Loading...
HomeMy WebLinkAboutStaff Report 2509-5246CITY OF PALO ALTO CITY COUNCIL Special Meeting Monday, February 09, 2026 Council Chambers & Hybrid 5:30 PM     Agenda Item     4.Adoption of a Resolution Authorizing the City Manager to Negotiate and Execute Purchase Orders with To-Be-Determined Vendor(s) to Procure Nine Vehicle/Equipment Purchases for a Total Not-to-Exceed Amount of $1,430,000; Approval of a Fourth Amended and Restated Purchase Order Number 4521000199 with Altec Industries, Inc., to Increase the Purchase Order Amount by $94,911 to a New Not-to Exceed Amount of $1,167,986 for Two Vehicle/Equipment Purchases; and Amend the FY 2026 Budget in the Vehicle Replacement and Maintenance Fund and Electric Funds; CEQA Status – Not a Project City Council Staff Report From: City Manager Report Type: CONSENT CALENDAR Lead Department: Public Works Meeting Date: February 9, 2026 Report #:2509-5246 TITLE Adoption of a Resolution Authorizing the City Manager to Negotiate and Execute Purchase Orders with To-Be-Determined Vendor(s) to Procure Nine Vehicle/Equipment Purchases for a Total Not-to-Exceed Amount of $1,430,000; Approval of a Fourth Amended and Restated Purchase Order Number 4521000199 with Altec Industries, Inc., to Increase the Purchase Order Amount by $94,911 to a New Not-to Exceed Amount of $1,167,986 for Two Vehicle/Equipment Purchases; and Amend the FY 2026 Budget in the Vehicle Replacement and Maintenance Fund and Electric Funds; CEQA Status – Not a Project RECOMMENDATION Staff recommends that the City Council: 1. Adopt a resolution to authorize the City Manager or their designee to: a. Negotiate and execute a purchase order in an amount not to exceed $300,000 with a to-be-determined vendor for the purchase of One Cable Handling Trailer; b. Negotiate and execute a purchase order in an amount not to exceed $430,000 with a to-be-determined vendor for the purchase of One CAT Wheel Loader; c. Negotiate and execute a purchase order(s) in an amount not to exceed $700,000 with a to-be-determined vendor(s) for the purchase of 7 patrol vehicles; and 2. Approve and authorize the City Manager or their designee to amend Purchase Order No. 451000199 with Altec Industries, Inc., to increase the previously approved Purchase Order amount by $94,911, for a new total not-to-exceed amount of $1,167,986, which includes a 5% contingency in the amount of $55,618 for unforeseen cost increases, for the purchase of two 2025 Peterbilt 548 Hydraulic Digger Derricks, utilizing a cooperative purchase agreement via Sourcewell, a cooperative purchasing agency serving government and not-for-profit organizations; and 3. Amend the Fiscal Year 2026 Budget Appropriation (by a 2/3 vote) for a. The Utilities Electric Fund by: i. Increasing the transfer to the Vehicle Replacement and Maintenance Fund in the amount of $94,911; and ii. Decreasing the Electric Distribution Reserve in the amount of $94,911; and b. The Vehicle Replacement and Maintenance Fund by: i. Increasing the transfer from the Utilities Electric Fund by $94,911; and ii. Increasing the expense appropriation for the Scheduled Vehicle and Equipment Replacement Fiscal Year 2020 project (VR-20000) by $94,911. EXECUTIVE SUMMARY This report seeks City Council authorization for the purchase of essential fleet equipment previously approved as part of the Fiscal Year 2026 Capital Budget, including one cable reel trailer, one Caterpillar wheel loader, and seven police patrol vehicles. Delegating purchase authority to the City Manager will enable staff to secure these units within rapidly changing and often narrow industry ordering windows, ensuring timely replacement and continued operational reliability. The report also requests approval of a fourth amended and restated purchase order with Altec Industries, Inc., to increase funding by $94,911 for two hydraulic digger derricks, correcting a sales tax omission identified from the prior Council action in Staff Report #2504-45671. Budget amendments are included to align appropriations with updated costs. Together, these actions support continuity of critical City services, maintain compliance with the fleet replacement policy, and advance the City Council’s long-term sustainability and fleet electrification goals where feasible. 