September 24, 1998
Ms. Novina Wong
Clerk
City of Toronto
Station 1071, 7th Floor
Metro Hall
55 John Street
Toronto, Ontario
M5V 3C6
Dear Ms. Wong:
At its meeting on Wednesday, September 23, 1998, the Commission considered the attached
report entitled, "Wheel-Trans Vehicle Replacement."
The Commission approved the Recommendation contained in the above report, as listed
below:
"It is recommended that the Commission approve:
1/a $10.1M increase in the current project approval amount of $17.4M for the Wheel-Trans
Vehicle Replacement project, bringing the total to $27.5M; and
2/an increase in the 1998 Operating Budget allocation for purchasing these buses from
$2,000,000 to $2,800,000 due to bus price increases, noting that should it not be possible to
award this contract and make initial payments in 1998, arrangements should be made to place
these funds into contingency for use in 1999; and
3/the award of a contract to Overland Custom Coach Inc. for the supply of 127 accessible low
floor (ELF) buses in the amount of $27,030,966 (including taxes), subject to City Council
approval; and
4/the provision of associated spare parts, test equipment, vehicle maintenance training,
vehicle inspection services and in-house support in the amount of $469,034 (net of GST
rebate); and
5/forwarding this report to the City of Toronto Council for approval of:
a)additional project approval and financing of $10.1M by no later than October 30, 1998 at
which time the bids expire;
b)and an increase of $800,000 in the 1998 Wheel-Trans Operating Budget subject to
successful negotiations with Overland Custom Coach Inc. regarding the delivery of 14 ELF
low floor buses in 1998.
6/forwarding this report to the TTC's Advisory Committee on Accessible Transportation for
information."
The foregoing is forwarded to City of Toronto Council for the necessary action, as detailed in
Recommendation No. 5 of the report, as well as, the TTC's Advisory Committee on
Accessible Transportation for information.
Sincerely,
Vincent Rodo
General Secretary
1-64
Attachment
Copy:Mr. W. Brown, Chair - TTC's Advisory Committee on Accessible Transportation
TORONTO TRANSIT COMMISSIONREPORT NO.
MEETING DATE:September 23, 1998
SUBJECT:WHEEL-TRANS VEHICLE REPLACEMENT
RECOMMENDATION
It is recommended that the Commission approve:
1/a $10.1M increase in the current project approval amount of $17.4M for the Wheel-Trans
Vehicle Replacement project, bringing the total to $27.5M; and
2/an increase in the 1998 Operating Budget allocation for purchasing these buses from
$2,000,000 to $2,800,000 due to bus price increases, noting that should it not be possible to
award this contract and make initial payments in 1998, arrangements should be made to place
these funds into contingency for use in 1999; and
3/the award of a contract to Overland Custom Coach Inc. for the supply of 127 accessible low
floor (ELF) buses in the amount of $27,030,966 (including taxes), subject to City Council
approval; and
4/the provision of associated spare parts, test equipment, vehicle maintenance training,
vehicle inspection services and in-house support in the amount of $469,034 (net of GST
rebate); and
5/forwarding this report to the City of Toronto Council for approval of:
a)additional project approval and financing of $10.1M by no later than October 30, 1998 at
which time the bids expire;
b)and an increase of $800,000 in the 1998 Wheel-Trans Operating Budget subject to
successful negotiation with Overland Custom Coach Inc. regarding the delivery of 14 ELF
low floor buses in 1998.
6/forwarding this report to the TTC's Advisory Committee on Accessible Transportation for
information.
FUNDING
The 1998-2002 Wheel-Trans Service Plan assumed flatlined funding of $38.2M per year in
order to meet projected trip demand and to partially fund the procurement of new accessible
buses to replace the Orion II fleet.
It was estimated that a total of $17.4M would be required over the five year period to replace
the fleet with $14.0M to be provided from the Wheel-Trans Operating Budget and the balance
of $3.4M to be provided from the Commission's 1998-2002 Capital Program. The funding
details of the 1998-2002 plan are shown in Table 1.
