HomeMy WebLinkAboutStaff Report 2312-2472CITY OF PALO ALTO
CITY COUNCIL
Special Meeting
Monday, April 15, 2024
Council Chambers & Hybrid
5:30 PM
Agenda Item
8.Approval of a Blanket Purchase Order With Eaton (Cooper Power Systems, LLC) for the
Purchase of Pad Mounted Electric Equipment for the Utility’s Electric Distribution System
Not to Exceed $750,000 per Year, for a Total Not-To-Exceed Amount of $5,250,000 for 7
Years; CEQA Status – Exempt Under CEQA Guidelines Section 15301
3
7
7
7
City Council
Staff Report
From: City Manager
Report Type: CONSENT CALENDAR
Lead Department: Utilities
Meeting Date: April 15, 2024
Staff Report: 2312-2472
TITLE
Approval of a Blanket Purchase Order With Eaton (Cooper Power Systems, LLC) for the Purchase
of Pad Mounted Electric Equipment for the Utility’s Electric Distribution System Not to Exceed
$750,000 per Year, for a Total Not-To-Exceed Amount of $5,250,000 for 7 Years; CEQA Status –
Exempt Under CEQA Guidelines Section 15301
RECOMMENDATION
Staff recommends that Council approve and authorize the City Manager or designee to execute
a blanket purchase order with Eaton Cooper, not to Exceed $750,000 per year, for a total not-
to-exceed amount of $5,250,000 for a period of 7 years.
BACKGROUND
Utilities purchases 15 kV oil insulated pad mounted switches for replacing old, failed switches
and for all its on-going electric distribution projects, including Grid Modernization. The oil
insulated pad mounted switches are an integral part of the electric distribution system.
Reliability of electric distribution system depends on the quality of equipment and its durability.
Utilities is responsible for maintenance and replacement of these switches as needed.
Whenever a switch needs to be replaced, due to failure or changes being made to the
distribution system, it is necessary to install a switch that has a similar footprint to reduce
outage time and avoid costly modification to the existing substructures. Having a single
manufacturer for the switches results in less training for personnel to maintain the equipment
and reduces maintenance of spare inventory stock. There have been authorized blanket
purchase orders with suppliers of Eaton Cooper for oil insulated pad mounted switches over 15
years.
Solid dielectric switches are new and manufactured based on the latest technology available in
the market. Though these switches are relatively expensive compared to oil insulated switches,
they are more reliable and maintenance free, which will be beneficial in reducing outages and
maintenance costs. Utilities staff is considering installing some of these switches at strategic
locations as a pilot program. If found suitable, Utilities staff will move forward with replacing
3
7
7
7
all outdated switches with new solid dielectric switches.
Utilities staff will require switches for capital improvement projects (CIP) as well as for upcoming
electric grid modernization projects. As a result, staff is requesting authorization to set the
purchase limit at $750,000 per fiscal year based on historical expenditures and future projects.
ANALYSIS
The Utilities Department electric division is upgrading its existing electric distribution system to
support the Electric Grid Modernization project. This purchase order authorization would allow
staff to procure an additional number of Oil Insulated Pad Mounted Switches and more modern
Solid Dielectric Switches for Electric Grid Modernization and for on-going CIP projects. By
authorizing the blanket order to Eaton Cooper (attached as Attachment C), the Utilities will be
able to purchase both types of switches directly from Eaton Cooper, the original equipment
manufacturer, and will save approximately $2,710,000 (combined for oil insulated and solid
dielectric switches) during the 7-year period.
Selecting and procuring switches from Eaton Cooper will ensure continued progress on Utilities’
capital improvement and electric grid modernization projects in a timely fashion. Based on the
City’s consultant’s assessment, the City would need 10-15 switches per year for the next 7 years
for scheduled grid modernization capital project. The grid modernization and on-going Capital
Improvement projects require replacing the existing outdated switches that have exceeded
their life spans and can fail without notice as well as adding additional capacity in the electric
system requiring the installation of additional switches. The City will install new pad mounted
switches at strategic locations as part of the electric grid modernization that will help the City
optimize switching operations, reduce system outage time and improve reliability of the electric
distribution system.
Procurement Process
The City Manager has approved a 10-year standardization for oil insulated pad mounted
switches and solid dielectric switches under Palo Alto Municipal Code (PAMC) sections
2.30.360(e) and 2.30.900. It is the City’s practice for equipment standardization to be valid for
a period of 10 years; prior to expiration, staff will review whether the standardization should be
maintained or changing equipment will have added benefit.
