Loading...
2001-24544 RESO -, RESOLUTION NO. 2001-24544 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ISSUANCE OF A FOURTH CHANGE ORDER TO THE EXISTING CONTRACT WITH ADVANCED VEHICLE SYSTEMS (A VS), INC., FOR THE PURCHASE OF TWENTY FOUR (24) SETS OF ELECTRIC BATTERIES, IN THE AMOUNT OF $313,200, UTILIZING ADVANCED CITY FUNDS FOR SUBSEQUENT REIMBURSEMENT BY FEDERAL TRANSIT ADMINISTRATION (FTA) SECTION 5309 FUNDS, GRANT NUMBER FL-03-0191, AS APPROPRIATED BY THE RESOLUTION NO. 2001-24534, DATED JULY 18,2001. WHEREAS, pursuant to Bid No. 101-95/96, on September 11, 1996, the Mayor and City Commission of the City of Miami Beach executed a two-year contract with Advanced Vehicle Systems (A VS), Inc., in the amount of $1,408,709, for the purchase of seven (7) electric shuttle vehicles, plus batteries and additional equipment (the Contract); and WHEREAS, on February 5, 1997, Resolution No. 96-22017 issued a first Change Order to the Contract, in the amount of $47,651.60, to add safety flooring to the buses and purchase additional equipment, therefore increasing the total Contract cost to $1,456,360.60; and WHEREAS, on April 14, 1999, Resolution No. 99-23128 authorized a second Change Order to the Contract, in the amount of $866,304 for the purchase of four (4) additional shuttle vehicles, at the price quoted two years ago from that date, therefore increasing the total Contract cost to $2,322,664.60; and WHEREAS, City Manager Memorandum, dated June 5, 2000, authorized a third Change Order to the Contract, in the amount of $8,120 to replace half-slider windows with Transom windows in the four new shuttle vehicles, therefore increasing the total Contract cost to $2,330,784.60; and WHEREAS, this fourth and last Change Order to the Contract, in the amount of $313,200, is for the purchase of twenty four (24) sets of batteries for the existing eleven (11) shuttle vehicles, as an emergency, will increase the total Contract cost to $2,643,984.60; and WHEREAS, A VS' quoted price is $12,300 per battery set, plus a $750 per set delivery fee, or a total of $13,050 per battery set; and WHEREAS, this purchase will be funded, via the reimbursement method, by Federal Transit Administraction (FTA) Section 5309 Funds, or FTA Grant Number Fl.-03-0191, appropriated by the City on July 18, 2001; and WHEREAS, all advanced City funds for this purpose will be subsequently reimbursed by Miami-Dade TrasitIFTA within three months of invoice submittal by the City. \ WHEREAS, the City will promptly invoice MDT/FT A for the $35,644 in already expended FfA funds; and WHEREAS, this becomes the second FfA grant that the City appropriates for Electrowave capital purchases, under FfA Grant # FL-03-0191. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby appropriate $744,375 in Federal Transit Administration (FfA) Section 5309 funds, earmarked in Fiscal Year 1998-99 for capital purposes of the Electrowave Shuttle Project; with the required $186,094 local match being provided by the Florida Department of Transportation (FDOT) as a 'soft' match, utilizing toll revenue credits; advancing $708,731 in City funds for the procurement of bus and bus-related equipment, for subsequent reimbursement by FfA Grant Number FL-03-0191, via Miami-Dade Transit, within three months of invoice submittal by the City; this reimbursement including $35,644 already expended by the City in the retrofit of a Fleet Management service bay into an auxiliary battery storage/charging facility. PASSED AND APPROVED this the . 18th day of July ,2001. fJ}/PJ MAYOR ATTEST: ~tr~ CITY CLERK P:\WOJlX'Inll^IAMIll.I^~NDrrA$,RES APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ~ 1~1/'OI IV omey ~ Date , CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 http:\\ci.miami-beach.fl.us TO: FROM: SUBJECT: COMMISSION MEMORANDUM NO. ~~7-01 Mayor Neisen O. Kasdin and Members of the City Commission Jorge M. Gonzalez \ ~ City Manager () l) DATE: July 18, 2001 1. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROPRIATING $744,375 IN FEDERAL TRANSIT ADMINISTRATION (FTA) SECTION 5309 FUNDS, EARMARKED IN FISCAL YEAR 1998-99 FOR CAPITAL PURPOSES OF THE ELECTROW AVE SHUTTLE PROJECT; WITH THE REQUIRED $186,094 LOCAL MATCH BEING PROVIDED BY THE FLORIDA DEPARTMENT OF TRANSPORTATION, AS A 'SOFT' MATCH, UTILIZING TOLL REVENUE CREDITS; ADVANCING $708,731 IN CITY FUNDS, FROM UNDESIGNATED GENERAL FUND BALANCE, FOR THE PROCUREMENT OF BUS AND BUS-RELATED EQUIPMENT AND TOOLS, FOR SUBSEQUENT REIMBURSEMENT BY FfA GRANT NUMBER FL 03-0191, VIA MIAMI-DADE TRANSIT, WITHIN THREE MONTHS OF INVOICE SUBMITTAL BY THE CITY; THIS REIMBURSEMENT INCLUDING $35,644 ALREADY EXPENDED BY THE CITY IN THE RETROFIT OF A FLEET MANAGEMENT SERVICE BAY INTO AN AUXILIARY BATTERY STORAGE/CHARGING FACILITY, WHICH WAS COMPLETED IN 2000. 2. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ISSUANCE OF A FOURTH CHANGE ORDER TO EXISTING CONTRACT WITH ADVANCED VEHICLE SYSTEMS (A VS), INC., FOR THE PURCHASE OF TWENTY FOUR (24) SETS OF ELECTRIC BATTERIES, IN THE AMOUNT OF $313,200, UTILIZING ADVANCED CITY FUNDS FOR SUBSEQUENT REIMBURSEMENT BY FEDERAL TRANSIT ADMINISTRATION (FTA) SECTION 5309 FUNDS, GRANT NUMBER FL-03-0191, AS APPROPRIATED BY RESOLUTION NO. 2001-24534, DATED JULY 18,2001. 3. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ISSUANCE OF A PURCHASE ORDER FOR THE PURCHASE OF ONE (1) ELECTRIC/ HYBRID BUS FROM ADVANCED VEHICLE SYSTEMS (A VS), INC., FOR TESTING PURPOSES OF THE ELECTROW A VE SHUTTLE PROJECT, IN THE AMOUNT OF $244,526, PURSUANT TO A HILLSBOROUGH AREA REGIONAL TRANSIT (HART) RFP NO. 98-07-02, AND HART'S ()7J- AGENDA ITEM !::5._ DATE 7-1'i?-OI July 18.2001 Commission Memorandum Electrowave Capital Purchases/FTA Grant Page 2 RESOLUTION Rl001-06-49, WHICH EXTENDED ITS PURCHASE ORDER WITH A VS, THROUGH MARCH 3, 2002, FOR THE ACQUISITION OF ELECTRICIHYBRlD BUSES; AND FURTHER UTILIZING A PORTION OF THE ADVANCED CITY FUNDS FOR SUBSEQUENT REIMBURSEMENT BY FEDERAL TRANSIT ADMINISTRATION (FTA) SECTION 5309 FUNDS, GRANT NUMBER FL-03-0191, AS APPROPRIATED BY RESOLUTION NO. 2001-24534 , DA TED JULY 18,2001. ADMINISTRATION RECOMMENDATION: Adopt the Resolutions. FUNDING: Federal Transit Administration (FrA) Grant No. FL-03-0191: $744,375 Local match: $186,094 in FDOT 'soft' match, utilizing toll revenue credits. Source of City-advanced funds: $708,731 from Undesignated General Fund Balance. ANALYSIS The City's Electrowave Shuttle Project received a $744,375 earmark as part of the FY 1998-99 Appropriations Bill, utilizing Federal Transit Administration, Section 5309 funds, These funds are for capital acquisitions (bus and bus-related equipment/facility) of the shuttle service. If not promptly appropriated and encumbered by the City, these funds will expire on September 30, 2001. FT A funds are available via the reimbursement method. Therefore the City needs to appropriate the FTA funds and advance $708,731 in City funds, of which $698,311 are for the proposed capital purchases (24 sets of batteries at $313,200, one hybrid bus at $244,526, and miscellaneous equipment from various vendors at $140,585), plus $6,698 in contingency funds, and $3,722 in County administrative fee. As the only designated recipient ofFTA funds in the County, the Miami- Dade Transit (MDT) is charged with reimbursing the City for eligible expenses incurred under FT A Grant # FL-03-0191 to the Electrowave project. Reimbursements are received within three months of invoice submittal by the City. The Administration submitted and recently received pre-approval from FTAlMDT for certain, Electrowave-capital purchases. Listed below is the proposed budget for these purchases, and as they apply to each specific Resolution of this Agenda Item. These purchases are needed, and will become essential, if the City is to contract with an outside organization to perform mechanical maintenance on both the batteries and buses, without sharing equipment utilized by the City's Fleet Management Division to maintain all other City vehicles and equipment. RESOLUTION NO.1 - Overall Budget - FTA Section 5309 funds at $744,375 o Total proposed new capital purchases o FT A reimbursement for service bay retrofit (completed in 2000) o Contingency funds o Administrative fee retained by MDT at .05% of total $ 698,311 35,644 * 6,698. 3.722 $ 744,375 * City Resolution No. 99-23131 of 04/14/99, procured and received a pre-award authorization July 18,2001 Commission Memorandum Electrowave Capital PurchaseslFTA Grant Page 3 from Ff A, in the amount of $50,000, to retrofit an existing Fleet Management service bay into an auxiliary charging facility. Only $35,644 of these funds were actually expended in the retrofit, which was completed in year 2000. Therefore, the City needs to advance only $708,731 in City funds, from Undesignated General Fund Balance, while appropriating $744,375 in FfA funds. RESOLUTION NO.2 - Purchase of 24 battery sets at $13,050/set, delivered, at $313,200 The new batteries will replace most of the existing batteries, which cells have either deteriorated or died, causing the repeated towing we have experienced in the last months. The Administration recommends that a fourth (4th) change order be made to an existing standing order with Advanced Vehicle Systems (A VS), Inc., for this purchase, as an emergency. A history of change orders with A VS is included as part of the Resolution. A VS' quote, attached hereto, has also estimated that a progressive delivery of batteries will occur within a three-month period, after receival of a standing order from the City. Included in the total cost is a $750 delivery fee per set. RESOLUTION NO.3 - Purchase of one (I) electriclhybrid bus, at $244,526 The City wishes to purchase one (1) electriclhybrid bus for testing purposes, and to serve as a rotation vehicle to the existing Electrowave Shuttle fleet. The new hybrid technology, utilizing only one set of electric batteries plus diesel fuel, has proven to be a much more efficient and effective mode for small circulator shuttle buses, with one system recharging the other as the vehicle operates throughout the day. In addition, the technology is as clean as that of a strictly electric vehicle. The Administration proposes to purchase this vehicle, utilizing an existing purchase order that the HilIsborough Area Regional