HomeMy WebLinkAbout12/05/2000, 6 - TRANSIT BUS PURCHASE Meati,,Dae.
council12-05-00
j agcnaa nEpoat "6"� `
C I T Y OF SAN L U IS O B I S P O
FROM: Mike McCluskey,Director of Public Works
Prepared By: Austin O'Dell,Transit Manager
SUBJECT: PROCUREMENT OF SIX GILLIG TRANSIT COACHES FOR FISCAL
YEAR 2000-01
CAO RECOMMENDATION
Approve the purchase of three (3) forty foot (40) transit coaches manufactured by the Gillig
Corporation, in accordance with the Federal Transit Administration guidelines pertaining to
piggyback procurements, and authorize CAO to award the contract if it is within the
$825,000 budget.
DISCUSSION
The City of San Luis Obispo has budgeted$825,000 in FY 2000-01 for the purchase of replacement
buses. Due to enormous lead times for construction of each bus, cities and transit agencies usually
program and purchase buses far in advance so as to meet the needed anticipated delivery dates. The
typical lead time is 18 to 24 months. Thus, we are already behind schedule for a delivery date in
2001 but are well positioned for a delivery date of 2003. The traditional procurement process is to
request bids from various bus manufacturers, get the results back, negotiate for various options and
then award a contract. This is time consuming and for smaller agencies does not result in good to
excellent bid results since the quantity of buses being bid is so small.
As an alternative to the traditional procurement process, many small cities and transit agencies
use a process of piggybacking to a recent bid package of a much larger agency where the
equipment and specifications match the needs of that City or agency. The City has that
opportunity now to piggyback on the Merced Transit purchase contract with the Gillig
Corporation. The bus specifications are nearly identical to our needs and the manufacturer is the
same as our current fleet. The City was required to decide and declare their intentions in May
2000. However in order to take advantage of the Merced contract, Gillig Corporation has
extended the deadline for the City to decide and declare our intentions by December 15, 2000.
This procurement process (piggybacking) is allowable under the Federal Transit Administration
guidelines. The advantage of this type of procurement is that transit operators can avoid
preparing a request for proposals, and utilize the best market price for the desired product and/or
service and the FTA recognizes those advantages. SLO Transit currently has ten Gillig coaches
in its fleet. It is also worthy to note that the Gillig Corporation is the leading transit coach
manufacturer in the United States.
6-1
Council Agenda Report—Transit Bus Purchase
Page 2
Bus Size. Former Council member Romero asked that staff consider the bus sizes needed for
optimal bus fleet performance and customer service prior to any future bus purchases. Staff has
reviewed the many issues which influence bus size and has determined that optimal system
performance is best given with a fleet mix of bus sizes as shown in Table 1 below:
Table
1
30' 35' 40'
Current 3 7 4
Future 3 9 8
A key issue in determining the mix of bus sizes is servicing the maximum loading of passengers
acceptably. This, in the transit world, is called crush loading. Referring to the graphs in
Attachment 1, ridership is denoted in yellow by hour. The graphs illustrate crush loads on
Routes 2, 4, 5, and 6. Crush loads occur when buses are at passenger capacity and result in
stranded passengers (something we try not to do). Crush loads for the regularly scheduled bus is
denoted in red area, and crush loads for tandem buses is denoted in blue area. We use tandem
buses (two buses following the same route at the same time) to relieve extreme crush loads. Any
passenger above the red and/or blue areas could not board SLO Transit buses due to lack of seat
or standing room.
To meet the demands of crush loads the biggest bus possible is needed. However, at non crush
load times large buses then operate at less than 100% capacity. At extreme low demand times,
the buses appear mostly empty. A smaller bus will carry the same few passengers but will
appear fuller to the public. The advantage of the smaller bus during these times is smaller
turning radius and optics to the public, as the operational costs are the same and the purchase
price difference is barely noticeable. The correct mix is then a combination of adequately sized
buses that can best meet all the demands of the system. The graphs illustrate the impact of both
forty and thirty-five foot bus operations on Routes 2, 4, 5, and 6. In all cases, thirty-five foot
buses could not accommodate passenger loads.