Table 1
1998-2002 Wheel-Trans Service Plan
($ Millions)
|
1998 |
1999 |
2000 |
2001 |
2002 |
Total |
Operating Budget |
38.2 |
38.2 |
38.2 |
38.2 |
38.2 |
191.0 |
Service Requirements |
36.2 |
35.8 |
35.1 |
35.1 |
34.8 |
177.0 |
Operating Funds available
for Vehicle Replacement |
2.0 |
2.4 |
3.1 |
3.1 |
3.4 |
14.0 |
Capital Funds available
for Vehicle Replacement |
-- |
1.7 |
1.0 |
0.7 |
-- |
3.4 |
Total Funds available for
Vehicle Replacement |
2.0 |
4.1 |
4.1 |
3.8 |
3.4 |
17.4 |
Based on a tender call, we now know that the cost to replace the Orion II Fleet with low floor
buses has significantly increased from $17.4M to $27.5M resulting in a requirement for an
additional $10.1M in operating funds.
Table 2
Vehicle Replacement Costs
($ Millions)
|
1998 |
1999 |
2000 |
2001 |
2002 |
Total |
Current Estimate |
2.8 |
6.2 |
6.4 |
6.7 |
5.4 |
27.5 |
Original Estimate* |
2.0 |
4.1 |
4.1 |
3.8 |
3.4 |
17.4 |
Additional Operating
Funds Required |
0.8 |
2.1 |
2.3 |
2.9 |
2.0 |
10.1 |
*Includes Capital Funds of $3.4M ($1.7M in 1999, $1.0M in 2000 and $0.7M in 2001)
BACKGROUND
In 1997, the Task Force on Accessible Transit presented a Five Year Service Plan that was
adopted by Metro Toronto and the Commission. That Plan identified the need to replace the
aging fleet of Orion buses as they were approaching the end of their design life, are expensive
to maintain, and increasingly unreliable. The Task Force concluded it would not be cost
effective to refurbish the old Orion buses.
As per the Task Force's recommendation, a test of new low floor and lift-equipped buses was
completed earlier this year. One low floor and two lift-equipped specialized buses were tested
in service to consider factors such as vehicle reliability, maintenance and fuel costs, ride
comfort, passenger safety, and scheduling constraints as well as the accommodation of
various mobility devices. Wheel-Trans customers assisted Commission staff in the evaluation
of the test buses. These vehicles were also viewed at a Wheel-Trans Open Forum and
examined by the Advisory Committee on Accessible Transportation (ACAT). Members of
ACAT assisted in the evaluation of each vehicle type.
From an Operator, scheduling, and maintenance perspective, both vehicle types were
considered acceptable. However, Wheel-Trans customers and members of ACAT preferred
the low floor design because of the superior ride quality, safety, security, and ease of entry
and exit. Some customers were so concerned about their safety and comfort on lift-equipped
buses that they requested trips only on low floor buses. This latter issue could be alleviated
through increased customer familiarity with lift-equipped vehicles and additional Operator
assistance in the shorter term.
Other concerns raised about the lift-equipped buses included scheduling constraints due to
relocating wheelchairs and scooters when the bus was filled to capacity, as well as longer
loading and unloading times. In addition, some customers were concerned about lift devices
being able to accommodate large motorized scooters. While these concerns did not manifest
themselves as significant delays to service, the test would suggest that lift-equipped buses are
less adaptable and flexible with regard to quickly and efficiently handling large mobility
devices and serving peak demand during core service hours.
DISCUSSION
As a result of this test, both types of vehicles are considered acceptable for Wheel-Trans
service. In addition, the test identified areas to be addressed in the current accessible vehicle
specifications such as safety systems for ramps and lifts, improved ride quality, better interior
layout and access to doors, improved seating, better lighting and visibility, an alternate
emergency exit on lift-equipped buses and upgraded major mechanical components to
improve vehicle reliability and achieve cost efficiencies.
