Loading...
HomeMy WebLinkAboutStaff Report 287-06City of Palo Alto City Manager’s Report TO: FROM: HONORABLE CITY COUNCIL CITY MANAGER DEPARTMENT: PUBLIC WORKS10 DATE:JULY 10, 2006 CMR:287:06 SUBJECT:APPROVAL OF REVISION NO. 1 TO PURCHASE ORDER 4504003179 WITH ALTEC INDUSTRIES, INC. IN THE AMOUNT OF $3,800 TO ENABLE PAYMENT FOR MINOR CHANGES TO TWODIGGER DERRICK TRUCKS CURRENTLY UNDER CONSTRUCTION RECOMMENDATION Staff recommends that Council approve and authorize the City Manager or his designee to negotiate and execute a revision to purchase order 4504003179 with Altec Industries, Inc. for related, additional work, the total value of which shall not exceed $3,800. This revision amount represents 2.4 percent of the original contract amount of $412,539. BACKGROUND On April 25, 2005, Council approved a purchase order for the purchase of two digger derrick trucks (Attachment A, CMR 214:05). At the time of purchase order award, staff felt that the design and specifications for the digger derricks were complete, and that no changes would be necessary. No contingency funds were originally designated for this purchase order. DISCUSSION During the construction of a complex piece of equipment such as a digger derrick, staff will conduct one or more inspections to insure that the project is constructed in accordance with the City’s specifications. Although the design and specifications for these vehicles were thoroughly reviewed by both Public Works and Utilities staff prior to construction, a physical inspection conducted on June 8, 2006 revealed unanticipated issues that will require additional work. Staffnoted 23 minor items that needed to be added, changed or modified. The total cost to make these changes and modifications to both trucks is $3,800. RESOURCE IMPACT Funds have been budgeted for this contract in the FY 2006-07 Public Works Department Vehicle and Equipment Replacement budget. POLICY IMPLICATIONS Authorization of this change order does not represent any change to the existing policy. ENVIRONMENTAL REVIEW The equipment that will be purchased employs emissions-reduction technology that will result in a significantly lower level of emissions. CMR:287:06 Page 1 of 2 ATTACtIMENTS Attachment A: " CMR:214:05 PREPARED BY: DEPARTMENT HEAD: KEITH LA HAIE Fleet Manager GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: Assistant City Manager CMR:287:06 Page 2 of 2 TO: FROM: DATE: SUBJECT: ATTACHMENT A HONORABLE CITY COUNCIL CITY MANAGER APRIL 25, 2005 DEPARTMENT: PUBLIC WORKS CMR:214:05 APPROVAL OF AN ENTERPRISE PURCHASE ORDER WITH ALTEC INDUSTRIES, INC. IN: THE AMOUNT OF $412,539 FOR THE PURCHASE OF TWO DIGGER DERRICK TRUCKS 6 RECOMMENDATION Staff recommends that Council approve and authorize the City Manager to execute a purchase order with Altec Industries, Inc, in the amount of $412,539 for the purchase of ~o digger derrick trucks. DISCUSSION .Equipment .Management’s .currentvehiele and equipment replacement workplan ineIudes the replacement of two digger derrick trucks. Digger derrick trucks are utilized in electric distribution system maintenance; fo~ replacing utility pole.s; for servicing pole mounted equipment such as transformers and Switches; and for lifting and. handling heavy cargo. These tasks are fundamentalto distribution system maintenance. They cannot be accomplished without the use of a digger derrick. City Policy and Procedures Section 4-01 establishes the replacement cycles of various classes of City fleet equipment. According to the policy, the replacement cycle of a digger derrick truck 16 years. One of the trucks scheduled for replacement is 15 years old; the other is 13 years old. Although both of these units have been in daily use since they were placed into-service, Equipment Management’s preventive maintenance program and good operating practices by the Electric Operations group have helped ?tO extend their life well beyond established guidelines. Although there is a two-year difference in the age of these trucks, both should be replaced at the same time, to insure standardization and operator familiarity. The digger derricks to be purchased incorporate more safety features and are more efficient than the units they will replace. For example, the Altec derricl(s include a fially-functionaI radio remote control which will allow the operator to controi the machine from the ground while standing a safe distance away