HomeMy WebLinkAboutPR 20247: PURCHASE OF PARATRANSIT VEHICLES INTEROFFICE MEMORANDUM
To: Harvey Robinson, Interim City Manager
From: Ivan Mitchell, Transit Manager
Subject: P.R. No. 20247 Paratransit Vehicle Purchase
Date: 04/23/2018
Recommendation:
It is recommended that the City Council approve Proposed Resolution No. 20247. This
Resolution would authorize the replacement purchase of eight (8) 2018 Gasoline Powered
Champion Challenger Paratransit Buses off the State of Texas Smart Buy Contract through
Creative Bus Sales of Irving, Texas in the amount of$770,620.24
Background:
Port Arthur Transit currently has six(6)2009 Paratransit Buses that were procured from National
Bus Sales of Marietta, Georgia and two (2) 2011 Paratransit Buses were procured from Creative
Bus Sales of Irving, Texas. That has exceeded their designed useful life of five (5) years or
100,000 miles as established by the Federal Transit Administration (F.T.A.) guidelines. The
proposed procurement of eight (8) additional Bus will assist the Paratransit Division in reducing
its Client trip denials due to vehicle constraints;thus allowing the program to be compliant within
the Federal Transit Administration's(FTA)guidelines and regulations.
Note: Estimated delivery days are 180 days upon receipt of the City's Purchase Orders.
Budgetary/Fiscal Effect:
Funding for this procurement is provided 100% Federal Transit Administration Grant match with
20% Tax Credits resulting in the City of Port Arthur reimbursed by the FTA 100% in the amount
of$96,327.53 each for a total of$770,620.24.
Staffing/Employee Effect:
At this time no anticipated effect on staffing is expected with this action.
1
Summary:
Port Arthur Transit(PAT) is recommending that the City of Port Arthur's, City Council approve
proposed resolution NO. 20247. The resolution would authorize the purchase of eight(8)2018
gasoline powered Champion Challenger paratransit buses from the State of Texas SmartBuy
contract through Creative Bus Sales of Irving, Texas in the amount of$770,620.24. The funding
allotment for this procurement is an 80% Federal Transit Administration grant that is matched
with a 20%transportation development credit(TDC).
Ivan Mitchell
General Manager
Port Arthur Transit
2
P.R. No. 20247
04/23/2018 CB
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE PURCHASE OF EIGHT (8) 2018
CHAMPION GASOLINE POWERED PARATRANSIT BUSES FROM
THE STATE OF TEXAS SMARTBUY CONTRACT THROUGH
CREATIVE BUS SALES OF IRVING, TEXAS, IN THE TOTAL AMOUNT
NOT TO EXCEED $770,620.24. FUNDS ARE AVAILABLE IN GRANT TX
1553-2016-1-P1. ACCOUNT NO. 401-1509-561.93-00
WHEREAS, the Transit Department requests to purchase eight (8) replacement 2018
Champion Gasoline Powered Paratransit Buses off the State of Texas SmartBuy Contract
through Creative Bus Sales of Irving, Texas; and,
WHEREAS,this procurement is funded by an 80% Federal Transit Administration grant
matched with 20%Transportation Development Credit(TDC) under the Transit Grant TX 1553-
2016-1-P 1 in the total amount of$112,793.02, which will be 100%reimbursed to the City; and,
WHEREAS,this procurement is compliant with all Federal Transit Administration's
(FTA) Guidelines and Regulations attached hereto as Exhibit"A"; and,
WHEREAS, State of Texas Smart Buy Contract through Creative Bus Sales of Irving,
Texas, provided the quote attached hereto as Exhibit"B",which meets our specifications.
NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF PORT ARTHUR:
THAT,the facts and opinions in the preamble are true and correct.
