Loading...
HomeMy WebLinkAbout09/03/1991, 2 - AWARD OF CONTRACT FOR THE PURCHASE OF A HEAVY DUTY TROLLEY Q�INII�M►IGIIIIIIIuI��IuIU r MEM N6DATE: ►►��► cityo san tuts oBispo � COUNCIL AGENDA REPORT REM NUMBER: FROM: Ken Hampian, Assistant City Administrat've Off icere+ Prepared by: Harry Watson, Transit Manager SUBJECT: Award of Contract for the Purchase of a Heavy Duty Trolley CAO RECOMMENDATIONS: By motion: 1. Approve and authorize the Mayor to execute a contract for the construction of one heavy duty trolley vehicle with the firm of Specialty Vehicles Manufacturing Corporation in the amount of $178, 332 .08. 2. Authorize an increase in expenditures of Transportation Development Act (TDA) fund balance in the amount of $8,300. DISCUSSION: Background At the April 16, 1991 City Council meeting direction was given to staff to prepare specifications for the acquisition of a heavy duty trolley vehicle to be used as the City's primary vehicle for the shuttle program. At the June 18, 1991 City Council meeting the specifications for the vehicle were approved by the City Council and direction was given to issue RFP's for the vehicle's acquisition. RFP's were mailed to it vendors and advertisements were placed in the leading Transit-related publications soliciting participation on a nationwide basis in the process. On August 12, 1991 the RFP process was closed. The City received three responsive replies. On August 13 , 1991 a review team consisting of Dave Roeesler, Supervising Mechanic for Laidlaw Transit, Inc. ; Dennis Cox of the Public Works Department; and Harry Watson, Transit Manager convened to review the RFP's that were submitted. A detailed review of the specifications took place and a scoring system was developed to rate how well the various vendors responded to the specifications. In addition to vehicle specifications, three other factors considered were delivery time required by the vendor, point of delivery, and price (it is important to note that an RFP process was used to provide the flexibility to consider more than only cost) . The three respondents were Eastern Technology, Limited of Lynnfield Maryland; Chance Coach, Inc. located in Wichita, Kansas; 'and Specialty Vehicle Manufacturers, Inc. located in Downey, California. Following are the results of the comparison of the three proposals. The specification column is not all inclusive, but represents the key aspects of the specifications. Pictures of each unit are attached. Z�/ �l�u►�►��i�IIIIIIIUp��u�i �11 city of San Luis OBlspo A COUNCIL AGENDA REPORT SPECIALTY SPECIFICATION CHANCE COACH EASTERN TECH. VEHICLES Appearance Excellent Bus-Like Good *Engine = 6BTA5.9 NO* YES YES 180 HP Diesel Engine *Transmission = allison NO* YES YES MT-M Chassis Frame Unit =double channel reinforced frame YES YES YES Suspension = full air spring YES YES YES Axles Front 12,000 Ib. rear 1900 Ib. NO YES YES Wheelchair Station =Flip-up Seat NO NO YES Roof Panels = Sandwich Construction Fiberglass YES NO YES Street Car Bell = To be rung two ways - pull and automatic Pull Only YES Pull & Foot Headlights have ability to be covered. YES NO YES Seated Capacity 23 31 29 Total Capacity 39 47 48 Length 25.7 Ft. 33.3 Ft. 30.5 Ft. Delivery Date** 12/91 if award by 180 Days 280 - 310 Days 9/6/91. If not, 365 days. Price - As Specked $183,212.00 $176,848.00 $178,332.08 * Although not to City specifications, the engine and transmission listed for the Chance Coach is suited for its smaller size. The size of the Chance Coach is comparable to our existing trolley. ** Long delivery dates are quoted by each, ranging from six months to one year if ordered after September 6, 1991. Chance will deliver in December 1991 if we order by September 6, 1991 by including our trolley in the production run that starts September 16, 1991, which is why the staff has moved quickly to bring this matter to the Council. While staff is concerned about only having one Volley with no back-up, (we are interrupting service now for maintenance and breakdowns), the long delivery times are due to the three to six months the manufacturers must waft for the chassis and the fact that each trolley is handmade. In addition, Specialty Vehicles has factored in U. S. Government testing times required for Federal approval of their vehicle. Chance Coach has just completed their government testing and Eastern has yet to schedule their government testing. Conversations with the vendors have reconfirmed their delivery times as firm. ��►�►�i�NIIVIIIII11�inII�I11 city of San Luis OBlspo COUNCIL AGENDA REPORT Ranking and Evaluation The provisions of Municipal Code 3 .24. 