Loading...
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