HomeMy WebLinkAbout04/01/2008, C7 - PROCUREMENT OF REPLACEMENT TRANSIT VEHICLES. COUnck MdivD° 04/01/2008
j ac Enda Rpm C 9
CITY O F SAN LUIS OBISPO
FROM: Jay Walter, Public Works Director
Prepared By: John Webster, Transit Manager
SUBJECT: PROCUREMENT OF REPLACEMENT TRANSIT VEHICLES.
CAO RECOMMENDATION
1. Revise the FY 2007-08 Budget to reflect recent new grant amounts and appropriate
$87,000 in unappropriated Transit Fund Reserve to act as a local match for the recently
received Proposition 113 grant.
2. Approve the purchase of up to five transit vehicle replacements using existing transit
vehicle purchasing agreements.
3. Authorize the CAO to sign Purchase Orders for up to five transit vehicle replacements if
costs are within the budgeted amount of$1,810,601.
DISCUSSION
Background
The City has been successful in obtaining a number of grants to assist in vehicle replacement of
part of the SLO Transit bus fleet. This report outlines the action plan for purchasing these
vehicles using a combination of existing piggyback purchasing agreements and the joint Federal
Transit Administration Cooperative Procurement Pilot Program with Implicit Purchase Pool
Solution that Council previously approved.
In 2006, the Council approved the use of"piggyback" vehicle purchase agreements in order to
expedite vehicle replacement to meet California Air Resource Board requirements and to replace
the City's aging fleet. Pursuant to that direction, the City has entered into two piggyback
agreements for vehicle purchases. The first agreement was with Mountain Metro in Colorado and
the buses allowed to be purchased are in service today. The City has utilized all of the assigned
options under this agreement.
In 2007, the CAO signed a second piggyback purchase agreement with Rochester-Genesee RTA
(NY) that authorized the City of San Luis Obispo to purchase buses from Gillig Corporation, the
same bus company that produced the two most recently delivered buses under the Mountain
Metro options.
On September 18, 2007 the Council also approved participation in the Federal Transit
Administration Cooperative Procurement Pilot Program with Implicit Purchase Pool Solutions to
secure additional buses over a five year span as part of a large purchasing pool program. That
C�_) --
Transit Vehicle Replacement FY 2007-08 Page 2
Pilot program is currently working toward an April 2008 goal for issuing a Joint Request for
Proposals (RFP).
Current Situation
The City has acquired a significant amount of grant funds for the purchase of five additional
buses. The FY 2007-09 Financial Plan established expected budgets for vehicle replacement that
now need to be adjusted to reflect actual grants that have been obtained. The City was successful
in receiving an unexpected grant of$638,000 from Proposition 1B to help expedite replacement
of two of the older buses. This will have a benefit to the City's replacement schedule in that it
will advance two vehicle replacements by one year ahead of the adopted Financial Plan.
Staff proposes to purchase four of these five buses using the remaining four vehicle options
assigned to the City as part of the Rochester-Genesee RTA (NY) piggyback agreement. The final
bus will either be purchased through the FTA Cooperative Procurement Pilot program (based
upon final price) or staff will pursue additional options from the Rochester agreement to
complete the acquisition.
"Piggyback" purchasing is allowable under Federal Transit Administration (FTA) guidelines
and in essence allows procurements by extending the contract rights to purchase goods and
services from one transit agency to another. The initial contract is awarded based on a
competitive procurement process with provisions that other agencies may also order transit
vehicles from the same contract. Use of cooperative purchasing is also allowed under the City's
purchasing ordinance, and the City has used this process in the past to purchase fleet vehicles and
buses.
Use of cooperative purchasing in this case will expedite the delivery of the transit vehicles based
on times savings associated with preparing procurement documents and secure placement on the
manufacturing production schedule. The cooperative program with Implicit Purchase Pool
Solutions has the added benefit of a 90% Federal and 10% local match. The 10 % savings in
available Transportation Development Act (TDA) funds can be to be utilized for capital and
operating expenses.