060 (G) have applied to this contract which, as mentioned earlier, allow the City to use a Request for Proposal instead of a formal bid. This provides a more effective comparison of suppliers for the specific equipment that will meet our needs. Key factors in the decision-making process have included the trolley's durability, the number of passengers that the trolley will accommodate, passenger amenities, and a reliable source of replacement parts and maintenance expertise. Although these are somewhat subjective factors, they are important features in evaluating which trolley will lead to the greatest overall productivity for our transit system. Specialty Vehicle is being recommended from a transit perspective due to its larger passenger carrying capacity and its match of power to weight. When measuring each against the specifications, Specialty ranked highest. Chance rated lower due to their bidding a smaller engine and transmission than did Specialty and Eastern, but the Chance power train matches their smaller size and capacity. If the Council is comfortable with a smaller capacity than envisioned in the specifications, then the Chance Coach vehicle should be given very strong consideration because, in staff 's opinion, it has greater aesthetic appeal than the other larger vehicles. It also has the significant advantage of a December 1991 delivery date. Its cost exceeds the recommended Specialty vehicle by $4, 880. I Staff does not recommend the Eastern Vehicle because of its bus- like appearance. Ridership At the June 18, 1991 Council meeting, staff was requested to report on trolley ridership. The trolley program began operation on July 2, 1990 and has been in continuous operation since that date. Monthly ridership has been: MONTH RIDERSHIP July 1990 18 , 967 August 1990 18 , 245 September 1990 10, 445 October 1990 9 , 668 November 1990 9 ,285 December 1990 8 , 143 January 1991 7 , 496 February 1991 9, 537 March 1991 9 , 368 April 1991 10, 784 May 1991 9 , 945 June 1991 10, 378 July 1991 17 , 005 (- 10% from 7/90) � -3 ����►�►bil►►vi111111�p1► 9���11 city of San LUIS OBIspo COUNCIL AGENDA REPORT Ridership was frequently at capacity during the initial months of operation. As the tourist season ended in September 1990, ridership leveled off to the 8 , 000 - 9, 000 per month range. With the current tourist season, ridership is off 10% compared to July of 1990. This compares with tourism decreases areawide, and should not be viewed as a diminished interest in the trolley service. If anything, staff believes that the interest in the trolley has increased since its implementation. This is based on its use in various advertising promotions, requests for its use at special events, and informal comments. During the current tourist season, several times per day, all of Thursday night, and on many Saturday and Sunday runs, the trolley is at capacity. Frequently the driver must pass by stops where potential borders are waiting due to a lack of capacity. FISCAL IMPACT: In the June 18, 1991 agenda item, staff estimated the cost to be $170, 000 for a heavy duty transit trolley; all three bids are greater than this amount. The $170, 000 budgeted amount includes an approved Federal Mass Transportation UMTA grant in the amount of $33 , 000, leaving a balance of $137, 000 to be financed with local TDA funds. This funding level was incorporated in the City's 1990- 91 TDA claim, and accordingly, funds have already been allocated for this purchase at the $170, 000 level. i The recommended purchase is approximately $8, 300 greater than the budgeted amount. Adequate balances are available in the TDA Fund to fund this additional cost. At the end of 1991-92 , the 1991-93 Financial Plan projects an ending fund balance of $204 , 800 in the TDA Fund (page G-10) . Under adopted financial plan policy (page B-7) , all TDA funds are allocated for alternative transportation purposes, and accordingly, use of this fund balance to purchase the i trolley would be consistent with this policy. ALTERNATIVES: 1. Reject all bids for a heavy duty transit trolley and direct staff to prepare specifications for one or two light duty trolley vehicles, and authorize the solicitation of request for proposals for light duty trolley vehicles. The estimated cost of a light duty trolley is $100, 000. 