Memorandum
City of Lawrence
Public Transit
TO: |
David L. Corliss, City Manager
|
FROM: |
Robert A. Nugent, Public Transit Administrator
|
CC: |
Diane Stoddard, Assistant City Manager
|
Date:
|
November 30, 2009 |
RE: |
Assignment to Purchase Three (3) Hybrid Buses Off of LYNX Contract -$1,800,000 |
Please place the following item on the agenda for the December 15, 2009 City Commission meeting:
Background:
The primary vehicles being used to provide fixed route public transportation service in the City of Lawrence were purchased in 2001. They were Altoona tested and rated as a 10 year or 350,000 mile vehicle. This means that the vehicles can be retired and replaced once they reached either of these thresholds without any remaining federal interest in the vehicle. To date, all of the fixed route vehicles currently being used have reached the 350,000 mile threshold. These vehicles are also experiencing a high level of major component failures in recent years which has increased the cost of operation and diminished the reliability of the service.
In our efforts to acquire vehicles to replace the fleet and continue operation of public transportation we decided to utilize a “piggyback” opportunity from an existing contract. In June 2009 we issued a non-binding letter of intent to the Gillig Corporation to pursue existing contracts that included options for the purchase of vehicles. Gillig was able to locate an option with the Central Florida Regional Transportation Authority (LYNX) located in Orlando, Florida.
Over the last few months we have worked with Gillig to define specific part options that will reduce extra part requirements to our service contractor. This is extremely important in our ongoing efforts to share resources and service between KU and the City. We have also been working with a consultant to develop recommendations for coordinated service between the City and KU. The type and number of replacement vehicles will be a product of their recommendations. Based on preliminary recommendations it was apparent that we would need to purchase, at least, three 40’ vehicles. These three 40’ buses will ultimately be used on higher capacity routes that are combined with KU service. We are already in need of one bus for the joint operation of Route #11 and anticipate the potential need for additional large buses as we continue to work toward combining and/or coordinating services with KU. The remainder of the fleet has yet to be determined but we are anticipating a fleet that can accommodate both high volumes of passengers as well as the flexibility to be used in non-traditional service.
In order to fit into a livable and sustainable community and with guidance from an internal vehicle task force we determined that buses with alternative drive systems would be the best fit for our community. With this in mind, we determined that the hybrid drive system was the obvious choice.
Gillig Hybrid:
The Gillig Hybrid is a variant of the Low Floor model that is powered by a clean diesel hybrid electrical propulsion system. It reduces emissions, saves on fuel and is smoother and quieter than a conventional bus, so it is environmentally and economically responsible while also being passenger and community friendly.
The Gillig Hybrid bus development was started in the early 1990’s and was the result of years of research and testing which included field testing of many alternative fuel technologies (Methanol, Ethanol, Fumigated Ethanol, bio-diesel, CNG, LNG, LPG and Hydrogen fuel cells). The diesel hybrid was chosen as being the most promising new propulsion system with the fewest concerns and the most benefits.
The hybrid drive system is supplied by GM’s Allison Division, and uses the latest parallel drive technology which is more efficient than the traditional series systems. Long life, non-hazardous, and maintenance free NiMH batteries capture and store braking energy and advanced solid state controllers manage and blend power sources to optimize performance and efficiency.
Funding and Cost:
Funding for the purchase of these vehicles will come from the 2009 ARRA Formula allocations. These hybrid buses are approximately $600,000 a unit. The total estimated cost to purchase these three buses is $1,800,000. There is no local match required for ARRA funds.
Action Request:
Staff seeks City Commission approval of this assignment to purchase buses through LYNX contract 09-C05 by authorizing the Mayor’s signature.