SUBJECT: CONTRACT C080S, HOIST REPLACEMENT AT BUS MAINTENANCE DIVISIONS 3, 5, 9, 10, AND 18, PETERSON HYDRAULICS AND ROTARY LIFT, A JOINT VENTURE

Similar documents
P2000 RAIL CAR AUXILIARY INVERTERS

ACTION: ESTABLISH LIFE-OF-PROJECT BUDGET FOR UP TO 100 NEW COMPO BUSES

APPROVE CONTRACT MODIFICATION AWARD

AWARD CONTRACT FOR LINE BREAKERS

Metro OPERATIONS COMMITTEE JANUARY 20,201 1 SUBJECT: CNG ENGINE OIL AWARD CONTRACT FOR CNG ENGINE OIL RECOMMENDATION

COMPRESSED NATURAL GAS (CNG) BUS ENGINES

Tel metro. net

35 One Gateway Plaza Los Angeles, CA

SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE JULY 17, 2014 PURCHASE OF HYBRID SEDANS APPROVE CONTRACT AWARD ACTION: RECOMMENDATION

Los Angeles County One Gateway Plaza q.200n Tpl Metropolitan Transportation Authority Los Angeles, CA metro.4 I

One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA EXECUTE CONTRACT MODIFICATIONS FOR BUS INSPECTION SERVICES

APPROVE VANPOOL VEHICLE SUPPLIER BENCH CONTRACTS

Metro. Board Report. SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE MAY 21, 2015 SUBJECT: PURCHASE OF MID-SIZE SUVs

City Council Report. Mayor and City Council

MOTION NO. M Purchase of Thirty-two Double Deck Buses for Increased Passenger Capacity, Bus Replacement and Service Expansion

MEETING: DATE: TYPE OF ACTION: STAFF CONTACT: Recommend to Board. Final Action

ORANGE COUNTY TRANSPORTATION AUTHORITY. Agreement to Purchase Compressed Natural Gas Articulated Buses. Staff Report

One Gateway Plaza Mctropoliin Tknsmon Authority Los Angeles, CA OP , SOUTH REGION CONTRACT BUS SERVICES MV TRANSPORTATION, INC.

STAFF REPORT ACTION REQUIRED

MOTION NO. M Purchase of Thirty-one Articulated Hybrid Diesel Expansion and Replacement Buses

Metro. Board Report CONTRACT OP29199, BYD BATTERY ELECTRIC ARTICULATED TRANSIT BUSES AND CHARGING EQUIPMENT FOR DEPLOYMENT ON THE METRO ORANGE LINE

TORONTO TRANSIT COMMISSION REPORT NO.

Metro REVISED SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE OCTOBER 16, 2014 SUBJECT: ALTERNATORS AWARD CONTRACT FOR ALTERNATORS RECOMMENDATION

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

Russell Thompson, Public Works Director Michael Hanlon, Principal Engineering Technician

Washington Metropolitan Area Transit Authority

Metro Met~pont.. T~"''""'"'' Aothority

v Deborah Flint - Chief ecutive e, ficer

CITY OF LOS ANGELES DEPARTMENT OF AIRPORTS

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

Board of Directors authorization is required for all goods and services contracts obligating TriMet to pay in excess of $500,000.

Crenshaw/LAX Transit Corridor. Transit Coalition Meeting June 26, 2012

The Regional Municipality of Halton. Chair and Members of the Planning and Public Works Committee

Committee Report. Transportation Committee For the Metropolitan Council meeting of November 29, Business Item No

The Director, Purchasing and Materials Management recommends that:

MOTION No. M Purchase of Five 40-foot Buses PROPOSED ACTION

ARLINGTON COUNTY, VIRGINIA. County Board Agenda Item Meeting of November 18, 2017

6 York Region Transit (YRT/Viva) On-board Security Camera System Upgrade Contract Award

Contract Awards for Tender Calls and for the Construction of Works Associated with the City's Basement Flooding Protection Program

Minnesota Avenue Station Parking Garage Repair Project

Targeted Group Business and Veteran- Owned Small Business Programs

2018 American Zero Emission Bus Conference INNOVATIVE CLEAN TRANSIT PROPOSED REGULATION

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

MEETING DATE: October 9, 2015 ITEM 7. Authorize Expenditure of Funds and Contract Actions to Support Locomotive Lease from BNSF Railway Company

DATE: June 12,2007 CONSTRUCTION AND MAINTENANCE CONTRACTS AND PURCHASING

Board 8/24/2017 Final Action Bonnie Todd, Executive Director of Operations Martin Young, Commuter Rail Manager

AGENDA INTERCITY TRANSIT AUTHORITY WORK SESSION January 20, :30 P.M. 1) APPROVAL OF AGENDA 1 min.