00. This alternative is not recommended for two reasons. It is staff's position that a light duty trolley vehicle will not stand up under the ridership demands that we experience in our shuttle program, and that maintenance expenses would be prohibitive. Replacement will be required in five years, versus 10 years for a heavy duty vehicle. Also, based on the current cost of operation, a second trolley would require an additional $38, 000 per year in operting costs annually. And, it is quite �-y ��� i�N►�illllll�li°�°�►��NIII city of San tins OBISpo = COUNCIL AGENDA REPORT likely that higher operating costs will be experienced when the City enters into a new transit vendor contract in Fiscal Year 1992-93 , since the cost for trolley operation is now artificially low due to the "per mile" compensation basis. For these reasons staff would suggest that consideration of any additional operational expenditure of this magnitude be delayed in the decision-making process until after the City Council has had a chance to review the results of the Short Range Transit Plan and the service expansion proposals made in that plan to the Transit system. For example, the addition of a fifth transit route is recommended as a short term goal and will require additional funding. Expansion of trolley operating costs should be considered in light of this and other proposed improvements. 2. Enter into a contract to purchase the Chance vehicle. If Council members wish to acquire a heavy duty trolley of a smaller size, the Chance vehicle may offer a "compromise" to the light duty option. In terms of advantages, the Chance trolley may be seen as more conducive to the downtown atmosphere. Its smaller size allows greater maneuverability in tight traffic situations. Its smaller passenger capacity will enhance the perception of greater use in the slower non-tourist season. Most important in the short term is its December 1991 delivery date. With respect to disadvantages, its smaller passenger capacity will reduce the number of people the system can serve. Manufactured in Kansas, there may be less accessibility to factory expertise, compared to Specialty's Downey, California plant location. Although this is a viable option, staff does not recommend the Chance Coach due to its reduced passenger carrying capacity. 3 . Reject all bids and reissue the RFP. This is not recommended as staff feels that all of the interested manufacturers of heavy duty trolleys responded to our RFP process this time. Staff submits that the results would be the same and only the time of delivery would be extended. ATTACHMENTS: 1. Contract 2. Pictures of Trolleys (A. Specialty Vehicles; B. Chance Coach; and C. Eastern Technology) NOTE: Original specs and bid proposals are in the Council Reading File. hw.trol.rpt AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this day of 11991, by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as CITY, and , hereinafter referred to as SUPPLIER. WITNESSETH WHEREAS, on , CITY invited RFP's for the procurement of one heavy duty trolley per Specifications No. TR 91-202. WHEREAS, pursuant to said invitation, SUPPLIER submitted a proposal which was accepted by the CITY for said equipment. NOW, THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained, the parties hereto agree as follows: 1. TERM. The term of the Agreement shall be from the date this Agreement is made and entered, as first written above, until acceptance of said equipment. 2 . INCORPORATION BY REFERENCE. The Notice Inviting RFPs, the General Bid Terms and Conditions, the Special Bid Terms and Conditions, Bid Specifications and SUPPLIERS Letter of Response are hereby incorporated in and made a part of this Agreement. 3 . CITY'S OBLIGATIONS. For furnishing equipment as specified in this Agreement, CITY will pay and SUPPLIER shall receive therefore compensation in a total sum not to exceed Payment to the SUPPLIER shall be made within 20 days after receipt of an original invoice from SUPPLIER and acceptance of equipment by CITY. 4 . SUPPLIER'S OBLIGATIONS. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by CITY, SUPPLIER agrees with CITY to furnish the equipment and to do everything required by this Agreement and the said specifications. Without limiting the generality of the foregoing, SUPPLIER warrants on behalf of itself and all subcontractors engaged for the performance of this Agreement that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1985 and other applicable laws shall be employed in the performance of the work hereunder. 