Loading...
HomeMy WebLinkAbout11-05-2013 c9 signal truck purchase FROM: Daryl Grigsby, Director of Public Works Prepared By: Jeremy Schmidt, Fleet Maintenance Supervisor Timothy Bochum, Deputy Director of Public Works SUBJECT: SIGNAL TRUCK REPLACEMENT, SPECIFICATION NO. 91234. RECOMMENDATIONS 1. Approve the Signal Truck Replacement capital project, Specification No. 91234 from the Equipment Replacement Fund balance. 2. Approve the use of Cooperative Purchasing Agreement with National Joint Powers Alliance (NJPA) Contract #060311-AII through Altec Industries, effective July 13, 2013, for the purchase of one (1) Altec AT235 Signal Aerial Truck. 3. Authorize the Finance Director to execute a purchase order to Altec Industries in the amount of $80,837 for one (1) 2014 Altec AT235 Aerial Truck. 4. Authorize the surplus designation of aerial truck, Fleet Asset No. 0414 by trade-in in accordance with the City’s policies and procedures as prescribed in the Financial Management Manual Section 405-L and 480-A and in accordance with California Air Resources Board ruling for out-of-state sale. DISCUSSION Background The signal aerial truck is an essential piece of support equipment for signal maintenance staff and various City programs, such as Streets Maintenance, Trees Maintenance, Park Maintenance, including emergency response. The current aerial truck, a 2003 Ford F450 (Asset 0414), was purchased 10 years ago in August, 2003. The vehicle is no longer in compliance with California Air Resources Board (CARB) requirements and requires replacement by December 31, 2013. The California Air Resources Board (CARB), as part of Senate Bill (SB 656), required the installation of Diesel Particulate Filters (DPF) to on-road and off-road vehicles and equipment to reduce diesel exhaust particulate matter. The Particulate Matter Control Measure affected eight City vehicles assigned to both Public Works and Utilities Departments. To ensure compliance with SB 656, some of the designated vehicles received the required engine particulate filter retrofits and some were registered with CARB as “low-usage” vehicles. Staff has inquired with CARB to determine if the DPF retrofitting option is available for this vehicle. At present, there are no approved particulate matter filters available for this vehicle engine type. CARB has indicated that particulate matter filters will not be developed for the type of 11/5/2013 C9 - 1 Signal Truck Replacement- Corporation Yard Pool Vehicle Page 2 engines used in this aerial truck. Changing the engine or chassis type is cost prohibitive and unlikely to change the non-compliance finding for the vehicle due to current mileage usage. In light of the information presented by CARB, retrofitting this vehicle with an approved particulate matter trap is not an available option at this time. A request for extension and exemption was submitted by staff to CARB but only an extension was granted which expires on December 31, 2013. Failure to comply with emission control regulations could result in fines to the City at a minimum of $1,000 per day until compliance is received. Timely replacement will eliminate the potential fines incurred if the truck is not brought into compliance with CARB regulations. The signal aerial truck is a critical piece of equipment. It is primarily used by the Streets Maintenance Division for signal, sign maintenance and repair duties. Without this piece of equipment, Streets Maintenance crews are unable to repair signals or street signs. This vehicle is also used as a backup for other City programs, such as Tree Maintenance. Cooperative Purchasing The City’s Financial Management Manual, Section 405-I page 14, recommends fleet purchases using either a State cooperative purchasing contract or “piggyback” agreements with local agencies. All Fleet purchases such as Police patrol vehicles, general purpose fire trucks, sedans, station wagons, passenger vans, light to heavy trucks, utility vehicles, and