AWARD CONTRACT FOR LINE BREAKERS

Similar documents
COMPRESSED NATURAL GAS (CNG) BUS ENGINES

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

P2000 RAIL CAR AUXILIARY INVERTERS

Tel metro. net

APPROVE CONTRACT MODIFICATION AWARD

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

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

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

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

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

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

APPROVE VANPOOL VEHICLE SUPPLIER BENCH CONTRACTS

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

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

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

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

Targeted Group Business and Veteran- Owned Small Business Programs

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

7000 Series Railcar Program Overview

v Deborah Flint - Chief ecutive e, ficer

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

C. Factory Motor Parts for line item 9 (Spin On Fuel CNG Filter) for a total contract value of $261,971, inclusive of sales tax, and

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

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

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

Targeted Group Business and Veteran- Owned Small Business Programs

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

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

Greater Cleveland Regional Transit Authority

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

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

Washington Metropolitan Area Transit Authority

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

City Council Report. Mayor and City Council

Customer Services, Operations, and Safety Committee Board Information Item III-E May 13, 2010 Bus Fleet Plan

TORONTO TRANSIT COMMISSION REPORT NO.

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

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

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

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

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

One Gateway Plaza Los Angeles, CA

AGENDA STAFF REPORT FISCAL YEAR FLEET REPLACEMENT

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

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

STAFF REPORT ACTION REQUIRED

STAFF REPORT ACTION REQUIRED

SUBJECT: PARTIAL AWARD INVITATION TO BID NO

Proposed FY Capital Improvement Program (CIP) March 5, 2018 Capital Planning Committee 1

# RFP Heavy Equipment # RFP Paving Equipment # RFP Tractor & Mowing Equipment Maintenance & Repair Services

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

Solar-Wind Specific Request for Proposals

CITY OF LOS ANGELES DEPARTMENT OF AIRPORTS

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

Customer Services, Operations, and Safety Committee Board Information Item III-D May 13, 2010 Rail Fleet Plan

From: Arthur Canafe, P.E. Approved by: /s/ General Manager

TORONTO TRANSIT COMMISSION REPORT NO.

congestion management program

Request for Assistance (RFA)

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

Invitation for Bid Y PD

Fleet Sustainability Policy

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

Request for Information (RFI) from Potential Bidders

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

Vehicle Replacement Policy - Toronto Police Service

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

Solano County Transit

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

The Director, Purchasing and Materials Management recommends that:

Form Revised: February 2005 TORONTO TRANSIT COMMISSION REPORT NO. MEETING DATE: August 30, SUBJECT: Scarborough Rt Strategic Plan

BEFORE THE GUAM PUBLIC UTILITIES COMMISSION ) ) ) ) ) ) ) ) ORDER INTRODUCTION

Audit Follow-up. Fleet Fuel Operations (Report #0801, Issued October 18, 2007) As of March 31, Summary. Report #0811 June 20, 2008

AGENDA ITEM C3. RECOMMENDATION: Approve Contract No with Lavandera Electrical

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

TORONTO TRANSIT COMMISSION REPORT NO.

NOTICE OF REGULARLY SCHEDULED BOARD MEETINGS

Toronto Parking Authority Fleet Vehicle Replacement

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/09/004 DATE: 18/01/2009

M E T R O P O L I T A N W A S H I N G T O N A I R P O R T S A U T H O R I T Y

Capital Needs Assessment Riders Advisory Council July2, 2008

CITY OF SIMI VALLEY MEMORANDUM

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

Alternatives to an Open Competitive Commercial Collection Program Presented by Robert Craggs RAM/SWANA Conference

TORONTO TRANSIT COMMISSION REPORT NO.

Non Revenue Fleet Purchases

MEMORANDUM. Proposed Town of Chapel Hill Green Fleets Policy

ENERGY MANAGEMENT AT COOPER TIRE

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

Commuter Rail Vehicle Technology Analysis

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

The bid from Modern Chevrolet was the lowest responsive, responsible bidder with a bid of $37, Attachments: Proposal/bid tab sheet RFP

MSRC CLEAN TRANSPORTATION FUNDING LOCAL GOVERNMENT PARTNERSHIP

Balancing the Transportation Needs of a Growing City

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY. IFB NO: 2018-FP-08 Date Issued: August 6, 2018

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

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

Transcription:

@ Metro Metropolitan Transportation Authority 45 One Gateway Plaza 213.922.2000 Los Angeles, CA 90012-2952 metro.net OPERATIONS COMMITTEE JULY 16,2009 SUBJECT: LINE BREAKERS ACTION: AWARD CONTRACT FOR LINE BREAKERS RECOMMENDATION Authorize the Chief Executive Officer to award a firm fixed price contract under Bid No. 09-0030 to Eaton Corp., the lowest responsive and responsible bidder, for 10 Line Breakers for an amount not to exceed $299,000. RATIONALE The Metro Red Line (MRL) fleet has reached its mid-life overhaul life-cycle period. Because of the fleet's age, the fleet needs to be rehabilitated to current industry configurations that are necessary to avoid disruptions in service. The projected and planned useful revenue life of the MRL heavy rail vehicles is thirty years provided there is a sustained and on-going maintenance program to repair andlor upgrade all operating and safety systems to ensure adequate performance, passenger comfort, and passenger safety. The line breaker is one of the critical components in the MRL rail car that must be renovated in order to ensure the car continues to operate at peak performance. The line breaker is an electro-mechanical device which supplies power to the traction motor. It also provides overload protection of the traction motor power circuit. To facilitate the overhaul of line breakers for the entire fleet, the ten new line breakers under this procurement are needed to serve as replacement spares as the existing line breakers are cycled out of the cars and sent out for renovation. FINANCIAL IMPACT The funding of $4,166,728 for this procurement is included in the FYI0 budget in Rail cost center 3960, Transit Services Engineering under project number 206034 (Heavy Rail Mid-life Overhaul), Line Item 50316, Professional Services. In FY09, there were no expenditures for MRL line breakers.