THAT,the City Council of the City of Port Arthur hereby authorizes the City Manager
to purchase eight (8) 2018 Champion Gasoline Powered Paratransit Buses from the State of
Texas SmartBuy Contract through Creative Bus Sales of Irving, Texas, attached hereto as
Exhibit"A", in the total amount not to exceed $770,620.24.
THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City
Council.
READ, ADOPTED AND APPROVED this day of May A.D. 2018 at a Regular
Meeting of the City of Port Arthur, Texas by the following vote:
AYES: Mayor:
Councilmembers:
P.R. 20247
04/23/2018 CB
NOES:
Mayor
ATTEST:
City Secretary OVED AS TO FORM:
Atto ey 0
APPROVED FOR ADMINISTRATION:
Ci 1anager
Tr. .it Manager
APPR VED AS TO AVAILABILTY OF FUNDS:
, ,..2 i.,,y
Direct r of Fin ce
(Account No.401-1509-561.93-00)
Purchasing Manager
P.R. No. 20247
04/23/2018 CB
Exhibit "A"
fla
U.S. Department Headquarters East Building,5th Floor—TCR
Of Transportation 1200 New Jersey Avenue,SE
Federal Transit Washington,DC 20590
Administration
September 1, 2017
Brad Lupo,DBELO
Champion Bus/General Coach America. Inc.
331 Graham Road
Imlay City, MI 48444
Re: TVM DBE Goal Concurrence/Certification Letter—Fiscal Year 2018
Dear Mr. Lupo:
This letter is to inform you that the Federal Transit Administration's(FTA)Office of Civil Rights
has received Champion Bus/General Coach America's Disadvantaged Business Enterprise(DBE)
goal and methodology for FY 2018 for the period of October 1,2017—September 30,2018. This goal
submission is required by the U.S. Department of Transportation's DBE regulations at 49 CFR Part
26 and must be implemented in good faith.
We have reviewed your FY 2018 DBE goal and determined that it is compliant with DOT's DBE
regulations.You are eligible to bid on FTA-funded transit contracts. This letter or a copy of the TVM
listing on FTA's website may be used to demonstrate your compliance with DBE requirements when
bidding on federally funded vehicle procurements.
FTA reserves the right to remove/suspend this concurrence if your DBE program or FY 2018 DBE
goal is not implemented in good faith. In accordance with this good faith requirement,you must
submit your DBE Uniform Report to FTA by December 1, 2017. This report should reflect all FTA-
funded contracting activity for the second period of FY 2017 (i.e., from April 1 to September 30).
Please also be mindful that your FY 2019 DBE goal methodology must be submitted to FTA by
August 1,2018. Any updates to the program plan must be submitted to FTA as they occur. Thank
you for your cooperation. If you have any questions regarding this approval,please contact the FTA
DBE Team via e-mail at FTATVMSubmissions@dot.gov.
Sincerely,
ohn Da
Progra anager for Policy and Technical Assistance
Office of Civil Rights
Cl-lAMP1 N ®
rri
2"�GR®UP
Federal Motor Vehicle Safety Standards
The following is a brief summary of all applicable FMVSS Title 49 (Federal Motor Vehicle
Safety Standards)of which Champion Bus Ford E-350&E450 Challenger Transit Buses
comply. Complete and up to date copies of the FMVSS worksheets supporting test data is
available upon request by calling 1-810-724-6474 or writing to Champion Bus Inc. 331 Graham
Rd. Imlay City,Mi. 48444.
Definitions: OEM Original Equipment Manufacturer
FSM Final Stage Manufacturer
LF Low Floor
FMVSS 101 Control Location,Identification and Illumination
* This is certified by the OEM and the FSM.
FMVSS 102 Transmission Shift Lever Sequence & Starter Interlock
* This is certified by the OEM and the FSM.
FMVSS 103 Windshield Defrosting and Defogging System
* This is certified by the OEM.
FMVSS 104 Windshield Wiping and Washing System
* This is certified by the OEM.
FMVSS 105 Hydraulic Brake System
* This is certified by the OEM and the FSM does not alter their system.