construction equipment should generally be acquired new through State of California Multiple Award Schedule (CMAS) contracts. Specialized units not generally available through CMAS should generally be acquired new through “piggyback” purchases, where other local agencies have conducted competitive procurements and made those contracts available to the City. Often CMAS contracts or “piggyback” agreements can provide substantial cash discounts for the City when making these procurements as well as expedite the purchasing process. Vehicle acquisition through an established purchasing agreement saves money when compared with the costs of an independent purchase. These savings can then be utilized for the purchase of additional replacement equipment or can fund a contribution to the vehicle replacement fund to defray future costs to replace this or other equipment.. City staff recommends approval to utilize the multi-year cooperative purchasing agreement with National Joint Powers Alliance (NJPA) Contract #060311-AII, effective July 13, 2013, for the purchase of one (1) Altec Signal Aerial Truck. Altec Industries has provided a competitively bid quote through NJPA Cooperative Purchasing Agreement through its approved vendor: Altec Industries of Dixon, California. Staff inspected and reviewed the truck for compliance and agrees that the quotation provided by Altec Industries meets or exceeds the specifications of the City. C9 - 2 Signal Truck Replacement- Corporation Yard Pool Vehicle Page 3 FISCAL IMPACT Funding for this vehicle replacement ($93,000) was approved in the 2013-15 Financial Plan. Staff further recommends authorization of the Finance Director to make this purchase and subsequent equipment appurtenances through Altec industries, as the approved Cooperative Agreement vendor for this vehicle chassis, in the amount of $80,837 (Attachment 1). Project Costs Base Unit Cost (AT235)83,065$ Sales Tax (8.00%)6,645.20$ Chasis Total 89,710.20$ Vehicle Trade In (15,000.00)$ Delivery 4,127 City Logo & Accessories 2,000 Total Project Cost 80,837$ ALTERNATIVES 1. Deny Purchase. The City Council could defer the replacement of the Signal Truck. Staff does not recommend this option as this piece of equipment is critical to the support functions of the signal and sign maintenance and deferring could subject the City to fines from CARB or, long-term deferral of this equipment could incur significant rental fees of $18,700 annually. At this cost, rental fees for this unit would exceed the purchase price in less than five years (12 years less than its projected service life). 2. Retrofitting or Alternative Fuel Vehicle Purchase. Staff has investigated retrofitting for alternative fuels such as Compressed Natural Gas or Propane for the fuel type of the vehicle. Alternative fuel options are primarily offered in larger duty vehicles such as buses, refuse vehicles and street sweepers. Due to the size of the aerial truck it would require extensive retrofitting to an alternative fuel system that would not be cost effective. Due to budget constraints, staff does not recommend this option. The newer aerial truck vehicle purchased will be immediately compliant with CARB regulations as it will be a ULEV unleaded powered engine; resulting in lower emissions. ATTACHMENTS 1. National Joint Powers Alliance Cooperative Purchasing Agreement No. 060311-AII 2. Altec Vehicle Specifications 3. NJPA Bid Award Contract, Altec Industries t:\council agenda reports\2013\2013-11-05\signal truck purchase (grigsby-bochum-schmidt)\e-council agenda signal truck purchase.doc C9 - 3 Attachment 1 C9 - 4 Attachment 1 C9 - 5 Quote Number:213339 - 2 Altec, Inc. We Wish To Thank You For Giving Us The Pleasure And Opportunity of Serving You UTILITY EQUIPMENT AND BODIES SINCE 1929 Page 1 of 6 September 27, 2013 Our 84th Year Jeremy Schmidt 805-781-7046 jschmidt@slocity.org Bill To: CITY OF SAN LUIS OBISPO 955 MORRO STREET SAN LUIS OBISPO, CA SAN LUIS OBISPO, CA 93401-0000 