Loading...
HomeMy WebLinkAbout06-10-2014 C8 Compact Pickup ReplacementCity of San Luis Obispo, Council Agenda Report, Meeting Date, Item Number FROM: Daryl Grigsby, Director of Public Works Prepared By: Timothy S. Bochum, Deputy Director of Public Works Dave Smith, Interim Fleet Maintenance Supervisor SUBJECT: COMPACT PICKUP REPLACEMENTS, SPECIFICATION NO. 90118, 99838, 91222, 91216, 91217 RECOMMENDATION 1. Approve the use of Cooperative Purchasing Agreement with State of California Contract No. 1-14-23-20 (A-G), effective through February 2, 2016, for the purchase of five Toyota Pickup trucks, Specification Nos. 90118, 99838, 91222, 91216, 91217. 2. Authorize the Finance Director to execute a purchase order to Hanford Toyota in the amount of $128,263.71. 3. Authorize the surplus designation of five pickup trucks, Fleet Asset Nos. 0023, 9905, 0302, 0121, 0501 by sale, auction, trade-in or other method in accordance with the City’s policies and procedures as prescribed in the Financial Management Manual Section 405- L and 480. DISCUSSION Background The replacement of compact pickup trucks used by five budget programs (Vehicle & Equipment Maintenance, Engineering Inspection, Water Resource Recovery Facility, Water Customer Service, and Water Treatment) was approved as part of the 2013-15 Financial Plan Capital Improvement Plan (CIP). All five replacement vehicles are compact pickup trucks base models, with some differences to meet the specific program requirements. Staff recommends buying Toyota Tacoma compact pickup trucks from Hanford Toyota based on price, reliability, and availability through the State of California Procurement process. Vehicle and Equipment (Fleet) Maintenance Staff recommends replacement of one full-sized, two-wheel drive pickup truck with a compact access cab pickup with 4-wheel drive (Attachments 1 & 2). This truck is used as the primary vehicle to transport parts and equipment to the Corporation Yard repair shop. This ½ ton truck is also used to gain access to the City’s generators and repeater stations located at remote sites and serves as the emergency response road-call vehicle. CIP Project Engineering Inspection Staff recommends replacement of a full size extended cab pickup with compact, double cab (four door) pickup (Attachments 3 & 4). This truck is primarily assigned to an Engineering Inspector but will also be used to transport multiple engineering staff to various jobs sites, which typically occurs a few times per month. This will not only be more convenient but also will reduce trips as 06-10-2014 C8 C8 - 1 Compact Pickup Replacements, Specification Nos. 90118, 99838, 91216, 91217, 91222 Page 2 all engineering staff and their equipment can ride in one vehicle to a job site at a lower vehicle replacement cost. Water Resource Recovery Facility (WRRF) Staff recommends replacing the compact, standard cab pickup with a compact, double cab (four door) pickup (Attachments 3 & 5). The WRRF has one compact pick-up primarily driven on the WRRF campus but is also used for towing and hauling equipment. Normal use involves carrying multiple passengers, hauling heavy equipment and parts, and towing a trailer. Because of the relative heavy duty service required, a four-door, crew cab truck was approved to replace the former standard cab pickup. This heavier duty replacement vehicle will offset the high level of wear experienced on the previous lighter duty truck engine and drive train. Water Treatment Plant and Water Customer Service Staff recommends replacing both of these compact, standard cab pickups with compact, access cab pickups (Attachments 6, 7, & 8). The standard cab size is no longer available in the 2015 Tacoma model year. Additionally, this replacement offers the additional room needed for transporting tools and equipment during daily operations in the field. These trucks are used daily by Water Customer Service employees for meter reading and inventory maintenance, and by Treatment Plant staff around the immediate plant area as well as frequent travel to the City’s downtown and Corporation Yard. Cooperative Purchasing The City’s Financial Management Manual, Section 405-I page 14, recommends fleet purchases use either a State cooperative purchasing contract or “piggyback” agreements with local agencies. Staff recommends use of a multi-year cooperative purchasing agreement with the State of California Contract No. 1-14-23-20 (A-G), effective through February 2, 2016 and purchasing the vehicles from Hanford Toyota which has provided a competitive bid quote through the agreement as an approved Toyota dealer. City Staff inspected and reviewed the vehicle specifications for compliance and confirmed the quote provided by Hanford Toyota has met or exceeded the needs of the City and is in compliance with the State bid contract.. CONCURRENCES The Public Works and Utilities Supervisors in the budget programs to which these vehicles will be assigned concur with this recommendation. FISCAL IMPACT The 2013-15 CIP allocated sufficient funding for all of the trucks as listed below. In addition, a $500 discount will be applied to the purchase price for each truck if payment is received within 20 days of delivery. C8 - 2 Compact Pickup Replacements, Specification Nos. 90118, 99838, 91216, 91217, 91222 Page 3 Fiscal Impact Summary Costs By Type Item Available Purchase CostBalance Fleet 4x4 Access Cab 28,200 27,542 658 Engineering 4x2 Double Cab 30,500 26,535 3,965 Water Resource Recover 4x2 Double Cab 26,800 26,535 265 Water Customer Service 4x2 Access Cab 24,300 23,826 474 Water Treatment 4x2 Access Cab 24,300 23,826 474 Total 134,100.00$ 128,263.71$ 