Loading...
HomeMy WebLinkAboutStaff Report 357-08City of Palo Alto City Manager’s Report 9 TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE:SEPTEMBER 8, 2008 CMR:357:08 SUBJECT:ADOPTION OF A BUDGET AMENDMENT ORDINANCE FOR THE FISCAL YEAR 2008-09 TO PROVIDE AN ADDITIONAL APPROPRIATION OF $2~)0,000 TO VEHICLE REPLACEMENT FUND, CAPITAL IMPROVEMENT PROGRAM PROJECT, VR-08000, APPROVAL OF A PURCHASE ORDER WITH PETERSON TRACTOR COMPANY IN AN AMOUNT NOT TO EXCEED $374,720 FOR THE PURCHASE OF FOUR BACKHOE/LOADERS AND APPROVAL OF A PURCHASE ORDER WITH PETERSON TRACTOR COMPANY IN AN AMOUNT NOT TO EXCEED $249,497 FOR THE PURCHASE OF ONE WASTE-HANDLING WHEEL LOADER RECOMMENDATION Staff recommends that Council: Adopt the attached Budget Amendment Ordinance (BAO) in the amount of $200,000 (Attachment A) to provide an additional appropriation to the Vehicle Replacement Fund, Capital Improvement Program (CIP) Project, Scheduled Vehicle and Equipment Replacements, VR-08000, for the purchase of a waste-handling wheel loader. Approve and authorize the City Manager or his designee to execute a purchase order with Peterson Tractor Company in the amount of $374,720 for the purchase of four backhoe/loaders. Approve and authorize the City Manager or his designee to execute a purchase order with Peterson Tractor Company in the amount of $249,497 for the purchase of one waste- handling wheel loader. DISCUSSION Backhoe/Loaders Vehicle Replacement Fund CIP Projects VR-07800, VR-08000 and VR-09000 authorize the replacement of four backhoe/loaders. Three of these backhoe/loaders are at the end of their useful life. The fourth one is scheduled for replacement in 2008-09, however it has not yet CMR:357:08 Page 1 of 3 accumulated enough operating hours to qualify for replacement. Since the fourth backhoe/loader is due for replacement later this fiscal year, staff feels it would be cost effective for it to be replaced early and added to the Municipal Services Center equipment pool. Bacldaoeiloaders are used heavily in both Utilities and Public Works field operations; having a spare backhoe/loader available in the equipment pool will greatly reduce the impact to those operations when assigned backhoe/loaders are down for service or maintenance. In addition, the availability of a spare machine will reduce the need for equipment rentals when additional backhoe/loaders are needed for heavy workloads or special projects. A Request for Quotation (RFQ) for three backhoe/loaders was sent to four vendors on April 28, 2008. Bids were received from four qualified vendors on May 20, 2008, as listed on the attached bid summary (Attachment B). Bids ranged from a high of $312,061 to a low bid of $241,339. The bids received from Pap6 Equipment and Tractor Equipment Sales did not meet specifications, so they could not be considered for award. Staff has reviewed all bids submitted and recommends that the bid Submitted by Peterson Tractor Company be accepted and that Peterson Tractor Company be declared the lowest responsible bidder. Waste-Handling Wheel Loader Vehicle Replacement Fund CIP Project VR-08000 authorizes the replacement of a waste- handling wheel loader to support the City’s composting program. This machine is used to load greenwaste into a compost grinder and finished compost into trucks. Due to the premature failure of a compost screener in August 2007, the funding, originally allocated for the replacement of this wheel loader was used to purchase a new compost screener. The screener was not scheduled for replacement until fiscal year 2009-10. Staff attempted to defer the replacement of the wheel loader until fiscal year 2009~10, but it has also failed and is not cost-effective to repair. A new wheel loader must now be purchased on an emergency basis. Given that sufficient funding is not available for the purchase of this wheel loader in Vehicle Replacement Fund CIP Project VR-08000, the purchase will be facilitated by a transfer from the Refuse Fund Reserve to .the Vehicle Replac.ement Fund CIP in accordance with the attached BAO (Attachment A). This