RFP No. P3010 New l.i ght Rail Vehicles

congestion management program

CITY OF SIMI VALLEY MEMORANDUM

One Gateway Plaza Los Angeles, CA

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

Vehicle Replacement Policy - Toronto Police Service

4 YORK REGION TRANSIT COMPUTER AIDED DISPATCH/AUTOMATIC VEHICLE LOCATION SYSTEM FOR CONVENTIONAL TRANSIT BUSES - UPDATE

ADVANCED TRANSIT VEHICLE CONSORTIUM Los Angeles County Metropolitan Transportation Authority One Santa Fe Ave., MS , Los Angeles, CA 90012

STAFF REPORT ACTION REQUIRED

MOTION NO. M Light Rail Vehicle Oil-less Rotary Scroll Air Compressor Upgrade PROPOSED ACTION

The Regional Municipality of York. Purchase of Six Battery Electric Buses

To: Honorable Public Utilities Board Submitted by: /s/ Rebecca Irwin Interim AGM Customer Resources. From: Kelly Birdwell Approved by: /s/

Report for Action. Wilson Bus Garage - Upgrades. Summary. Date: March 20, 2018 To: TTC Board From: Chief Capital Officer

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

TORONTO TRANSIT COMMISSION REPORT NO.

SUBJECT: PARTIAL AWARD INVITATION TO BID NO

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet

Page 1 of 6 ADDENDUM NO. 1. January 11, Shuttle Bus Service RFP # H General

Thursday, August 15, 2013 MINUTES

Greater Cleveland Regional Transit Authority

TORONTO TRANSIT COMMISSION REPORT NO.

Transit Project Delivery Status Report. Significant Issues

Washington Metropolitan Area Transit Authority Recommended Contracting Actions For Up To 217 Hybrid Electric & Clean Diesel Buses

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.

City of Grand Island Tuesday, October 23, 2012 Council Session

FORTISBC INC. PRUDENCY REVIEW KETTLE VALLEY SUBSTATION EXHIBIT A2 5

Fund and 2015 revenue bonds Est. State and Local Taxes: $2,810,000

QUEENS LIBRARY BUILDINGS AND GROUNDS COMMITTEE THURSDAY, DECEMBER 21, Central Library Merrick Blvd., Jamaica, NY AGENDA

Targeted Group Business and Veteran- Owned Small Business Programs

Request for Proposal for Trolley Security Services

Public Works and Infrastructure Committee. Director, Purchasing and Materials Management General Manager, Transportation Services

Creative Bus Dba Getaway Bus REPRESENTING New England Wheels

Public Works Department

Memorandum. This memorandum requires Board action. EXECUTIVE SUMMARY

US 29 Bus Rapid Transit Planning Board Briefing. February 16, 2017

Provision of Proprietary Software Licences and Maintenance from Innovyze Inc. for Hydraulic Modelling and Asset Management

Too Good to Throw Away Implementation Strategy

Greater Cleveland Regional Transit Authority

NOTICE OF REGULARLY SCHEDULED BOARD MEETINGS

RLY AGENDA REPORT. Meeting Date: January 22, 2018 Item Number: E 9 To: From:

Final Report. Hollywood Street Services Yard CNG Fueling Station. City of Los Angeles Department of General Services

Director of Finance & Administrative Services

Exhibit A Sound Transit Board Resolution R Selecting the bicycle, pedestrian, and parking access improvements to be built for the Puyallup

1 YORK REGION TRANSIT EXTENSION OF EXISTING DIAL-A-RIDE PILOT PROJECT AND STOCK TRANSPORTATION SCHOOL BUS CONTRACTS

REPORT TO THE CHIEF ADMINISTRATIVE OFFICER FROM THE DEVELOPMENT AND ENGINEERING SERVICES DEPARTMENT COMPRESSED NATURAL GAS TRANSIT FLEET UPDATE