5,836.29$ Funding By Source Item Available Purchase CostBalance General Fund 58,700 54,077 4,623 Sewer Fund 26,800 26,535 265 Water Fund 48,600 47,652 948 Total 134,100.00$ 128,263.73$ 5,836.27$ ALTERNATIVES Deny Funding Transfer and Purchase. Deferring replacement of these vehicles could lead to higher costs for maintenance and operation for the affected budget programs, decreased reliability and delays in service due to City staff needing to locate alternate vehicles/equipment. Additional funds would be needed for increased repairs should replacements be deferred. ATTACHMENTS 1. Attachment 1 – Quotation - Access Cab 4x4 2. Attachment 2 – CIP Request - Fleet 3. Attachment 3 – Quotation – Double Cab 4x2 4. Attachment 4 – CIP Request – Engineering Inspection 5. Attachment 5 – CIP Request - Water Resource Recovery Facility 6. Attachment 6 – Quotation - Access Cab 4x2 7. Attachment 7 – CIP Request - Water Distribution Customer Service 8. Attachment 8 – CIP Request – Water Treatment Plant t:\council agenda reports\2014\2014-06-03\compact pickup replacements\_council agenda report.docx C8 - 3 HANFORD TOYOTA 1835 Glendale Ave Hanford, CA. 93230 City of San Luis Obispo 05/02/2014 25 Prado Road San Luis Obispo, CA. 93401 Attn: Dave Smith As per your request for CA State Contract #1-14-23-20C Line Item #5 2015 Toyota Tacoma 4X4 Access Cab $24367.00 CP - Access Cab Convenience Extra Value Package: Remote keyless entry system, cruise control, sliding rear window with privacy glass, steering wheel with audio controls $ 965.00 8% San Luis Obispo County Tax $ 2026.56 CA Tire Tax $ 8.75 Delivery to San Luis Obispo $ _175.00 Total per Unit $27542.31 Protect against future mechanical or electrical issue’s with Toyota Platinum Extra Care $0 Deductible 5 Years / 100,000 Miles $630.00 6 Years / 100,000 Miles $850.00 7 Years / 125,000 Miles $1345.00 Thank you for the opportunity to earn your business. Patrick G Ireland Government Fleet Manager Attachment 1 C8 - 4 Standard Features 2014 - 7514 - TACOMA 4X4 ACCESS CAB4AT4 spd Automatic Tran • MECHANICAL & PERFORMANCE • 2.7L DOHC 16V 4Cyl VVT-i 159HP Engine • 4-Speed ECT-i Automatic Transmission • 4WDemand: Part-Time 4x4 Sys w/ 2-speed Electronically Controlled Transfer Case • Automatic Limited-Slip Differential • Coil-Spring Double Wishbone Front Susp • Rear Leaf Spring Susp with Staggered Outboard-Mounted Gas Shock Absorbers • Var-Assist Power Rack-&-Pinion Steering • Power-Assisted Fr Disc/Rr Drum Brakes • 16" Styld Steel Wheels, P245/75R16 Tires • SAFETY & CONVENIENCE • Star Safety System- includes Vehicle Stability Control, Traction Control, Anti-lock Brake System (ABS), Electronic Brake Force Distribution, Brake Assist, & Smart Stop Technology (SST) • Daytime Running Lights (DRL) • Dr & Fr Pass Advanced Airbag System • Seat-Mounted Side & Side Curtain Airbags • 3-Point Seatbelts for All Seating Positions; Driver-Side ELR & ALR/ELR on All Pass Sts, Dr & Fr Pass Active Hdrest • Side-impact Door Beams • Tire Pressure Monitor System (TPMS) • EXTERIOR • Black Grille Insert, Blk Door Handles, Mirrors, Front/Rear Bumpers • SMC Inner Bed w/Steel Outer Panels, Storage, Rail Caps & Removable Tailgate • Deck Rail System w/4 Adj Tie-Down Cleats • INTERIOR • Air Conditioning • Power Windows & Door Locks • Cloth Bucket Fr Seats w/ Pass Fold-Flat • 6.1" Touch-Screen, AM/FM CD, 6 Spkrs, BT USB, Aux Jack, Hands-Free Phone Capable • Tilt/Telescoping Steering Wheel • 2-Speed Windshield Wipers • Dual 12V Aux Power Outlets • LED-Illuminated Gauges & Digital Clock • Three Front Cup Holders NOTE: Standard features are based on information available when this page was posted and are subject to change without notice. Attachment 1 C8 - 5 Project Description Replacing one (1) Full-Sized, ½ ton 4-wheel drive Pickup Truck for the Fleet Maintenance division will cost $28,200 in 2013-14.  Maintenance/Replacement  New project  Fleet Replacement  New Fleet Request  Council Goal / Measure Y Priority - List: Need and Urgency Staff is requesting replacement of one (1) full-sized, ½ ton pickup truck with a full-size ½ ton pickup truck with 4-wheel drive capability in 2013-14 for the Fleet Maintenance division. The 1999 Ford F150 full-sized ½ ton truck (Asset 0023) was purchased in 2000 and is utilized by the Fleet Maintenance Supervisor and staff. This truck is used as the primary vehicle to pick-up parts/equipment from vendors to the Corporation Yard repair shop. Additionally, the Fleet Maintenance Supervisor utilizes this truck to travel though out the city to multiple locations, for various city meetings and training. This ½ ton truck is used also used to gain access to the City’s generators/repeater located at remote sites, as well as emergency response road-calls. This truck has approximately 67,071 miles and will be 14 years of age at time of recommended replacement. In accordance with the City’s Fleet Policy, “light-weight trucks (under 1 ton)” have a target replacement schedule of 12 years / 100,000 miles. This vehicle has been experiencing increased repair costs with brakes and replacement of timing belt. This vehicle has not been a reliable source of transportation. This is the only transport vehicle for the Fleet Services division. Therefore, staff requests replacement of the ½ ton truck in 2013-14. The decision to replace this vehicle is based on the following factors: 1.Actual years of operation exceed the recommended years in Fleet policy by two. 2.Review of mechanical condition and history by Fleet Supervisor and Department staff. 3.Evaluation of maintenance costs by Fleet Supervisor. 