On June 30, 1998, a Request for Proposals to supply 127 specialized accessible lift-equipped
and low floor vehicles over a five year period was publicly advertised in the Globe and Mail
and 14 companies were issued notifications. Optional prices were requested for the delivery of
50 additional buses, a best continuous vehicle delivery, and a $2.0M prepayment in late 1998.
A total of eight companies picked up the Request for Proposals and four proposals were
received for the supply of lift-equipped buses and two proposals offered for the supply of low
floor buses. Appendix 'A' summarizes the proposals for the supply of 127 buses of each type
and the optional prices for the delivery of an additional 50 buses.
Based on a preliminary analysis to establish the cost benefit of proceeding with the
aforementioned pricing options, staff concluded that insufficient benefit existed to pursue the
prepayment option as proposed. Discussions are continuing with the manufacturer to secure a
more advantageous discount in return for an advance payment. Staff are continuing to
evaluate the continuous delivery option both from a cost benefit and operational perspective.
If this option is determined to be more beneficial then staff will report to the Commission at
the next meeting.
Lift-Equipped Buses
Overland Custom Coach Inc. (Overland) submitted the lowest priced proposal for a
lift-equipped bus (El Dorado National Aertech Model 240). However, they stated several
exceptions such as a reduced vehicle design life, limited warranty, limited access to
wheelchair positions, and overall vehicle height. Therefore Overland's proposal is considered
both commercially and technically non-compliant.
The second lowest price proposal was offered by Capital Bus Sales (Capital) for their Corbeil
bus. However, Capital stated several exceptions including a limited warranty, limited random
wheelchair access, and an inability to meet all the Provincial/Federal regulatory requirements
at this time. Therefore Capital's proposal is considered both commercially and technically
non-compliant.
Leeds Bus Sales Limited (Leeds) offered the only commercially and technically acceptable
proposal for the supply of lift-equipped buses. The Girardin MB IV bus was offered. Their
submission was qualified in that the Girardin MB IV has a five year service life. However,
they met the specified seven year structural warranty (including chassis) and as a result this
qualification is considered technically and commercially acceptable.
Low Floor Buses
Overland Custom Coach (Overland) submitted the lowest price proposal for their ELF low
floor bus. The only notable exception was a service life of five years or 200K miles. However,
Overland did comply with the specified seven year structural warranty and offered an
extended warranty exceeding the specified requirements of the overall bus, engine and
transmission. Therefore Overland's proposal is considered both commercially and technically
acceptable.
Orion Bus Industries (Orion) submitted an alternative proposal to lease 127 Orion II low floor
buses over a seven year term at $3,703 per month or a nine year term of $3,139 per month.
Based on a net present value analysis, the cost to lease these buses from Orion is higher than
the purchase cost for the ELF buses. Also, Orion did not comply with various warranty
provisions and therefore their proposal is considered commercially non-compliant.
Wheel-Trans has gained considerable experience with an earlier model low floor ELF bus
which has been in revenue service since 1993. This test of the new low floor (ELF) bus in
1998 confirmed earlier assessments that this vehicle has the overall design and capacity
necessary to meet the growing demand for Wheel-Trans service. In fact, the Task Force on
Accessible Transit had used the previous model low floor ELF bus as a benchmark vehicle in
their analysis as it was recognized as having the advantage of lower maintenance cost than the
Orions and the capacity to meet Wheel-Trans demand.
Over the Five Year Vehicle Replacement period, the 127 low floor ELF buses plus associated
spare parts, test equipment, vehicle maintenance training, vehicle inspection services and
in-house support will cost approximately $27.5M. These low floor buses are more expensive
than the lift-equipped buses ($16.6M) and rebuilt Orion buses ($26.0M). With regard to the
rebuilt Orions, the significant ongoing operating cost advantage of the low floor (ELF) buses
negates the additional capital costs as compared to rebuilt Orion buses.
