Loading...
HomeMy WebLinkAbout06/16/1992, C-3 - AWARD OF CONTRACT FOR THE PURCHASE OF TWO TRANSIT COACHES MEETING DATE: j��lll city Of San LUIS OBISPOITEM COUNCIL AGENDA REPORT NUMBED. FROM: Ken Hampian, Assistant City Administrative Officer Prepared by: Harry Watson, Transit Managero SUBJECT: Award of Contract for the Purchase of Two Transit Coaches CAO RECOMMENDATION: Approve and authorize the Mayor to execute a contract for the construction of two transit coaches with the firm of Gillig Corporation in the amount of $410,559.88. DISCUSSION: Background At the March 17, 1992 City Council meeting, staff was directed to issue specifications and Request for Proposals (RFP) for the acquisition of two heavy duty transit vehicles, consistent with the Short Range Transit Plan (SRTP). During the adoption of the SRTP, this capital expenditure was identified as phase one of the five year bus replacement expansion program. One bus is scheduled as an expansion bus for a new fifth route and the second as a replacement bus. The buses will be 40' in length and constructed to withstand the demands put upon them for continual maximum capacity ridership. Staff will assign the 40 foot buses to the perimeter and tandem routes while using the shorter buses on the downtown core routes. The buses will be wheelchair lift equipped so as to conform to the requirements of the recently legislated Americans with Disabilities Act, and will have improved seating comfort. Per direction from Council, the specifications for these 40 foot buses are for advanced design diesel equipped with dual trap exhaust scrubbers. This is the cleanest technology available today (see compliance certification Exhibit B attached). Bus emissions and the status of efforts to gain approval for CNG vehicles are discussed later in this report. On May 15, 1992 the RFP process was closed. Purchasina Procedure/Proposal Comparison The provisions of Municipal Code 3.24.060(G) applies to this contract, which provides for the use of the Request for Proposal process (instead of a formal bid) when an RFP 'Will result in a more favorable and efficient comparison of supplies, equipment and/or services". Under an RFP approach, factors other than cost are appropriately considered in the award of the contract, and not all of the numerous specification preferences need to be completely met (although staff is recommending the lowest cost bid). In the case of a heavy duty transit bus, durability, passenger amenities, and locally performed maintenance directly translate into operational costs, a key factor to be considered in determining value for cost. These can be somewhat subjective factors, but are important features in evaluating which vehicle will lead to the greatest overall productivity for our transit system. el n�itiilllilllll��' IIIIIII MY Of SAn y_ AS OBI S130 COUNCIL AGENDA REPORT Page 2 Bus Purchase i There were two responses to the RFP. The two respondents were Gillig Corporation of Hayward, California and Bus Industries of America who manufacture the Orion bus in Oriskany, New York. Following are the results of the comparison of the two proposals. Both met our specifications which were a part of the March 17, 1992 agenda item. Bus Industries of America Gillig Corporation I Basic Features Destination Sign Destination Sign P.A. System P.A. System Driver Seat Upgrade Driver Seat Upgrade Brake Retarder Brake Retarder Price + Tax $233,575.00 ea. $205,279.94 ea. Delivery 3/26/93 180 days After receipt of order Service & Parts Location Yes Yes Buy America Yes Yes DEB Yes Yes Training Here. Up to 30 days (inc. tapes) 2 days - driver & mechanic Parts guarantee 15 years 15 years I Cert. of Specs Yes Yes Non Discrimination Yes Yes Air Pollution , Certification Yes Yes Manufacture Cert. Yes Yes Advanced Design Particulate Trap Equipped Clean Diesel Yes Yes •e2 i, ����iu�llllill Iim�u�I `II city of san . ,s oBispo ,11111 COUNCIL AGENDA REPORT Page 3 Bus Purchase Warranty: Coach 1 year, 50,000 miles 1 year, 50,000 miles Engine 2 years, no miles 2 years, no miles Transmission 2 years, 100K miles 2 years, 100K miles i Wheelchair Lift 1 year, 50K miles 1 year, 50K miles Body 1 year, 100K miles 3 years, 150K miles Axle 2 years, 100K miles 2 years, 100K miles Recommendation i After an item by item comparison of the conformance to specifications, it is staff's recommendation that the Gillig Corporation be awarded the contract to construct two heavy