Transit (HART) of Tampa, Florida, has with Advanced Vehicle Systems (A VS). HART's purchase authority has recently been extended to March 2002. Attached hereto is HART's pertinent documentation. In addition, the City will issue various purchase requisitions to several vendors, for the purchase of the following essential items, totaling $140,585, as itemized below: <> A Tire ServicerTow Truck in an amount not to exceed $54,250; and <> Other miscellaneous shop/office equipment from various vendors, being: Floor jacks $ 18,000 Multimeters 750 Current meters 250 Personal computes with stand 2,500 Accounting/inventory software 200 Soldering/desoldering equipment 750 Battery conditioning equipment 21,950 Load bank 17,935 One forklift 24.000 For a total of .................................... $ 86,335 July 18.2001 Commission Memorandum Electrowave Capital PurchaseslFTA Grant Page 4 The purchase of batteries and of the above-mentioned items is essential, if the vehiclelbattery maintenance services are to be turned over to an outside contractor, as it will be proposed in the near future, and if the contractor is to perform in an efficient and effecti ve manner. An outside contractor cannot share equipment that is being used by Fleet Management to maintain and service all other City vehicles and equipment. On the other hand, separate equipment for the Electrowave Shuttle vehicles has always been the ideal situation envisioned for the project. The availability ofFrA funds has made these purchases possible. Therefore, the Administration recommends approval of the three Resolutions. J~~JC/~j/AJ '" Attachments ~ P.\WORI(lfiR.\IN4EUA~AS.1lCEM ATTACHMENTS <) Miami-Dade County Resolution No. R-670-0I of 06/19/01, FT A funds to Electrowave. <) Letter from FDOT regarding their $186,093.75 soft match to these FTA funds. <) County TIP Amendment to include the $744,375 in FT A funds to Electrowave. <> City Resolution No. 99-23131 procuring FT A' s pre-award authorization for service bay retrofit into auxiliary charging facility, which was completed in year 2000. <) FT A' s letter issuing a pre-award authorization for the service bay retrofit, at $50,000. <) Quote from A VS per battery set, FOB delivered to Electrowave Facility. <) Hillsborough Area Regional Transit (HART)' s purchase order documents for the purchase of electric/hybrid buses <) HART's letter-authorization of contract extension with Advanced Vehicle Systems, Inc., for the purchase of such buses through March 2002. f:\WDRK\5Tll"w.IEU"'~AS.M2M ..~'/t'_~...... ,:'.1.. C.;~'.;r'. IgJ 002 I . J . :;Lt.l"~J<<.. ~:f r;,f ..\:~,,"::r li{" CQu~n C(;"'~$'."C;::-. tlJ.,Qli OOI./trrl'. FlORIOof, Approved Veto Override x Mayor Agenda Item No. 4 (p) 6-19-01 RESOLUTION NO. R-670-01 RESOLUTION AUTHORIZING THE Fll..ING OF A GRMJ AMENDMENT APPLlCA TION WITH THE UNITED STATES DEPARTMENT OF TRANSPORTATION FOR $744,375 IN SECTION 5309 FUNDING UNDER THE TRANSPORTATION EQUITY ACT FOR THE 21ST CENTURY TO BE USED AS A "PASS THROUGH" FOR CITY OF MIAMI BEACH BUS CAPITAL PURCHASES; AND AUTHORIZING THE COUNTY MANAGER TO EXECUTE A GRANT AGREEMENT PURSUANT TO SUCH APPLICATION, TO UTlllZE FLORIDA STATE TOLL REVENUE CREDITS AS MATCHING FUNDS. AND TO RECEIVE AND EXPEND FUNDS PURSUANT TO SUCH APPLICATION WHEREAS, this Board desires to accomplish the purposes outlined in the "ccompanying memorandum, a copy of which is incorporated herein by referenc~ and WHEREAS, lhc Secretary of Transportation of the U.S. Department of Transportation is authorized to make grants available for mass transportation projects: and WHEREAS, it is required by the U.S. Department of Transportation in accord with the provisions of Title VI of the Civil Rights Act of 1964, that the applicant give an assurance that it will comply with the Title VI of the Civil Rights Act of 1964 and the U.S. Departmem of Transportation requirements thereunder; and -3 I / MEMORANDUM Agenda Item No. 4(P) To: Honorable Chairperson and Members' Board of CountY Commissioners June 19, 2001 Date: Fro~2,~~i.~~~O_"- ~ Subject: Public Hcaring - Grant Amendment for $744,375 as a "Pass Through" for Miami Beach ELECTROW AVE Equipment RECOMMENDATION It is recommended that the Board authorize the filing of a Grant Amendment with the Unites States Department of Transportation (USDOT)as a "Pass Through" for $744,375 in Section 5309 discretionary . funds provided by the Federal Transit Administration (FT A) for capital purchases for t!1e City, of Miami Beach ELECTROW AVE buses. It is further recommended that the Board authorize the County Manager to execute the grant agreemcnt and expend funds pursuant to the application. A local match of $ I 86,093 will be provided through the Florida Department of Transportation (FOOT) using toll revenue credits as a soft match. No county funds will be used. . BACKGROUND In fiscal year 1999, the FTA budget included $744,375 in Section 5309 discretionary funds for capital purposes for the City of Miami Beach ELECTROW AVE Shuttle program. The funds are scheduled to expire as of September 30. 