HomeMy WebLinkAboutPR 15243: PARATRANSIT VEHICLES PURCHASEINTEROFFICE MEMORANDUM
To: Steve Fitzgibbons, City Manager
From: Colleen Russell, Director of Planning
Tom Kestranek, Transit Manager
Subject: P.R. NO 15243 Pazatransit Vehicle Purchase
Date: 07/23/2009 (Revised)
Recommendation•
We recommend that the City Council approve Proposed Resolution NO. 15243. This
Resolution would authorize the replacement purchase of six (6) 2009 Paratransit Vans
from National Bus Sales of Marietta, Georgia in the amount of $630,258.00
($105,043.00 each).
Backeround:
Port Arthur Transit currently has six (6) Paratransit Vans that were procured from
National Bus Sales of Marietta, Georgia. Five (5) of the vehicles have exceeded their
designed useful life of five (5) years or 100,000 miles as established by the Federal
Transit Administration (F.T.A.) guidelines. Vendor bids were solicited by West Virginia
Division of Public Transit for the purchase of Paratransit Vans. The lowest responsive bid
received was awazded to National Bus Sales of Marietta, Georgia. The West Virginia
Division of Public Transit awazd has been reviewed for federal compliance regulations
and approved by the F.T.A. The Transit Department has requested and received the
assignment of six (6) units off the West Virginia contract #PTR08020 with National Bus
Sales.
The total options and base price from the West Virginia Contract per Van is $102,587.00.
With the change order as required by the City, this net change order is only $2,456.00 per
Van. The calculations are as follows
$105,043.00 Port Arthur Contract Price
- $102,587.00 West Virginia Contract Price
$2,456.00 Port Arthur's Total Change Order Price Per Van
Note: Estimated delivery days are 90 to 120 days upon receipt of the City's Purchase
Orders.
-I-
BudEetarv/Fiscal Effect:
Funding for the procurement is provided (83 %) under the F.T.A. Temporary Capital
Grant #PA5307 (final grant number will be updated when issued by the F.T.A.) in the
amount of $523,114.14, in conjuncfion with the matching City funds (17 %) in the
amount of $107,143.86. Total available F.T.A. Capital Grant funding for this
procurement is $750,000.00.
The combined procurement expense will be charged to the Transit Capital Budget
Account: 401-1509-561.93-00 in the amount of $630,258.00 upon the City Council's
approval of the Transit Department's Budget Amendment.
Staffine/Employee Effect:
No anticipated effect on staffing is expected with this action.
Summary
It is recommended that the City Council approve the Proposed Resolution N0.15243 for
the replacement purchase of six (6) Paratransit Vans to National Bus Sales of Marietta,
Georgia in the amount of $630,258.00. The procurement expense will be charged to the
Transit Department Capital Budget Account: 401-1509-561.93-00.
~.~~
/~
~Shawna Tubbs
Purchasing Manager
r
~~;~-~~
Deborah Echols
Director of Finance
-2-
Director of Planning
(Revised) 07!23/09 TTKV
Page i of 2
Resolution NO.
A RESOLUTION AUTHORIZING THE ISSUANCE
OF A PURCHASE ORDER TO NATIONAL BUS SALES FOR THE
PROCUREMENT OF SIX (8) PARATRANSIT VANS
FOR A TOTAL AMOUNT OF 5630,258.00
WHEREAS, the Federal Transit Administration (F.T.A.) awarded the City of Port Arthur a
Capital Grant in the amount of $750,000.00 for the purchase of six (6) Paratransit Vans; and,
WHEREAS, the City desires to utilize the piggybacking and interlocal agreement procedures
as to obtain the Vans and,
WHEREAS, The City of Port Arthur has received the assignment of six (6) Vans from West
Virginia Division of Public Transit shown on the attached Exhibit "A"; now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR:
THAT the City Council of the City of Port Arthur does authorize the purchase of six (6)
Paratransit Vans from National Bus Sales of Marietta, Georgia for the total amount not to exceed
$830,258.00 as shown on the attached Exhibit "B", WHEREIN, the City is purchasing six (6)
Vans at an individual cost of $105,043.00 per Van which includes West Virginia Division base
price plus options of $102,587.00 per Van and the City change order of $2,456.00 per individual
Van,
THAT this Resolution shall be effective upon receipt and execution of all required
documentation from National Bus Sales as shown in Exhibit "C" (Piggybacking Worksheet)
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 July A. D. 2009 at a Regular
Meeting of the City Council of the City of Port Arthur, Texas by the following vote: AYES:
-~-
P.R. NO. 15243
0723!09 TTK (Revised)
Page 2 of 2
AYES: MAYOR
COUNCILMEMBERS:
NOES:
ATTEST:
MAYOR
City Secretary
APPROVED AS TO FORM:
City Attorney
APPROVED FOR ADMINISTRATION:
Ci aoager
Director of tannin
AVAILABILTY OF FUNDS:
-2-
EXHIBIT "A"
D1S.OI2IS "BOBBIE" PRINCE, MAYOR STEPI~N FrfZGIBBONS
ELIZABETH "LJZ" SELLER MAYOR PR0.TEM CITY MANAGER
COUNCIL MEMBERS: TERItl A.4NKS
City Of p~ CITY SECRETARY
JACK CHATMAN, ]R.