4.Spreading vehicle replacement costs over multiple years for program users. Operating Program Number and Title: 50340 – Fleet Maintenance Project Phasing and Funding Sources  Continuing, ongoing or master account project - Specification No. Attachment 2 - Excerpt from Fleet CIP C8 - 6 Asset #0023 Initial Project Costs by Phase Budget to Date 2013-142014-152015-162016-172017-18 Total Equipment Acquisition $0$28,200 $0 $0 $0 $0$28,200 Total $0$28,200 $0 $0 $0 $0$28,200 Detail of ongoing costs and alternatives to ongoing costs including return on investment information: Ongoing costs are those associated with typical preventative maintenance. Typical annual costs for preventative maintenance such as oil/filter changes, inspections, plus as-needed replacement of wear parts such as tires, batteries, brakes, filters and fuses. Budget for these repairs/routine maintenance are supported through the Fleet Services operating budget for routine maintenance and repairs. Deferring replacement of this vehicle/equipment could lead to higher costs for maintenance and operation for Fleet Maintenance budget, decreased reliability and delays in service due to staff needing to locate an alternate vehicle. Additional funds will be needed for increased repairs should replacements be deferred. Anticipated Vehicle Life Span: 12 years / 60,000 miles Asset #0023 Budget to Date 2013-142014-152015-162016-172017-18 Total Fleet Replacement Fund $28,200 $28,200 Total $0$28,200 $0 $0 $0 $0$28,200 Project Funding by Source Reduced / Enhanced Project Alternatives  Alternate project is feasible or advantageous – Cost of alternative project: NA  Project can be phased – Number of years for phasing: Replacements already spreading over five year Financial Plan to help absorb the impact. Equipment/vehicles meeting target age/mileage/hours and increased repair costs above routine preventative maintenance have been recommended for replacement within the appropriate year.  Leasing Alternative: Leasing of some vehicles may be possible; however, generally requires vehicles to be turned in after the lease period and a new lease established for newer equipment, keeping leasing costs high. By owning a vehicle, the City has increased flexibility to extend the service life of the vehicle, which in the case of high quality vehicles can be done with little to no additional impact to the Fleet Maintenance operations, and reduces the overall replacement annualized cost for the vehicle. Project Team Assignment Program Estimated Hours Fleet Procurement Fleet Maintenance 8 Attachment 2 - Excerpt from Fleet CIP C8 - 7 Assignment Program Estimated Hours Equipment Installation/Ready for Service Fleet Maintenance 7 Description of Replacement Units Replacement Fiscal Year 2013-14 2014-15 2015-16 2016-17 2017-18 City Fleet Number 0023 Vehicle Type Full-Sized Pickup Make Ford Model F150 Model Year 1999 Date Entered City Service 2000 Odometer Reading at 1-2013 67,071 Mileage/Year Average 5,589 - - - - Replacement Guidelines Target: Years or Mileage 12 years / 90,000 miles Estimated Mileage @ Replacement 72,660 - - - - Estimated Years @ Replacement 14 years Satisfies Replacement Policy:Yes - age Fleet Supervisor Assessment *Truck exceeds target age by 2 years. Increasing repairs with brakes/belts. Vehicle not a reliable source of transportation. Do not recommend deferring past this date, Replacement Cost Ford F150 4-Wh Dr Base Unit 24,769 Accessories & Other Costs 1,000 Misc.200 - Delivery 200 Sales Tax 2,062 - - - - Total Replacement Costs 28,200 - - - - 2013-14 2014-15 2015-16 2016-17 2017-18 Year Totals:28,200 - - - - Attachment 2 - Excerpt from Fleet CIP C8 - 8 HANFORD TOYOTA 1835 Glendale Ave Hanford, CA. 93230 City of San Luis Obispo 05/02/2014 25 Prado Road San Luis Obispo, CA. 93401 Attn: Dave Smith As per your request for CA State Contract #1-14-23-20C Line Item #3 2015 Toyota Tacoma 4X2 Double Cab $23564.00 CP - Access Cab Convenience Extra Value Package: Remote keyless entry system, cruise control, sliding rear window with privacy glass, steering wheel with audio controls $ 835.00 8% San Luis Obispo County Tax $ 1951.92 CA Tire Tax $ 8.75 Delivery to San Luis Obispo $ _175.00 Total per Unit $26534.67 Protect against future mechanical or electrical issue’s with Toyota Platinum Extra Care $0 Deductible 5 Years / 100,000 Miles $630.00 6 Years / 100,000 Miles $850.00 7 Years / 125,000 Miles $1345.00 Thank you for the opportunity to earn your business. Patrick G Ireland Government Fleet Manager Attachment 3 C8 - 9 Standard Features 2014 - 7188 - TACOMA PRERUNNER DOUBLE CAB 4X2 V65ECT5 spd Auto Trans • MECHANICAL & PERFORMANCE • 4.0L DOHC 24V V6 VVT-i 236HP Engine • 5-Speed ECT-i Automatic Transmission • Automatic Limited-Slip Differential • Coil-Spring Double Wishbone Front Susp • Rear Leaf Spring Susp with Staggered Outboard-Mounted Gas Shock Absorbers • Var-Assist Power Rack-&-Pinion Steering • Power-Assisted Fr Disc/Rr Drum Brakes • 16" Styld Steel Wheels, P245/75R16 Tires • SAFETY & CONVENIENCE • Star Safety System- includes Vehicle Stability Control, Traction Control, Anti-lock Brake System (ABS), Electronic Brake Force Distribution, Brake Assist, & Smart Stop Technology (SST) • Daytime Running Lights (DRL) • Dr & Fr Pass Advanced Airbag System • Seat-Mounted Side & Side Curtain Airbags • 3-Point Seatbelts for All Seating Positions; Driver-Side ELR & ALR/ELR on All Pass Sts, Dr & Fr Pass Active Hdrest • Side-impact Door Beams • Tire Pressure Monitor System (TPMS) • EXTERIOR • Black Grille Insert, Blk Door Hndles, Mrrs, Fr/Rr Bmprs • SMC Inner Bed w/Steel Outer Panels, Storage, Rail Caps & Removable Tailgate • Deck Rail System w/4 Adj Tie-Down Cleats • Full-Size Spare Tire • INTERIOR • Air Conditioning • Power Windows / Door Locks / Mirrors • Cloth Bucket Fr Seats w/ Pass Fold-Flat • Driver Seat w/ Adj Lumbar Support • 60/40 Split Rr Bench Seat w/ Adj Hdrests • 6.1" Touch-Screen, AM/FM CD, 6 Spkrs, BT USB, Aux Jack, Hands-Free Phone Capable • Tilt/Telescoping Steering Wheel • 2-Speed Windshield Wipers • Dual 12V Aux Power Outlets • LED-Illuminated Gauges & Digital Clock NOTE: Standard features are based on information available when this page was posted and are subject to change without notice. Attachment 3 C8 - 10 Project Description Replacing three (3) Mid-Sized Pickup Trucks for the Capital Improvement Program Engineering Inspection staff will cost $30,500 in 2013-14, $31,000 in 2014-15 and $31,500 in 2015-16.  