5. HOLD HARMLESS AND INDEMNIFY. SUPPLIER agrees to defend, indemnify, and hold harmless CITY, its officials, officers, employees, representatives, and agents from and against all 7 claims, lawsuits, liabilities, or damages of whatsoever nature arising out of or in connection with, or relating in any manner to any act or omission of SUPPLIER, its agents, employees, and subcontractors of any tier and employees thereof in connection with the performance or non-performance of this Agreement. The SUPPLIER shall thoroughly investigate any and all claims and indemnify the CITY and do whatever is necessary to protect the CITY, its officials, officers, employees, agents, and representatives as to any such claims, lawsuits, liabilities, expenses, or damages. 6. AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the Director of Finance. 7 . TERMINATION. If during the term of this Agreement, the CITY determines that the SUPPLIER is not faithfully abiding by any term or condition contained herein, CITY may notify SUPPLIER in writing of such defect or failure to perform; which notice must give SUPPLIER a ten day period of time thereafter in which to perform said work or cure the deficiency. If SUPPLIER has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of this Agreement and CITY may terminate this Agreement immediately by written notice to SUPPLIER to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under this Agreement, except however, any and all obligations of SUPPLIER'S surety shall remain in full force and effect and shall not be extinguished, reduced, or in any manner waived by the termination hereof. In said event, SUPPLIER shall be entitled to the reasonable value of its services performed from the beginning of the period in which the breach occurs up to the day it received CITY'S Notice of Termination, minus any off-set from such payment representing the CITY'S damages from such breach. CITY reserves the right to delay any such payment until completion or confirmed abandonment, of the project, as may be determined at the CITY 's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall SUPPLIER be entitled to receive in excess of the compensation quoted in its bid. S. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the. complete agreement between the parties hereto. no oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. 9. ANTI-DISCRIMINATION. In the performance of the terms of this Agreement, SUPPLIER agrees that it will not engage in nor permit such subcontractors as it may employ to engage in discrimination in employment of persons because of age, race, -� color, sex, national origin or ancestry, or relation of such persons. Violation of this provision may result in the imposition of penalties referred to in Labor Code Section 1735. 10. AUDIT. CITY shall have the option of inspecting and/or auditing all records and other written materials used by SUPPLIER in preparing its statements to CITY as condition precedent to any payment to SUPPLIER. 11. NOTICE. All written notices to the parties hereto shall be sent by United States Postal Service, postage prepaid by registered or certified mail addressed as follows: CITY: Harry Watson, Transit Manager City of San Luis Obispo 990 Palm Street P. 0. Box 8100 San Luis Obispo, CA 93403-8100 SUPPLIER: Dale R. DeLine Specialty Vehicle Manufacturing Corp. 12229 Woodruff Avenue Downey, CA 90241 12 . AUTHORITY TO EXECUTE AGREEMENT. Both CITY and SUPPLIER do covenant that each individual executing this Agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this • instrument to be executed the day and year first above written. CITY OF SAN LUIS OBISPO SPECIALTY VEHICLE MANUFACTURING CORP. Mayor Ron Dunin President ATTEST: City Clerk APPROVED AS TO FORM: City Attorney Finance Director m� � ._. ! _- .�._. i - � •vim �a IMP lZ 3 # MM ,t z- - ;L iw 4wP 1.0 �. -� - .. '- -..._, a �.n •� - - r• a i 4' M s. z � t _ 4 AL AVE R _• i• `} �c •• .P -M- 1 i xs 's t 7 1 c -�Z 'IF'S � 1 1� i, — — --- a % T 1p l►` . Ii oaa am - - Z m yam: sst.: j - �• -; i • ; 'ti .` Riau k� 1,;kgl,� I Sam- _ n i SO i: f i • �' s .d a. <". r't t ism i1 M ��' s - ; . 1� • ■ �'' ' •� rte' A •" i I 7 i` 10, 1 - f i if f y gip•^" � r'�F-_i- vc i:� .: •L`:{'rte cy Ak FW E � d, r y ate.• 14 at 14 .41 1 0 L_�^ :.lam -� :� c J ` �.J•.D.•:t� .-_ - ` ••�X Vic-' •.�•'� ��� to �a�: J. •ti�,Pd - i l Z , 1 � / Oil Rw �J !�•.Y`1 lb it ?'' ' T `i , , I ,511 - J�75 �� •� A• b �' _• _ T 1 g, ey }Y R• 7 1 '*Fr yl v .f SN. • t� J• V Jot. ./ 1 {fttJ► rip 1 '•r 6 i� e'� qL �� �.. .17L F' t 4 •1 i. . r r k �y W.. •l iL a tr F J • � r1 j � ' •rrfy �. v ry _..)'.' �._�.. �.{'^f. nr1'�•r�jr c^^, lT `•t�5 '° ♦ *'