MORRiS ALBRIGPIT, ]H MARK 7 SOKOLOW
MARTIN FLOOD ~`~~
JoxNBEA7tn, rR. ort rthu~r °~ ~~
ROBERT E. WIIS.IAMSON nn -
D. KAY WISE T~~, JUL;O ~ Z(IO9
THOMAS J. BENDERSON
~ - DMS10N OFPUBIIC TRANSIT
July 6, 2009
Mr. Tim Thomas
C/o W V Division of Public Transit
Building 5, Room 906,
1900 Kanawha Blvd, Fast
Charleston, West Virginia 25305-0432
Subject Request for Assignment of the Right to Purchase Six (~ Goshen II Parattansit Vans.
Deaz Mr. Thomas
Port Arthur Transit System request approval to purchase six (~ units off the West Virginia
awarded Contract #PTR08020 to National Bus Sales for the purchase of Goshen II Paratransit
Vans.
Port Arthur Transit System has need of the units and appreciates your consideration of assigning
these six (6) units to our use. We would like to purchase these units through National Bus Sales,
as soon as possible, to meet our curter transportation needs.
If you are in agreemem with the request for assignment of the purchase of six (~ Vans as cited
above, please acknowledge this agreement by signing the concurrence block below and returning
a copy of this signed letter to:
Port Arthur Transit
P.O. Box 1089
Port Art}iur, Texas 77641-1089
Thank you for your consideration and kind attention in this matter.
Sincerely Concur
.~~~ ~e<o9 ~ot~ ~ ~7~0~
Tom Kestranek Date T ~KSkr+ ®'(ron n>-~
Transit Manager c% West Virginia Division of Public~ransit
cc:
Mr. Ryan Forst, National Bus Sales
Mr. David Clawson 7r., National Bus Sales
Ms. Judy Leers, Sales Coordinator, Goshen Coach
P.O. HOX 1089 • PORi'ARTHUR,?IOtAS 77641-1089 • 409/983-8115 • FAX 409/983-8291
EXHIBIT "B"
IUS SALES & LEASING, INC.
July Ol, 2009
Mr. Tom Kestranek
Director of Transportation
Port Arthur Transit
320 Dallas Avenue
Port ArthurTX 77640
Mr. Kestranek:
National Bus Sales welcomes Port Arthur's interest in purchasing from the most recent State of West
Virginia Contract f1PTR08020. The modified proposal that follows will result in a wide body paratransit
vehicle capable of transporting Driver+ 18 Passengers and 0 wheelchairs OR up to 6 wheelchairs with a
corresponding decrease in passenger capacity. The wheelchair lift is at the right rear. Nine double
foldaway Beau are included to supplement the capacity when [he wheelchair positions are not in use.
See original floorplan in WV bid package. The revised floorplan is included at Encl 1. The modifications
priced below include the addition of four additional wheelchair positions and the upgrade of eight
double fixed seats to double foldaway seats.