Vehicle Replacement Plan
San Luis Obispo Transit continues to operate some buses that are over 24 years in age, twice
their useful life as defined by the Federal Transit Administration (FTA). As a result, the City's
current bus fleet is expensive to maintain and operate, and can be unreliable due to breakdowns.
New buses will reduce operating and maintenance costs, provide more reliable service, and allow
the City to meet the reductions as required by the California Air Resource Board (CARB). The
City expects to replace the majority of the existing sixteen (16) vehicle transit fleet over the next
several years as outlined in the FY 2007-09 Financial Plan.
FISCAL IMPACT
The City has received approved funding for replacement buses as follows: one bus utilizing the
FY 2008 FTA Section 5307 funds. Two buses utilizing State Transportation Improvement
C'1 -�
Transit Vehicle Replacement FY 2007-08 Page 3
Program (STIP) funding and two buses using Proposition 1 B funding. Local matches are required
for each grant source and will come from a combination of developer mitigation money
($110,000) and the City's Transportation Development Act(TDA) fund.
As part of the November 20, 2007 resolution for Proposition 113 grant submittal, Council
committed to meeting local match requirements if the grants were obtained. The grant requires a
local match of$87,000 to take advantage of the full grant amount. Currently there are sufficient
funds in the Transit Enterprise year end balance to cover this amount. However,the City recently
received notice that FY 2007-08 TDA revenues will be lower than expected. SLOCOG and City
staff are working on determining what impact on the SLO Transit budget this may have but
allocating $87,000 at this time is not expected to cause revenue problems for the budget year.
There will be no impact to the City's General Fund. Staff has secured funding from Federal and
State transit sources to purchase the vehicles. Tables 1-3 provide individual project funding
information.
FY 2008 FTA Grant* -Table 1
Project Budget
Source Amount
FTA 5307 80% $300,000
TDA LTF 20% $75,000
Total $375,000
Funding approved by Council after Public Hearing 11/20/08-
Program of Projects(POP) Resolution 9942(2007 series)
FY 2008 STIP Grant* -Table le 2
Project Budget STIP*
Source Amount
STIP 84.5% $600,000
Costco Mitigation(15.5%) $110,000
Total $710,000
Funding Approved by CTC in December 2007
FY 2008 Prop 113 Grant* -Table.3
Project Budget
Source Amount
Prop 1B 88% $638,601
TDA LTF 12%)* $87,000
Total $725,601
* Project Application approved by Council on 11/20/07(Item C-8)
Resolution 9940(2007 series),Project approved by SLOCOG ]2/2007
**Appropriate unallocated transit reserve as local mat h
C -7 -3
Transit Vehicle Replacement FY 2007-08 Page 4
Project Costs by Phase(Current Financia!plan)
Project Costs
Budget-to-Date 2007-08 2008-09 2009-10 2010-11 Total
Equipment Acquisition 1,050,000 725,000 750,000 1,050,000 3,575,000
Total 1,030,000 725,000 750,000 1,050,000 3,575,000
Revised Project Costs by Phase
Revised Project Costs
Budget-to-Date 2007-08 2008-09 2009-10 2010-11 Total
Equipment Acquisition 1,810,601 725,000 750.000 1,050,000 4,335,601
Total - 1,810,601 725,000 750,000 1,050,000 4,335,601
Project Funding by Source
Project Funding Sources
Budget-to-Date 2007-08 2008-09 2009-10 2010-I1 Total
