File #: 08-0505    Version: 1
Type: Agenda Item Status: Approved
File created: 4/6/2008 In control: Board of Supervisors
On agenda: 5/13/2008 Final action: 5/13/2008
Title: Transportation Department recommending the Board make findings pursuant to Article II, Section 210 b (6) of the El Dorado County Charter that there are specialty skills required for the work performed under this Agreement that are not expressly identified in County classifications; that the ongoing aggregate of the work performed under this Agreement is not sufficient to warrant the addition of permanent staff; and Chairman be authorized to sign Amendment II to Agreement for Services AGMT 05-979 with Cummins West, Inc. amending the compensation by reducing the amount from $587,144 to $382,104 and adjusting the scope of services to eliminate the Task Order requirement. RECOMMENDED ACTION: Approve. FUNDING: Grant funding from the El Dorado County Air Quality Management District with matching funds from the Road Fund
Attachments: 1. AGMT 08-1658 approved Contract Routing Sheet, 2. AGMT 08-1658 Agmt, Amend I, Amend II
Title
Transportation Department recommending the Board make findings pursuant to Article II, Section 210 b (6) of the El Dorado County Charter that there are specialty skills required for the work performed under this Agreement that are not expressly identified in County classifications; that the ongoing aggregate of the work performed under this Agreement is not sufficient to warrant the addition of permanent staff; and Chairman be authorized  to sign Amendment II to Agreement for Services  AGMT 05-979 with Cummins West, Inc. amending the compensation by reducing the  amount from $587,144 to $382,104 and adjusting the scope of services to eliminate the Task Order requirement.
RECOMMENDED ACTION:  Approve.
 
FUNDING:  Grant funding from the El Dorado County Air Quality Management District with matching funds from the Road Fund
 
Body
BUDGET SUMMARY:
 
 
Total Estimated Cost
 
$382,104.30
 
 
 
     Funding
 
 
          Budgeted
$382,104.30
 
          New Funding
$
 
          Savings
$
 
          Other
$
 
     Total Funding Available
$382,104.30
 
Change To Net County Cost
 
$0
      
Fiscal Impact/Change to Net County Cost:  The total cost to retrofit the diesel fueled on-road vehicles with Horizon and Longview emission control devices will be $382,104, $283,990 of which will be funded by the El Dorado County Air Quality Management District and $98,114 of which will be funded by the Road Fund.  A complete list of on-road diesel fueled vehicles and project budget is included as Exhibit C to the Agreement.  Funding for the project has been included in the proposed budget for fiscal year 2008-2009 for work that is not completed in the current fiscal year.  
 
Background: The Department of Transportation operates diesel powered on-road vehicles in the course of maintaining roads.  These vehicles include pick up trucks, dump trucks, service trucks, water trucks, graders, loaders, rollers, sweepers, pavers and a paint striper.  Diesel fleets contribute significant amounts of harmful emissions.  These emissions can be reduced through the installation and proper use of pollution control technologies installed on diesel vehicles.
 
The Air Resources Board (ARB) enacted a measure in June of 2005 which requires all on-road diesel fueled vehicles owned and operated by public agencies and utilities to be re-powered or retro-fitted in order to reduce the emissions produced by such vehicles.  The implementation period for the ARB ruling is six years beginning in 2006 and ending in 2011.  The Department of Transportation has received AB 2766 DMV Surcharge funds available for motor vehicle emission reduction projects through the El Dorado County Air Quality Management District (EDCAQMD) to assist with funding for this project.
 
In March on 2006, the Department contracted with Cummins West, Inc. to provide and install Cleaire Longview emission control devices on eleven of thirty-five on-road diesel fueled vehicles for which the technology was available at that time.   Subsequently, a new device, the Cleaire Horizon, became available for seventeen vehicles and the Longview device was approved for seven more vehicles in the DOT fleet.  On November 14, 2006, your Board approved Amendment I to the Agreement with Cummins West adding the second device, the Cleaire Horizon, and the remaining twenty-four vehicles to the scope of services, increasing the compensation for the added vehicles, and extending the term through October 24, 2008.  
 
 
Reason for Recommendation:  Since the approval of the above referenced Amendment, the technology required for emission reduction in diesel fueled vehicles has continued to evolve.  Of the thirty-five vehicles included in the original Cummins West Agreement and Amendment I, only twenty-two will be retrofitted with the Longview or Horizon devices.  The remaining thirteen will be ralternative with an alternative device installed by a different vendor,  or replaced prior to the compliance date.  The compensation amount of the Agreement will be reduced from $587,144 to $382,104, reducing the number of vehicles to be retrofitted to ten.  In addition, Amendment II adjusts the scope of services to eliminate the task order requirement and replace it with a requirement for a Notice to Proceed and amends the rates for retrofit devices.
 
Procurement and Contracts has verified that Cummins West of Sacramento, California is the only authorized distributor of the Cleaire emission products.  Therefore, your Board is being asked to dispense with competitive bidding procedures in accordance with Section 3.12.160(B) and (C) of the County Ordinance as competitive bidding would produce no economic advantage for the County given the unique nature of the equipment purchased.  
 
Human Resources approval of the proposed Amendment II was received February 26, 2008.
 
Action to be taken following Board approval:
The Board Chairman will sign two originals of Amendment II to Agreement for Services # AGMT 05-979 with Cummins West, Inc.  The Board Clerk will forward one original of the fully executed Agreement and Amendments to the Department for further processing.  
 
Contact:  Tom Celio x 4905
 
Concurrences: Purchasing Agent, County Counsel