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. Policy 4-1 prescribes a replacement interval of 5 years or 100,000 miles for full-size police patrol vehicles and 5-15 years or 5,000 hours for trailers and miscellaneous construction equipment. Over the last several years, the City has experienced limited vehicle availability, rising costs, and very narrow ordering windows due to ongoing supply chain challenges in the automotive and equipment industries. These constraints have made it increasingly difficult to complete fleet replacements in a timely manner, as ordering windows often close before staff can complete 1 City Council, September 15, 2025; Agenda Item #7; SR #2509-4567, https://portal.laserfiche.com/Portal/DocView.aspx?id=225740&repo=r-704298fc&searchid=cd6a53fb-c52b-40ae- 819a-afdfa2b3f9e0 the standard procurement and Council approval process. These replacements were previously reviewed and approved by City Council as part of the adopted Fiscal Year 2026 Capital Budget. ANALYSIS amended and restated purchase order, with an increase of $94,911 to correct for this error. This adjustment will enable the City to proceed with the purchase as intended and maintain operational continuity for utility field operations. Police Patrol Vehicles (7 units): Two of the seven vehicles will be fully electric Rivian R1S vehicles, expanding the use of zero-emission vehicles in the Police Department. Five patrol vehicles will be hybrid gasoline-electric models, selected to provide emissions reductions while maintaining the range, refueling flexibility, and reliability required for multi-shift patrol operations. EV charging capacity at the Public Safety Building continues to be evaluated and expanded. Caterpillar Wheel Loader (1 unit): There is no commercially available electric wheel loader that can reliably meet the City’s operational requirements. The replacement will be diesel-powered and is necessary to ensure continuity of critical Utilities and Public Works operations. Hydraulic Digger Derricks (2 units): The hydraulic digger derricks are diesel-powered; no electric or hybrid alternatives perform the necessary utility line work. Staff will continue to monitor advancements in zero-emission utility truck technologies for future replacements. authorized may utilize a cooperative purchasing agreement, such as Sourcewell, in lieu of conducting competitive solicitations, allowed under PAMC section 2.30.360 (j), and/ or may include formal solicitations as would otherwise be required by PAMC section 2.30.310 (b). The procurement method for the vehicles will also be determined at a later date. As the order window is often short, this delegation to the City Manager allows staff to move quickly with the dealer to secure the vehicles whether through bidding or a cooperative purchasing agreement process. FISCAL/RESOURCE IMPACT also be increased by $94,911. As a result of the adjustments, the average cost of each truck is now estimated at over $556,000, when originally, they were estimated at $316,933 in 2021. STAKEHOLDER ENGAGEMENT ENVIRONMENTAL REVIEW ATTACHMENTS APPROVED BY: Quote Number:1512085 Opportunity Number:23081082 Sourcewell Contract #:110421-ALT Date:9/26/2025 REFERENCE ALTEC MODEL Sourcewell Price (A.) 1 DH50-E 50' Electric / Hydraulic Derrick, Rear Mount (DH50E)$5,451 (A1.) 1 RADIO RADIO REMOTE CONTROLS (Required with Platfrom)$16,414 2 BOSL Boom Out of Stow Indicator for Lower Boom $385 3 UHPP UHPP – Hydraulic pole puller. Used to pull poles for replacement.Comes with 7’ of 1/2” high tensile chain and a base. Powered bylower tool circuit at 8 gpm. $2,592 4 HRS HOSE REEL. Spring Loaded for Mounting 25’ Conductive Hoses with HTMA Quick Couplings that Come with the Lower Tool Circuit. When it is an available option, Lower Tool Circuit Must be Ordered Separately. $2,088 5 POP1 Plastic Outrigger Pad, 24" x 24" x 1" (Pair)$597 6 SPOT4 SIX (6) POINT STROBE SYSTEM (LED)$1,220 7 DLB2 Directional Light Bar (Amber, 42"L, Super-LED)$2,254 8 SPOT6 Remote Spot Light, LED, Permanent Mount, With Wireless Dash Mounted Controls And Programmable Wireless Remote $1,066 PSWI2 Inverter with minimum 3000W 120V @ 25A pure sine wave output, hardwired to outlets and 12VDC input.