CAP Metro
File #: AI-2021-175   
Type: Resolution Status: Passed
File created: 8/16/2021 In control: Board of Directors
On agenda: 9/27/2021 Final action: 9/27/2021
Title: Approval of a resolution authorizing the President & CEO or his designee, to finalize and execute contracts with New Flyer of America Inc. and Proterra Inc., to purchase up to 197 battery electric transit buses, vehicle chargers, and related equipment over a five-year period in a total amount not to exceed $ 254,984,090.
Attachments: 1. Electric Bus Purchases September 2021.pdf

 

SUBJECT:

title

Approval of a resolution authorizing the President & CEO or his designee, to finalize and execute contracts with New Flyer of America Inc. and Proterra Inc., to purchase up to 197 battery electric transit buses, vehicle chargers, and related equipment over a five-year period in a total amount not to exceed $ 254,984,090.

end

 

 

end

 

FISCAL IMPACT:

Funding for this action is available in the FY2022 Proposed Budget and through a capital contribution from the Austin Transit Partnership.

 

STRATEGIC PLAN:

Strategic Goal Alignment:

1.  Internal/External Customer Service Excellence   2. Stakeholder Engagement

3.  Financial and Environmental Sustainability          4. Staff Development                                             5.  Agency Growth Management          

 

Strategic Objectives:

1.1 Safety & Risk                        1.2 Continuous improvement          1.3 Dynamic Change

1.4  Culture of Innovation         2.1 Be an Employer of Choice           2.2 Organization Development

2.3 Organization Culture            3.1 Resource optimization                3.2 Safety Culture

3.3 Environmental Leadership  4.1 Educate & Call to Action             4.2 Build Partnerships

4.3 Value of Transit                      4.4 Project Connect

 

EXPLANATION OF STRATEGIC ALIGNMENT: This item will allow for the replacement of transit buses used on fixed route services, and for fleet expansion to support new MetroRapid routes. The buses being replaced have exceeded their useful life and need replacement to maintain a state of good repair.

 

BUSINESS CASE: To maintain a state of good repair of the bus fleet and to support expanded services, Capital Metro establishes a fleet plan for vehicle purchases. This item will allow for the replacement of up to 124 vehicles, and the expansion of up to 73 vehicles, over the next five years, under the fleet plan. The buses being retired have exceeded their scheduled useful life, and the expansion vehicles are needed to meet projected growth, including as a part of Project Connect.

 

COMMITTEE RECOMMENDATION: This item was presented and recommended for approval by the Operations, Planning and Safety Committee on September 15, 2021

 

EXECUTIVE SUMMARY: The Capital Metro fleet plan calls for the scheduled replacement of transit vehicles that have reached or exceeded their useful life, and for the purchase of new vehicles to grow the fleet in support of service expansion. The Federal Transit Administration requires federally funded vehicles to be kept in service for a minimum of 12 years and these contracts will allow for replacement of up to 124 buses that will have exceeded 14 years of service at their retirement. These contracts will also allow for growth of up to 8 more local bus route vehicles and up to 65 vehicles in support of new MetroRapid routes, under Project Connect. Capital Metro is awarding multiple contracts to two vendors which have a combined base order of 56 forty-foot and sixty-foot, zero emission battery-electric transit buses, with options for up to 141 more of the same vehicles and optional equipment, including chargers, extended warranties, training, and custom engineering. The awards are contingent upon OEMs meeting or exceeding Pre-Award Buy America requirements.

 

DBE/SBE PARTICIPATION: DBE goals do not apply because the solicitation requires a Transit Vehicle Manufacturer (TVM) Certificate. Only those listed on FTA's eligible TVMs list, or those have submitted a goal methodology to FTA that has been approved or has not been disapproved, at the time of solicitation are eligible to bid. To remain eligible, TVMs must submit an annual DBE goal methodology to FTA by August 1 of each year. As of August 31, 2021, New Flyer of America and Proterra Inc. are listed as eligible vendors on FTA website, and they all have completed the required TVM Certification.