Utilities engineering staff have reviewed drawings from different providers that supply this type
of equipment. After review, the equipment from these providers either do not meet required
specifications for the Palo Alto system needs or cannot be installed on the existing pads without
requiring modification to the existing substructure. Matching existing materials or equipment
is required for proper and efficient operation of the electric distribution system.
3
7
7
7
The City Manager has approved an exemption from competitive solicitation for the purchase of
this equipment, per PAMC 2.30.360(d), as the equipment is available through a single provider.
Formal solicitations have been done in the past 10 years with Eaton Cooper being awarded the
blanket orders. Utilities Engineering staff will present bi-annual cost comparisons and potential
savings among different vendors to Council.
FISCAL/RESOURCE IMPACT
Funding for the first-year purchase of switches is available in the FY 2024 budget under EL-
24000 Electric Grid Modernization project. Staff compared pricing from distributor and
manufacturer and found a cost savings of $802,000 and $1.91 Million over the span of 7 years,
as shown in Attachments A and B. Funding for contract years two through seven are contingent
upon Council appropriation and approval of funds through the annual budget process. The total
value of this procurement over seven (7) years will not exceed $5,250,000.
STAKEHOLDER ENGAGEMENT
There was no need for stakeholder engagement since this is an internal process.
ENVIRONMENTAL REVIEW
Council action on this item is exempt from review under the California Environmental Quality
Act (CEQA) pursuant to CEQA Guidelines 15301 and 15302 of the California Code of Regulations
because purchasing switches for grid maintenance, repair, and modernization involves the
repair and maintenance of existing facilities.
ATTACHMENTS
Attachment A: Cost Comparison of Oil Switches Between Manufacturer and Distributor
Attachment B: Cost Comparison of Solid Dielectric Switches Between Manufacturer and
Distributor
Attachment C: Blanket Purchase Order 4624000105
APPROVED BY:
Dean Batchelor, Director of Utilities
Staff: Mohammad Fattah, Electric Engineering Manager
Cost Comparison (Eaton & Anixter) - Attachment "A"- March 21, 2024
Eaton Anixter
Item #Pad Mounted Switch Configuration With & Without VFIs Unit Cost $ Unit Cost $Estimated Qty/Year Difference - $Est. Qty.Savings $% Savings
1 4-Way Switch with 4-600 Amps Switch & no VFI 50,220.00 58,395.00 3 8,175.00 3 24,525.00 16.28
2 4-Way Switch with 3-600 Amps Switch & 1-200 Amps VFI 63,542.00 73,886.00 1 10,344.00 1 10,344.00 16.28
4 4-Way Switch with 3-600 Amps Switch & 1-400 Amps VFI Not Quoted 73,943.00 1 -1 - -
5 4-Way Switch with 3-600 Amps Switch & 1-600 Amps VFI 63,591.00 73,943.00 1 10,352.00 1 10,352.00 16.28
6 4-Way Switch with 2-600 Amps Switch & 2-400 Amps VFIs Not Quoted 79,638.00 1 -1 - -
7 4-Way Switch with 2-600 Amps Switch & 2-200 Amps VFIs 67,697.00 78,717.00 4 11,020.00 4 44,080.00 16.28
8 4-Way Switch with 2-600 Amps Switch & 2-600 Amps VFIs 68,489.00 Not Quoted - - -
9 3-Way Switch with 3-600 Amps Switch & no VFI 44,141.00 51,326.00 1 7,185.00 1 7,185.00 16.28
10 3-Way Switch with 2-600 Amps Switch & 1-200 Amps VFI 55,847.00 64,938.00 1 9,091.00 1 9,091.00 16.28
11 3-Way Switch with 2-600 Amps Switch & 1-400 Amps VFI Not Quoted 64,996.00 1 -1 - -
12 3-Way Switch with 2-600 Amps Switch & 1-600 Amps VFI 55,897.00 64,996.00 1 9,099.00 1 9,099.00 16.28
Estimated Quantities/Year 15
Estimated Savings for 1 Year 114,676.00
Estimated Savings for 7 Years 802,732.00
Cost Comparison of Solid Dielectric Switches (Pad Mounted) - Attachment "B"- March 21, 2024
EATON/COOPER
Item # Pad Mounted Switches (Above Ground):Estimated Qtys. EATON Anixter
Unit Cost in $ Unit Cost in $Percentage Savings Total Savings/Year $
1 4-Way Switch with 2-600 Amps switches & 2-400 Amps VFIs 1 101,350.00 123,597.00 21.95 22,247.00
2 4-Way Switch with 2-600 Amps switches & 2-200 Amps VFIs 4 101,350.00 123,597.00 21.95 88,988.00
3 4-Way Switch with 3-600 Amps switches & 1-400 Amps VFI 1 93,805.00 114,396.00 21.95 20,591.00
4 4-Way Switch with 3-600 Amps switches & 1-200 Amps VFI 1 93,085.00 114,396.00 22.89 21,311.00
5 4-Way Switch with 4-600 Amps switches & no VFI 3 86,830.00 105,890.00 21.95 57,180.00
6 3-Way Switch with 2-600 Amps switches & 1-200 VFI 1 77,655.00 94,701.00 21.95 17,046.00
7 3-Way Switch with 3-600 Amps switches & No VFI 2 70,110.00 85,500.00 21.95 30,780.00
8 2-Way Switch with 1-600 Amps switch & 1-200 Amps VFI 2 53,000.00 60,859.00 14.83 15,718.00
Total Estimated Switches/Year 15 273,861.00
Total Savings in 7 Years 1,917,027.00
Quote # 23551937 Valid from 3/11/2024 to 12/29/2024
See Staff Report 2312-2472 date April 15, 2024
0010 Purchase and delivery Pad Mntd Switches 750,000 USD 1.00 750,000.00
Purchase and delivery of 15KV, Oil insulated, Dead-front,
Single-Sided,Pad Mounted Vaccum Switches with & without Vaccum
Fault Interrupters (VFIs) as needed.