FMVSS 106 Brake Hoses
* This is certified by the OEM and the FSM does not alter their hoses.
FMVSS 108 Lamps,Reflective Devices & Associated Equipment
* The devices installed by the FSM meet all requirements.
FMVSS 111 Rearview Mirrors
* The is certified by the OEM.
FMVSS 113 Hood Latch System
* This is certified by the OEM.
FMVSS 115 Vehicle Identification Number
* This is certified by the OEM and the FSM does not alter their numbers.
FMVSS 116 Hydraulic Brake Fluids
* This is certified by the OEM and the FSM does not alter their system.
FMVSS 119 New Pneumatic Tires for Motor Vehicles Other Than Passenger Cars
* This is certified by the OEM and the FSM does not alter their system.
FMVSS 120 Tire Selection and Rims for Motor Vehicles Other Than Passenger Cars
* This is certified by the OEM and the FSM does not alter their tires or rims.
FMVSS 124 Accelerator Controls
* This is certified by the OEM and the FSM does not alter their system.
FMVSS 125 Warning Devices
* This is not a requirement of the OEM or FSM. This is a requirement the end
user must meet.
FMVSS 204 Steering Control Rearward Displacement
* This is certified by the OEM and the FSM does not alter their system.
FMVSS 205 Glazing Material (Windows)
* The windows supplied by the FSM meet all requirements.
FMVSS 207 Seating Systems
* The seating supplied by the FSM meet all requirements. See test number#
AMD-2017-011 Dated: 5/4/17 for Drivers Seat FMVSS207 compliance.
FMVSS 209 Seat Belt Assemblies
* The seat belts supplied by the FSM meet all requirements.
FMVSS 210 Seat Belt Assemblies Anchorages
* The seat belt assemblies' anchorages supplied by the FSM meet all
requirements. See test number#AMD-2017-011 Dated: 5/4/17 for Drivers Seat
FMVSS210 compliance.
FMVSS 217 Bus Window Retention and Release
* The windows installed by the FSM meet all requirements.
FMVSS 220 School Bus Roll Over Protection
* Even though this is not a requirement for transit buses, Champion Bus Inc. has
tested to this standard and meets all requirements.
FMVSS 301 Fuel System Integrity
* This is certified by the OEM.
FMVSS 302 Flammability of Interior Materials
• The interior materials supplied by the FSM meet all requirements.
,decd/oif g
Ben Cupp
Director of Engineering
Champion Bus Inc.
p) CI-IAM PION ®
/Z1�GROUP
BUY AMERICA
DOMESTIC CONTENT WORKSHEET
PORT ARTHUR TX, CH250 Q000552
More than 65%of the material cost of the Champion bus is U. S. domestic content:
MANUFAC DOMESTIC CONTENT AS A
TURING PERCENTAGE OF TOTAL
COMPONENT/MANUFACTURER LOCATION MATERIAL COST
WHEELCHAIR LIFT/BRAUN U.S. 6.72%
BIKE RACK/SPORT WORKS U.S. 2.14%
REAR BUMPER/TRANSPEC U.S. 0.60%
CHASSIS/FORD U.S. 50.33%
SEATS/FREEDMAN U.S. 5.16%
HEATER/PROAIR U.S. 0.17%
WHEELCHAIR SECUREMENTS/Q'STRAINT U.S. 1.13%
66.24%
Total assembly of buses from body structure through road tests occurs at at Champion Bus, Inc.
in Imlay City, MI. Cutaway chassis are delivered to Champion Bus from the chassis manufacturer
and consequently all final assembly, including the installation and interconnection of the engine,
transmission, axles and cooling and braking systems are performed at the chassis manufacturer's
location prior to arrival in Imlay City. The following activities take place in Imlay City, MI:
Check-in, inspection and preparation of chassis
Fabrication of vehicle steel body structure
Installation of vehicle body onto chassis frame
Mounting of front and rear caps
Installation and interconnection of heat and air conditioning equipment
Installation of floor decking and floor covering
Installation of electrical system and lighting
Installation of passenger seats, stanchions and grab rails
Installation of doors and windows
Installation of customer selected options such as destination signs, lifts, etc.