For this bid price to be extended to Port Arthur TX, permission must be granted by the West Virginia
Division of Public Transit. Our contract, for obtaining approval for such a purchase Follows:
Mr. Tim Thomas
c/o WV Division of Public Transit
Building 5, Room 9D6
1900 Kanawha Blvd, East
Charleston WVA 25305-0432
Nate: Adjustment of the difference between WV GPC and TX GPC must be made as a line item change to
the contract as well as the freight differential to TJ(. Please add additional cost to drive buses from
Elkhart IN to Port Arthur TX for final delivery.
`fhe National Company with Local Service"
The actual bid specifications, our bid letter, disadvantaged business certification, Buy America
'certification, Altoona Test Summary and our summary specificat ion s are included in separate emails.
Additional information can be provided by the State of West Virgini a. Modified pricing as follows:
PTR 08020 pricing:
Original contract amount (Encl 2j $5 8,594.00
2009/2010 increase pending (encl 3) $: 1,216.00.
Differential for Ford WV GPC $ 5,500.00
Option A- 5500 chassis in place of E450 $1 8,829.00
Option B - Diesef Engine $ 6,954.00:
-0ption C-cloth passenger seats $ 398.00
OptionD-Flip up arm rest. $ `290.00
Option E -Vehicle skirt paint - $ 894.00
Option G -Front lift feature $ 1,284.00
Option H-Body paint stripes $ :2,799.00
0ptionl-2 cameraRElsystem $ 2,470.00
Add (2) additional camera per contract renewal $ 440.00
Option K-Security Camera Playback system : $ 1,983:00
OptiodL Main Fare box $ .1,376.00
Front LED Luminator $ included
AVL system $ 5,159.00
AVL install $ 900.00
AMEREX fire suppression system $ 2,700.00
AMEREX install $ 900.00
. Upgrade to Recaro driver seat $ 1,536.00
Misc opts dockinglights, voltmeter, dual handles, etc $ .446.00
Powder coat ceiling rails, stanchions and entrance rails $ 463.00
Add stop request tape at 4 additional WC spaces $ 725.00
Add additional roof hatch, one included $ 375.OD
Add front Romeo, rear bumper included $ 1,075.00
Upgrade AC from 67K 8TU to 100 K BTU for 7X $ 3,750.00
Add raised tloorfeature $ 1,100.00
Add one double notchback foldaway seat $ 864.00
Add two-way radio $ 800.00
Upgrade eight doubles to notchback foldaway seats $ 678.00 x 8
Add 4 additional wheelchair positions with pouches $ 843.00 x 4
Adjusted Total $ 134,836.00
Differential for Ford TX GPC $<$ 6,300.00>
Delete engine preheater per contract renewal S<$ 820.00>
Credit to delete options A,E,F,G,K $<$23,673.00>
Discounted Total $105,043.00
This procurement includes the following:
1. A body stripe/paint job. Your input on color scheme and graphics will be needed as soon
as possible so the vehicles can be scheduled for production.
2. Up to Level 3 vinyl or fabric seat covers. Please visit www.freedmanseatinR.com
to select a color from the available seat fabrics or vinyl. See levels 1-3.
Please advise if there are other options that you are interested in. We will quote these on a cost plus
basis directly from the Goshen Coach price book.
Sincerely,
/~
Ryan Frost
Texas Area Sales Representative
~:__s~an;~eaej
Date f 115I21H)9 Customer Cky of Pon Arthur a of Units 5
Dealer National Bus Sales Address Model d GCF30a
Contact Ryan Frosl CHy/StatelLP GC Cuote#
Phone Contact
GCIt Order Form-V15
NI Infortnatbn contained In Nis docmnent b subject
to change wkhout nonce.
Fhe following information is needed for all sales allowances
Delivery
Liquidated Damages (dally)
D~lermargin
Dealer cost (delMery, PDt, etc)
Eat discount required to win
Wf1i you Purchase chassis flan GC7
Hso, GC chassts cost
If not, who wilt you transfer It through
If transferred, chassis coat (dnel)
Competttton
One time urehase? Yes ^ No ^
M no base ensurer the follows uesitons
Len tlt of contract months
Are add ons allowed? Yes ^ No
If so how man
Is there a rice escalalen Yes ^ No ^
If so what b the esplator~
Chassis rebates available _
Customer FIN code -
is this uota: Govamment ^ Befall
Is this uote a: Bid^ RFP^
bunk Fl'A funded? Yes ^ No ^
This section
Requested 6y.
for Goshen
Date
Coach use. Approval-SB Ntgr.