$3,766 BATSTOR Deep Cycle Auxiliary Battery for Vented Applications & Remote Steel Enclosure $2,154 VRI 120 Volt GFCI Receptacle, Includes Weather-Resistant Enclosure (3)$1,095 VCAM Backup Camera System $1,313 SOURCEWELL OPTIONS TOTAL:$370,532 (B.) 1 UNIT Custom Unit Options $13,151 2 UNIT & HYDRAULIC ACC Unit/Hydraulic Custom options $8,163 3 BODY Custom body ILO standard body $27,938 4 BODY & CHASSIS ACC Custom body & chassis accessories $10,867 5 ELECTRICAL Custom electrical options $6,223 6 FINISHING Paint, Non-skid, Inbound Freight, & Inspection $25,436 7 CHASSIS MY27 Peterbilt 548 $55,095 8 OTHER $0 OPEN MARKET OPTIONS TOTAL:$146,873 SUB-TOTAL FOR UNIT/BODY/CHASSIS:$517,405.00 Delivery to Customer: Estimated Taxes (Delivery non-taxable): FET: CA Doc/Admin/Tire Fees: $715.00 $47,213.21 TBD $542.50 Extended Warranty: $12,160.00 Sentry Training $4,552.96 TOTAL FOR UNIT/BODY/CHASSIS: $582,588.67 BUILD LOCATION: TBD WARRANTY: Standard Altec Warranty for Aerials and Derricks - One (1) year parts warranty One (1) year labor warranty Ninety (90) TRADE-IN:Please ask your Altec Account Manager for more information CHASSIS: Per Altec Commercial Standard DELIVERY: No later than ___24__months 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. TO ORDER: To order, please contact the Altec Account Manager listed above. **Pricing valid for 45 days** NOTES PAINT COLOR: White to match chassis, unless otherwise specified Quoted by: Allyson Day Altec Account Manager: Michael Russell Email: allyson.day@altec.com PRICING: Altec will make every effort to honor this quotation, subject to the following provisions. Prices for equipment with production start dates 12 months and beyond are budgetary only due to irregular cost inflation and market volatility. These prices will be reviewed based on market conditions and confirmed closer to the production date. Quotes and orders with chassis model year beyond the current open order bank, should be considered estimates only. Altec's turn-key pricing is subject to change in accordance with chassis pricing received from the OEM. Chassis model year, specifications and price will be reviewed and confirmed when specific model year information becomes available from the OEM and that chassis price difference will be passed through to the customer. Altec Industries, Inc. SOURCEWELL OPTIONS ON CONTRACT (Unit) SOURCEWELL OPTIONS ON CONTRACT (General) OPEN MARKET ITEMS (Customer Requested) DH50 Quoted for: City of Palo Alto Customer Contact: Danitra Bahlman Phone: / Email: 650-496-5920 / danitra.bahlman@cityofpaloalto.org City of Palo Alto DH50E Sourcewell Q1512085-7- Peterbilt Chassis Quote Number:1666173 Opportunity Number:24118673 Sourcewell Contract #:110421-ALT Date:9/26/2025 REFERENCE ALTEC MODEL Sourcewell Price (A.) 1 D3060E-JIB 10ft. Material Handling Jib $1,584 (A1.) 1 BOSL Boom Out of Stow Indicator for Lower Boom $385 2 BOSU Boom Out of Stow Inficator for Upper Boom $385 3 MCR1 JIB ADAPTER. Jib adapter is for Altec 4.1" x 4.1" Square Jibs (Square to Round Conversion)$871 4 UA18 18” Diameter Dirt Auger Full Flight $1,912 5 UHPP UHPP – Hydraulic pole puller. Used to pull poles for replacement.Comes with 7’ of 1/2” high tensile chain and a base. Powered bylower tool circuit at 8 gpm. $2,592 6 RBS Rubber Belted Step $546 7 POP1 Plastic Outrigger Pad, 24" x 24" x 1" (Pair x2)$1,194 8 CH-R Cone Holder,Ring Style (qty 2)$628 9 SPOT4 SIX (6) POINT STROBE SYSTEM (LED)$1,220 10 DLB2 Directional Light Bar (Amber, 47"L, Super-LED)$2,254 11 SPOT6 Remote Spot Light, LED, Permanent Mount, With Wireless Dash Mounted Controls And Programmable Wireless Remote $1,066 12 VCAM Backup Camera System $1,313 13 PSWI2 Inverter with minimum 3000W 120V @ 25A pure sine wave output, hardwired to outlets and 12VDC input.$3,766 14 BATSTOR Deep Cycle Auxiliary Battery for Vented Applications & Remote Steel Enclosure (2)$4,308 15 VRI 120 Volt GFCI Receptacle, Includes Weather-Resistant Enclosure (3)$1,095 16 PTO-HM PTO Hour Meter Digital with 10,000 Hour Display $182 SOURCEWELL OPTIONS TOTAL:$379,042 (B.) 1 UNIT Custom unit options $8,130 2 UNIT & HYDRAULIC ACC Unit/Hydraulic Custom options $11,278 3 BODY Custom body ILO preferred body $15,244 4 BODY & CHASSIS ACC Custom body & chassis accessories $6,336 5 ELECTRICAL Custom electrical options $4,879 6 FINISHING Paint, non-skid, inbound freight, & inspection $27,251 OPEN MARKET OPTIONS TOTAL:$94,141 SUB-TOTAL FOR UNIT/BODY/CHASSIS:$473,183.00 Delivery to Customer: Estimated Taxes (Delivery non-taxable): FET: CA Doc/Admin/Tire Fees: $715.00 $43,177.95 TBD $542.50 Extended Warranty: $12,160.00 TOTAL FOR UNIT/BODY/CHASSIS: $529,778.45 Altec Industries, Inc. SOURCEWELL OPTIONS ON CONTRACT (Unit) SOURCEWELL OPTIONS ON CONTRACT (General) OPEN MARKET ITEMS (Customer Requested) D3060E Quoted for: City of Palo Alto