US CITY OF SAN LUIS OBISPO 955 MORRO STREET SAN LUIS OBISPO, CA SAN LUIS OBISPO, CA 93401-0000 United States Altec Quotation Number 213339 - 2 Altec Sales Order(s): Account Manager:Don Hildebrandt Inside Sales Rep:Leslie J Handley Item Description Qty Price Unit 1.ALTEC Model AT235 telescoping articulating aerial device with end mounted, hydraulically leveled platform. To include the following features: 1 A.Ground to bottom of platform height: 35.0 feet B.Working height: 40.0 feet C.Maximum reach to edge of platform: 26.5 feet (at 12 foot platform height) D.Telescopic boom extension: 10 feet E.Noncontinuous rotation: 370 degrees F.Non-Insulating Aerial Device G.Platform Capacity: 350 lbs. H.Articulating Arm: Articulation is from 0 to 90 degrees. I.Compensation System: The work position is achieved through a single function operation. J.Telescoping upper boom: Articulation is from -25 to 78 degrees. K.Master/ Slave Leveling: Platform automatically maintains level during boom articulation through a lifetime master/slave hydraulic leveling system that requires no major preventive maintenance. Hydraulic leveling permits storing of the platform in a horizontal position for road travel. N.Controls: Electric style controls activate hydraulic valve for aerial device operation. O.Hydraulic System: Open center system operating at 2.5 gpm and 2,200 psi P.Unit is painted with a powder coat paint process which provides a finish-painted surface that is highly resistant to chipping, scratching, abrasion and corrosion. Q.Structural Warranty on all of the following applicable major components is to be warranted for so long as the initial purchaser owns the product: Booms, boom articulation links, hydraulic cylinder structures, outrigger weldments, pedestals, subbases and turntables. R.Manuals: Two (2) operator and Maintenance/Parts manuals 2.AT235 Unit Model 1 3.Post mount pedestal 51.00 inch tall 1 4.Poly Reservoir, Pedestal Mounted, 7 Gallon; Includes Sight Gauge. 1 5.Single One (1) Man, Fiberglass Walk-In Platform; fixed position with door. 26 x 26 x 42 inches; includes safety strap and latch for door. 1 6.Platform Cover, Soft With Elastic Retention And Lanyard Attachment, For Walk-In 1 Attachment 2 C9 - 6 Quote Number:213339 - 2 Altec, Inc. We Wish To Thank You For Giving Us The Pleasure And Opportunity of Serving You UTILITY EQUIPMENT AND BODIES SINCE 1929 Page 2 of 6 Item Description Qty Price Platform 7.Two-Speed Electric controls at the platform include toggle switch controls for boom functions, an emergency stop switch, and a high/low speed selector that is integral with the master engage switch. Lower controls are on a pendent mounted box and include electric toggle switches and a 'push to operate' master engage switch. Lower controls are installed in a body compartments unless otherwise specified. 1 8.Engine Start/Stop At Upper And Lower Controls 1 9.Steel upper control cover 1 10.110 VAC Outlet At Platform 1 11.Manual lowering valve located at the boomtip. For use in emergency situations to allow the operator to lower the boom to the ground 1 12.Dual Strobe Beacons, Amber LED With Brush Guard, Mounted On Unit Riser 1 13.Powder coat unit Altec White. 1 Unit & Hydraulic Acc. 14.HVI-22 Hydraulic Oil (Standard). 9 15.Standard Pump For PTO 1 16.Hot shift PTO for automatic transmission 1 Body 17.108 Inch Universal Small Aerial Body For 60 Inch CA (Telecom Package Without Hotstick Shelf and Brackets) , to meet the following specifications: 1 A.All doors are full, double paneled, self-sealed with built-in drainage for maximum weather-tightness. Stainless steel hinge rods extend full length of door. Door hinges are zinc alloy material and attached with rivets. B.Basic body fabricated from A40 grade 100% zinc alloy coated steel. C.All doors contain stainless steel flush type, single point rotary paddle latches with recessed handles, including keyed locks and strikers. Door latches are bolted to the inner door panel. D.Heavy-gauge