Maintenance/Replacement  New project  Fleet Replacement  New Fleet Request  Council Goal / Measure Y Priority - List: Need and Urgency Capital Improvement Plan inspection staff use mid-sized pickup trucks to transport tools and staff from office work area to various field work areas. This fleet request will replace existing fleet vehicles that meet replacement guidelines with equivalent vehicles. Replacement of these vehicles will mitigate risk for future downtime and costly repairs. Mid-sized pickup trucks are recommended to be replaced with mid-sized pickup trucks. Mid-sized trucks will allow staff to transport the required plans, specifications, files, traffic barricades, traffic cones, hand tools, street utility lids, pipes, ladders and paving fabric that is typically required to complete the City’s work at project sites. Keeping mid-sized pickup trucks will allow staff the same amount of room for these necessary tools, while still allowing adequate interior space for this mobile work environment. In accordance with the City’s Fleet Policy, pickup trucks have a target replacement schedule of 12 years / 90,000 miles. These pickup trucks (Asset 9905, 9906 and 0024) were purchased in 1998 and 2000. Staff has reviewed maintenance records and mileage logs and concurs with the recommended replacement dates for these pickup trucks. The vehicles were proposed for replacement in the 2011-13 Financial Plan in the 2014-15 and 2015-16 fiscal years. The decision to replace these vehicles is based on the following factors: 1.Projected miles of all vehicles exceed replacement miles recommended in Fleet policy. 2.Actual years of operation exceed recommended years in Fleet policy. 3.Projected years of operation exceed recommended years in Fleet policy. 4.Review of mechanical condition and history by Fleet Supervisor and Department staff. 5.Evaluation of maintenance costs by Fleet Supervisor. 6.Spreading vehicle replacement costs over multiple years for program users. Operating Program Number and Title: 50410 – CIP Project Engineering Project Phasing and Funding Sources  Continuing, ongoing or master account project - Specification No. Attachment 4 - Excerpt from Engineering CIP C8 - 11 (Asset 9905, 0024 & 9906)Initial Project Costs by Phase Budget to Date 2013-142014-152015-162016-172017-18 Total Equipment Acquisition $0$30,500$31,000$31,500 0 $0$93,000 Total $0$30,500$31,000$31,500 $0 $0$93,000 Detail of ongoing costs and alternatives to ongoing costs including return on investment information: Ongoing costs are those associated with typical preventative maintenance. Typical annual costs for preventative maintenance such as oil/filter changes, inspections, plus as-needed replacement of wear parts such as tires, batteries, brakes, filters and fuses. Budget for these repairs/routine maintenance are supported through the Fleet Services operating budget for routine maintenance and repairs. Replacement of these vehicles have already been deferred two to three years. Further deferring of replacements could lead to higher costs for maintenance and operation for CIP Engineering and Inspection budget, decreased reliability and delays in service due to staff needing to locate an alternate vehicle. Additional funds will be needed for increased repairs should replacements be deferred. Anticipated Vehicle Life Span: 12 years / 90,000 miles Budget to Date 2013-142014-152015-162016-172017-18 Total Fleet Replacement Fund $30,500$31,000$31,500 $93,000 Total $0$30,500$31,000$31,500 $0 $0$93,000 Project Funding by Source Reduced / Enhanced Project Alternatives  Project can be phased – Number of years for phasing: Staff has incorporated the spreading of replacement dates for these vehicles in attempts to smooth replacement costs and alleviate financial burden on the Fleet Replacement Funds.  Leasing Alternative: Although leasing may be beneficial in some instances, such as specialty construction equipment or lower mileage vehicles, it is not always viable for all vehicles. If the life of a vehicle can be extended due to favorable condition assessments, a lease may not allow for vehicle replacement “deferment”. A comprehensive cost analysis for fleet leasing would need to be conducted in order to fully evaluate the cost benefits of this alternative. Project Team Assignment Program Estimated Hours Vehicle Procurements Fleet Supv 24 Consulting CIP Eng 3 Equipment Specification/installation Fleet Mechanics 16 Attachment 4 C8 - 12 Description of Replacement Units Replacement Fiscal Year 2013-14 2014-15 2015-16 2016-172017-18 City Fleet Number 9905 0024 9906 Vehicle Type Mid-Sized PickupMid-Sized PickupMid-Sized Pickup Make Ford Ford Ford Model F-150 SupercabF-150 SupercabF-150 Supercab Model Year 1998 2000 1998 Date Entered City Service 1998 2000 1998 Odometer Reading at 10-25-12 100,670 92,875 84,282 Mileage/Year Average 7,191 7,740 6,020 Replacement Guidelines Target: Years or