Date
Approval -Prod. Mgr.
Data
Approval- Finance. Mgr.
Date
Approval -Gen. Mgr.
Date
Approval • Thor Bus
Date
^ Std. BIa4c Rlbbed Rubber
^ Colored Ribbed Rubber
^ Carpet
Color-
^ Other
^ Std. Grey Carpet
^ Black Smooth Rubber
^ Cooed Smooth Rubber
Color
^ Other
~..
~ ~ ~ -,-~`~"'698
tCa4s-- ..~.-„ . u.~. w .
^ Std. Grey Vinyl'
^ Vinyl
Color
^ Auto Cloth
Color
^ Grey Silver Haze
^ Std. Grey FRP
p vinyl
Color
^ Auto Cloth
Color
^ Carpet
Color
^ Gray Silver Ham
^ Std. Grey Sihrer Haze
^ Grey FRP
^ ~ml
Cobr
^ Auto Cloth
^ Std. Grey Vinyl
^ Vinyl
Color
^ Auto Cloth
Color
Cobr ^ Grey Silver Naze
^ Carpet ^ Gray FRP
Cobr
^Seat Material wleantara a _.,_
.~~, ~y~
Ddver ^ Blue FIN Code
Pau ~ ^ Burgundy LP Code
Co-Pilot ~ ^ Green Release Chasals to
-- ^ No Graphics POrk
NOTE: FORD DIESEL MODELS INCLUDE BATTERY BOX WITH SLIDE OUT TRAY
~ ,Np`li-BfanKa-~"x ~yltCelta .--.; s:
sn
GCF708 1 25;5 MODEL - _
F46D 1 GGI 188"WB1308" Ford 6.OL Del, GVWR 14,500 E-450
10701 1 ALJGNMENi WICASTOR b CAMBER KR-FORD & CHEVY
3030 1 HOURMETER-DATCOM
2240 1 MUD FLAPS-FRONT REAR MUD FLAPS ARE STANDARD
1451 1 RUNNING BOARD DRNER SIDE DUIMOND PLATE
2282
1 RUSTPROOFlNG, 2-TECH ZPG1035 INCLUDES UNDERCOATING, INSIDE
ROCKER PANELS, DOOR PANELS FENDER, ETC.
2251 1 FAST IDLE FOR 2005+FORD GAS INTERMOTIVE GATEWAY AI
23602 1 BATTERY BOX WITH STAINLESS STEEL SLIDE OUT TRAY
2359 1 LOCK ONL FOR BATTERY BOX DOOR
2160 1 TIRESPARE 8 WHEEL GCII S PII
7124 1 WHEEL INSERTS WHEELS STAINLESS STEEL oacx
2184 1 17CTEN310N-VALVES FORTWO INNER DUAL WHEEL
2111 1 BUMPER-FRONT ROMEO RIM FORD ONL
2110 1 BUMPER-REAR ROMEO RIM
47283 1 Bl1MPER-REAR ANTI-RIDE SHIELD ALL GCII MODELS
13581 1 MORIRYDE-REAR Ed60
15701 1 FLOOR•RAISEO GCII
2314 1 FLOOR-PLYWOOD SlB"MARINE GRADE
YSN 1 YELLOW STEP NOSING
15193 1 RUBBER-COLORED W/RADIUS IPO CARPET, 36" AISLE
1517 i FRP ON CEILING
2375 1 DOOR-FUEL FILL LOCKING
1500 1 ENTRY DOORJB" ELECTRIC IPO MANUAL
3230
1391
1564
7166 1
1
1
1 KEY SWITCH-FOR ELECTRIC ENTRY DOOR
HINGED ACCESS PANEL OVER PASSENGER ENTRY DOOR HEADER
STAINLESS STEELSTEPWELL
WINDOW-REAR TWIN WA WITH REAR LUGGAGE ROOM
3100 1 FAN-CIRCULATING
702D 2 ROOF HATCH-TRANSPEC LOW PROFILE ECOND SAFETY VENT A1975
42057 1 HEATER, REAR-92000 BTU WALL MOUNT
3896 2 VALVE-HEAT 114 TURN BRASS SHUT-0FF ILO STANDARD VALVE
3724
1 AC7923 MAX EMS, CMS, CM2, DUAL OEM ALT, DUAL COMP-
100000 BTU FORD 6.0 DIESEL
3183
1 INTERIOR ADVERTISING BRACKETS, FULL-LENGTH, BOTH SIDES. REPLACES
TRANSITION PADS BETWEEN WALLS AND CEILING. INCLUDES DOME LIGHTS
AND SPEAKERS F ORDERED . WA WITH OVERHEAD LUGGAGE OPTIONS
1535 1 ALARM•BACK UP
1838 1 ALARM-EMERGENCY WINDOW AJAR PACKAGE
3011 1 DISCONNECTSWITCH-BATTERY CUT-0FF FORD6CHEVY
2400 1 SCHEMATIC1AbIINATED ELECTRIC LEGEND ON ELEC. DOOR
7000 1 SCHEMATIC WIRING
3192 1 STOP REQUEST-PULL CORD SYSTEM
31940
6 STOP REQUEST- TOUCH TAPE AT W!C LOCATION (PER POSITION}REQUIRES
A STOP REQUEST OPTION