PROGRESS ON BUDGET THEMES AND PERFORMANCE METRICS RECEIVE AND FILE PROGRESS REPORT ON BUDGET THEMES AND PERFORMANCE METRICS

Mobility Corridor Updates. Transit & Active Transportation Projects

congestion management program

Invitation for Bid Y PD

Muni Forward: Get On Board! Siemens S200 SF Light Rail Vehicle

Date: November 13, Board of Directors. Neil McFarlane

TOTAL PROPOSED CONTRACT PRICE Ring Power Corporation $4,875,951

DART Priorities Overview

Transcription:

æ Metro Metropolitan Transportation Authority One Gateway Plaza Los Angeles, CA 9 012-2952 3~ 213-922.2000 Tel metro. net OPERATIONS COMMITTEE NOVEMBER 15, 2007 SUBJECT: CONTRACT C080S, HOIST REPLACEMENT AT BUS MAINTENANCE DIVISIONS 3, 5, 9, 10, AND 18, PETERSON HYDRAULICS AND ROTARY LIFT, A JOINT VENTURE ACTION: AUTHORIZE MODIFICATIONS TO CONTRACT NO. C080S FOR AN AMOUNT NOT-TO-EXCEED $900,000 RECOMMENDATIONS A. Approve Contract Modification Authority to Contract No. C0805, Hoist Replacement at Bus Maintenance Divisions 3, 5, 9, 10, and 18 with Peterson Hydraulics Inc. and Rotary Lift, a Joint Venture in the amount of $900,000; and B. Authorize the Chief Executive Offcer to execute contract modifications to Contract No. C0805, to provide replacement hoists at bus maintenance facilities, for an amount not to exceed $900,000, allowing a potential increase to the Total Contract Value from $2,998,765 to $3,898,765. RATIONALE On January 25,2007, the CEO approved a contract award to Peterson Hydraulics Inc. and Rotary Lift, a Joint Venture for $2,998,765 to replace a total of 19 existing in-ground hoist assemblies at five bus maintenance facilities. All of the hoists to be replaced were over 20 years in age. Furter, leaks had developed in the hydraulic systems of these hoists, and in some cases, the equipment had become inoperable. These conditions have caused ineffciencies to bus maintenance functions, high liability due to subsurface environmental contamination and an increase in operating costs due to heavy hydraulic fluid usage. The contract includes installation of two-post hoists for maintenance of 40 foot and 45 foot buses, and installation of three post hoists for 60 foot articulated buses. Construction activities for the base contract are currently ongoing and are approximately 45% complete as of the date of this report. All of the base contract work was funded by Capital Project 202007 In-Ground Bus Hoist Replacement, a project which wil be completed and closed out upon satisfactory completion of the base contract work. There is now a current need to furnish additional hoist sets to accommodate articulated buses and future facility modifications, which wil be the first hoist replacements conducted under Capital Project 202203 In-Ground Bus Hoist Replacement Phase II. In order to on N o~

