Loading...
HomeMy WebLinkAboutStaff Report 7593City of Palo Alto (ID # 7593) City Council Staff Report Report Type: Consent Calendar Meeting Date: 1/23/2017 City of Palo Alto Page 1 Summary Title: Contract for Purchase of Three Aerial Trucks Title: Approval of a Contract with Altec Industries Inc., in the Amount of $496,278 for the Purchase of Three 40' Altec Aerial Trucks and Approval of Budget Appropriation Amendments in the Electric Utility Fund and the Vehicle Replacement and Maintenance Fund From: City Manager Lead Department: Public Works Recommendation Staff recommends that Council: 1.Approve and authorize the City Manager to execute a purchase order with Altec Industries Inc. for the purchase of three (3) 2017 Dodge 5500 chassis’ with Altec AT40-G Aerial Devices for an amount not to exceed $496,278; and 2.Amend the Fiscal Year 2017 Budget Appropriation Ordinance for a.the Electric Fund by: i.Increasing the transfer to the Vehicle Replacement and Maintenance Fund in the amount of $51,278; and ii.Decreasing the Rate Stabilization Reserve in the amount of $51,278; and b.the Vehicle Replacement and Maintenance Fund by: i.Increasing the transfer from the Electric Fund by $51,278 and, ii.Increasing the Scheduled Vehicle and Equipment Replacement Fiscal Year 2015 project VR-15000 in the amount of $20,426, Scheduled Vehicle and Equipment Replacement Fiscal Year 2016 project VR-16000 in the amount of $15,426 and Scheduled Vehicle and Equipment Replacement Fiscal Year City of Palo Alto Page 2 2017 project VR-17000 in the amount of $15,426 Background The Vehicle and Equipment Use, Maintenance, and Replacement Policy section 4- 1 provides for the on-going replacement of City fleet vehicles and equipment. Replacements are scheduled using guidelines based on age, mileage accumulation and obsolescence. The policy prescribes a replacement interval for trucks with aerial lifts of ten years or 100,000 miles. Utilities Electric Operations Division currently has three gas-powered Ford F550’s with the Altec AT37-G Aerial Device (units 7424, 7731, and 7732; all single bucket trucks). Unit 7424 was purchased in 1999 and has over 52,000 miles, while the other two units were purchased in 2001 and have a combined mileage of over 189,000. The total cost to maintain and repair these vehicles has exceeded $416,000. Replacement of vehicle 7424 was approved in the Fiscal Year 2017 Adopted Budget, and vehicles 7731, and 7732 were scheduled for replacement in Fiscal Year 2015 and Fiscal Year 2016,respectively. The approval for replacement of these vehicles was based on: ·An examination of each vehicle’s current usage; ·An analysis of each vehicle’s operating and replacement costs; ·A comparison of the age, mileage, operating cost and performance of each vehicle with others in the class; and ·An analysis of alternatives to ownership, such as mileage reimbursement; pooling/sharing; the reassignment of another underutilized vehicle, or renting. Although the continuing effort to green the City’s fleet led staff to explore hybrid alternatives, interviewing neighbor agencies for their experiences and ultimately participating in a 60-day trial to gain first-hand knowledge, it was determined this was not an instance where alternate fuel would suffice. The aforementioned units for replacement are on-call and thus the trial units were taken home by on-call staff. As staff didn’t have adequate facilities to charge units through the night, undue stress on the batteries was experienced during the course of a normal workday. It was determined that without adequate charging the hybrids were not the optimal choice for such emergency response vehicles. City of Palo Alto Page 3 Discussion: Staff recommends replacing units 7424, 7731, and 7732 with new diesel vehicles as the mileage is not as important as the engine needing to power the hydraulic systems, allowing operators to complete assignments more efficiently and with today’s new diesel motors, reduce fuel and maintenance costs. The new units will be equipped with platform leveling systems and four wheel drive, assisting greatly in utility outage responses in the foothills where units becoming stuck are not uncommon. A shorter wheel base and utility bed will allow for a better turning radius and the addition of an arrow board provide added operator safety. Bid Process: Section 2.30.360 (j) of the Palo Alto Municipal Code identifies the process that allows the use of Intergovernmental Cooperative Purchasing agreements. Bids for this purchase were obtained through the National Joint Purchasing Alliance (NJPA), an approved cooperative group. A request for quotation was sent to NJPA on December 5, 2016, and a quote was received from Altec on December 6, 2016 (Attachment A). Staff recommends that Council approve this purchase order with Altec Industries Inc. for