This is the 1st year of an approved 7 year Standardization and Sole
Source.
Reference pricing as quoted for the 1st year of the contract below:
Item 1:4-Way Switch w/ 4-600 Amps Switch & no VFI - $50,220 EA
Item 2:4-Way Switch w/ 3-600 Amps Switch & 1-200 Amps VFI -
$63,542 EA
Item 3:4-Way Switch w/ 3-600 Amps Switch & 1-600 Amps VFI -
$63,591 EA
Item 4:4-Way Switch w/ 2-600 Amps Switch & 2-200 Amps VFIs -
$67,697 EA
Item 5:4-Way Switch w/ 2-600 Amps Switch & 2-600 Amps VFIs -
$68,489 EA
Item 6:3-Way Switch w/ 3-600 Amps Switch & no VFI - $44,141 EA
Vendor Address
COOPER POWER SYSTEMS
1319 E. LINCOLN AVE
WAUKESHA WI 53186
Tel: 800-538-5025 Fax: 770-268-7006
Bill To:
Utilities Engineering
City of Palo Alto
1007 Elwell Court
Palo Alto CA 94303
Ship To:
Utilities Engineering
City of Palo Alto
1007 Elwell Court
Palo Alto CA 94303
Item Material/Description Quantity UM Unit Price Target $ Value
______________________________________
Chief Procurement Officer
THIS P.O. IS SUBJECT TO THE TERMS AND CONDITIONS STATED BELOW AND ON THE LAST PAGESPECIFICATIONS - Any specification and /or drawings referred to and/or attached hereto are expressly made a part of this Purchase Order.DELIVERY - Please notify the City promptly if delivery cannot be made on or before the date specified. If partial shipment is authorized, so indicate on
all documents. Complete packing lists must accompany each shipment.
INVOICE - A separate invoice is required for each order. Send to address indicated above.
City of Palo Alto
Purchasing and Contract Administration
P.O.Box 10250
Palo Alto CA 94303
Tel:(650)329-2271 Fax:(650)329-2468
Blanket Order
P.O. NUMBER MUST APPEAR ON ALL INVOICES, PACKAGES, SHIPPING
PAPERS AND CORRESPONDENCE PERTAINING TO THIS ORDER
PO Number 4624000105
Date 02/27/2024
Vendor No.100284
Payment Terms Payment Due 30 days
FOB Point F.O.B Destination
Ship via Vendor to ship bestway
Term 02/27/2024 - 06/30/2024
Buyer/Phone Renee Howard / 650-496-5900
Email renee.howard@cityofpaloalto.org
DELIVERIES ACCEPTED ONLY BETWEEN 7:00 AM & 3:00 PM UNLESS OTHER
ARRANGEMENTS ARE INDICATED HEREIN
Page 1 of 3
Item 7:3-Way Switch w/ 2-600 Amps Switch & 1-200 Amps VFI -
$55,847 EA
Item 8:3-Way Switch w/ 2-600 Amps Switch & 1-600 Amps VFI -
$55,897 EA
Lead times 45 wks
Price shall be adjusted by a percentage equal to the change in the
Consumer Price Index for Urban Wage Earners and Clerical Workers for
the San Francisco-Oakland- San Jose area, published by the United
States Department of Labor Statistics (CPI) which is published most
immediately preceding the commencement of the applicable Additional
Term, which shall be compared with the CPI published most
immediately preceding the commencement date of the then expiring
term. Notwithstanding the foregoing, in no event shall CONTRACTOR#s
compensation rates be increased by an amount exceeding five percent
of the rates effective during the immediately preceding term. Any
adjustment to CONTRACTOR#s compensation rates shall be reflected in
a written amendment to this Agreement.