welded steel frame construction with structural channel crossmembers and tread plate floor. E.All edges are either rolled or folded for strength and safety. F.Integrated door header drip rail at top for maximum weather protection. G.Neoprene Fenderettes or Roll formed fender panels. H.Steel treated for improved primer bond and rust resistance. I.Automotive underseal applied to entire underside of body. J.Electro cathodic emersion priming. K.Automotive type non-porous door seals mechanically fastened to the door facing. L.108 inch overall body length. M.94 inch overall body width. N.40 inch overall body height. O.20 inch body compartment depth. P.Body finish paint color - Altec White. Q.Finish paint body at body manufacturer. R.2 x 6 drop-in wood tailboard installed at the rear of the cargo area. S.Master body locking system Attachment 2 C9 - 7 Quote Number:213339 - 2 Altec, Inc. We Wish To Thank You For Giving Us The Pleasure And Opportunity of Serving You UTILITY EQUIPMENT AND BODIES SINCE 1929 Page 3 of 6 Item Description Qty Price T.Gas shock type rigid door holders for vertical doors. U.Chains on horizontal doors. V.1st vertical street side (LH) - Two (2) adjustable shelves with removable dividers on 4 inch centers. W.1st horizontal street side (LH) - One (1) fixed shelf with removable dividers on 6 inch centers. X.Rear vertical street side (LH) - Six (6) locking swivel hooks on adjustable rails. Y.1st vertical curb side (RH) - Seven (7) locking swivel hooks on adjustable rails. Z.1st vertical curb side (RH) - Louvered panel on inside cargo wall. AA.1st horizontal curb side (RH) - Vacant. AB.Rear vertical curb side (RH) - Two (2) adjustable shelves with removable dividers on 4 inch centers. Body and Chassis Accessories 18.Steel Tailshelf, 94'' W x 38'' L With Curbside Access Steps To also include Wheel Chock Holders one streetside and one curbside. 1 19.Aluminum sloped style ladder rack installed on the curb side compartment tops, sloped to clear the cab with adjustable width rails to accommodate various width extension ladders 1 20.Ladder Rack hold down (Quick-Lock) for sloped ladder racks. Lockable Standard 1 21.U-Shaped Grab Handle 1 22.Small Grab Handle Installed At Rear 1 23.ICC Underride Protection 1 24.Combination 2 Ball (10,000 LB MGTW) And Pintle Hitch (16,000 LB MGTW) 1 25.Set Of Eye Bolts for Trailer Safety Chain, installed one each side of towing device mount. 1 26.Post Style Cone Holder streetside of tailshelf 1 27.Boom Rest for a Telescopic Unit 1 28.Wheel Chocks, Rubber with Metal Hairpin Style Handle, 9.75'' L X 7.75'' W X 5.00'' H (Pair) 1 29.Lower control holder 1 30.Mud Flaps With Altec Logo (Pair) 1 31.Safety Harness And 4.5' Lanyard (Fits Medium To Xlarge) Includes Pouch and Placards 1 32.5 LB Fire Extinguisher With Light Duty Bracket, Installed mounted behind seats in chassis cab 1 33.Triangular Reflector Kit, Installed mounted behind seats in chassis cab 1 34.Rear Torsion Bar Installed On Chassis Position #2 1 35.Altec supplied cab access step installed on the driver side of the chassis, for use with a Ford Super Duty series chassis 1 36.Altec supplied cab access steps, installed on the curb side of the chassis, for use with a 1 Attachment 2 C9 - 8 Quote Number:213339 - 2 Altec, Inc. We Wish To Thank You For Giving Us The Pleasure And Opportunity of Serving You UTILITY EQUIPMENT AND BODIES SINCE 1929 Page 4 of 6 Item Description Qty Price Ford Super Duty series chassis 37.Slope Indicator Assembly For Machine Without Outriggers 1 38.Vise Mounting Bracket, 2 Square Tube Horizontal Receiver Type with 9 x 9 Mounting Plate Rear curbside of tailshelf 1 39.Rock Guards To Protect Lower Front Section Of Body Compartments From Road Debris1 40.Vinyl manual pouch for storage of all operator and parts manuals 1 Electrical Accessories 41.Lights and reflectors in accordance with FMVSS #108 lighting package. (LED With Incandescent Reverse Lights) 1 42.Single tone back up alarm installed between the chassis frame