FTA 300,000 580,000 600,000 840,000 2,320,000
TDA*(Budget) 56,000 145,000 150,000 210,000 561,000
TDA*(11-20-07 POP) 19,000 19,000
TDA*(Unallocated reserve) 87,000 87,000
Costco Mitigation 110,000 110,000
Other Grant(STIP) 600,601 600,601
Other Grant(PROP-1 B) 638,000 638,000
Total - 1,810,601 1 725,000 1 750,000 1,050,000 4,335,601
Transit Vehicle Replacement FY 2007-08 Page 5
Description of Replacement Units
Replacement Fiscal Year 2007-08
City Fleet Number 8615 9227 9226
Transit ID Number 128 129 143 140 141
Vehicle Type Bus Bus Bus Bus Bus
Make Gillig Orion Orion Gill-ig Gillig
Model 35'diesel 35'diesel 40'-CNG 40'diesel 40'diesel
Model Year 1986 1986 1994 1992 1992
Date Entered City Service 1986 1986 1994 1992 1992
Odometer Reading at 12-
1-06 387,843 79,256_ _ 223,314 180,000 230,127
Replacement Guidelines
Target: Years or Mileage 12 years 12 years 12 years 12 years 12 years
Projected at Replacement: 22 years 22 years 14 Years 16 years 16 years
Replacement Cost
Base Unit $329,466 $329,466 $348,028 $336,705 $336,705
Accessories&Other Costs
5%annual inflation $0 $0
Delivery
Sales Tax $25,534 $25,534 $26,972 $26,095 $26,095
Total Replacement Costs $355,000 $355,000 $375,000 $362,800 $362,800
FUNDING STIP STIP 08-POP PROP 1B PROP 1B
Total:2007-08 $1,810,601
ALTERNATIVE
Council could authorize additional funds be added to the project budgets in Tables 1-3 to
supplement the TDA-LTF local match for the purchase of alternate fuel or hybrid replacements.
Approximately $220,000 in additional funds including sales tax would be needed to purchase a
new Hybrid Electric model heavy duty transit bus.
G:\Staff-Reports-Agendas-Minutes\_CAR\2008\Transit\3US REPLACEMENT(5)\CAR BUS REPLACEMENT FIVE VEHICLES-vl.doc
RECEIVE[
COUNCILHEHORTANDUR, MAR 2 7 1000
SLO-CI-T-Y-CLERK
—1 c5
Date: March 27, 2008 OUNCIL i4'CDD DIP
p�O E'EN DIR
TO: Ci Council CAO B'PIRE CHIEF
City .ATTORNEY ;O-PW DIR
p r�LERK/ORIG E3'POLICE CHF
VIA: Ken Hampian, City Administrative Officer �.+dfJ COY p���n� SEC DIR
1 "ITILDIR
SP r43,"R DIR
FROM: Jay Walter, Public Works Director &-
SUBJECT: Table Correction to Item C7 on the April 1, 2008 Council Agenda
The purpose of this memo is correct two of the tables on page C7-4 of the April 1, 2008
Council Agenda. Please note, in the original Agenda Report, the Project Costs table
showed the incorrect total for 2007-08 Equipment Acquisition (by $20,000). Also, the
project funding sources misassigned $601 as STIP funding for 2007-08 when it should
have been assigned to PROP-1 B funding. The corrected tables are as follows:
CORRECTED TABLES
Project Costs by Phase
Project Costs
Budget-to-Date 2007-08 1 2008-09 1 2009-10 2010-11 Total
Equipment Acquisition 1 1,050,000 1 725,000-1 750,0.0.0 1 1,050,000 1 3,575,000
Total - 1,050,000 1 725,000 1 750,000 1 1,050,000 1 3,575,000
Project Funding by Source
Project Funding Sources
Budget-to-Date 2007-08 2008-09 2009-10 2010-11 Total
FTA 300,000 580,000 600,000 840,000 2,320,000
TDA*(Budget) 56,000 145,000 150,000 210,000 561,000
TDA*(11-20-07 POP) 19,000 19,000
TDA*(Unallocated reserve) 87,000 87,000
Costco Mitigation 110,000 110,000
Other Grant(STIP) 600,000 600,000
Other Grant(PROP-113) 1 1 638,601 1 638,601
Total 1,810,601 1 725,000 1 750,000 1,050,000 4,335,601
PAEETII AGENDA
DATE �5`` a00 ITEM #