Mileage 12 yrs/90,000 miles12 yrs/90,000 miles12 yrs/90,000 miles Estimated Mileage @ Replacement 107,861 108,354 102,342 Estimated Years @ Replacement 15 years 16 years 17 years Satisfies Replacement Policy:Yes - age & mileageYes - age & mileageYes - age & mileage Fleet Supervisor Assessment *Vehicle exceeds target age by 3 years and mileage by 17,000 miles. Increasing repair costs. Do not recommend deferring beyond this date. *Vehicle exceeds target age by 4 years and mileage by 18,000 miles. Increasing repair costs. Do not recommend deferring beyond this date. *Vehicle exceeds target age by 5 years and mileage by 12,000 miles. Increasing repair costs. Do not recommend deferring beyond this date. Replacement Cost Toyota Tundra 2 WD Ext Cab Toyota Tundra 2 WD Ext Cab Toyota Tundra 2 WD Ext Cab Base Unit 23,500 24,000 24,500 Accessories & Other Costs 3,500 3,500 3,500 Misc.500 500 500 Delivery 800 800 800 Sales Tax 2,160 2,200 2,240 Total Replacement Costs 30,500 31,000 31,500 - 2013-14 2014-15 2015-16 2016-17 2017-18 Year Totals:30,500 31,000 31,500 Attachment 4 C8 - 13 Project Description Replacing one (1) Compact Pickup Truck for the Water Reclamation Facility (WRF) program with a full-size, short bed, ½ ton pickup truck will cost $26,800 in 2013-14.  Maintenance/Replacement  New project  Fleet Replacement  New Fleet Request  Council Goal / Measure Y Priority - List: Need and Urgency The WRF has one compact pick-up at the WRF that is used for a variety of maintenance activities. This pick-up is required to frequently carry heavy equipment and parts and must tow a trailer several times a week. Because of the relative heavy duties this pick-up performs staff believes a full size pick-up will better meet the needs of the operations staff. Staff is requesting a four door, full size, crew cab truck so it may also be used for travel to training. The difference in cost between a two door and four door light duty full size pickup is approximately $4,500. The Ford Ranger compact truck (Asset 0302) was purchased in 2002 and currently has 41,120 miles. The vehicle is primarily driven on the WRF campus, therefore it has low mileage. However, because it has frequently been used for towing and hauling equipment, which is better suited to a heavier duty vehicle, this pick-up has experienced significant wear and tear on the engine and drive train. Utilities staff has evaluated the condition of the proposed replacement for conformance with Fleet Management Policies and operational needs, and has consulted with the Fleet Manager to research pricing, options and recommendations. At time of replacement, this vehicle will have reached its useful life. In order to provide a productive work environment and keep maintenance costs reasonable, staff recommends replacement in 2013-14. In accordance with the City’s Fleet Policy, pickup trucks have a target replacement schedule of 12 years / 90,000 miles. Staff has reviewed maintenance records, mileage logs and a condition assessment and recommends the vehicle replacement date. The decision to replace these vehicles/equipment is based on the following factors: 1.Projected miles of vehicle will not meet the replacement miles recommended in Fleet policy due to on-campus driving/hauling. 2.Actual years of operation will meet the recommended years in Fleet policy at end of 2014. 3.Vehicle is limited in performing duties required at facility. 4.Review of mechanical condition and history by Fleet Supervisor and Department staff. 5.Evaluation of maintenance costs by Fleet Supervisor. Attachment 5 - Excerpt from WRRF CIP C8 - 14 Operating Program Number and Title: 55330 – Water Reclamation Facility Project Phasing and Funding Sources  Continuing, ongoing or master account project - Specification No. Initial Project Costs by Phase (Asset #0302)Budget to Date 2013-142014-152015-162016-172017-18 Total Equipment Acquisition $0$26,800 $0 $0 $0 $0$26,800 Total $0$26,800 $0 $0 $0 $0$26,800 Detail of ongoing costs and alternatives to ongoing costs including return on investment information: Ongoing costs are those associated with typical preventative maintenance. Typical annual costs for preventative maintenance such as oil/filter changes, inspections, plus as-needed replacement of wear parts such as tires, batteries, brakes, filters and fuses. Budget for these repairs/routine maintenance are supported through the Fleet Services operating budget for routine maintenance and repairs. Deny, or defer the request. Deferring replacement of this vehicle could lead to higher costs for maintenance and operation for the WRF budget, decreased reliability and delays in service due to city staff needing to locate an alternate vehicles/equipment. Additional funds will be needed for increased repairs should replacements be deferred. Anticipated Vehicle Life Span: 12 years / 90,000 miles Budget to Date 2013-142014-152015-162016-172017-18 Total Sewer Enterprise Fund - 520 $0$26,800 $0 $0 $0 $0$26,800 Total $0$26,800 $0 $0 $0 $0$26,800 Project Funding by Source Reduced / Enhanced Project Alternatives  Alternate project is feasible or advantageous – Cost of alternative project: NA  Project can be phased – Number of years for phasing: These vehicles will meet its target age by end of 2014. Can defer by one to two years based upon lower mileage. Attachment 5 C8 - 15  Leasing Alternative: Leasing can be beneficial in some instances for specialty construction equipment or low usage vehicles, although it is not always viable for all vehicles. If the life of a vehicle can be extended due to favorable condition assessments, a lease agreement may not allow for vehicle replacement “deferment”. A comprehensive cost analysis for fleet leasing would need to be conducted in order to fully evaluate the cost benefits of this alternative. Project Team Assignment Program Estimated Hours Vehicle/Equipment Specifications Vehicle & Equipment Maintenance /Water Reclamation Facility 8 Vehicle/Equipment Procurement Vehicle & Equipment Maintenance 8 Equipment Installation/Ready for Service Vehicle & Equipment Maintenance 8 Attachment 5 C8 - 16 Description of Replacement Units Replacement Fiscal Year 2013-14 2014-15 2015-16 2016-17 2017-18 City Fleet Number 0302 Vehicle Type Compact Pickup Truck Make Ford Model Ranger Model Year 2002 Date Entered City Service 2002 Odometer Reading at 10-31-12 41120 Mileage/Year Average 4,112 - - - - Replacement Guidelines Target: Years or Mileage 12 years / 90,000 miles Estimated Mileage @ Replacement 45,232 - - - - Estimated Years @ Replacement 11 years Satisfies Replacement Policy:NO Fleet Supervisor Assessment Truck does not meet target age/mileage. Can be deferred due to lower miles. Should be replaced with a larger vehicle to meet towing/hauling needs. Replacement Cost Toyota Tundra 2-WD Crew Cab Base Unit 23,820 Accessories & Other Costs 500 Misc.250 - Delivery 250 Sales Tax 1,946 - - - - Total Replacement Costs 26,800 - - - - 2013-14 2014-15 2015-16 2016-17 2017-18 Year Totals:26,800 - - - - Attachment 5 C8 - 17 HANFORD TOYOTA 1835 Glendale Ave Hanford, CA. 93230 City of San Luis Obispo 05/02/2014 25 Prado Road San Luis Obispo, CA. 93401 Attn: Dave Smith As per your request for CA State Contract #1-14-23-20C Line Item #2 2015 Toyota Tacoma 4X2 Access Cab $20926.00 CP - Access Cab Convenience Extra Value Package: Remote keyless entry system, cruise control, sliding rear window with privacy glass, steering wheel with audio controls $ 965.00 8% San Luis Obispo County Tax $ 1751.28 CA Tire Tax $ 8.75 Delivery to San Luis Obispo $ _175.00 Total per Unit $23826.03 Protect against future mechanical or electrical issue’s with Toyota Platinum Extra Care $0 Deductible 5 Years / 100,000 Miles $630.00 6 Years / 100,000 Miles $850.00 7 Years / 125,000 Miles $1345.00 Thank you for the opportunity to earn your business. Patrick G Ireland Government Fleet Manager Attachment 6 C8 - 18 Standard Features 2014 - 7114 - TACOMA 4X2 ACCESS CAB4AT4 spd Automatic Tran • MECHANICAL & PERFORMANCE • 2.7L DOHC 16V 4Cyl VVT-i 159HP Engine • 4-Speed ECT-i Automatic Transmission • Automatic Limited-Slip Differential • Coil-Spring Double Wishbone Front Susp • Rear Leaf Spring Susp with Staggered Outboard-Mounted Gas Shock Absorbers • Front Stabilizer Bar • Var-Assist Power Rack-&-Pinion Steering • Power-Assisted Fr Disc/Rr Drum Brakes • 15" Styld Steel Wheels, P215/70R15 Tires • SAFETY & CONVENIENCE • Star Safety System- includes Vehicle Stability Control, Traction Control, Anti-lock Brake System (ABS), Electronic Brake Force Distribution, Brake Assist, & Smart Stop Technology (SST) • Daytime Running Lights (DRL) • Dr & Fr Pass Advanced Airbag System • Seat-Mounted Side & Side Curtain Airbags • 3-Point Seatbelts for All Seating Positions; Driver-Side ELR & ALR/ELR on All Pass Sts, Dr & Fr Pass Active Hdrest • Side-impact Door Beams • Tire Pressure Monitor System (TPMS) • EXTERIOR • Black Grille Insert, Blk Door Handles, Mirrors, Front/Rear Bumpers • SMC Inner Bed w/Steel Outer Panels, Storage, Rail Caps & Removable Tailgate • Deck Rail System w/4 Adj Tie-Down Cleats • Rear Mudguards • INTERIOR • Air Conditioning • Power Windows & Door Locks • Cloth Bucket Fr Seats w/ Pass Fold-Flat • 6.1" Touch-Screen, AM/FM CD, 6 Spkrs, BT USB, Aux Jack, Hands-Free Phone Capable • Tilt/Telescoping Steering Wheel • 2-Speed Windshield Wipers • Dual 12V Aux Power Outlets • LED-Illuminated Gauges & Digital Clock • Three Front Cup Holders NOTE: Standard features are based on information available when this page was posted and are subject to change without notice. Attachment 6 C8 - 19 Project Description Replacing three (3) Pickup Trucks for the Utilities Customer Service program will cost $24,300 in 2013-14 and $51,400 in 2016-17.  Maintenance/Replacement  New project  Fleet Replacement  New Fleet Request  Council Goal / Measure Y Priority - List: Need and Urgency Staff recommends replacing three (3) pickup trucks in 2013-14 and 2016-17. These trucks are used on a daily basis by Utilities Customer Service staff, often in stop-and-start, short trip conditions as they traverse the City reading water meters and responding to other customer service The Dodge Dakota pickup truck (Asset 0121) was purchased in 2001 is eleven (11) years old and currently has 88,806 miles. The Chevy Colorado (Asset 0703) was purchased in 2006, is six (6) years old and currently has 46,035 miles. The last Chevy Colorado (Asset 0704) was also purchased in 2006 is six (6) years old and currently has 51,910 miles. In accordance with the City’s Fleet Policy, “pickup trucks (under 1 ton)” have a target replacement schedule of 12 years / 90,000 miles. Staff has reviewed maintenance records, mileage logs and a condition assessment and recommends the vehicle replacement dates. Utilities staff has evaluated the condition of the proposed replacements for conformance with Fleet Management Policies and operational needs, and has consulted with the Fleet Manager to research pricing, options and recommendations. One of the vehicles is currently at its expected life; the other two vehicles are anticipated to be at their useful life in 2016-17, based on condition. Due to the heavy, daily use of these vehicles, they experience a greater amount of wear and tear than typical vehicles. In order to provide a productive work environment and keep maintenance costs reasonable, staff recommends replacement with similar vehicles in 2016-17. The decision to replace these vehicles is based on the following factors: 1.Projected miles of vehicle meet/exceed replacement miles recommended in Fleet policy (Asset 0121). 