HomeMy WebLinkAbout2018-11-27 - AGENDA REPORTS - AWARD CONTR TO MOTOR COACH INDUSTRIES AND GILLIG C (2)Agenda Item: 8
DATE: November 27, 2018
SUBJECT: AWARD CONTRACTS TO MOTORCOACH INDUSTRIES AND
GILLIG CORPORATION FOR THE PURCHASE AND DELIVERY
OF COMMUTER AND LOCAL BUSES
DEPARTMENT: Neighborhood Services
PRESENTER: Adrian Aguilar
RECOMMENDED ACTION
City Council:
1. Authorize the City Manager or designee to execute a contract with Motor Coach Industries
for the purchase of two 45 -foot compressed natural gas (CNG) powered buses, in an amount
not to exceed $1,697,440, or modify the award in the event issues of impossibility of
performance arise, subject to City Attorney approval.
2. Authorize the City Manager or designee to negotiate and execute a contract with Gillig
Corporation for the purchase of three 40 -foot CNG buses, in an amount not to exceed
$1,841,053, or modify the award in the event issues of impossibility of performance arise,
subject to City Attorney approval.
BACKGROUND
Santa Clarita Transit has a fleet replacement program that meets the Federal Transit
Administration's (FTA) 12 -year life cycle for transit vehicles. Two of the City of Santa Clarita's
(City) commuter buses and three of the local buses have reached their useful life and are
scheduled to be replaced over the next 18 months. With approval of this action by the City
Council, the City will be able to replace a number of aging buses that have reached the end of
their useful life and take advantage of recent developments in engine technology by replacing
older, less -efficient diesel -powered commuter buses with clean -burning CNG vehicles.
The City's local transit fleet is composed of all CNG buses and this purchase will allow the City
to continue to improve fleet reliability, take advantage of new vehicle designs and technology to
improve the customer experience, reduce emissions within the region, and improve the overall
Page 1
fuel economy of the City's bus fleet. The recommended action would also bring the City more in
line with the desired capital replacement schedule where approximately 1/12 of the transit fleet is
scheduled for replacement each fiscal year.
In late 2013, the City partnered with Victor Valley Transit Authority, Antelope Valley Transit
Authority, Monterey -Salinas Transit, and Ventura County Transportation Commission to issue a
Request for Proposal (RFP) for the manufacture and delivery of commuter buses.
In late 2015, the City entered a similar partnership with Livermore Amador Valley Transit
Authority, City of Los Angeles, City of Norwalk, and the Gold Coast Transit to issue a RFP for
the manufacture and delivery of local transit buses.
Under these joint agency procurements, the partner agencies collaborated to establish design
specifications and listed quantities of the vehicles needed over the next five years. Bidders were
asked to submit fixed unit pricing for each vehicle and provide line -item pricing for optional
features such as bicycle racks, onboard camera systems, and fareboxes.
An evaluation panel, consisting of one representative from each participating agency, reviewed
and ranked the proposals submitted. Based on the recommendation of the evaluation panel,
Victor Valley Transit Authority, acting as the lead agency, negotiated and awarded a five-year
contract to Motor Coach Industries for the manufacture and delivery of commuter buses. Also
acting as the lead agency for the transit bus procurement, Livermore Amador Valley Transit
Authority negotiated and awarded a five-year contract to Gillig Corporation for the manufacture
and delivery of local transit buses.
By partnering with other transit agencies, the City was able to share the costs associated with this
extensive process with multiple agencies. It also allows the partner agencies to negotiate pricing
based on a much larger procurement, further reducing costs. As an added measure, staff
conducted a price analysis to ensure the proposed pricing is within industry standards and is the
most advantageous to the City. The joint procurement approach to acquisition is prevalent within
the transit industry and is accepted by the FTA.
ALTERNATIVE ACTION
Direct staff to reissue a RFP for the procurement of two 45 -foot CNG powered commuter
buses and three 40 -foot CNG powered transit buses.
2. Other action as determined by the City Council.
FISCAL IMPACT
There is no impact to the General Fund with this procurement. The City has programmed Federal
5307 transit grant funds to cover 100 percent of the total contractual cost of the buses. Adequate
funds are available in the Transit Capital Equipment Account 12402-5201.003.
Page 2