Financial Impact to Bus and Rail Operating and Capital Budget The funding for this acquisition will come from the Proposition A 35% Rail Funds. These funds are eligible to be used for rail operating and capital projects. No other sources of funds were considered for this procurement because the LRTP has designated Prop A 35% for all rail rehab projects. By proceeding with the purchase of these 10 and reconditioning the 74 per manufacturer's recommendations then operating costs will remain neutral. ALTERNATIVES CONSIDERED The alternative is not to award this contract and procure the line breakers on an asneeded basis, using the traditional "minimax" replenishment system method. This strategy is not recommended since it does not provide for commitment from the supplier to ensure availability, timely delivery, continued supply and a guaranteed fixed price for the line breakers. If the spare line breakers are not available to install in the railcars when they are overhauled, it will cause an interruption in service. A. Procurement Summary A-I. Procurement History A-2. List of Subcontractors B. Bid Tabulation Prepared By: Suresh Shrimavle, Rail Fleet Services Manager Richard Bachman, Contract Administration Manager tine Breakers

Michael J. Cfnell- General Ma ager, Rail Operations &?. U Arthur 1. Leahy Chief Executive Officer

BOARD REPORT ATTACHMENT A PROCUREMENT SUMMARY LINE BREAKERS 1. 2. 3. 4. 5. 6. 7. 8. Contract Number: 09-0030 Recommended Vendor: Eaton Corp. CostIPrice Analysis Information: 1. BidlProposed Price: $299,000 B. Details of Significant Variances: N/A Contract Type: Firm Fixed Price Procurement Dates: A. Issued: May 4,2009 Recommended Price: $299,000 B. Advertised: May 1 I, 2009 C. Pre-bid Conference: NIA D. ProposalsIBids Due: June 1, 2009 E. Pre-Qualification Completed: NIA F. Conflict of Interest Form Submitted to Ethics: Yes Small Business Participation: A. BidIProposal Goal: 0% No goal recommended Date Small Business Evaluation Completed: NIA Small Business Commitment: 0% No DBE Anticipated Level of Participation (DALP) was recommended. Invitation for BidIRequest for Proposal Data: Notifications Sent: 23 Evaluation Information: A. BidderstProposers Names: BidslProposals Picked up: 23 BidIPro~osal Amount: Bids/Proposals Received: 2 Best and Final Offer Amount: Eaton Corp. GE Transportation Parts $299,000 $675,660 NIA 9. 10. I1 6. Evaluation Methodology: Selection of the lowest responsive, responsible bidder. Protest Information: A. Protest Period End Date: 7/22/09 B. Protest Receipt Date: TBD C. Disposition of Protest Date: TBD Contract Administrator: Otto Ojong Project Manager: Suresh Shrimavle Telephone Number: 2 1 3-922- 1454 Telephone Number: 323-224-4076

A. Backqround on Contractor BOARD REPORT ATTACHMENT A-I PROCUREMENT HISTORY LINE BREAKERS Eaton Corporation is based in Cleveland, Ohio, and has been in business since 191 6. Eaton is a diversified power management company with 2008 sales of $1 5.4 billion. Eaton is a global technology leader in electrical components and systems for power quality, distribution and control; hydraulics components, systems and services for industrial and mobile equipment; aerospace fuel, hydraulics and pneumatic systems for commercial and military use; and truck and automotive drive train and power train systems for performance, fuel economy and safety. Eaton has approximately 75,000 employees and sells products to customers in more than 150 countries. Eaton does business with all government agencies under the GSA contract, including the City of Los Angeles. In the past, Eaton has provided satisfactory service and delivery to us. B. Procurement Background Invitation for Bid (IFB) No. 09-0030 was released on May 4, 2009 and advertised on May 5,2009. The bid deadline was June I, 2009. Two firms submitted a bid prior to the stated deadline. The Diversity & Economic Opportunity Department (DEOD) did not recommend a DALP goal for this procurement. Based on industry practice, the Prime (Eaton Corp.) is expected to complete the entire scope with its own workforce. However, pursuant to the DBE Program, if Eaton utilizes the services of subcontractors, they are encouraged to afford maximum opportunities to DBE firms in available subcontracting and supply services areas throughout the life of the contract. C. Evaluation of Proposals In accordance with our Procurement Policy Manual, staff performed an evaluation of the bids that were received. Eaton Corp., the lowest responsive and responsible bidder was found to be in full compliance with the bid specifications. D. CostIPrice Analysis Explanation of Variances The recommended bid price of $299,000 has been determined to be fair and reasonable based upon adequate price competition and selection of the lowest responsive and responsible bidder.

BOARD REPORT ATTACHMENT A-2 LIST OF SUBCONTRACTORS LINE BREAKERS PRIME CONTRACTOR - Eaton Carp. Small Business Commitment NIA Other Subcontractors NIA Total Commitment 0.0%

LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY BID TABULATION Bid No: 090030 DIUS VUC; U~lU4IUY l UIal LJ Bids Opened: 06/01/09 Total 2 Advertisement Date(s): 05/05/09 Newspaper: Daily News, Chinese Daily News L.A. Opinion and L.A. Watts Times Eaton Corporation GE Transportation Parts Item No. Description Qty UM Unit Price Total Price Unit Price Total Price I 10 EA $29,900.00 $299,000.00 $67,566.00 $675,660.00 Total $299,000.00 $675,660.00 I hereby certify Eaton COTP. as being the lowest responsive, responsible bidder and recommend the award to them for a total price of $299.000. Date Signature