 

PROCUREMENT: On April 15, 2021, a Request for Proposals was issued and formally advertised. By the closing date of June 14, 2021, four (4) proposals were received.
The evaluation team used the following factors in the evaluation of proposals:

 

1. Demonstrated understanding of the vehicle requirements as described in Exhibit F-1, Technical Specifications: 40-foot and 60-foot Battery Electric Buses. Include details on:

a.                     Compliance to technical specifications;

b.                     Advantages of manufacturers solutions to requirements in technical specification;

c.                     Intuitive functionality of vehicle operation and maintenance;

d.                     Safety considerations in vehicle design;

e.                     Maintainability of vehicle;

f.                     Cleanability of vehicle;

g.                     Adaptability of vehicle to future innovative technology configuration changes;

h.                     Optimization of battery selection;

i.                     Vehicle range;

j.                     Robustness of bus equipment for charging; and

k.                     Sustainability & environmental considerations in manufacturing, lifetime support, and at end-of-life for vehicles & chargers.

 

2. Past performance in delivering vehicles & equipment of similar design & similar quantities, including manufacturing capabilities. Includes details on:

a.                     Applicability of presented projects of similar size, scope, and complexity;

b.                     Challenges encountered and their solutions;

c.                     Capability and capacity of manufacturing activities;

d.                     Qualifications of other firms and subcontractors utilized;

e.                     References supplied; and

f.                     Past performance questionnaires.

 

3. Methodology and Quality of Work Plans for Vehicle Configuration, Pilot Bus, Electronics and System Integrations, Post-Delivery In-Servicing, and Post-Delivery Support for both vehicles and chargers, including:

a.                     Organization and completeness of proposed work plan;

b.                     Methodology and approach to configuring vehicle for production;

c.                     Problem solving and response to design and production issues;

d.                     Quality Assurance Program and Quality Control Processes;

e.                     Plan for Pilot Bus production, delivery, review, and handling of change requests;

f.                     Approach to add-on components and systems integration, installation and testing;

g.                     Plan for post-delivery acceptance, testing and vehicle make-ready; and

h.                     Plan for ongoing technical support and training for vehicles and chargers over the life of the contract.

 

4. Demonstrated understanding of the charger requirements as described in Exhibit F-1B, Technical Specifications: Chargers for Battery Electric Buses, including:

a.                     Functionality and ease of use by operators, and yard personnel for each system proposed;

b.                     Safety considerations in the design of charging system(s);

c.                     Maintainability and remote monitoring capabilities of chargers end user;

d.                     Adaptability of chargers to charge management software;

e.                     Robustness and tolerance of charger and charging equipment; and

f.                     Protocol for commissioning of chargers, and post-commissioning field support.

 

5. Quality of vehicle appearance and holistic aesthetic including:

a.                     contemporary design;

b.                     fit and finish, and robustness of interior and exterior body components and add-ons, including doors, windows, stanchions, seats, and access panels/doors;

c.                     comfort and usability of driver workstation, including layout of dash gauges, switches, monitors, mirrors, windows, visibility of passengers inside and outside of vehicle;

d.                     vehicle handling, cornering, responsiveness, turn radius, and ride smoothness and quality for driver and passengers; and

e.                     quiet operation of all aspects of vehicle.

 

6. Ability to meet the delivery schedule requirements of the Authority Quality as described in Exhibit G-1A and Exhibit G-1B.

a.                     Pilot Bus Delivery Schedule

b.                     Production Bus Delivery Schedule

 

The proposals from New Flyer of America Inc. and Proterra Inc. were determined to be the best value to the Authority, price and other factors considered. The contracts are fixed price contracts. The term of the Contract is five (5) years with options to purchase additional buses at any time during the contract period, as follows:

 

BASE AWARD

Quantity

Cost

Extended

New Flyer of America Inc.