Water testing of completed vehicle
Road testing of completed vehicle
Final inspection of vehicle and preparation for shipment
Champion Bus, Inc.
Page 1 5/15/2018
P.R. No. 20248
04/23/2018 CB
Exhibit "B"
4/26/2018
t�0. Creative Bus Sales
TX Comptroller Smart Buy
RFP # 304T-18-070A1
Preparer: Jason Roy
CATEGORY Unit Price
885C
Base Model: Champion Challenger 16+2 Base Body Price: $50,068.28
Chassis: Ford E450 6.8L V10 14,500 GVWR Chassis Cost: $17,465.00
TX SmartBuy Options: $985.00
Agency Options: $27,809.25
Number of
Passenger
Base Model Info:
Vehicle Length Lift Position Wheelchair positions Seating
307 1/2" Rear 2 16
Number of
Passenger
Adjusted Model Info: Vehicle Length Lift Position Wheelchair positions Seating
Rear 6 18
Sub-Total(Excluding Agency Options): $68,518.28
Total per Unit: $96,327.53
Quantity: 1
Total: $96,327.53
Proposal For: Port Arthur Transit
Contact: Craig Brown
Delivery Address: 320 Dallas Ave Port Arthur,TX 77640
Office: 409-983-8776 Mobile:
Email: craig.brown(ct�portarthurtx.gov
Floorplan
1U1111811E 31, -1 CO
149 MIAMI
0,11 1.1.9 ..M
;Isommil 14
valMiONEVjj
,.
Rill
.� »__I
Ca
Included Options
ii 0
)Creative Bus Sales
Description Qty Part#
CHALLENGER 210.0 BODY X 303.0 OL 1 CH250FP
158"X 6.8L FORD E-450 V10 GAS 14,500 GVW 1 FP18
TRANSIT SEGMENT 1 TRANSIT
BATTERY,BOX W/SS TRAY/SLIDE (CUTAWAY) 1 23236
JACK AND LUG WRENCH CUTAWAYS 1 10066
SPARE TIRE/WHEEL 16.0 SHIP LOOSE 1 10014 _
AS BUILT WIRING DIAGRAMS 1 23152
LIGHTS,DOOR ACTUATED DOME 1 23907
LIGHTS,LED ADA EXTERIOR ONLY-TRUCK LITE 1 23106
LIGHTS,LED ALL EXTERIOR TRUCK LITE 1 23105
RADIO,AM/FM/MP3 CD PLAYER W/4 SPKS 1 21830
FLOORING,FULL RUBBER GRAY RCA(PER FOOT) 25 30032
PLYWOOD,5/8 MARINE GRADE FLOOR 1 33240
70,000 BTU A/C ACT FORD GAS E-SERIES 1 46091
HEATER, 35,000 BTU PROAIR 1 40808
VALVE, BRASS GATE ON HEATER HOSES 1 40163
DOOR,REAR 37-1/8W X 56H W/2 WINDOWS 1 54040 _
DOOR,PARA S/S JAMB W/DUAL HANDLES/LOCKS 1 55248
LIFT PACKAGE BRAUN NL919 403/4 1 65517
POUCH,Q'STRAINT TIEDOWN -VINYL 2 60025
Q-STRAINT,TIEDOWN QRT CBI 3.1 Q8100 TRK 2 60012
BACKUP ALARM (SMALL) 1 70208
ESCAPE HATCH NON-STATIC 1900 TRANSPEC 1 74004
EXIT BUZZER/LIGHT IN-DASH (1 PER BUS) 1 72814
EXIT SWITCH (PER EXIT) NO INDICATOR LITE 6 72816