complete these hoist replacements prior to planned facilty upgrades and articulated bus deployments, staff is requesting contract modification authority (CMA) in the amount of $900,000 to allow the existing contractor for the Phase I work to begin work on the Phase II project. The requested CMA amount also includes authority to re-route underground piping and conduits if required as underground work proceeds. The additional CMA wil cover the following:. Division 3: The recently completed Division 3 Master Plan requires that four additional hoist sets be installed to accommodate facilty modifications. Staff recommends that the most efficient and cost-effective means to install these four additional hoists is to use the existing contractor and modify the base contract. The scope of this work is included in the Phase II hoist project approved by the Board in the FY08 budget. Division 9: Division 9 is scheduled to receive articulated buses in June 2008 and it is now necessary to change the lifts to three-post lifts which can be used to maintain articulated buses. The scope of this work is included in the Phase II hoist project approved by the Board in the FY08 budget.. Divisions 3/5/9/10/18: The likelihood of encountering underground piping and unforeseen subsurface conditions is high when conducting this tye of subsurface work, and it is reasonable to assume piping and unforeseen conditions may be encountered as these additional hoists are installed. The additional CMA wil allow staff to re-route underground piping and electrical conduits if they are encountered during installation of the hoist replacement work. Summaries of the procurement history on this contract are included in Attachment A. IMPACTS TO OTHER CONTRACTS Approval of this action wil have no impact on other contracts. FINANCIAL IMPACT The funding for this action is included in the FY08 Budget in Cost Center 3341, Facilities under Capital Project No. 202203, In-Ground Bus Hoist Replacements Phase II, Line Item 53101. Approval of this action is within the Board approved life-of-project budget. ALTERNATIVES CONSIDERED The Board of Directors may choose to not authorize the contract modification authority. However, this alternative is not recommended, since rejection of the contract modification authority would result in additional procurement costs and delay in the provision of hoists that are required for facility modifications and the deployment of articulated buses. In addition, the Peterson Hydraulics based contract already has unit rates for hoists which would apply to the contract modifications, and they are the only approved vendor of Rotary Hoist Replacement at Bus Maintenance Divisions 3, 5, 9,10 and 18 2

Lifts in the region. Further, staff would be unable to respond to unforeseen conditions and subsurface conduits that may be experienced during installation of the additional hoists. ATTACHMENTS A. Procurement Summary A-1. Procurement History A-2. List of Subcontractors B. Contract Modification Log Prepared by: Frank Foster, Senior Contract Administrator Tim Lindholm, Director of Capital Projects, Facilities-Operations Hoist Replacement at Bus Maintenance Divisions 3, 5, 9,10 and 18 3

ca~ J~ Chief Operations Officer ~. Chief Executive Offcer Hoist Replacement at Bus Maintenance Divisions 3, 5, 9, 10 and 18 4

BOARD REPORT ATTACHMENT A PROCUREMENT SUMMARY HOIST REPLACEMENT AT BUS MAINTENANCE DIVISIONS 3, 5, 9, 10, AND 18 1. Contract Number: C0805 2. Recommended Vendor: Peterson Hydraulics Inc. and Rotary Lift, A Joint Venture 3. Cost/Price Analysis Information: A. Bid/Proposed Price: $2,998,765 I Recommended Price: $2,998,765 4. Contract Type: Firm Fixed Price 5. Procurement Dates: A. Issued JulY 28,2006 B. Publicized: July 31 and August 06,2006 C. Pre-proposal Conference: August 14, 2006 D Proposals Due: September 14, 2006 E. Pre-Qualification: November 08,2006 F. Conflict of Interest Form Submitted to Ethics: December 22,2006 6. Voluntary Anticipated Level of Participation (V ALP): A. V ALP Proposal Goal: Date V ALP Evaluation Completed: Ten Percent (10%) MBE January 11, 2007 Five Percent (5%) WBE Voluntary Anticipated Level of Participation (VALP): 12.27% Details are in Attachment A-2 7. Invitation for Bid/Request for Proposal Data: Notifications Sent: Bids/Proposals Picked up: Bids/Proposals Received: N/A N/A September 14,2006 8. Evaluation Information: A. Bidders Name: Bid! proposal Amount: Best and Final Offer 1. Peterson Amount: Hydraulics & Rotary Lifts a JV. $2,998,765 N/A 2. Metro Builders Inc. N on- Responsive B. Evaluation Methodology: Lowest Bidder 9. Protest Information: N / A A. Protest Period End Date: N / A B. Protest Receipt Date: N/A C. Disposition of Protest Date: N / A 10. Contract Administrator: Telephone Number: Frank Foster 922-3716 11. Project Manager: Telephone Number: Andi Wang 922-4722 Hoist Replacement at Bus Maintenance Divisions 3, 5, 9, 10 and 18 5