rails at the rear of the chassis. To work in conjunction with chassis reverse drive system 1 43.1800 Watt Pure-Sine Wave Inverter mounted in 1st vertical curbside compartment.1 44.6-Way Trailer Receptacle (Pin Type) Installed At Rear 1 45.Dash panel rocker switches supplied with Ford Chassis, 4 auxiliary switches supplied in up fitting package from Ford 1 46.PTO Indicator Light Installed In Cab 1 47.Battery Protection Device Installed To Turn Off Accessory Loads To Protect The Chassis Battery Strobes and inverter 1 48.Start/Stop/Throttle Module, 12 Volt System 1 Finishing Details 49.Focus Factory Build 1 50.Delivery Of Completed Unit 1 51.Powder Coat Unit Altec White 1 52.Finish Paint Body Accessories Altec White 1 53.Apply Non-Skid Paint to all walking surfaces 1 54.English Safety And Instructional Decals 1 55.Vehicle Height Placard - Installed In Cab 1 56.Stability test unit according to ANSI requirements. 1 57.Placard, HVI-22 Hydraulic Oil 1 58.Inbound Freight 1 59.AT235 FA Installation 1 Chassis Attachment 2 C9 - 9 Quote Number:213339 - 2 Altec, Inc. We Wish To Thank You For Giving Us The Pleasure And Opportunity of Serving You UTILITY EQUIPMENT AND BODIES SINCE 1929 Page 5 of 6 Item Description Qty Price 60.Chassis 1 61.Altec Supplied Chassis 1 62.2012 Model Year 1 63.Ford F450 1 64.4x2 Drivetrain 1 65.Chassis Cab To Axle Length - 60 inch 1 66.Regular Cab 1 67.Chassis Color - White 1 68.Chassis Wheelbase Length - 141 inch 1 69.Gas 6.8L Triton V10 1 70.Ford Torqshift 5 Speed Automatic Transmission W/ PTO Provision 1 71.GVWR 16,500 LBS 1 72.6,500 LBs Front Axle Rating 1 73.12,000 LBs Rear Axle Rating 1 74.225/70R19.5 Front Tire 1 75.225/70R19.5 Rear Tire 1 76.Hydraulic Brakes 1 77.Park Brake In Rear Wheels 1 78.Single Horizontal Exhaust Right Hand 1 79.No Idle Engine Shut-Down Required 1 80.40 Gallon Fuel Tank (Behind Rear Axle) 1 Miscellaneous 81.Standard Altec Warranty One (1) year parts warranty One (1) year labor warranty Ninety (90) days warranty for travel charges Limited Lifetime Structural Warranty 1 Trade-In 82.Trade-In #1 1-$15,000.0 0 Total 72,192.00 Altec Industries, Inc. Attachment 2 C9 - 10 Quote Number:213339 - 2 Altec, Inc. We Wish To Thank You For Giving Us The Pleasure And Opportunity of Serving You UTILITY EQUIPMENT AND BODIES SINCE 1929 Page 6 of 6 BY Leslie J Handley Notes: Attachment 2 C9 - 11 NJPA VENDOR CONTRACT SUMMARY – ALTEC INDUSTRIES NJPA INFORMATION National Joint Powers Alliance® Contract Purchasing Department DATE July 19, 2011 RFP # 060311 AWARDED CONTRACT NUMBER 060311-AII NJPA RFP TITLE & CATEGORY Heavy Construction Equipment Together With Related Accessories, Supplies, And Services Public Utility Equipment CONTRACT PERIOD July 19, 2011 through July 18, 2015 PRICING MODEL Line Item + Per Mile Delivery Charge DESCRIPTION Comprehensive line of tractor mounted mowing, brush cutting, and land clearing attachments, including options for tractor/attachment packaged units VENDOR NAME AND ADDRESS Altec Industries, Inc. 33 Inverness Center Pkwy Birmingham, AL 35232 VENDOR CONTACT Cullen Bull Elana Martinez 205-222-0137 205-995-4862 cullen.bull@altec.com elana.martinez@altec.com NJPA CONTRACTS CONSIST OF THE FOLLOWING DOCUMENTS Section 2.6 “Contract” as used herein shall mean cumulative documentation consisting of the RFP, and entire Bidder’s Response, and fully executed “Acceptance and Award”. • Request for Proposal (RFP) • Bid Acceptance & Award • Bidder's Response and Pricing - Available upon request from the NJPA Contract Manager RELATED CONTRACT DOCUMENTATION Board Minutes 7-19-11 Bid Evaluation Bid Opening Witness Page Affidavit of Advertisement Bid Comment & Review DOCUMENTATION OF CONTRACT MAINTENANCE Contract Renewal 2013 Contract Renewal 2012 ADDITIONAL INFORMATION: NJPA CONTACT Jeremy Schwartz TITLE NJPA Contract Manager PHONE 218-894-5488 EMAIL jeremy.schwartz@njpacoop.org ADDRESS 202 12th Street NE, P.O. Box 219, Staples, MN 56479 WEBSITE www.njpacoop.org Attachment 3 C9 - 12