from the work. There are only two distributors of digger derrick trucks in Northern California: Altec Industries and Terex-Telelect_ Staff researched the offerings from each manufacturer to determine if they could provide the features that the Electric Operations group required. The two most important criteria were the radio remote control and an open operating position (described above). Altec was Be only manufacturer that could provide both the open operating position and radio remote. CMR:214:05 Page 1 of 2 Terex-Telelect could not provide the open operating position, but could meet all of the other requirements. During the course of research, staff became aware of a recent purchase by the City of Roseville of an Altec digger derrick truck that met all of Electric Operation’s requirements.. Staff reviewed purchase doc-amentation from the Roseville acquisition, and determined that a piggyback purchase could be made, in accordance with Palo Alto Municipal Code Section 2.30.360 (j) 2. A bid summary from the Roseville acquisition is shown in the Table below-. City of Roseville Purchase Order PA406028 (4/8/04) - Bid Summary* Terex-Telelect * This acquisition was for one unit only. Model Bid ....... XL-4047 $190.-298 .... $219,583 RESOURCE IMPACT Funds .have been budgeted for this contract in the FY 2004-05 Public Works Department Vehicle and Equipment Replacement budget. POLICY IMPLICATIONS Authorization of this purchase order does not represent any change to the existing policy. ENVIRONMENTAL REVIEW The equipment that will be purchased employs emissions-reduction tectmolog3r that wig result in a si~maificantly lower level of emissions. ATTACI~V£ENTS Attachment A: Bid Summary Attachment B: Certi~cate of Nondiscrimination PREPARED BY: DEPAR~ HEAD: CITY MANAGER APPROVAL: Fleet Manager GLENN ROBERTS - Director/aS Public Works --Assistant City Manager CMR,:214:05 Page 2 of 2 ATTAC]:[M~NT A WON/LOSS ILEPOR.T (QUOTATION ACTI~rITY REPORT) Sale:sman*: Dennis Gillott Quote Date: 03/08104 Quote No.: 8280 Customer~:R.oseville Electric Price/Units wlo Chassis: 121,956.00 Chassis Price: 68,342.00 P6ce/Unit with Chassis: 190,298.00 Trade-in:0.00 Quotation Type:Steel Other Expected Award Date: 03119/2004 No. of Units:1 Model No.:D947 Delivery:180 - 210 days Gross Profit %:11% Net Price:$190,298.00 Competitive larD: Actual Reason for Salesmanship won\loss: RESULTS OF 0UOTATION Wou Yes Lost To DM Not Buy What were the key factors e’ontributing to the above results’?. (Price, Salesmanship, Delivery, Demonstration, Features, S,ervice, Quality, Budget). Salesmanship COM PETITOR QUOTE DATA Make *Terex Telelect 2.Make Model XL-4047 Model Dealer~Terex-West Dealer Quantity Awarded 0 e~,Quantity Awarded Price w/o Chassis $151,583 Price w/o Chassis Price with Chassis $219,583 Price with Chassis Est. Chassis price $68,000 Est. Chassis price Trade-in none Trade-in Delivery 180-210 days Delivery 3. Make 4.Make Model Model Dealer Dealer Quantity Awarded Quantity Awarded Price w/o Chassis Price w/{3 Chassis Price with Chassis Price with Chassis Est. Chassis price Est. Chassis price Trade-in Trade-in Delivery Delivery Items that are in Italics must be filled in. * If there are no competitors enter "none", if competitor is not known enter "unknown". Last Modified By: Dennis Gillott/Westem/Altec @ 03/21/2004 ATTACHMENT B CERTIFICATION OF NONDISCRIMINATION SECTION 4"10 Certification of Nondiscrimination: As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below certify that they do not discriminate in employment with regards to age, race, color, religion, sex, national odgin, ancestry, disability, Or sexual preference; that they are in compliance with al! Federal, State, and local directives and executive orders regarding nondiscrimination in employment. THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW. Firm:~ L~ ~ II Name: (PRINT OR TYPE NAME) Signature: Name: Title: Note: (PRINT OR TYPE NAME) The City of Palo Alto, pursuant to Califomia Corporations Code Section 313, requires two co~. orate o~cers to execute con~_rPects. *.The signature of First Officer* must be one of the following: Chairman of the Board; President; or Vice President. **The signature of the Second Officer**.must be one of the following: Secretary; Assistant Secretary; Chief Financial Officer; or Assistant Treasurer. (In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) CITY OF PALO ALTO PAGE 1 OF 1