200J. While the City of Miami Beach has begun the process of requesting approval from FT A to apply'directly for future allocations under the applicable federal guidelines, that approval process will be not completed prior to the expiration of the FY 99 funds. Therefore, with the concurrence of FT A, Miami-Dade Transit (MDT) as the local urbanized area designated recipient for transit funds will process these discretionary monies as a "Pass Through" to thc City of Miami Beach. Procedurally, this transfer will occur through an amendment to an existing Section 5309 MDT grant from FT A for bus and bus facility purchases. The funds for the City of Miami Beach will be used to purchase one electriclhybrid bus along with bus-related shop equipment. The local lI)atch of $186,093 will be provided by FDOT using state toll revenue credits as a soft match. ~ Florida Department of Transportation TPC AGENDA ITEM III. G 1 of 2 JEB BUSH GOVERNOR PLANNING & PUBLIC TRANSPORTATION OFF1CE- DISTRICT SIX 602 SOUTH MIAMI A VE:'oILIE, I\IIA~II. FLORIDA JJIJO PHONE: (305) 377-5910 (sq 452-5910 fAX: (305) 377.5967 (Sel452-5967 THOMAS F. BARRY. JR. SECRETARY May 1,2001 Mr. Jose-Luis Mesa, Director Miami-Dade County Metropolitan Planning Organization III Northwest First Street, Suite 910 Miami, FL 33128-1904 ~~~rnilW~1R'1 ~ '-.:.:l!U, i-iAY 0 3 2001 c...:;..> RE: TIP Amendment for FM Item Number 25351519401 Miami Beach-Electrowave Bus Shuttle Project COl'NTY MA:-'AGER'S OFF1('E MPO SECRETARIAT Dear !\'1:. Mesa; The Department requests that your office process an amendment to the Miami Urbanized Area's 2000/200 I Transportation Improvement Program (TIP) to add a new phase to an existing project. This addition will add Federal Transit Administration (FTA)- Section 5309 funding appropriated in FY 1999 to the TIP for Miami- Dade County. The Electrowave project is an extremely successful local bus circulator serving the South Beach area of Miami Beach. The addition of these funds will permit the City to purchase needed capital equipment including one additional bus, several set of electric batteries, a forklift and a tow truck. Federal and State/Local funding is provided on a 80/20% matching basis. This TIP Amendment adds $744,375 in FT A Section 5309 funds to the work program. State ToIl Revenue Credits provide the remaining project share or $186,093.75. No local funding is required to match the Federal contribution. The attached sheet shows the proposed amendment in the usual TIP format. The Department appreciates your expe itious handling ofthi uest. Please contact this office at 305/ 377~5900 if you have any questions. G . . .E. Di ector. Planning and Public Transportation Attachment GLD/ec/tipamend cc: Jose Abreu, P.E.; Leigh Cann; Rafael DeArazoza, P.E.; Linda Glass-Johnson, Rene Rodriguez. P.E. www.dot.state.fl.us m RECYCLED PAPER TPe AGENDA ITEM III. G 2 of 2 "' o o N '"' o o N M 0 0 N 'tl <ll 'tl 'tl III N 0 <:: 0 <ll N <ll .Q <ll "' > ... , III CXl .<: .... 0 '"' 'tl 0 '"' <ll N ... <:: .... .-i I-< <ll 'tl :~ <:: " t <ll Ho.. 0 I-< III >< ~ r<l .u ~ U III ~ 0 E- o '" .<: '" E- o.. :E .u '" '" !i@ " E- E- e H H r<l <ll :E :E ~ . . .u H H r<l 0 . . .... ..:l ..:l E- OIl . . o.. ~ . . , , 'tl " ~ . . <ll r<l . . .u OIl OIl r<l . . <ll g ~ . . .-i J 0 . . <ll :>: H 0 'tl E- O 0 " " <ll ..:l r<l 0 I-< III '" ~ r<l '" r<l 0 r<l ~ r<l ~ ~ OIl ..:l 0 o.. ~ :l: U 0 0 H 0 2 ~ :>: ~ E- ~ 0 ~ Q U H r<l 3 .ox: ..:l r<l r<l '" E- ~ ~ '" :>: u u 0 r<l OIl en !3 0 '" Q Q 0 0 >< 0 H r<l H M o.. <ll ~ '" ~ "' 0 I-< r<l ~ III o.. H ~ 0 >< lil :E r<l .... .u U E- H ~ en III E- .... .<: 2 !3 .... u 0 .u '" "' r<l , , '" r<l .... '" H M " :E , Q "' ~ 0 e r<l g; 0 M ~ , <ll E- U "' H ..:l .u H r<l N '" :E '" H RESOLUTION NO. 99-23131 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRA nON TO APPLY FOR STATE TOLL REVENUE CREDITS, THROUGH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FOOT), TO MEET THE REQUIRED TWENTY PERCENT MATCH FOR THE FISCAL YEAR 1999 FEDERAL TRANSIT ADMINISTRATION (ITA) EARMARKS TO THE ELECTROW A VE PROJECT, WHICH TOTAL $1.15 MILLION, AND PROCURE A PRE-AWARD AUTHORIZATION FROM ITA TO USE $50,000 OF THE TOTAL AMOUNT, TO RETROFIT AN EXISTING FLEET MANAGEMENT MECHANICAL BAY INTO AN AUXILIARY CHARGING FACILITY, TO SERVE THE NEEDS OF AN ENHANCED ELECTRIC SHUTILE FLEET. WHEREAS. there are two Fiscal Year 1999 Federal Transit Administration (FTA) Section 3 eannarks available for Electrowave capital purposes, in the amount of $1.75 million, which have yet to be obligated by the City; and WHEREAS, it is necessary to retrofit an existing fleet management mechanical bay into an auxiliary charging facility, to serve the needs of an enlarged electric shuttle fleet; and WHEREAS, through a pre-award authorization from the FT A, the City may be able to use approximately $50,000 of the funds to retrotitthe bay; and WHEREAS. these Federal funds require either a twenty percent (20%) local cash match by the City, or a "soft match" by the Florida Department of Transportation, using State toll revenue credits. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby authorize the Administration to apply for State toll revenue credits, through the Florida Department of Transportation, to meet the required twenty percent match for the Fiscal Year 1999 Federal Transit Adminstration (FTA) earmarks to the Electrowave Project, which total $1.75 million. and procure a pre.award authorization from FTA to use $50,000 of the total amount to retrofit an existing Fleet Management mechanical bay into an auxiliary charging facility, to serve the needs of an enhanced electric shuttle fleet. PASSED AND APPROVED this the 14th day of April ,1999. ~!H MAYOR ATIEST: (Uk y p CU~ CITY CLERK APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION aj ~f!!tf ~ MA~-~~-0e 08:19 AM D~128/DD 17: II - C'~D~ n~ ~zza IIwll-U "';4 FrOll''fA ~TVllTA,~, o U.I,Clplr'millnt efTIlI'lI!lO!tIdcr1 ""'"I T,,"..1t ....mlnlalr.." Mitch 21. 21100 )11)1.. ~lmlOl IQ~III ~..m..l'ItAf!L ~ ~.I?''1.~ _ eArn.. Pol"'" ,.....~~ r,_ 1-101 M1M Hll! .. "-"'.....w. .II "IT~ "_,O...~1 .. o45l-=eo ~ ~.os/J1r4 P.,,~ IiiIOD2 b4r. AlberTo l'adw,~., Mmla&cmollZ IZI4 ~ gem;,. Ml.ms!.I)a44 T:raIl&it Aar:rJ:y 111 NW lat SlreCl, SlIite.n 0 MIIlI:1, ~or\cla 3312...1999 ~_ MI. PciUl: Th.IChyotMiW~ ~ lCcciv.4 aPiK:a1Y_1~9 S~ 5; ~UusAno$Ukoa!or.. IleettII:> 91lu1tI. Stt\llct m lhe ~ ofS7+1,''75. 'Dt rtq~ (0 WIll " 100'11'4 AutIlOdty Ilr III, JllIC'O!tll:l& of. (IlI!JIizla..mea bay Is t1ialblC bcGlllJIllIt ClIpltat Pros ~ lllls Prcda hI-V' tlllClldml%i1led by ru. iD.1I:I. 'I""'-ll~"Itl;'N6Uot llf Novtmber 6. 1: ~8. !'fA rl.ca1 '{Ita 19H App~ ~OIIIllllll11'ropull ~-tlCllI.Ii UvmI P Cl-ilWll'cllUd:ori\Y. ' 1'1.u lIOM IIW p:lano ~hla pzHVlard lI1tbCf1ty. ..~ muR co ~,~.wt~ me elllldillQIlI tlUl cvl~ phnnlTl. _ ~ itdlnl ~ Fallllftto II .1\7 wllltcder 1m odl=MIe tI1Jlbleptojeet IMlll1Jlle tlIrn...lS:ocGlalllUlatmee. U'YO\l.:touW. bavll C1b:th.,~.p1ea.. ~1Ile u(~] Sd2- .$~. SJiwnIy. . ;G78~~ .~ !lizabeth:a. MutlIl "~-aily Plall2l<< Mt f1A /)/;IdA J ~bJj. ~ /)j~ VI................H.'... ~~,... ..\" ..~,~ ~....... AVS Advanced Vehicle Systems. Inc. June 15,2001 VI.A,. F ACSlMILE Mrs. Judy Evans Mil1l'Tli Beach Transit Management Association Colonial13lU1k Building 301 41st Street Suite 502 !v1iami Beach, FL 33130 Re: Battery Quotation Dear Iudy: We received Ihe quotation from EMS a short time age. B~cause of the impol1ance of this quotation, we waited for the wrlllen quotation before we prcp3rcd this reporl to you. You have asked that we provide a quotation for your purchasc of 29 sets of batteries through A VS. As an accommodation 10l\ofiami Beach, we have priced the batteries at a markup that is substantially lower tha.c. the normal A VS markup. The markup is necessary to cover A VS direct costs and overhead. While t'Je quotation does 1I01 include any Banana Tariff amount, our price of the balterics themselves has.increased substantially from the prke or the last batteries purchased for Miami Beach. As an alternative, Miami Beach may wish 10 atternpllo purchase the batteries directly from EMS and may be able to obtain a lower cos11hrough direct plll'chase. We do nol know the price and payment terms thaI would be involved in such a direct pur~hase. EMS: The A VS quotation is as follows. Technical specifications arc those provided by Battery Type: Manufaclurer: Cells: Volts: NH Cllpllcit';: Layout: Trll)" Dimension: 1 56-XWCF-05C CJas~ic 15 CMP (Fulmen) 156 312 192.6 @ C-6 2 Steel Epoxy coated trays of78 cells each 55.25" x 25.3" x 20" 7801 Lee Highway' Chattanooga, Tennessee 3742t . (423)821-3t46 . FWl (423)821-004:! . E-mail: avG@vol.~ ...... ...'. ..".~... ..,.. .~. ,,~~ ..~.. Estimatcd Weight: Connector: Price: Payment Tenus: + t"~ 1.(0 JMr F08 diJA'.()JJrd 116 41~3 00 rt/lM (22621b per tray, 4524 Ib total per set AndersLm 6322G 1 (51)-350 Red) . $,U;311O per ~e!, F.D.B. t.VS, Chattanooga, TN 11,i1Af(A PaYlllcnt for caeh set due net 30 days following shipment from A VS MIs, Judy Evans June 15,2001 Page 2 EMS has provided the following information conceming the availability ofilie batteries, l1sswning that a purchase unit::[ was issued to EMS early next week: "2 sets could be available for delivery by 16 July 2001. 4 additional sets could be available 3 August 2001. then 4.sets per week until order is complctc (September 14, 2001)" Wc are happy 10 provide this quotation, and we will look forward to discussing it with you. Please call me if you have any questions. Sincere yours, ~th Buckner / ~:~onal Sales Manager BI0615a Hillsborough Area Regional Transit June 14. 1999 4305 East 21 st. Avenue, Tampa, Florida 33605.2300 Phone: (813) 623-5835' Fax- (813) 664-1119 201 E. Kennedy Blvd.. Suite 1600, Tampa, Florida 33602 (813) 623-5835 or (813) 223-6831 'Fax- (813) 223-7978 Mr. Wes Watson, Executive Director FLORIDA TRANSIT ASSOCIATION FINANCIAL CORPORATION Post Office Box 10168 Tallahassee, Florida 32302 RE: HART RFP # 98-07-02 NOTICE OF AWARD The Florida Transit Association Finance Corporation Members and Other Governmental Entities May Purchase From Advan('ed Vehicle Systems, Inc., 22-F/)ot Hybrid-Electric Transit Coaches, From APS Systcm~, Inc., 30 & 35-Foot Hybrid- Electric Transit Coaches, And From Orion Busll'.dustries, Inc., 40-l!'oot Hybrid- Electric Transit Coaches On An As NeederlUasis. Dear Mr. Watson: Plense be advised that Florida Transit Association (FT A) Members and other governmental entities may purchase from contracts awarded to Advanced Vehicle Systems, Inc., APS Systems, Inc.. and Orion Bus Industries. The contract is for Advanced Vehicle Systems, Inc. to supply, 22-f(.ot Hybrid-electric Transit Coaches; for APS Systems, Inc, to supply, 30 & 35-foot Hybrid-electric Transit Coaches; and for Orion Bus Industries, Inc to supply, 40-foot Hybrid-electric Transit Coaches to the consortium of transit agencies formed by the Florida Transit Association and other governmental entities per the terms, conditions, and specifications contained within HART RFP 98-07,02 and issued Amendments. Procuring agencies will realize reduced procurement time, lower and stabilized prices, and will achieve production efficiencies from an established relationship with the above referenced manufacturers. The contract term is for a two-year period beginning May 12, 1999. I have attached HARTs fully executed bid award fonns and HART Resolution #R99-05-24, R99-05- 25 and R99-05-26, which authorizes this service. HART Resolution #R99.05-27 authorizes the BOARD OF DIRECTORS Sharon Dent, Executive Director CITY OP TAMPA Enrique Woodroffe Manuel Alvarez, Jr., Secretai}' Councilwoman Gwen Miller HILLS BOROUGH COUNTY Maryanne Ladutko James Lovell,Vice-Chai/l'11an Wallace Bowers r.i"lmmi~c:i(,\f'lCor T"m <::;("'ntt r.h;2;rm:::m STATE OF FLORIDA David Mechanik Ed Turanchik CITY OF TEMPLE TERRACE Council Member Jo Jeter HART RFP #98-07-02 NOTICE OF AWARD The Florida Transit Association Finance Corporation Members and Other Governmental Entities May Purchase Hybrid-electric Transit Coaches. Date: June 14, 1999 Florida Transit Association and other governmental entities to use this contract. Furthermore, HART RFP 97-06-02 will serve as the contract document as it references all terms, conditions, and amendments. The following outline will assist the procuring agency in placing an order utilizing this award; other items applicable to the individual agency may be required: 1. Before an order is placed, a request to purchase letter will be sent to my attention at 4305 East 21st' Avenue, Tampa, Florida 33605. The letter shall state the type ofvehicle(s) to be ordered, quantity of each type of vehicle to be ordered, and the anticipated order date. 2. If the request to purchase is approved by the Florida Transit Association, a transaction fee of $500.00 per vehicle will be charged. The Florida Transit Association will advise the agency of the actual transaction fee amount upon approval to purchase. 3. If the agency xequires liquidated damages, the procuring agency will specify the amount of Liquidated Damages supported by reasonable documentation and will be assessed per calendar day. 4. If the agency requires a Performance Bond, a Performance Bond specific to their procurement will be provided and shall be returned upon completion of that individual order. The Performance Bond may be in the total contract amount. 5. See the attached Price Tabulation form to determine the cost of the bus. The bus is equipped per the specifications contained within the proposal package. If equipment that is not contained within the original proposal document is required, the contract allows for written Change Orders to be issued. This will require a price analysis. Note: Request for Proposal boiler plate, technical specifications, and issued Amendments are provided with this correspondence on computer disk saved in WordPerfect 6.1 format. Hard copies of these documents may be requested by contacting Eugene M. Bitteker, Purchasing Agent ill at (813) 623-5835 extension 1187, Monday through Friday from 7:30 AM until 4:30 PM, via fax at (813) 664-1119, or E-mail to, bittekerE@hartline.org. HART RFP #98-07-02 NOTICE OF AWARD The Florida Transit Association Finance Corporation Members and Other Governmental Entities May Purchase Hybrid-electric Transit Coaches. Date: June 14, 1999 6. Advanced Vehicle Systems and APS Systems quoted prices are firm and fixed for the term of the contract starting May 12, 1999. Orion Bus Industries quoted prices are firm and fixed for 90 days from the time of award (see attached PART V - PROPOSAL AWARD). After the initial 90 days Orion Bus Industries quoted prices shall be the quoted price plus any escalation which will be calculated based on the following formula which utilizes the U.S. Department of Labor/Bureau of Labor Statistics Producer Price index (.PPI.) Category 1413, .Truck and Bus Bodies. FORMULA: Index Point Change PPl Index: Future Award Month , Less PPl Index: Base A ward Month Equals Index Point Change EXAMPLE 141.1 137.6 3.5 Index Percent Change Index Point Change Divided by PPl Index: Base A ward Month Equals Results Multiplied by 100 Equals Percent Change 3.5 137.6 .0254 .0254 x 100 2.54% Base Order Price Plus Percent Change (2.54% x $1,000) Revised Price for Future Order $1,000.00 25.40 $1,025.40 EXAMPLE: CONSORTIUM agency awarded its contract in July 1999. and has received its initial order of buses. In August 2000, CONSORTIUM agency elects to purchase more buses for delivery in 2001. The published data for PPI-Category 1411-06 shows an