duty transit coaches. They meet the specifications contained in the Request for Proposal, can deliver the buses in the least amount of time, and have also provided the least expensive bid. CNG/Bus Emissions At the time Council approved the specifications, a great deal of interest was expressed in the acquisition of buses capable of running on compressed natural gas (CNG). Staff advised Council that CNG engines were not approved for production buses in California. This is still the case. Staff has investigated applying for a specific City exemption to act as a "demonstration project" but have been advised that it would not be forthcoming from the California Air Resources Board (CARB). (Attachment 3) It is likely that CNG will be approved at a future date based on large bus fleet demonstrations in Orange County and Sacramento. CNG buses could be added to the fleet at such time as there is a fueling station in operation in San Luis Obispo and CNG buses are approved in California. Staff is working very hard to achieve both these goals, and a CNG fueling station near the bus yard (Dewarsite) is expected to be available in the Fall. With regard .to this acquisition, the very cleanest State approved technology is being recommended. The California Transit Association has been successful in obtaining a conditional approval for state of the art "clean diesel", particulate trap equipped engines. The attached flyer (Attachment 4) gives a brief description of the technology and the expected results. They will not emit smoke like our existing buses do. The City is including low sulphur diesel in its current fuel bid process, which will also contribute to cleaner exhaust. r�i�i�Ifililll►° lllllii City Of San its OBiSpO COUNCIL AGENDA REPORT i Page 4 Bus Purchase i FISCAL IMPACT: Cost The Gillig Corporation response was low at $410,559.88 for two coaches. The Bus j Industries of America's response was in the amount of $467,150.00. This is consistent with staff's estimate of $210,000 each as contained in the March 17, 1992 agenda item. Funds Available i Adequate funds are available to cover this expenditure from an approved Federal Mass Transportation Administration UMTA Grant in the amount of$251,600, and the beginning fund balance carryover TDA for FY 1991-92 ($204,800, page G-10, Approved 1991-92 Budget). t CONCURRENCES: i A Subcommittee of the Mass Transportation Committee (MTC) made up of Karl Hovanitz, Ken McCracken, Dr. Walter Rice, and Jim Forrer received a comparison of the two RFP's and concurs with staffs recommendation, with one exception: Staff originally had favored electronic destination signs, but has since agreed to the MTC's desire to have standard roller destination signs. This is due to concerns by the MTC regarding the readability of liquid crystal destination (LCD) signs for visually impaired riders. Maintenance was also an issue. It should be noted that the City of Seattle recently placed an order for 100 buses equipped with standard roller signs even though they currently have several hundred buses with LCD signs. ATTACHMENTS: 1. Draft Contract 2. Compliance Form 3. CNG ,Exemption Investigation Letter 4. Clean Diesel Flyer NOTE: Original specs and bid proposals are in the Council Reading File. \coach.rpt -3-� AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this _ day of j1992, by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as CITY, and GILLIG CORPORATION, hereinafter referred to as SUPPLIER. WITNESSETH WHEREAS, on March 17, 1992, CITY invited RFP's for the procurement of two heavy duty transit buses per Specifications No. TR-92 203. 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 SUPPLIER's Letter of Response are hereby incorporated in and made a part of this Agreement (Attachment A). 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 $410,559.88. Payment to the SUPPLIER shall be made within 30 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 State pursuant to the Immigration Reform and Control Act of 1985 and other applicable laws shall be employed int he 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 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. ATTACHMENT 1 3-S 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 whereafter 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. 8. 