3075 1 GROUND PLANE 8 PRE-1MRE FOR 2-WAY RADIO
3110 1 CLOCK-0IGRAL
3053
1 ADD ON PA SYSTEM WITH EXTERNAL SPEAKER (REQUIRES A RADIO OR
VIDEO OPTION
3062 i RADIO-DELUXE AMIFMICD W/4 SPEAKERS
3232 1 LIGHTS-INTERIOR DOME ON WRH ENTRY DOOR OPEN
3179 1 BRAKE LIGHT-REAR CENTER MOUNTED LED -
3191 1 EXTERIOR UGHT-HOODED AT ENTRANCE DOOR
2324 1 EXTERKR LIGHTS AIR -7" REAR Color:
31812 1 MARKER 8 CLEARANCE LIGHTS-LED
31931 1 MARKER 8 CLEARANCE LIGHTS-ARMOR ONLY-LED
1631 1 RUNNING LIGHTS-0AYTiME STD ON CHEVY CHASSIS -
31815 1 MIDSHIP TURN SIGNAL /MARKER LIGHTS COMBINATION -WIDE SME LED
31811 1 TAIWGHTS (RED 8 AMBER}-LED
4129 1 COAT HOOK-0RNER WISTRAP
4152 1 GRAB RAIL-ENTRANCE PARALLEL TO STEPS BOTH SIDES
1520 1 GRAB RAIL-CEILING BOTH SIDES OF AISLE STANDEE LINE & SIGN
1561
1 POWDER COATING-YELLOW FOR GRAB RAILS-CEILING (REQUIRES CEILING
GRAB RAIL OPTION
4166
1 POWDER COATING-YELLOW FOR GRAB RAIL-ENTRANCE (REQUIRES ENTRY
GRAB RAIL OPTION -
4130 1 MODESTY PANEL-W(STANCHIONS Locatlon: BEHIND DRIVER
4140 1 MODESTY PANEL-PLEXIGLA33 TOP NTED
2277 1 FIRE EXT@IGUISHER-10 LB
1549 1 TRUINGLES-EMERGENCY IN BOX
1524 1 ROOF-ALUMINUBA IPO FIBERGLASS O LATERAL SEAMS
- 4870 ~ 1 MIRRORS-EXTERIOR M715 REMOTE CON7R0 HEATED CHEW ROSCO
1533 1 MIRRORS-INTERIOR FLAT 6"X16'
7200 1 LENS-WIDE ANGLE 11%(14" HERES TO REAR WIN
4355 1 DECAL'PRIORTY SEATING WC AREA" ADA REQUIRED
1383 1 DECAL-°VEHICLE HEIGHT'
1384 1 DECAL-°VYATCH YOUR STEP' MOUNT ON TOP RISER
4350 3 DECAL-INTERNATIONAL WHEELCHAIR SYMBOL-9°X9"
1367 1 DECALS-INTERIOR DECALS IN ENGLISH S SPANISH
13848 1 DECAL'NO FOOD DRINK OR TOBACCO USE ALLOWED" RED ON WHITE
13649 1 DECAL-"WELCOME ABOARD" BLACK ON WHITE
5000 6 EXTERIOR DECAL-REFLECTNE 2" 3M TAPE, PRICE PER FT
2255
1 INTERLOCK KR FOR INTERMOTNE GATEWAY FAST IDLE -FORD (REQUIRES
OPTION 2253 or 2254
42Bfi 1 WC D D8L 2 WIND, INi LRE AJAR PKG, EXT LITE, EXTRA SPRING
d259 1 DUAL HANDLES FOR DOUBLE WC DOOR
i° _'yz5199;695
43231 28 "L" TRACK ONLY (PRICE PER INCH)
4307 6 Q3TRAINT STORAGE POUCH
4314 1 O'STRAINT WEB CUTTER PM OS7590
43003 6 O'STRAINT, "QRT" DELU7tE SYSTEM WITH L-TRACK G~8100-A1•L
4282
4530 1
1 BRAUN MILLENNIUM SERIES 2 NL91716 33° X St°
SEAT DRIVE RECARO LXF FREIDMAN LEVELS 1 2 83 FORD AND CHEVY
44801 9 SEAT BV FOLD AWAY DB 3 STEP FREEDMAN '
4887
r~~;'~> 18
~`~""' SEATBELT 90"
ISDEL EOU O_ lON3~-`~-~,~-,~~.~."~°~~.a~sk~,,~r„~ '§~~;
~ h.-_
€ ~.'{
3188 1 Voltrneter
`500 1 Front LED Luminator S n 16 x 120-8" OD U Comeder
'500 1 RE7 3 Camera Cdor Dome R4001 DVR m, 80 GI Nab Ddve Monitor 4.5
'500 1 AVL m
'500 t 16'x24' ElecMcal Schematic Laminated Shl Loose
'500 2 Dodcin hffi side mouded rearward fad to come on In reverse
4736 1 Farebwc-AAain M4 w1 2 Vautts-
15201 1 Grab Rai4Conned Celli Greh to En Door Rall
1531 1 Fhst Ald-24 Unit whh Al
1537 1 Minor-Interior Round Flat 8°
5009 1 Decal "Caution" Children be adt this bus
1383 1 Deea1,AC lam IMortnalton Label
42810 1 WC Master Poway Sw(teh T to w! rotediva cover