2.Actual years of operation meet recommended years in Fleet policy (Asset 0121). 3.Review of mechanical condition and history by Fleet Supervisor and Department staff (assets 0703 & 0704). 4.Evaluation of maintenance costs by Fleet Supervisor. 5.Spreading vehicle replacement costs over multiple years for program users. Operating Program Number and Title: 55170 – Utilities Customer Service Attachment 7 - Excerpt from Water Customer Service CIP C8 - 20 Project Phasing and Funding Sources Initial Project Costs by Phase (Asset #0121, 0703, 0704)Budget to Date 2013-142014-152015-162016-172017-18 Total Equipment Acquisition $0$24,300 $0 $0$51,400 $0$75,700 Total $0$24,300 $0 $0$51,400 $0$75,700 Detail of ongoing costs and alternatives to ongoing costs including return on investment information: Ongoing costs are those associated with typical preventative maintenance. Typical annual costs for preventative maintenance such as oil/filter changes, inspections, plus as-needed replacement of wear parts such as tires, batteries, brakes, filters and fuses. Budget for these repairs/routine maintenance are supported through the Fleet Services operating budget for routine maintenance and repairs. Funding for fleet services is provided indirectly by the Utilities Customer Service program through the City’s approved Cost Allocation Plan. Deny, or defer the request. Deferring replacement of these vehicles could lead to higher costs for maintenance and operation for the Utilities Customer Service budget, decreased reliability and delays in service due to city staff needing to locate an alternate vehicles/equipment. Additional funds will be needed for increased repairs should replacements be deferred. Anticipated Vehicle Life Span: 12 years / 90,000 miles Budget to Date 2013-142014-152015-162016-172017-18 Total Water Enterprise Fund - 500 $0$24,300 $0 $0$51,400 $0$75,700 Total $0$24,300 $0 $0$51,400 $0$75,700 Project Funding by Source Reduced / Enhanced Project Alternatives  Alternate project is feasible or advantageous – Cost of alternative project: N/A  Project can be phased – Number of years for phasing: Vehicle replacements already spreading over five year Financial Plan to help absorb the impact of vehicle replacements. Vehicles meeting target age/mileage and increased repair costs above routine preventative maintenance have been recommended for replacement within the appropriate year. Asset 0121 has met its target age and exceeds projected mileage by 6,000 miles. Due to increasing repair costs, Fleet staff does not recommend deferring beyond this date. Assets 0703 and 0704 have not yet met projected age/mileage for replacement. However, these vehicle are showing signs of costly repairs to breaks and fuel pumps. Replacement could be deferred an additional one year should annual repair costs be at a minimum. Attachment 7 C8 - 21  Leasing Alternative: Leasing can be beneficial in some instances for specialty construction equipment or low usage vehicles, although it is not always viable for all vehicles. If the life of a vehicle can be extended due to favorable condition assessments, a lease agreement may not allow for vehicle replacement “deferment”. A comprehensive cost analysis for fleet leasing would need to be conducted in order to fully evaluate the cost benefits of this alternative. Project Team Assignment Program Estimated Hours Vehicle/Equipment Specifications Vehicle & Equipment Maintenance and Utilities Customer Service 10 Vehicle/Equipment Procurement Vehicle & Equipment Maintenance 20 Equipment Installation/Ready for Service Vehicle & Equipment Maintenance 16 Attachment 7 C8 - 22 Description of Replacement Units Replacement Fiscal Year 2013-14 2014-15 2015-16 2017-18 City Fleet Number 0121 0703 0704 Vehicle Type Truck Truck Truck Make Dodge Chevrolet Chevrolet Model Dakota Colorado Colorado Model Year 2001 2006 2006 Date Entered City Service 2001 2006 2006 Odometer Reading at 10-31-12 88,806 51910 46,035 Mileage/Year Average 8,073 - - 8,652 7,673 Replacement Guidelines Target: Years or Mileage 12 years / 90,000 miles 12 years / 90,000 miles12 years / 90,000 miles Estimated Mileage @ Replacement 96,879 - 86,517 76,725 - Estimated Years @ Replacement 12 years 10 year 10 years Satisfies Replacement Policy:Yes - age & mileage NO NO Fleet Supervisor Assessment *Truck meets target age and exceeds mileage by 6,000. Trucks at 100K miles start to experience significant repairs. Do not recommend deferring beyond this date. *Trucks does not meet target mileage of age for replacement. Showing increase repair costs above routine PM. Could defer 1 + year if needed. *Trucks does not meet target mileage of age for replacement. Showing increase repair costs above routine PM. Could defer 1 + year if needed. Replacement Cost Toyota Tacoma Toyota TacomaToyota Tacoma Base Unit 21,500 22,790 22,790 Accessories & Other Costs 500 500 500 Misc.300 300 300 Delivery 200 200 200 Sales Tax 1,760 - 1,863 1,863 - Total Replacement Costs 24,300 - 25,700 25,700 - 2013-14 2014-15 2015-16 2017-18 Year Totals:24,300 - - 2016-17 2016-17 51,400 Attachment 7 C8 - 23 Project Description Replacing one (1) Water Treatment Plant (WTP) Program Extended Cab Pickup Truck will cost $24,300 in 2013-14.  