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: 2 CITY: Pamela Voges, City Clerk City of San Luis Obispo 990 Palm Street P.O. Box 8100 San Luis Obispo, CA 93403-8100 SUPPLIER: Gillig Corporation P.O. Box 3008 Hayward, CA 94540-3008 Attn: Ken Robinson, Sales Engineering Manager 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 parry. 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 MAYOR RON DUNIN ATTEST: Parr Voges, City Clerk SUPPLIER APPROVED AS TO FORM: ttor ey Finance Director \hw\coach.agr 3 -�-� FOR SUPPLIERS ar shalt procure and maintain for the duration of the contact insurance against claims for injuries to persons or dz—,a;es rope try which may arise from or in Bonne=ion with the products and materials supplied to the Ci y, The ccst of such �vranee shall be bome by the Vendor. Aanimurn Scooe of Insurance Coverage shall be at least as broad as Insurance Services CI Tice Commercial General Liability average (occurrence' form CG Oxi1). Wanfmum Limas of Irtstrrance Vendor shall maintain limits no less than$I,=,= par occurrence for bodily injury, personal injury and property damage. if Commercial General Liability or other form with a general aggregate limit is used,either the general aggregate limit shall apply separately to this project/iocation or the general aggregate limit shag be twice the required occurrence IimiL Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by ftCity. At the option of the City, either, the Insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City,its Officers,officials,employees and volunteers; or the Vendor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions The general GabTty policy is to conWri, or be endorsed to contain, the following provisions: 1. The Cly,its officers,officials,employees, agents and volunteers are to be covered as insureds as respects: produrs and completed operations of the Vendor. The coverage shag contain no special limitations on the scope of protection afforded to the City, rs officers, officials, employees, agents or volunteers.. 2. The Vendor's insurance average shall be primary insurance as respects the City, Its officers. officials, employees, agents and volunteers• Any insurance or self-insurance maiAtained by the CHy,Its officers,oYc:als,employees,agents or volunteers shall be excess of the Vendor's insurance and shall not contribute with if. 3 Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its officers,officials,employees, agents or volunteers. 4. The Vendor's insurance Shap apply separately to each Insured against whom claim is made or suit is brought, except with respect to the limits of the insurers GabTity. S Each insurance policy required by this clause shag be endorsed to seats that coverage shall not be suspended,voided, cancelled by either parry, reduced in coverage or in limits except after thirty (30) days'prior written notice by certified man, return receipt requested, has been given to the City. Acceptability of Insurers Insurariee is to be placed with insurers with a current AAL Best's rating of no less than AVIL Verification of Coverace Vendor shall furnish the City with original endorsements affecting coverage required by this clause. The endorsements are !� be signed by a person authori:ed by that insurer to bind coverage on its behalf. All endorsemems are to ba received and approved by the City before the lease commences a 3t ATTAC DM\T A i COMPLIANCE WITH CRITERIA ESTABLISHED BY THE SECRETARY OF HEALTH, EDUCATION, AND WELFARE Bidder represents and warrants that: 1 . Horsepower of the vehicle furnished is adequate for the speed terrain in which it will operate. Such horsepower includes the demands of auxillary power equipment. 2. Gases and vapors emanating from the crankcase are controlled in such a manner as to minimize their escape to the atmosphere. 3. Visible emissions from the exhaust pipe will not exceed nl of the Ringelmann Scale when measured at a point 6 inches from the tail- pipe with the vehicle in a steady state of operation. 4. When the vehicle has idled for 3 minutes and then accelerates to 80% of rated speed under load, the capacity of the exhaust will not exceed #2 on the Ringelmann Scale for more than 5 seconds, and not more than #1 Ringelmann thereafter. 5. The coaches vrill comply with the Motor Vehicle Safety Standards as established by the U.S. Department of Transportation. GILLYG CORPORATION BY 4� BRYAN MACLEOD TITLE Vice President DATE May 14, 1992 i ATTACHKENT 2 i��►��i�I�illl�lllllllfl►l'II �►►i►<<;Ir �!'