•500 1 S edal Painted st' and L o
4755
~e`~..?~a 8
~~"s~~ Grab Handle, Mount on Bottom d 3~step Fold
._PRODCiCs-LIfQd]~1Q'fES~`?~.F~z~~~ a_-^s =~'` ~ ti.~'
- ---- - -- -- W v.. ~~ ~~ tea. ~,.,..
GC II
Thor Industries Commercial Bus Division
25161 Leer Dnve
Ellcharp IN 46514
plane: 9665225424
fex: 514.266.5896
e-mom: enlert~aoelu•~anmm
Standard Body Features:
94" wide (101" across rear fenders)
Up to 26 feet long and 25 passengers
Interior width 91"
Interior height 79" at aisle (75" with flat floor option)
Exterior height 115" with roof vent
Fully welded unitized steel cage construction
Insulated walls and ceiling (minimum R-6)
Reaz mud flaps
Laminated sidewalls w/ aluminum or fiberglass exterior
Seamless fiberglass (FRP) roof
Light gray FRP interior sidewalls and fabric ceiling
Black rubber aisle & steps with carpeting under seats
Upper t-slider windows with dazk tint
2-side egress windows and 98" x 30'rear egress window
Six (6) interior dome lights w! switch on drivers console
Two (2) stepwell lights activated with entry door open
Fully undercoated
Certified to meet all applicable federal standazds
Altoona tested 7-year / 200,000 mile category
Optional Equipment:
Handicapped•acceesibilitypackages
Reaz air conditioning system
Rear heater system
Electric entry door
LED lighting
Remotecontrolled, heated mirrors
Audio and video packages
Choice of passenger & driver seat styles and materials
Luggage racks and storage compartments
Reaz exit door and roof hatches
Custom paint and graphirs
Safety equipment
Choice of interiors (cloth, vinyl, carpet)
Front mud flaps and running board
Floor coverings and colors
Individual reading lights
Destination signs and face boxes
Stanchions, handrails and modesty panels
Mor/Ryde rear suspension system
Ford Standard Chassis Features:
Ford E350 or E450 DRW Cutaway 5.4L V-8 gas chassis
138", 158", 17G' or 186" wheel base -
11,500, 12,500 and 14,5001bs. GVWR's
Electronic 5-speed automatic transmission
OEM dash air conditioning, heater and defroster
Driver's sun visor
650 and 625 CCA dual batteries (dua1750's on diesel)
Heavy duty suspension and cooling package
Power steering/ABS brakes/tilt wheel _
155 or 195 amp alternator (dual 120/140 on diesel)
40 gallon fuel tank on E350, 55 gallons on E450
Chrome front bumper
Engine block heater
Halogen headlights -
Six (6) LT 225/75R x 16 E tires (dual rear)
Painted steel wheels (white)
4.10 rear axle ratio
ENGINE OPTIONS: 6.SL V-10 Gas or 6.OL turbo diesel
Chevy Standard Chassis Features:
Chevy C3500 (GMT 610) DRW Cutaway 6.OL V-8 gas
139" or 159" wheel base
12,3001bs. GVWR
Dual batteries
Electronic 4speed automatic transmission
Engine block heater
OEM dash air conditioning, heater and defroster
Driver and Passenger Side padded sun visors
Six (6) LT 225/75R x 16 D tires (dual reaz)
Painted steel wheels (white)
Halogen headlights
4.10 rear axle ratio (3.73 on diesel)