is a sole source purchase conducted in accordance with Section 2.30.360(b) of the Palo Alto Municipal Code. Waste-handling wheel loaders are equipped with protective shielding and other features that enable safe operation in landfill facilities. Only a few wheel loader manufacturers offer waste-handling versions. Staff researched the availability of a replacement wheel loader and determined that Peterson Tractor Company was the only supplier in the area that had a machine meeting our requirements, and ready for immediate delivery. The machine that Peterson Tractor intends to supply is of the same make and model (Caterpillar 950 series) as the machine that is being replaced, so there will be minimal impact to staff from an operation and maintenance standpoint. In addition, the purchase of the Caterpillar loader will allow staff to transfer an existing "Tink" brand greenwaste bucket from the existing machine to the new machine, saving approximately $30,000 on the cost of a new greenwaste bucket. CMR:357:08 Page 2 of 3 Staff has checked references supplied by the vendor for previous contracts and has found no significant complaints. RESOURCE ]~N[PACT In fiscal years 2006-07, 2007-08 and 2008-09, Council appropriated $3.6 million to CIP Vehicle Replacement Fund Project VR-07800; $2.5 million to VR-08000, and $2.5 million to VR-09000 to cover the costs of scheduled replacements of vehicles and equipment. Because the funding originally allocated in VR-08000 for the replacement of a wheel loader was used to purchase a compost screener, the existing balance of the appropriation in VR-08000 is no longer sufficient to allow for the purchase of a wheel loader. A Budget Amendment Ordinance is necessary to transfer $200,000 from the Refuse Fund Reserve to Vehicle Replacement CIP VR-08000 for the purchase of the waste-handling wheel loader to be utilized in the composting program. The proposed BAO will reduce the balance of the Refuse Fund Reserve to $828,000. POL1[CY I[1V~PLICAT][ONS Authorization of the contract does not represent any change to the City’s existing policy. £NVI[RON1Vi[EN~AL REVI[£W The equipment being supplied is in conformance with all applicable emissions laws and regulations, and will emit significantly fewer exhaust emissions than the equipment being replaced. A~TAC]RMENTS Attachment A:Budget Amendment Ordinance Attachment B:Bid Summary Attachment C:Certification of Nondiscrimination PREPARED BY: DEPARTMENT HEAD: CITY MANAGER APPROVAL: K_EITH LAHAIE Fleet Manager GLENN ROBERTS Director of Public Works CMR:357:08 Page 3 of 3 Attachment A ORDINANCE NO. ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO AMENDING THE BUDGET FOR THE FISCAL YEAR 2008-09 TO PROVIDE AN ADDITIONAL APPROPRIATION OF $200,000 TO CAPITAL IMPROVEMENT PROGRAM (CIP) PROJECT VR-08000, SCHEDULED VEHICLE AND EQUIPMENT REPLACEMENTS The Council of the City of Palo Alto does ordain as follows: SECTION i. The Council of the City of Palo Alto finds and determines as follows: A. Pursuant to the provisions of Section 12 of Article III of the Charter of the City of Palo Alto, the Council on June 9, 2008 did adopt a budget for fiscal year 2008-09; and B. In fiscal year 2007-08, the City Council appropriated $2,500,000 for CIP Project VR-08000, Scheduled Vehicle and Equipment Replacements (Project) to cover the costs of replacements of existing City vehicles and equipment for fiscal year 2007-08; and C. Among the equipment included for replacement in fiscal year 2007-08, is a waste-handling wheel loader that supports the City’s composting program. The machine loads greenwaste into a compost grinder and finished compost into trucks. Due to a premature failure of another equipment, compost screener, the amount originally appropriated for wheel loader was used to purchase anew compost screener. Staff planned to defer the replacement of the wheel loader until fiscal year 2.009-10, but the equipment failed and is not cost-effective to repair. A new wheel loader is needed for the City composting program; and D. An additional appropriation of $200,000 is needed