� III ;lII cityo sAn tuffs oBispo 990 Palm Street/Post Office Box 8100 • San Luis Obispo, CA 93403.8100 May 18, 1992 California Transit Association c/o Ed Gerber, Executive Director 1400 K Street, Suite 301 Sacramento, CA 95814 Dear Ed: San Luis Obispo City Transit is currently on the verge of awarding contracts for the purchase of new transit vehicles and also developing specifications for the rehabilitation of a number of our older units. Our City Council has taken the lead in requiring the absolute cleanest technology available at the time of purchase for powering all of the City vehicles in our fleet. Staff is aware that the only approved engine for transit vehicles in the State of California is a methanol powered diesel conversion, but that recently with the assistance of the CTA a blanket waiver has been made available for the advanced design diesel/trap technology engine. It is our understanding that the target date for certification of this new clean diesel will be Summer 1992. Both staff and the Council are aware of fleets of transit buses within the State of California that are powered by compressed natural gas engines. The latest addition to that list is in your own backyard in Sacramento, but we are aware of other demonstration projects in Orange County and we have heard of one in San Diego. The purpose of this letter is to ask what the City of San Luis Obispo could do to see if we too can gain an exemption from the California Air Resources Board (CARB) which would allow us to explore the possibility of adding CNG vehicles to our fleet. If it is impractical to embark on the application process within the timeframe that we are currently operating under (award targeted for mid June 1992) on our current two bus purchase, then potentially for the next round of bus purchases. Please give us your opinions on the following: 1. Would a property the size of San Luis Obispo be considered for a State demonstration project waiver? 2. What would be the expected timeframe for approval of such a waiver? 3. Is there a target date for certification of CNG engines in the State of California? 4. Based on your knowledge of experience statewide with CNG vehicles, should SLO Transit be undertaking such a program at this time? ATTACHMENT 3 d.3-1a Page 2 Caltrans 5. Would you speculate that CNG is the alternative fuel of choice in the future? Ed, because of our extremely short timeframe, could you please fax your response back to this office as soon as possible (FAX NO. 805-781-7109)? Thanks. Sincerely, Harrytson Transit anager C. Penny Rappa - Per your request HW:bw catrans.ltr C'-3•�I Clean ese . The words CLEAN and DIESEL are not contradictory. In fact, in several major cities they are synonymous. 12.000,000 miles have been racked up by CLEAN DIESEL transit buses in several major cities, around the U.S. including 400 . _ units in New York City. Diesel power is the overwhelming preference today. It is the economical, reliable, fuel efficient,easy to ° service power alternative. The diesel engine i is the most efficient means of convening fuel to power. However, anyone driving behind a diesel powered bus will also attest to its sooty _ disposition. It has led to talk about major expenditures in new types of fuel and new engines to use those fuels. A costly proposition to contemplate. CLEAN DIESEL bus in operation. Whilc many look for alternatives to diesel others have worked to clean up the act of the good old diesel engine. Diesel engine manufacturers themselves have been successful in reducing the exhaust emissions from their new generation power plants. Low sulphur diesel fuel has also contributed to cleaner exhaust. The CLEAN DIESEL we alluded to adds exhaust aftenreatment as the final clean-up stage. Over 12 million miles of revenue service have been piled up by transit buses with Donaldson diesel particulate trap oxidizers (DPTO). The DPTO systems trap over 85% of Each cloth patch was placed over an exhaust pipe. The the exhaust carbon panicles and bum them off. Water vapor and carbon clean patch covered a CLF,AN DIESEL exhaust pipe. dioxide are the primary byproducts. The CLEAN DIESEL with Donaldson Diesel Particulate Trap Oxidizer is a dynamic technology that is available now. It promises to preserve the position of the diesel end=ine as the power source of choice and help cleanup Califomia air. donaldsonFor More Information Contact: Donaldson Company, Inc ATTACHMENT 4 M.S.115 _� P.O. Box 1299 d—c, Minneapolis, Minnesota, 55440 C_3-/IL