Chrome front bumper
145 amp alternator (dual 145 amp alternators on diesel)
33 gallon fuel tank
Power steering/ABS brakes/tilt wheel
OEM driver s seat, high back, reclining, bucket, cloth
with headrest and right armrest
ENGINE OPTIONS: 6.6L V•8 Duramax diesel
EXHIBIT "C"
Appendix B.16
PIGGYBACKING WORKSHEET
Definition: Piggybacking is the post-award use of a contractual document/process that
allows someone who was not contemplated in the original procurement to purchase the
same supplies/equipment through that original document/process. ("FTA Dear
Colleaeue" letter, October 1, 1998).
In order to assist in the performance of your review, to determine if a situation exists
where you may be able to participate in the piggybacking (assignment) of an existing
agreement, the following considerations are provided. Ensure that your final file includes
documentation substantiating your determination.
WORKSHEET YES NO
1. Have you obtained a copy of the contract and the solicitation document,
including the specifications and any Buy America Pre-award or Post
delivery audits?
2. Does the solicitation and contract contain an express "assignability"
clause that provides for the assignment of all or part of the specified
deliverables?
3. Did the Contractor submit the "certifications' required by Federal
regulations? See BPPM Section 4.3.3.2.
4. Does the contract contain the clauses required by Federal regulations?
See BPPM Appendix Al.
5. Were the piggybacking quantities included in the original solicitation;
i.e, were they in the original bid and were they evaluated as part of the
contract award decision?
6. If this is an indefinite quantity contract, did the original solicitation and
resultant contract contain both a minimum and maximum quantity, and
did these represent the reasonably foreseeable needs of the parties to the
contract?
7. If this piggybacking action represents the exercise of an option in the
contract, is the option provision still valid or has it expired?
8. Does your State law allow for the procedures used by the original
contracting agency: e.g., negotiations vs. sealed bids?
9. Was a cost or price analysis performed by the original contracting
agency documenting the reasonableness of the price? Obtain a copy for
your files.
10. Does the contract term comply with the five-yeaz term limit
established by FTA?
11. Was there a proper evaluation of the bids or proposals? Include a copy
of the analysis in your files.
12. If you will require changes to the vehicles (deliverables), aze they
"within the scope" of the contract or are they "cardinal changes"? See
BPPM Section 9.2.1.
Note: This worksheet is based upon the policies and guidance expressed in (a) the FTA
Administrator's "Dear Colleaeue" letter of October 1, 1998, (b) the Best Practices
Procurement Manual, Section 6.3.3-Joint Procurements of Rollin Stock and
"PigQVbackine," and (c) FTA Circulaz 4220.1E.