 92618-4825 12244P Condition Assessment for Wastewater Pipeline - WWTP PROPOSER: RedZone Robotics, Inc. OWNERSHIP Is your firm a subsidiary, parent, holding company, or affiliate of another firm? Please explain: 100% Ownership from Milestone Partners PROPOSER QUESTIONNAIRE Page 2 of 4 Yes: X No: FINANCIAL RESOURCES AND RESPONSIBILITY Within the previous five years, has your firm been the debtor of a bankruptcy? Yes: No: X Please explain Is your firm in the process of or in negotiations toward being sold? Please explain Yes: No: X Within the previous five years, has your firm been debarred from contracting with any local, state, or federal government contract? Yes: No: X Please explain Within the previous five years, has your firm been determined to be a non - responsible bidder for a proposal for any government contract? Yes: No: X Please explain Within the previous five years, has a governmental or private entity terminated your firm's contract prior to contract completion? Yes: No: X Please explain Within the previous five years, has your firm used any subcontractor to perform work on a government contract when that subcontractor had been debarred by a governmental agency? Yes: No: X Please explain 12244P Condition Assessment for Wastewater Pipeline - WWTP PROPOSER: RedZone Robotics, Inc, PROPOSER QUESTIONNAIRE Page 3 of 4 DISPUTES Within the previous five years, has your firm been the defendant in court on a matter related to any of the following? • Payment to subcontractors? Yes: No. X Please explain • Work performance on a contract? Yes: No: Please explain Does your firm have any outstanding judgments pending against it? Yes: No: X Please explain Within the previous five years, has your firm been assessed liquidated damages on a contract? Yes: No: X Please explain Has your firm received notice of and/or in litigation about patent infringement for the product and/or service that your firm is offering to the City? Yes: Please explain No: COMPLIANCE Within the previous five years, has your firm or any of its owners, partners, or officers, been assessed penalties or found to have violated any laws, rules, or regulations enforced or administered by a governmental entity? This does not include owners of stock if your firm is a publicly traded corporation. Please explain Yes: No: X License(s) are required to perform the services sought by this solicitation. Within the previous five years, has your firm had a license suspended by a licensing agency or been found to have violated licensing laws? Please explain Yes: No: X 12244P Condition Assessment for Wastewater Pipeline - WWTP PROPOSER: RedZone Robotics, Inc. BusiNEss INTEGRITY is a governmental entity or public utility currently investigating your firm for 'false claims or material niisrepreseritations? Yes: PROPOSER QUESTIONNAIRE Page 4 of 4 Please explain No: X Within the previous five years, has a governmental entity or public utility determined your firm made a false claim or material misrepresentation? Yes: No. X Please explain Within the previous five years, has your firm or any of its owners, partners or officers been convicted of a crime involving the bidding on a government contract, the awarding of a government contract, the performance of a government contract, or of a crime of fraud, theft, embezzlement, perjury, bribery? This does not include Owners of stock if your firm is a publicly traded corporation. Yes: No: Please explain 12244P Condition Assessment for Wastewater Pipeline - WWTP IX. Proposes eerns City of 8revard 1) Company Name Address (include Zip + 4) Ed Fcintanin Contact Person Email Describe experience with reference The City of Brevard, Florida contracted Redzone Robotics for a citywide inspection program to 2725 Judge Fran Jamieson Way FL, Vista 32940-6605 gov Phone No, 321-633-20 1 complete 1.5 M Lf of 8°' to 12" sanitary lines and 3,565 manholes from 2 1 -2021 ,>Additional work wvas re- issued for 2022 for over 1.M LF of pipeline inspection City of Los Angeles 2) Company Name Address (include Zip + 4) Contact Person Email 1149 5 Broadway, Los Angeles CA 90015-2213 Robert Sanchez robert.anche lacity.org Describe experience with reference The nations largest sanitary district has used RedZone Robotic inspection on pipelines 18" to 120" pipelines. 3) Company Name Rochester Hills Michigan Address (include Zip + 4) Contact Person Email Phone No: , 213-485-545 over ten years on its advanced 511 E Auburn Rd, Rochester Flilis, MI 48307-0010 Allan Schneck schneckairochesterhills;org Describe experience with reference Phone No, 248-841-2497 The City of Rochester Hills, Michigan contracted Redzone Robotics for a citywide inspection program to complete 1,3 M Lf of 8" to 48" sanitary lines and 6,490 manholes program wad"sticcessfirlly completed in under a year 12244P Condition Assessment for wastewater Pipeline - P The inspection RedZone Robotics VII. COST PROPOSAL FORM PROPOSAL COST FORM Autonomous CCTV Inspection for Small Diameter Municipal Pipelines Having carefully examined all of the RFP specifications including the "Proposal Requirements" and the "Evaluation Criteria", all of which are contained herein, the Undersigned proposes to furnish the following, which meet these specifications, List total cost for providing services below including, but not limited to, taxes, insurance, certifications, trainings, supplies and cost of preparing this proposal. Below is a list of number of manholes the City has for each location classification: Location Classification Item No, 2. Principle Arterial (Urban) Minor Arterial (Urban) Collector Arterial (Urban) Local Access Aliays Freeway Interstate Freeway Ramps Neighborhood Collector Manholes on Streets Backyards Or Not in Streets Total Manholes Ntimber of Manholes 418 469 361 3743 405 2 7 44 5449 1910 7359 Please list your lowest price for the following. Description 8" through 12" Pipe Larger than 12" up to 27" Pipe 27" through 60" Pipe Price Per Mite $9,750.00 $22,500.00 $33,000.00 83 84 85 86 87 88 89 90 91 92 93 1 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 6.H. For Meeting of: February 7, 2023 ITEM TITLE: Resolution awarding and authorizing an agreement with RedZone Robotics, Inc., for condition assessment of Wastewater pipelines SUBMITTED BY: *Mike Price, Wastewater Manager *Susan Knotts, Buyer I I Marc Cawley, Wastewater Superintendent SUMMARY EXPLANATION: Purchasing solicited request for proposals for a condition assessment of approximately three hundred fifty (350) miles of City of Yakima wastewater pipes. The assessment includes acquisition of closed-circuit television (CCTV) footage, multi -sensor inspection, and lateral (private sideline) locations. The assessment includes upload of the acquired condition information into the Wastewater Division's existing I-COM asset management software in the industry standard coding format for use in risk assessment, capacity evaluation, and pipe repair and replacement prioritization. The City received two proposals, with only the proposal from RedZone Robotics, Inc. deemed as responsive. The terms of theaAgreement would be in the amount of Four Million Three Hundred Eighty Thousand Eight Hundred Seventy Dollars and Thirty -Eight Cents ($4,380,870.38). The agreement including EXHIBITA— RFP SPECIFICATIONS 12244P, and EXHI BIT B — COST PROPOSAL (COMPENSATION) RFP 12244P are attached for City Council review. Funds are budgeted from Wastewater Capital Fund 476. ITEM BUDGETED: STRATEGIC PRIORITY: APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt Resolution Yes Public Safety ATTACHMENTS: Description Upload Date Type 2 O reso on 2/1/2023 Cover Memo Agreement - RFP 12244P Condition Assessment for 1/18/2023 Contract Wastewater Piplines O Agreement Exhibit A - RFP 12244P 1/18/2023 Exhibit O Agreement Exhibit B - RFP 12244P 1/23/2023 Exhibit