Proposed Fleet Mix. Based on the service demand, SLO Transit would achieve greater benefits
with the four additional forty foot transit buses to address peak loads, as well as, the two thirty-
five foot buses to address non-peak loads. As illustrated in Table 1, the net impact of this
procurement would essentially equalize the number between thirty-five foot and forty foot
vehicles in the SLO Transit vehicle fleet. The staff recommendation for the new purchases
reflects the analysis shown in Table 1.
FISCAL IMPACT
A total of$825,000 was appropriated as part of the 1999-01 Financial Plan for the purpose of three
replacement buses. This project will utilize $165,000 from the City's Transportation Development
2
6-2
Council Agenda Report—Transit Bus Purchase
Page 3
Act (TDA) funds, and $660,000 from Federal Transit Administration (FTA) funds. Please refer to
Table 2. No funds have been used towards this project thus far; leaving a project balance of
$825,000 available to support the recommended contract award.
Table 2
Share FY 2000-01
Local Match TDA 4.0 20% $165,000
Federal Match Sec 5311 80% $660,000
Total 100% $825,000
CONCURRENCES
The MTC will be considering this item at their special meeting on November 28, 2000. The
MTC recommendation will be presented to the Council Prior to the Council Meeting December
5, 2000.
ALTERNATIVES
1) Purchase of Smaller Vehicles from the Gillig Corporation Under the Piggyback
Procurement. Under this alternative, the City would purchase smaller vehicles
ranging from thirty foot (30) to thirty-five foot (35) buses from the Gillig
Corporation, utilizing the piggyback procurement. The major consequence would be
that the City would be investing in equipment not appropriate for the service demand
during peak service. SLO Transit is currently experiencing increases in ridership of
17%, and is currently experiencing crush loads. It is not practical to replace the
fleet's larger buses with smaller vehicles. In addition, providing less passenger
capacity would discourage riders, and reduce farebox ratio under 20%.
2) Reject the Piggyback Procurement, and Issue a Request for Proposals (RFP) for
Six Buses. This alternative would require staff to prepare and issue a RFP for the
procurement of six transit buses. There are several consequences to this alternative.
The first consequence would be the delay of an award of contract by twelve (12)
months, and delay of delivery of the first bus by twenty-four (24) months from the
time of placing the production order. The estimated total delay is thirty six (36)
months. The second consequence would be overall higher project costs since the City
would not be benefiting from volume pricing, and 1999 prices. The third
consequence would be a negative public image due to SLO Transit's inability to meet
the service demand. This consequence will likely result in loss of ridership because
customers becoming frustrated of being stranded at the bus stop. This consequence is
critical as the City will begin negotiating the contract renewal with Cal Poly for the
Zero (Subsidized) Fare Program and as this issue will be determined by student vote
for a long term funding mechanism.
Attachments: Crush Load Graphs
3
6-3
0.
RE
ol
raw)"
01 It
■
NJ
>Y x� I/
q rte,
//
II
• •
• mirtp /
0.•
� `' ' //
//
tn
., -.F //
II
r
#, e
ami q /
i¢lv /
/
/
0.
4tv'F, ''a S /
y h I
I
JJ
00.
• • • • • • • • • • •
/
I
yL'N
4v
r
"ol' .^�
2�
{� a
a�� u
y.
µ�
■
1
Attachment 1
CL
L
N
1 �
31 m
m1 0
3.
VI C f.A
1 0 c0
421 m
2 o
ol
U
I ■ ❑
7. M Li
•� •.T. N
M N `' d
U
yv Co 1 oa
3 `O 1 N
m 11
Cco
(D ,.
m C m
J
fAax v
3 �, a � N d
Go T
CD
T Q
T
F x g O
C
,be Q0]
U)
W O Q
1C
w•,
MW
W
O �
a � Q
� a
T
WOBUOssed
6-6
,r
rr r,
■
h �l
r
r
�r
•• • rF'�F K•z s� i
•• Y xe � r�r��
� n ��♦ Yr T in Na
ailt
'€E e /
P
/
1