Maintenance/Replacement  New project  Fleet Replacement  New Fleet Request  Council Goal / Measure Y Priority - List: Need and Urgency Staff recommends replacing one (1) extended cab pickup truck in 2013-14. The truck is used on a daily basis by Water Treatment Plant staff, both around the immediate plant area as well as frequent travel to the downtown area and corporation yard. The Ford Ranger pickup truck (Asset 0501) was purchased in 2004 and currently has 92,276 miles. This truck will be nine (9) years of age at time of replacement with 100,350 projected miles. In accordance with the City’s Fleet Policy, pickup trucks have a target replacement schedule of 12 years / 90,000 miles. Staff has reviewed maintenance records, mileage logs and a condition assessment and recommends the vehicle replacement date. While the vehicle has not reached its target replacement age of twelve years, it will have exceeded its target mileage by 10,000 miles. This vehicle is experiencing significant repair issues and above the normal costs of routine preventative maintenance. Utilities staff has evaluated the condition of the proposed replacements for conformance with Fleet Management Policies and operational needs, and has consulted with the Fleet Manager to research pricing, options and recommendations. This vehicle has reached its useful life. Staff recommends replacing with an extended cab pickup truck. The additional room is critical for staff to transport tools and equipment during daily operations at the plant. The decision to replace this vehicle is based on the following factors: 1.Projected miles of vehicle exceed replacement miles recommended in Fleet policy by 10,000 miles. 2.Actual years of operation do not meet recommended years in Fleet policy. 3.Review of mechanical condition and history by Fleet Supervisor and Department staff. 4.Evaluation of maintenance costs by Fleet Supervisor. 5.Spreading vehicle replacement costs over multiple years for program users. Operating Program Number and Title: 55150 – Water Treatment Plant Attachment 8 - Excerpt from Water Treatment CIP C8 - 24 Project Phasing and Funding Sources  Continuing, ongoing or master account project - Specification No. Initial Project Costs by Phase (Asset #0501)Budget to Date 2013-142014-152015-162016-172017-18 Total Equipment Acquisition $0$24,300 $0 $0 $0 $0$24,300 Total $0$24,300 $0 $0 $0 $0$24,300 Detail of ongoing costs and alternatives to ongoing costs including return on investment information: Ongoing costs are those associated with typical preventative maintenance. Typical annual costs for preventative maintenance such as oil/filter changes, inspections, plus as-needed replacement of wear parts such as tires, batteries, brakes, filters and fuses. Budget for these repairs/routine maintenance are supported through the Fleet Services operating budget for routine maintenance and repairs. Funding for fleet maintenance is indirectly supported by the Water Treatment Plant program through the City’s approved Cost Allocation Plan. Deny, or defer the request. Deferring replacement of this vehicle could lead to higher costs for maintenance and operation for the Water Treatment Plant budget, decreased reliability and delays in service due to city staff needing to locate an alternate vehicles/equipment. Additional funds will be needed for increased repairs should replacements be deferred. Anticipated Vehicle Life Span: 12 years / 90,000 miles Budget to Date 2013-142014-152015-162016-172017-18 Total Water Enterprise Fund $0$24,300 $0 $0 $0 $0$24,300 Total $0$24,300 $0 $0 $0 $0$24,300 Project Funding by Source Reduced / Enhanced Project Alternatives  Alternate project is feasible or advantageous – Cost of alternative project: NA  Project can be phased – Number of years for phasing: The vehicle will exceed the target replacement mileage by 10,000 miles. Vehicle replacements have already been spread over the five year Financial Plan to help absorb the impact of vehicle replacements. This vehicle is experiencing significant repairs above routine preventative maintenance.  Leasing Alternative: Leasing can be beneficial in some instances for specialty construction equipment or low usage vehicles, although it is not always viable for all vehicles. If the life of a vehicle can be extended due to favorable condition assessments, a lease agreement may not allow for vehicle replacement “deferment”. A comprehensive cost analysis for fleet leasing would need to be conducted in order to fully evaluate the cost benefits of this alternative. Attachment 8 C8 - 25 Project Team Assignment Program Estimated Hours Vehicle/Equipment Specifications Vehicle & Equipment Maintenance /Water Treatment Plant 16 Vehicle/Equipment Procurement Vehicle & Equipment Maintenance 16 Equipment Installation/Ready for Service Vehicle & Equipment Maintenance 8 Attachment 8 C8 - 26 Description of Replacement Units Replacement Fiscal Year 2013-14 2014-15 2015-16 2016-17 2017-18 City Fleet Number 0501 Vehicle Type Compact Pickup Truck Make Ford Model Ranger Model Year 2004 Date Entered City Service 2004 Odometer Reading at 1-7-13 92,276 Mileage/Year Average 11,535 - Replacement Guidelines Target: Years or Mileage 12 years / 90,000 miles Estimated Mileage @ Replacement 100,350 - Estimated Years @ Replacement 9 years Satisfies Replacement Policy:Yes (Miles) Fleet Supervisor Assessment Exceeds target mileage by 10,000 miles. Significant repair costs above routine PM. Recommend accelerating replacment. Replacement Cost Toyota Tacoma 2W DR Ext Cab Base Unit 21,500 Accessories & Other Costs 500 Misc.300 Delivery 200 Sales Tax 1,760 - Total Replacement Costs 24,300 - - - - 2013-14 2014-15 2015-16 2016-17 2017-18 Year Totals:24,300 - - - - Attachment 8 C8 - 27 Page intentionally left blank. C8 - 28