 

 

 

40-ft Electric Bus

26

 $ 917,400

 $ 23,852,400

60-ft Electric Bus

4

 $ 1,366,500

 $ 5,466,000

Proterra Operating Company 

 

 

 

40-foot Electric Bus

26

 $ 912,471

 $ 23,724,246

VEHICLES BASE AWARD TOTAL

 $ 53,042,646

 

VEHICLE OPTIONS

Quantity

Cost

Extended

OPTION 1

 

 

 

40-foot Electric Bus

40

 $ 917,400

 $ 36,696,000

OPTION 2

 

 

 

40-foot Electric Bus

11

 $ 917,400

 $ 10,091,400

OPTION 3

 

 

 

40-foot Electric Bus

52

 $ 917,400

 $ 47,704,800

60-foot Electric Bus

2

 $ 1,366,500

 $ 2,733,000

OPTION 4

 

 

 

60-foot Electric Bus

8

 $ 1,366,500

 $ 10,932,000

OPTION 5

 

 

 

40-foot Electric Bus

18

 $ 917,400

 $ 16,513,200

OPTION 6

 

 

 

40-foot Electric Bus

5

 $ 917,400

 $ 4,587,000

60-foot Electric Bus

5

 $ 1,366,500

 $ 6,832,500

VEHICLES OPTIONS TOTAL

 $ 136,089,900

 

OPTIONAL ITEMS

Quantity

Cost

Extended

Charger, Depot Plug-In

197

 $ 30,285

 $ 5,966,145

Charger, Depot Overhead

197

 $ 114,400

 $ 22,536,800

Charger, On-Route Overhead

33

 $ 337,713

 $ 11,144,529

Extended Warranty, Bus Battery (12 yrs.)

197

 $ 59,188

 $ 11,660,036

Extended Warranty, Charger, Depot Plug-In (6 yrs.)

197

 $ 11,263.77

 $ 2,218,963

Extended Warranty, Charger, Depot Overhead (6 yrs.)

197

 $ 36,036.02

 $ 7,099,096

Extended Warranty, Charger, On-Route Overhead (6 yrs.)

33

 $ 57,135.60

 $ 1,885,475

Training Block (80 hours)

80

 $ 25,000

 $ 2,000,000

Engineering, Custom Lighting

2

 $ 30,000

 $ 60,000

Custom Lighting, 40-foot Bus

178

 $ 6,500

 $ 1,157,000

Custom Lighting, 60-foot bus

19

 $ 6,500

 $ 123,500

OPTIONAL ITEMS TOTAL

 $ 65,851,544

 

GRAND TOTAL VEHICLES & OPTIONAL ITEMS

 $254,984,089

 

 

RESPONSIBLE DEPARTMENT: Operations and Maintenance Oversight

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

body

RESOLUTION

OF THE

CAPITAL METROPOLITAN TRANSPORTATION AUTHORITY

BOARD OF DIRECTORS

STATE OF TEXAS

COUNTY OF TRAVIS                      

Ai-2021-175

 

WHEREAS, the Capital Metropolitan Transportation Authority Board of Directors and Capital Metro management endeavor to maintain their fleet in a state of good repair; and

WHEREAS, the Capital Metropolitan Transportation Authority Board of Directors and Capital Metro management recognize the need to expand the fleet to meet new service levels; and

WHEREAS, the Capital Metropolitan Transportation Authority Board of Directors and Capital Metro management recognize the advantages of purchasing zero emission vehicles.

 

NOW, THEREFORE, BE IT RESOLVED by the Capital Metropolitan Transportation Authority Board of Directors that the President & CEO, or his designee, is authorized to finalize and execute contracts with New Flyer of America Inc. and Proterra Inc., to purchase up to 197 battery electric transit buses, vehicle chargers, and related equipment over a five-year period in a total amount not to exceed $ 254,984,089.

 

 

 

 

____________________                                                                                    Date: ____________________

Secretary of the Board

Eric Stratton