NOT TO EXCEED ESTIMATED VALUE: $750,000.00 for the period
April 15, 2024 through June 30, 2024
ALL INVOICES MUST REFERRENCE THE BLANKET ORDER NUMBER.
PM: Gopal Jagannath x3138 gopal.jagannath@cityofpaloalto.org
NOT TO EXCEED $750,000
Vendor Address
COOPER POWER SYSTEMS
1319 E. LINCOLN AVE
WAUKESHA WI 53186
Tel: 800-538-5025 Fax: 770-268-7006
Bill To:
Utilities Engineering
City of Palo Alto
1007 Elwell Court
Palo Alto CA 94303
Ship To:
Utilities Engineering
City of Palo Alto
1007 Elwell Court
Palo Alto CA 94303
Item Material/Description Quantity UM Unit Price Target $ Value
______________________________________
Chief Procurement Officer
THIS P.O. IS SUBJECT TO THE TERMS AND CONDITIONS STATED BELOW AND ON THE LAST PAGESPECIFICATIONS - Any specification and /or drawings referred to and/or attached hereto are expressly made a part of this Purchase Order.DELIVERY - Please notify the City promptly if delivery cannot be made on or before the date specified. If partial shipment is authorized, so indicate on
all documents. Complete packing lists must accompany each shipment.
INVOICE - A separate invoice is required for each order. Send to address indicated above.
City of Palo Alto
Purchasing and Contract Administration
P.O.Box 10250
Palo Alto CA 94303
Tel:(650)329-2271 Fax:(650)329-2468
Blanket Order
P.O. NUMBER MUST APPEAR ON ALL INVOICES, PACKAGES, SHIPPING
PAPERS AND CORRESPONDENCE PERTAINING TO THIS ORDER
PO Number 4624000105
Date 02/27/2024
Vendor No.100284
Payment Terms Payment Due 30 days
FOB Point F.O.B Destination
Ship via Vendor to ship bestway
Term 02/27/2024 - 06/30/2024
Buyer/Phone Renee Howard / 650-496-5900
Email renee.howard@cityofpaloalto.org
DELIVERIES ACCEPTED ONLY BETWEEN 7:00 AM & 3:00 PM UNLESS OTHER
ARRANGEMENTS ARE INDICATED HEREIN
Page 2 of 3
-------------------------
Sub-Total 750,000.00
*** ORDERING VIA EMAIL ***
**** PRICE HAS BEEN QUOTED ****
Vendor Address
COOPER POWER SYSTEMS
1319 E. LINCOLN AVE
WAUKESHA WI 53186
Tel: 800-538-5025 Fax: 770-268-7006
Bill To:
Utilities Engineering
City of Palo Alto
1007 Elwell Court
Palo Alto CA 94303
Ship To:
Utilities Engineering
City of Palo Alto
1007 Elwell Court
Palo Alto CA 94303
Item Material/Description Quantity UM Unit Price Target $ Value
______________________________________
Chief Procurement Officer
Total 750,000.00
THIS P.O. IS SUBJECT TO THE TERMS AND CONDITIONS STATED BELOW AND ON THE LAST PAGESPECIFICATIONS - Any specification and /or drawings referred to and/or attached hereto are expressly made a part of this Purchase Order.DELIVERY - Please notify the City promptly if delivery cannot be made on or before the date specified. If partial shipment is authorized, so indicate on
all documents. Complete packing lists must accompany each shipment.
INVOICE - A separate invoice is required for each order. Send to address indicated above.
City of Palo Alto
Purchasing and Contract Administration
P.O.Box 10250
Palo Alto CA 94303
Tel:(650)329-2271 Fax:(650)329-2468
Blanket Order
P.O. NUMBER MUST APPEAR ON ALL INVOICES, PACKAGES, SHIPPING
PAPERS AND CORRESPONDENCE PERTAINING TO THIS ORDER
PO Number 4624000105
Date 02/27/2024
Vendor No.100284
Payment Terms Payment Due 30 days
FOB Point F.O.B Destination
Ship via Vendor to ship bestway
Term 02/27/2024 - 06/30/2024
Buyer/Phone Renee Howard / 650-496-5900
Email renee.howard@cityofpaloalto.org
DELIVERIES ACCEPTED ONLY BETWEEN 7:00 AM & 3:00 PM UNLESS OTHER
ARRANGEMENTS ARE INDICATED HEREIN
Page 3 of 3