for the Project. The Refuse Fund Reserve will provide the necessary funding; and E. City Council authorization is needed to amend the 2008-09 budget to make available the funds required for CIP Project VR~08000, Scheduled Vehicle and Equipment Replacements. SECTION 2. The amount of Two Hundred Thousand Dollars ($200,000) is hereby transferred to the Vehicle Replacement Fund and the Refuse Fund is hereby reduced by the same amount leaving a remaining balance of Eight Hundred Twenty-Eight Thousand Dollars ($828,000). SECTION 3. ~he sum of Two Hundred Thousand Dollars ($200,000) is hereby appropriated to CIP Project VR-08000, Scheduled Vehicle and Equipment Replacements. SECTION 4. As specified in Section 2.28.080(a) of the Palo Alto Municipal Code, a two-thirds vote of the City Council is required to adopt this ordinance. SECTION 5. As provided in Section 2.04.330 of the Palo Alto Municipal Code, this ordinance shall become effective upon adoption. SECTION 6. The Council of the City of Palo Alto hereby finds that this project is exempt from the provisions of the California Environmental Quality Act, and therefore, no environmental i~pact assessment is necessary. INTRODUCED AND PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATTEST:APPROVED: City Clerk Mayor APPROVED AS TO FORM: City Manager Director of Public Works Director of Administrative Services EXHIBIT A SCHEDULED VEN CLE AND EQUIPMENT REPLACE ENTS (VRo08000) Description: This project will involve scheduled replacement of existing City fleet vehicles and equipment for the 2007-08 fiscal year. Justification: The ongoing replacement of City fleet vehicles and equipment is prescribed by City Policy and Procedures Section 4-01. The policy includes guidelines for these replacements based on age, mileage accumulation, and obsolescence. Timely replacement of vehicles lowers maintenance costs, helps to maintain or even increase the productivity of client departments, and allQ~ws the City to take advantage of new technoIogy. Supplemental Information: 32 vehicles are scheduled for replacement in 2007-08, including 12 vehicles in the General Fund at a cost of $1,448,000, and 20 vehicles in the Enterprise Funds at a cost of $1,052,000. The vehicle replacement schedule includes the following quantities and vehicle types: 4 police patrol vehicles; 2 pickup trucks and vans; 1 miscellaneous light truck; 3 fire apparatus; 1 street sweeper; 3 medium/ heavy-duty trucks; 6 miscellaneous equipment and 12 trailers. Significant purchase include: 3 front-line fire engines ($1,200,000); patch truck ($165,000); large wheel loader ($200,000); leaf packer truck ($175,000). ClP FACTS: ® New ¯ Timeline: FY 2007-2008 ¯ Managing Department: Public Works ¯ Comprehensive Plan: Policy N-26, Program N-41 , Board/Commission Review: PTC IMPACT ANALYSIS: o Operating: Ongoing maintenance and replacement costs. PY Budget PY Actuals as of 06/30/2008 $2,500,000 $77,584 Pre-Design Costs Design Costs Construction Costs Other $200,000 ~otal Budget ReqUest $200~000 $200,000 $200;0oo Revenues: Source of Funds: $200,000 $200,000 Vehicle Replacement Fund with the following reimbursements: Electric Fund(S45,000); Gas Fund(S265,000); General Fund(S1,413,000); Refuse Fund(S645,000); Storm Drainage Fund(S50,000); Wastewater Collection Fund(S172,000); Wastewater Treatment Fund(S35,000); Water Fund(S75,000) City qi~Palo Alto 2008-09 Budget ATTACHNIENT B 0 Z Z0 0 ATTACHMENT C CERTIFICATION OF NONDISCRIMINATION SECTION II Project:2008 model Backhoe/loader Certification of Nondiscrimination: As suppliers of goods and/or services to the City of Palo Alto in excess of $5,000, the firm, contractor or.individual(s) listed below certify that: they do not and in the performance of this contract they will not discriminate in employment of any person because of race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person; and further certify that they are in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employment. Title of Officer Signing: "~e._h~J,~’-~"- Signature:~ ~ ~ DATE: CIT~’ OF PALO ALTO - RFQ 126403 PAGE 1 OF 1