Customer Contact: Danitra Bahlman Phone: / Email: 650-496-5920 / danitra.bahlman@cityofpaloalto.org **Pricing valid for 45 days** NOTES PAINT COLOR: White to match chassis, unless otherwise specified Quoted by: Allyson Day Altec Account Manager: Michael Russell Email: allyson.day@altec.com PRICING: Altec will make every effort to honor this quotation, subject to the following provisions. Prices for equipment with production start dates 12 months and beyond are budgetary only due to irregular cost inflation and market volatility. These prices will be reviewed based on market conditions and confirmed closer to the production date. Quotes and orders with chassis model year beyond the current open order bank, should be considered estimates only. Altec's turn-key pricing is subject to change in accordance with chassis pricing received from the OEM. Chassis model year, specifications and price will be reviewed and confirmed when specific model year information becomes available from the OEM and that chassis price difference will be passed through to the customer. BUILD LOCATION: TBD WARRANTY: Standard Altec Warranty for Aerials and Derricks - One (1) year parts warranty One (1) year labor warranty Ninety (90) TRADE-IN:Please ask your Altec Account Manager for more information CHASSIS: Per Altec Commercial Standard DELIVERY: No later than ___24__months 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. TO ORDER: To order, please contact the Altec Account Manager listed above. City of Palo Alto Sourcewell - D3060E -Q1666173-2 *NOT YET APPROVED* 1 0013_20260121_mv30 Resolution No. ____ Resolution of the Council of the City of Palo Alto Authorizing the City Manager to Negotiate and Execute Purchase Orders with To-Be-Determined Vendor(s) to Procure One Cable Handling Trailer, One Caterpillar Wheel Loader, and Seven Police Patrol Vehicles for a One-Time Purchase with a Total Not-to-Exceed Amount of $1,430,000 R E C I T A L S A. The Vehicle and Equipment Use, Maintenance, and Replacement Policy, Section 4-1, provides for the on-going replacement of City fleet vehicles and equipment, and prescribes replacement intervals based on age, mileage accumulation, hours of use, and obsolescence, including a replacement interval of five (5) years or 100,000 miles for full-size police patrol vehicles, and five (5) to fifteen (15) years or 5,000 hours for trailers and miscellaneous construction equipment. B. The City’s fleet includes one cable handling trailer, one Caterpillar wheel loader, and seven police patrol vehicles that meet or exceed the applicable replacement criteria and are programmed for replacement in Fiscal Year 2026. C. Over the last several years, the City has experienced limited vehicle and equipment availability, rising costs, and very narrow ordering windows due to ongoing supply chain challenges in the automotive and heavy equipment industries, making it increasingly difficult to complete fleet replacements in a timely manner through the standard procurement and Council approval process. D. Delegating authority to the City Manager, as permitted under the Municipal Code, to negotiate and execute purchase orders for the replacement equipment described above will allow the City to act efficiently and expeditiously when ordering windows become available, while remaining consistent with Council policy and adopted fleet replacement plans. NOW, THEREFORE, the Council of the City of Palo Alto RESOLVES as follows: SECTION 1. The City Manager or their designee is hereby authorized to negotiate and execute purchase orders with vendors, yet to be determined, to procure one (1) cable handling trailer, one (1) Caterpillar wheel loader, and seven (7) police patrol vehicles, for a one-time purchase in a total amount not to exceed $1,430,000. // // *NOT YET APPROVED* 2 0013_20260121_mv30 SECTION 2. The Council finds that adoption of this resolution is not a project under the California Environmental Quality Act (CEQA) Guidelines section 15378(b)(5), as it is an organizational or administrative activity that will not result in direct or indirect physical changes in the environment, and therefore no environmental review is required. INTRODUCED AND PASSED: AYES: NOES: ABSENT: ABSTENTIONS: ATTEST: __________________________ _____________________________ City Clerk Mayor APPROVED AS TO FORM: APPROVED: __________________________ _____________________________ Assistant City Attorney City Manager