index value of 141.1 in August 2000 (Future Award Month). The index for July 1999 (Base Award Month) was 137.6. The percentage change in the index values from July 1997 to August 2000 would be 2.54%. The buses ordered in August 2000 would be priced 2.54% higher than the base award price. This example assumes that the August 2000 order contained no significant equipment notifications when compared with the original order. HART RFP #98-07-02 NOTICE OF AWARD The Florida Transit Association Finance Corporation Members and Other Governmental Entities May Purchase Hybrid-electric Transit Coaches. Date: June 14, 1999 Sienificant Equipment Modifications. If any signilicant equipment modifications are made. in compliance with Section 2.25 (entitled ,Written Changes Orders), under the Terms and Conditions of this contract. procuring agency and Contractor will enter into negotiations to detennine the price of the equipment modification(s) and the impact of the modification(s) on the Base Order Price(s). The following calculations will be used to convert the then current price of the modification(s) to the value of the modification(s) on the date of the Base Order Price: FORl\'fiJLA Index Point Chanee EXAMPLE PPl Index: Future Equipment Modification Month Less PPllndex: Base Award Month Equals Index Point Change 14I.1 137.6 3.5 Index Percent Chanee Index Point Change Divided by PPI Index: Base Award Month Equals Results Multiplied by 100 Equals Percent Change 3.5 137.6 .0254 .0254 x 100 2.54% Future Equipment Modification Price Less Percentage Change (2.54% x 200.00) Value of Equipment Modification During Base Award Month $200:00 $ 5.08 $194.92 Base A ward Price Plus Equipment Modification Cost Equals Revised Base Order Price $1,000.00 $ 194.92 $1,194.92 All future releases, including the equipment modification(s) will be priced based upon the new revised Base Order Price. HART Resolution #R99-05-27 contains the awarded prices. The Price Tabulation form contains all quoted prices and an asterisk indicating the award to manufacturer. HART RFP #98-07-02 NOTICE OF AWARD The Florida Transit Association Finance Corporation Members and Other Governmental Entities May Purchase Hybrid-electric Transit Coaches. Date: June 14, 1999 7. Pre-award and Post-delivery Audits of Rolling Stock, Section 2.30 8. Pre-award Audit Requirements, Section 2.31 9. Post-delivery Audits, Section 2.32 10. Bus line inspection is an area for potential cost sharing. As buses are ordered each agency could divide this cost based upon the number of buses ordered. HART could be the lead agency. I hope this overview will assist any agency intending to use this contract. If I can be of further assistance I may be contacted at (813) 623-5835 extension 1187, Monday thru Friday from 7:30 AM until 4:30 PM. s~erelY , (J) 0" 1V1. EugelOe M. itteker Purchasing Agent III xc: Sharon Dent Deborah J. Ward Terry Yeager File:\ 99-563.off Lorraine Smith - Broward County Transit Joe Saldana - Lynx Perry Maull - Gainesville Regional Transit System Florida Transit Association Members Attachment: Notice of Award, PART V - Proposal Award, Resolution #R99-05-24 to Advanced Vehicle Systems, Inc. Notice of Award, PART V - Proposal Award, Resolution #R99-05-25 to APS Systems, Inc. Notice of Award, PART V - Proposal Award, Resolution #R99-05-26 to Orion Bus Industries Notice of Award & Resolution #R99-05-27 to Florida Transit Association Legal Advertisement & Price Tabulation Form Computer Disk filesl WordPerfect 6.1 .... ......;;--... .~.....-- HilhilOIOllljll AI();I lill[jioll;J/ fl,IIJ:il February 21,2001 4305 Ea5121 51. Avenue, Tampa, Florida 33605-2300 Phone: (813) 623-5835' Fax - (813) 664-1119 201 E, Kennedy Blvd.. Suite 1600, Tampa. Florida 33602 (813) 623-5835 or (813) 223-6831' Fax - (813) 223-7976 Ms. Judy Evans MIAMI BEACH TRANSPORA TION MANAGEMENT ELECTROW AVE 30141" Sln:ct Suile 502 Miami Beach, Florida 33140 RE: Florida Transil Asso(;ialion Finandal Corporal ion (I'TAFC) Ilybrid-E1c(;lrk Bus Pro(;urement Dear Ms. Evans, Please find enclosed your requested information on the Hybrid-Electric Bus contract awarded to multiply manufacturers. The floppy disk contains the specifications and amendments. These files are saved in WORD. Before an order is placed, a request to purchase letter will be sent to my attention at 4305 East 21 st Avenue, Tampa, Florida 33605. This letter will state the initial quantity and size of buses that will be ordered and approximate date of order. The FT AFC will charge a transaction fee on any order placed using this contract. I believe the fee is $500.00 per bus up to a maximum dollar amount. The FT AFC will advise your agency of the actual transaction fee amount upon their approval to purchase. Any agency that procures from this contract can realize administration and vehicle cost, time, and production savings. If there are any further questions I may be contacted at (813) 623-5835 extension 1187. Sip.crrely, } , ,..'" '.- I,' 1 I.. ~ I ." (, \.. I. " ) / ; I \, . 1:'I.-tt:H ;' ( - 'Eugt;l1e M. Bitteker - Purchasing Agent I1I CC: Sharon Dent Bill Jones File: 2001-329.off BOARD OF DIRECTORS Sharun Dent. Exer.;u!lvU f.)m.'dor CITY OF TAMPA M:1I1l11'I^lv,Hf::.,Ir. f;.