three custom built 2017 Dodge 5500 chassis’ with Altec AT40-G Aerial Devices. Resource Impact: The Scheduled Vehicle and Equipment Replacement Fiscal Year 2015 CIP (VR- 15000), 2016 CIP (VR-16000), and 2017 CIP (VR-17000) do not have sufficient funding to purchase the Altec AT37-G Aerial Devices. Traditionally, vehicle procurements are funded through annual charges to the department/fund that will benefit from the vehicle. In Fiscal Years 2015 VR-15000 $145,000 was appropriated and $150,000 was appropriated in both 2016 and 2017 for VR- 16000 and VR-17000 for the replacements. To support this purchase, an appropriation of $20,426 to the Scheduled Vehicle and Equipment Replacement Fiscal Year 2015 project VR-15000, $15,426 to the Scheduled Vehicle and Equipment Replacement Fiscal Year 2016 project VR-16000 and $15,426 to the Scheduled Vehicle and Equipment Replacement Fiscal Year 2017 project VR- 17000, offset by a transfer of $51,278 from the Electric Utility Fund,is recommended. City of Palo Alto Page 4 Policy Implications: Authorization of the purchase order does not represent any change to the existing policy. Attachments: ·Attachment A -Quote Opportunity Number:59664 Quotation Number:301685-12 NJPA Contract #: 031014-ALT Date:12/6/2016 REFERENCE ALTEC MODEL Articulating Telescopic Aerial Device (Insulated)$86,068 Per NJPA Specifications plus Options below (A.) 1 AT40-G-BASE 40' Boom Height (AT40-G) requires ISO option $1,933 2 3 (A1.) 1 CH Cone Holder, Fold Over Post Style $236 2 SPOT4 SIX (6) POINT STROBE SYSTEM (Recessed, LED)$664 3 4 5 6 7 8 NJPA OPTIONS TOTAL:$88,901 (B.) 1 UNIT Federal Signal Highlighter Installed Above Rotation on Custom Bracket $1,995 2 UNIT & HYDRAULIC ACC Tool Circuit with Quick Disconnnects Below Rotation, Spring Loaded Hose Reel with 50' Non- Conductive Hose Kit $2,501 3 BODY PG&E Style Custom Body with 29" Steel Tailshelf, and Custom Compartmentation, 2 Ladder Racks, Top Opening Boxes, Alarm/Sensor Door Jamb Switches $13,030 4 BODY & CHASSIS ACC Sauber Breakaway Step at Rear, Mud Flaps With Altec Logo, Water Cask Bracket, Center Console, 5 LB Fire Extinguisher, Locking Pedestal Laptop Stand, Appropriate counterweight added for stability, Tint Rear Chassis Window, Hogg Davis Wire Reel $8,798 5 ELECTRICAL Amber LED Strobe Light, Directional Light Bar, (2) Remote Spot Lights, Custom Alarm/Sensor, Altec Backup Camera System, PTO Hour Meter, Dodge Auxiliary Switches, 2400 Watt Pure-Sine Wave Inverter, (2) Auxiliary Batteries, One (1) Post Mounted Spot Light for Streetside, 15,000LB Electric Winch Kit for Dodge Ram 5500 $21,916 6 FINISHING Rear Chassis Window Tint $427 7 CHASSIS 2017 Dodge Ram 5500 4WD Reg Cab with Cloth Bucket Seats, Center Console, Navigation, CD Player and Backup Camera $10,210 8 OTHER Regional Build $4,093 OPEN MARKET OPTIONS TOTAL:$62,970 SUB-TOTAL FOR UNIT/BODY/CHASSIS:$151,870.59 Doc Fees: $65.00 SUB-TOTAL FOR UNIT/BODY/CHASSIS - Quantity Three (3):$455,611.77 Doc Fees - Quantity Three (3): $195.00 Estimated Sales Tax (8.75%)$39,883.09 Delivery to Customer - Quantity Three (3): $588.00 TOTAL FOR UNIT/BODY/CHASSIS - Three (3):$496,277.86 (C.) 1 2 3 4 **Pricing valid for 60 days** NOTES PAINT COLOR: White to match chassis, unless otherwise specified TRADE-IN: Equiptment trades must be received in operational condition (as initial inspection) and DOT compliant at the time of pick-up. Failure to comply with these requirements, may result in customer bill-back repairs. BUILD LOCATION: Dixon, CA CHASSIS: Per Altec Commercial Standard DELIVERY: No later than 300-330 days ARO, FOB Customer Location TERMS: Net 30 days BEST VALUE: Altec boasts the following "Best Value" features: Altec ISO Grip Controls for Extra Protection, Only Lifetime Warranty on Structural Components in Industry, Largest Service Network in Industry (Domestic and Overseas), Altec SENTRY Web/CD Based Training, Dedicated/Direct Gov't Sales Manager, In-Service Training with Every Order. WARRANTY: Standard Altec Warranty - One (1) year parts warranty One (1) year labor warranty Ninety (90) days warranty for travel charges (Mobile Service) Limited Lifetime Structural Warranty. Chassis to include standard warranty, per the manufacturer. (Parts only warranty on mounted equipment for overseas customers) TO ORDER: To order, please contact the Altec Inside Sales Representative listed above. Altec Industries, Inc. NJPA OPTIONS ON CONTRACT (Unit) NJPA OPTIONS ON CONTRACT (General) OPEN MARKET ITEMS (Customer Requested) ADDITIONAL ITEMS (items are not included in total above) AT37-G Quoted for: City of Palo Alto Customer Contact: Scott Williams Phone: (650) 496-6933 Email: scott.williams@cityofpaloalto.org Quoted by: Rhawnie Kraak Altec Account Manager: Don Hildebrandt Phone: (707) 693-2578 Email: rhawnie.kraak@altec.com 301685-12 - Palo Alto AT40G NJPA.xlsx Attachment A