EXTINGUISHER FIRE 5 POUND 1 70603
FLARE KIT- REFLECTOR 1 72827
FRESNAL LENS 1 73242
GRAB RAILS, CEILING 1 71826
KICK OUT WINDOW (ADDITIONAL) 5 71101
MIRROR,EXTERIOR 5" CONVEX ROUND 2 73332
KIT,FIRST AID-24 UNIT 1 73036
MIRROR,INTERIOR 6.0 X 16.0 1 72809
STANCHION,W/MODESTY/DRIVERS BARRIER 1 73040
FRONT GLOVE BOX, LOCKING 1 80008
INTERIOR,CEILING FRP (PER FOOT) 25 82004
INTERIOR,WALLS FRP (PER FOOT) 25 82005
BLACKOUT 1"AROUND SIDE WINDOWS 1 52319
DECAL INT/EXT TEXAS DOT SPANISH 1 85379
DECALS INTERIOR/EXTERIOR TEXAS DOT 1 80917
MID HI FEATHERWEIGHT RIGID W/T LEG DBL 8 94006
LEVEL 1 FABRIC UPGRADE (PER PASSENGER) 16 90038
SEAT,DRIVER/CO PILOT SHIELD FORD/GM 1 96409
Included Options
' O
Creative Bus Sales
LEVEL 1 FABRIC- DRIVER SEAT 1 90039
SEAT BELT- USR- DBL FREEDMAN 8 90104
FREEDMAN ABS BACK PROTECTOR 16 90037
SEAT,FREEDMAN-AV GRAB MOLDED BLACK 8 95015
Smart Buy Options
I \ 0 Creative Bus Sales
Description Qty Price Cost
Option 75 - Exterior Power Mirrors 1 $985.00 $985.00
Option 793 - LPG System 3 Tank Configuration $17,800.00 $0.00
Option 794- LPG System 4 Tank Configuration $23,400.00 $0.00
Option 805 - Phone Link-Bluetooth Hands Free $1,000.00 $0.00
Totals $985.00
iAgency Options
it
\i0 Creotive Bus Sales
-.-
Manufacturer(Brand) Manufacturer's
Code/Part No Item Description MY Extended Price Cateloo Lis:Price
(mSW'J
Bus Manufactures CB01-003 HEAVYDUTY ANTI-SLIP ALUMINUM RUNNING BOARD ON DRIVER SIDE(LARGE) 1 $345.45 $345.45
Bus Manufactures C801-005 MOR-RYDE RL SUSPENSION 1 $1,241.10 $1,241.10
Bus Manufactures CB01-010 DL-2 POWDER COATED BIKE RACK W/DEPLOYMENT KIT 1 $2,616.70 $2,618.70
Bus Manufactures CB01-014 ROMEO RIM REAR BUMPER 1 . $930.30 $930.30
Bus Manufactures CB01-022 METAL LOCKING DOOR FOR FUEL FILL 1 $179.55 $179.55
Bus Manufactures CB0Z-003 DOOR AJAR BUZZER ON REAR DOOR 1 $90.30 $90.30
Bus Manufactures CB02-015 VOLTMETER INSTALLED OVERHEAD 1 $69.30 '$69.30
Bus Manufactures CB02-016 ROTARY DISCONNECT SWITCH 1 $138.60 $138.60
Bus Manufactures CB02-019 STOP REQUEST,PULL CORD,CHIME,SIGN 1 $682.50 $682.50
Bus Manufactures CB02-021 TOUCH TAPE AT WC AREA FOR ADA STOP REQUEST-ACTIVATES 2ND AUDITORY TONE(EA) 5 $414.75 $82.95