Based upon testing both lift-equipped and low floor buses, staff consider both vehicles
appropriate for Wheel-Trans service. However, customers have indicated a distinct preference
for low floor technology, in particular they appreciate the ease of entry and exit from the bus
as well as the ride quality. This preference for low floor technology, combined with the
increased flexibility of low floor buses in meeting the additional demand during peak service
periods, prompted staff to not pursue the purchase of lift-equipped vehicles even though the
procurement of these vehicles would have allowed us to remain within the original vehicle
replacement budget ($17.4M). Appendix 'B' outlines the total project funding required for
each of the Orion vehicle replacement options considered; namely rebuilt Orions, the Girardin
MB IV lift-equipped bus, and the low floor (ELF) bus as compared to the Operating and
Capital funding provided for in the Five Year Plan.
Due to the increased cost of low floor (ELF) over what was projected last year, the $2.0M
provided for in the 1998 Operating Budget for purchasing 14 replacement buses must be
increased to $2.8M. Neither the Overland or Leeds proposals provided for delivery of buses in
1998. If Overland is unable to deliver buses this year, staff recommends approval to carry
over these operating budget funds for the purchase of the 14 buses in 1999.
JUSTIFICATION
Approval to purchase 127 ELF low floor buses from Overland will allow for the scheduled
replacement of Orion buses over the five year period 1998-2002 resulting in decreased
maintenance costs and increased vehicle reliability. The replacement program will allow the
Commission to provide a quantity and quality of service required and expected by our
customers. Continuing without the vehicle replacement program will result in further
maintenance cost increases as well as continuing deterioration of vehicle performance and
customer dissatisfaction.
- - - - - - - - - - - -
September 18, 1998
Appendices A, B
APPENDIX 'A'
|
127 LIFT-EQUIPPED BUSES |
127 LOW FLOOR BUSES
|
Proponent |
Overland
(Thorndale) |
Capital
(Whitby) |
Leeds
(Elgin) |
Pearson
(Brantford) |
Overland
(Thorndale)
|
Orion
(Mississauga) |
|
|
|
|
|
|
7 Year Term
$3,703/month |
9
Year
Term
$3,139/month
|
Total Price
for 127
Buses
|
$13,187,790.17 |
$12,597,579.01 |
$16,482,420.67 |
$17,029,430.00 |
$27,030,965.84 |
$42,268,856 |
$46,068,341 |
Total Price
- 50
Optional
Buses in
2003*
|
$ 5,952,108.50 |
Not Offered |
$
7,269,492.00 |
$
5,495,846.00 |
$12,161,063.00 |
Not Offered |
Not
Offered |
* Open for acceptance for the duration of the contract
APPENDIX 'B'
FIVE YEAR BUS PURCHASE OPTIONS
TABLE 1: FIVE YEAR BUS PURCHASE PLAN
(1998-2002 CAPITAL PROGRAM)
|
1998 |
1999 |
2000 |
2001 |
2002 |
TOTAL |
Number of New
Buses |
14 |
30 |
30 |
28* |
25* |
127 |
Current Operating
Funding Available |
$2.0M |
$2.4M |
$3.1M |
$3.1M |
$3.4M |
$14.0M |
Current Capital
Funding Available |
- |
$1.7M |
$1.0M |
$0.7M |
- |
$ 3.4M |
Total Funding
Required |
$2.0M |
$4.1M |
$4.1M |
$3.8M |
$3.4M |
$17.4M |
*Actual deliveries to be 30 in 2001 and 23 in 2002.
TABLE 2: IMPACT OF REBUILDING ORION BUSES
|
1998 |
1999 |
2000 |
2001 |
2002 |
TOTAL |
Total Funding
Required |
- |
$4.4M |
$6.5M |
$7.2M |
$7.9M |
$26.0M |
TABLE 3: IMPACT OF LEEDS LIFT-EQUIPPED BUSES