BOARD REPORT ATTACHMENT A-I PROCUREMENT HISTORY HOIST REPLACEMENT AT BUS MAINTENANCE DIVISIONS 3, 5, 9, 10, AND 18 A. Background on Contractor Peterson Hydraulics Inc., (PHI) located in Gardena; California has been in business for 20 years, and Rotary Lift (RL) located in Madison, Indiana has been in business for 75 years. They are a joint venture (TV) for this contract. PHI/RL have successfuly provided heavy duty lifts to Metro, the Orange County Transit Authority, Antelope Valley Transit, Foothil Transit facility, and The City of Los Angeles Department of General Services. RL has supplied PHI with hydraulic equipment installed throughout Metro Bus Divisions. The relationship shared by PHI and RL continues to this day with the Metro Hoist Replacement Project at Bus Maintenance Divisions 3, 5,9, 10 and 18. The Performance of PHI and RL under contract C0805, awarded January 2007 has been satisfactory to date. B. Procurement Background Contract No. C0805, Hoist Replacement at Bus Maintenance Divisions 3, 5, 9,10 and 18, is a Capital Project approved by the Board on January 25,2007. A firm fixed price contract, Contract No.C0805, was awarded to Peterson Hydraulics Inc., /Rotary Lift, a joint venture, the lowest responsive and responsible competitive bidder, for a total contract price of $2,998,765. The scope of work required the contractor to design and furnish all labor material and Equipment necessary to remove all existing hoist/lift systems, their related accessories and underground structues, and replace with new adjustable, self contained 2-post, 3-post or parallelogram hoist systems. During excavation for the new hoists, there is a high likelihood that unforeseen field conditions related to underground electrical conduits and mechanical ducts could be encountered which wil interfere with the installation work. The underground utility information was not disclosed during the bid process due to unavailability of accurate as-built drawings. Utilty relocation work, if needed, wil require an out-of.scope change. Operations maintenance determined that leaks have developed in two post hydraulic hoist systems, and in some cases the equipment has become inoperable at Division 3. The hoist systems must be replaced. Division 9 is scheduled to receive articulated buses in June 2008. It is necessary to change the new lifts from 2-post lifts to 3-post lifts that can be used to maintain articulated buses. Based upon the possibilty of Hoist Replacement at Bus Maintenance Divisions 3, 5, 9, 10 and 18 6

unforeseen conditions and the need for new additional hoists, a contract modification authority amount of $900,000 is appropriate to complete the remaining divisions. C. Evaluation of Proposals Wil be evaluated upon receipt D. Cost/Price Analysis Explanation of Variances Once estimates have been received on all change notices, staff wil complete the cost analysis and negotiate the changes at a fair and reasonable price in compliance with Procurement Policies and Procedures. Hoist Replacement at Bus Maintenance Divisions 3, 5, 9, 10 and 18 7

BOARD REPORT ATTACHMENT A-2 LIST OF SUBCONTRACTORS HOIST REPLACEMENT AT BUS MAINTENANCE DIVISIONS 3, 5, 9, 10, AND 18 PRIME CONTRACTOR: PETERSON HYDRAULICS INC AND ROTARY LIFT JV Voluntary Anticipated Level of Participation (V ALP): Subcontractor's Name Commitment Weaver Electric 9.04% G & F Concrete Cutting 3.23% Total V ALP-Commitment 12.27% Comments: Bidders responsiveness to the MBE V ALP and WBE established for this project is strictly voluntary. Hoist Replacement at Bus Maintenance Divisions 3, 5, 9, 10 and 18 8

Contract Modification Log Contract C080S (Hoist Replacement at Divisions 3, 5,9, 10, and 18) ATTACHMENT B Division Description of Change Rough Order Justification Magnitude Cost 3 Add replacement of $550,000 This contract requires replacement of four four 2-post hoists existing hoists. However, the leaks have developed in the hydraulic systems of these hoists, and in some cases the equipment has become inoperable. Staff recommends installng the additional hoists by modifying the existing contract. 9 Replace 2-post hoists $150,000 This contract requires replacement of two with 3-post hoists existing hoists that are used to maintain standard buses. Since this division is scheduled to receive artculated buses in June 2008, it is necessary to change the new lifts to three-post lifts that can be used to maintain articulated buses. 3,5,9, Re-route existing $200,000 Due to the nature of this tye of subsurface 10,18 electrical conduits that work, there is a high possibility that interfere with the new additional underground piping conduits lift excavation could be encountered during the excavation of the new hoists. Contract adjustments may need to be made during construction to reroute the piping if encountered. TOTAL $900,000 Hoist Replacement at Bus Maintenance Divisions 3, 5, 9.10 and 18 9