Loading...
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.