~I:I(.",I1V Cell II ICII'NllI Jl: III Ciwc:1I f\,'lllh 'f, VI!;" - U Idllfll, If! ,J;lck HIllll:lltll HllLSBOROUGH COUNTY : ,II ~V( ~t 11"1 11..111 CllIlH rli~;~.;iul rcrl<JIIl ~;C(JII C. Jlllllli~;~;i()r ler CllIlS "~.lI r .I; 1/1 : ~~111 j t II ,lll'lI;('Srnilh STATE or FLORIDA rl:IVil I M~~(;I"nlll, Cd IIU;tndlll< CITY OF TEMPLE TeRRAce <:IJIII1(;IIWfllll.IIIJll.ldf:r, (~J"III1IJ.'" j"KUll p.2 '"I+' I Ll NI:. ra~:~!~~?b~-!!!, Jun LoV! 1~.U4 r. U!lI)) Hillsborough Area Regional Transit 43C5 EaSt ,1 $1, ~'enue, Tarnca. Florida 336lJ5.2300 Ptlone: (813) 623.ii835' Fall. (813)664-"19 20 1 E, Kennedy 61vt1 , Sv<Ul1 WOo Tampa, Florea 33602 (S1J)523-S83501;1l1J)2Z3-6S31' Fax. (813) 223-7976 i.: FAX TRANSMITTAL SHEET TOTAL OF _3 _ PAGES INCLUDING COVER SHEET HART. FAX NO. (313) 6fi4-1119 DATE: JII~ 28. 2001 FROM: E1Il1:ene M. 8meke!'. Pll1'Cba.;n~ A2ent In TO: AdvlInCed. Vdtic[e Systems, Inc. Company Name ( Keith Backa:er AttD: ,'. COMMENTS: Please find U'llIISlnittedwitli:thisfax cover page. HART lelier daIlr:d June 28, 2001. If there are my QUestions I lll3Y be contu:ted at (813) 623-583S extension 1187. Thank you- BOARD, OF O,Re.CTO"S ",' Sh.il'.7,;t'l lAnt. CJC..cvrNi;: Ollf'jt;tr;Jr Cn., oc: T,-,UPA M~f\I..''''' I\lv,..r...... )'. ,~,V'n""t:)'V r.A'IlJt'It:t!W()l'lan ~ Millt:r. VK:I+--Ctl(Jim1Qn J3C',k. Rom",nn HU.ljaoROUe,. COUNTY ~I~n P"l~jn r;OInml5:;ic;nctTtnTrS,:oll C(')mrl"\i:;:~icJ(1~f C~,(li Hart JP.'n-:,;rT:Jtl"l JOyI~(: ~,'lHtr' $r..n; OJ' f~:JIlIIOA n..l'4virlVlor.l",.:.nik Eoj T\UaI1cnik.. CITY OF 'n4P1..i TEAJtACf t;("C"1C:ilwom:tn"'o.),,tt;!( en-lime", HHI< I lINt. , ..........1.1 rax~~1~-Q~-111~ Jvn <~.Ul 1~:4~ !-', U~/V,) p - .~ -- --'-.--"-.'.'-'---- --- Hillsborougn Area Regional Transit 4305 Easl21 Sl. Avenc't. ~, FlOnda 33605-2300 Proee' (813)623-5836, Fall- (a13)664-1 119 201 E. Kenr>ecy 61vc "5u~.e 1600, Tatr.pa, Florld;):33602 (9'3) 523-S83!l or (91,,) 223.6831 - Fax. (813) 223-7976 .... June 28, 2001 L. Joe Ferguson ADVANCED VEHICLE SYSTEMS. INC. 3101 Parlcer 1.aIle Chattanooga, Tennessee 37419 RE: HART RFP 98-07-02 Hyllrid-Electric Bus Purchase DI*" Mr. Fersuson, APS Sys!elnS W1I$ awarded the al;>ove referenced contract Oil M1Y :3, 1999. The COlllrllCt c:lq)ired on May 3, 2001. Your cOmpany has agrc:td to a contrai:t ex~on often IT\Onths ,at the origir.al quoted prices. .. 1'1= find attached HART's fully executed Resolutiou,that aurihorizes this extensiolL If there 8l:e any questions I may ~contacted at (813) 623-5835 vx!ension 1187 Of bitteker'E,IQ).l1arIline.ofJ;:. . , ~SincmlY' /J , ~.. m " Eu . Bittekcr, ' Interim Proc:-=ent MlIIlager " CC: sbaxoo. Dent 1;iebbie Ward File: 2001-576. ven Wes Watson - Florida P.1Iblic Transit Association AtIacluncnt: ReSQlutiol1 R2()()1-06-49 BOARD OF DIRECTORS -:-' Sharr>n O~nt. &ec'};i!l' iwe<;lO/ H"~u.olllooc" COUH1Y STATE 0' rLORIOA. ~t~,,~l"', "'e/zl" D~~ McchMi"k C(JITlrrl,sSoI.}l1er IClflSLI..'1l . L"T'.,II~..'eplil.. ("....")I't1mj~~:;Onf':J' (;nfi~ I '..1.ft J;i;,Smith J~e!;lllil~ CI"" 0- ,........PA ~IIUtll Af"'~~l:, JI_,.s'~l'C',.,.r"."., COll'nCllwornat'l ~'WCtl M,rll'fl_ Vr(;e-ChavIna,"'I .J~mk Rl1mQno ern or Ti""C.t TI:~' CcunciMomi:ln .n JGI~r. Cr,airrrt;d1 - <<-.... ,.-',-'..... '.~I~.....II fJRRllltJl:. ~I-(UH >ax::;g-.,>J4-Ul':I Jur,.l<; V! 1...1.4; P.d r. V.)) IJ,) R:E$OLt::no~ NUMBER lUOOl-1l649 .....It. RE5Ot;l.mON h.'liTllOlUZING~ THE~. DlREC'rOa TO EXECUT:E It. c:oNnA(.'T RXTiNSION OF 'UN.MoNTHS TO ADVANCED'VmlCLE Sn"TltMS FOR SUP'l'LYlNG ZZ-FOW LONG, 'MEnroM DUTY. BYBRID-e:LEC11UC TRANSIT COAcm:s It.NJ) PROVIDING ANEI'FECTIY.E DATE. . W.Bl:REAS. theie is iii~ li:01n Florida Public ~~ ASS'Xilltioa mcmbe.3 to purchase hybrid-cl~lric butes; 0Ild '.. ""mREAS, the ~ _:=I awvded to ,y"illel!i( Vehicle Sy~ expir!d MA'jf3,2001;and' . WJJEal!:AS, Ac!vanctd VebldeSystems hIlS agn:ed Iol/o1Cl8lldill5lbe_vp to tal months or UIY".J atlDlher CQllUX! is s'<r.Uded; and , ' '\\'HERJ:.AS, fun~for1bis project ic Ot will be available tiom \JIUltfple SO\ll'Ce$ , and will ~ ~cd by \be indlvi,@8lprOOlrinatransit 'Il1lits o(JO'V~; DOW~ BE nUSOLVED DYnIE llOAlU> OF ])tm:CTORS OF THE 1m I SROllOOCH AREA REGIONAL TRANSIT AUnfOJUTl' THAt: S..,lioll1. The. ~ve D~lOr is aUllIori%cd to CXltDlSlbc contract to A4Va.'lCCd Vei1lcle Systems for applylng22-foot !oU;,IlICIIiWli dutY. bybriUItwlc tra.llsit COtCbes at the odgbW conMCSprieeof S'2A4.5i6.CO foi the Illodel #Avs-n MicrO Tumlne POWered aDd $2<11,610.00 for Ibc =odd 'A VS,!).'2 Diesel pow.tee! vtlliclo&. Scetloll 1. The et:~ve periOd of t!le eoDlnct ~Sioll'c~JJ be fOt ten Jnonth$ belimml: JQIle 4, :Z001. or until ai1cW eoDIRCt is In place, wtiiCh C:vetClllllCl fast. 8eetloa3. The HAiT Executive D\rCCtor is auillorillCCllO do all things 11C<<$saE)' ml.d ztlquired inOfclet to imp1emet:l!..ths ~rms ofth<! llf~ aareemml S~tiolI 4. :Ihls =~ dlall ~ effect \amledillt~ llpCJl its IdopcloD.. l'ASSlm AND AliOPTED BY Tn BOAR!) (;.t" J>JUCTORS OF THE mLI.S>>OROtlGB AR:EA REGIONAL 'l1W'!S1T AUTHORn;Y ON JUNE 4, 2801. . a;,lt /.~J. T. Smidl,Cla--- laud ofDit*1;aon ATTEST, ~d/.~ M1oli'dcl A1var.. Sc(".marf'- " Board 6tDirec:tors 44