Champion Bus Only CB03-002 LIGHTS,LED ALL EXTERIOR(Non Ada)STANDARD LIGHTS ONLY-SOUND OFF'Includes Rear Center and Side Directional/Turn. 1 $483.00 $483.00
Bus Manufactures CB03-010 DOOR ACTIVATED INTERIOR LIGHTS 1 $42.00 $42.00
Bus Manufactures CBO4-001 DELUXE AM/FM/CD 4 SPEAKERS W/MIC INPUT&CLOCK 1 $379.05 $379.05
Bus Manufactures CB04-003 PA MODULE TO BE ADDED TO STEREO SYSTEM`REQUIRES DELUXE AM/FM/CD 4 SPEAKERS I $200.55 $200.55
Bus Manufactures CB04-012 GROUND PLANE FOR 2-WAY RADION,PULL CORD,CONDUIT 1 $103.95 $103.95
Bus Manufactures CB05-001 FLAT FLOOR(Raised 6") 1 $703.50 $703.50
Bus Manufactures CB05-003 ALTRO META STORM 1
$345.45 $345.45
Bus Manufactures CB05-010 FUEL SENDING UNIT INSPECTION PLATE(IN FLOOR) 1 $69.30 $69.30
Bus Manufactures CB07-009 WINDOWS BOTH SIDES OF REAR DOOR(2) 1 $248.85 $248.85
Bus Manufactures CB08-014 Hanover Front&Side Destination Signs-Single Color Multi Line 1 $4,189.50 $4,189.50
Bus Manufactures CB09-028 Q-8101-L DELUXE RETRACTOR TIE DOWN,08-6326-Al COMBO LAP/SHOULDER,L TRACK 4 $2,398.20 $599.55
Bus Manufactures CB09-031 a STRAINT BELT STORAGE POUCH 4 $193.20 $48.30
Bus Manufactures CB10-003 AMEREX FIRE SUPPRESSION a17325-13a 2 NOZZLE SYSTEM 1 $3,652.95 $3,652.95
Bus Manufactures CB10-013 INTERIOR CONVEX MIRROR 6"09" 1 $48.30 $48.30
Bus Manufactures CB17-020 PASSENGER-MID HIGH DOUBLE SEAT(Standard Rigid) -8 -$2,160.00 $270.00
Bus Manufactures CB17-033 PASSENGER-DOUBLE(Foldaway) 9 $7,200.90 $800.10
Champion Paint PAT Paint scheme and graphics 1 $3,000.00 $3,000.00
TOTAL
$27,809.25
I If I ,) ,.., Cr,
S 3 C")
o
Q' CO CLI
.3FO
= W
3W ov 3
J
W i F.
',Siz
J OgO nO L
W J Z F
▪ W r f
A m FQ V
!C,„-),
--... ( Q LY ¢ •
Q O I.
U , Fi 6
I a oz $a a
1 to v
\ / 1- ci
•4E ". ( lb LL s
g
Z L'-' €
0 0
W ; — o
w
H U; 1 1) , l.7
E Ili 1 3
o �� Ow 1 P w € a
0, e MI a
it 4
'�
I,' II 1 - I. •I m ON NOISIA3N
Y
I I. �0 1 1) 1 = v
il '— 1 '3
1 1
■ 1I 1 = , o W m F.
III' _ 'Ii I Ii gQ
��' r- 9 I 1 IIIA w
n �, ' m.
W
cvi
1 k1 1 o
8 v I 1 1 1 ') v O
+I1 I'r 9
i
II r �_
G _ m
. 1 1 . 9
; 0, il ll .=,..a, 11 --,, § ,1,,
I a
1 111' ISIS
►:� Pt4 0
r-- p
s
a
■i I� �I I� �)
L
1 II_Ip p z
I.I I,I 1.1
I. - j o
VIII I� IJ i i111140.111 t li
¢ w
O
a
g
3n1 N31 I a z
x
v
3FE vi
o
r o
0 g ',
0 m
o z E
(_i J U m W 2
1— ' 125c
Q I
�j O
L_ ® W
2
›IE d' %
ii