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

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

Tel metro. net

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

APPROVE CONTRACT MODIFICATION AWARD

35 One Gateway Plaza Los Angeles, CA

AWARD CONTRACT FOR LINE BREAKERS

COMPRESSED NATURAL GAS (CNG) BUS ENGINES

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

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

P2000 RAIL CAR AUXILIARY INVERTERS

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

APPROVE VANPOOL VEHICLE SUPPLIER BENCH CONTRACTS

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

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

v Deborah Flint - Chief ecutive e, ficer

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

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

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

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

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

AGENDA STAFF REPORT FISCAL YEAR FLEET REPLACEMENT

Greater Cleveland Regional Transit Authority

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

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

TORONTO TRANSIT COMMISSION REPORT NO.

CITY OF SIMI VALLEY MEMORANDUM

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

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

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

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

AGENDA REPORT. Craig Crowder, Fleet Manager %-

CITY OF LOS ANGELES DEPARTMENT OF AIRPORTS

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

STAFF REPORT ACTION REQUIRED

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

Agenda Report ARTS, RECREATION AND COMMUNITY SERVICES DEPARTMENT

Request for Proposal for Trolley Security Services

Program Evaluation and Audit Metro Transit Bus Tire Lease Contract Review

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

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

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

County of Sonoma Agenda Item Summary Report

TORONTO TRANSIT COMMISSION REPORT NO.

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

Targeted Group Business and Veteran- Owned Small Business Programs

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

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

Apparatus Replacement Policy

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

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

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

Commuter Vanpool Program Scope of Work

SANDAG Vanpool Program Guidelines as of February 2018

Targeted Group Business and Veteran- Owned Small Business Programs

Town of South Windsor, Connecticut. Police Department

Non Revenue Fleet Purchases

City Council Report. Mayor and City Council

CANTON COMMUNITY REQUEST FOR BOARD ACTION. ITEM: Consider Approving the Purchase of Three Fire Apparatus Vehicles

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

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

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

The Director, Purchasing and Materials Management recommends that:

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

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

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

I b *A 1 I F IRPORT COMMISSIONERS REPORT TO THE QARD. "" 119,rte.1111.r;

Solar-Wind Specific Request for Proposals

COMMUNITY REPORT FISCAL YEAR We are making progress, are you on board? GOLD COAST TRANSIT DISTRICT

REQUEST FOR QUOTES Invitation to Bid. Purchase of Two (2) Class 8A Tandem Axle Tractors

Vehicle Replacement Policy - Toronto Police Service

February 21, 2017 Item No. 7 RECOMMENDATION TO AWARD CONTRACTS FOR THE AUTHORITY-WIDE ARCHITECTURAL AND ENGINEERING PROGRAM

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

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

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

Toronto Parking Authority Fleet Vehicle Replacement

CAPTURING THE FEDERAL EV TAX CREDIT FOR PUBLIC FLEETS

Our Focus: Your Future 2008 FLEET REPLACEMENT PLAN AWARD OF TENDERS FOR THE PURCHASE OF REPLACEMENT VEHICLES

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

VILLAGE OF DOWNERS GROVE REPORT FOR THE VILLAGE COUNCIL WORKSHOP APRIL 12, 2011 AGENDA

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

ft.l'ffu;des"-castr'6 Ram irez

Washington Metropolitan Area Transit Authority

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

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

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

The Director, Purchasing and Materials Management recommends that the Bid Award Panel grant authority to award the following contract:

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

Corridor Management Committee. March 7, 2012

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

MARTA s blueprint for the future. COFFEE AND CONVERSATION Kyle Keahey, More MARTA Atlanta Dec. 5, 2018

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

BOARD OF AIRPORT COMMISSIONERS

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

May 11, 2018 On or before 2:00pm

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

The Case for. Business. investment. in Public Transportation

Contract Award for Rideshare Services to Supplement GoLink Service

CITY OF KYLE, TEXAS INVITATION FOR BID (IFB) NO: PM

Fleet Sustainability Policy

Public Works Department

Transcription:

34 Metro Board Report Los Angeles County Metropolitan Transportation Authority One Gateway Plaza 3rd Floor Board Room Los Angeles, CA File #: 2015-0290, SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE MAY 21, 2015 SUBJECT: PURCHASE OF MID-SIZE SUVs ACTION: RECOMMENDATION FOR AWARD RECOMMENDATION Authorize the Chief Executive Officer to award a firm fixed price contract under IFB OP37903380A to Wondries Fleet Group the lowest responsive and responsible bidder for 40 Mid-Size Sports Utility Vehicles (SUVs) for a firm fixed price of $1,519,429 inclusive of sales tax and environmental fees. DISCUSSION This procurement is for the replacement of 40 Metro Field Operations Supervisor Vehicles that have exceeded Metro's policy requirement of six years and/or 150,000 miles. The vehicles identified for retirement are in excess of 6 to 9 years of age and range in mileage between 133,676 to 222,301 miles. Metro has extended their replacement life for over 3 years to defer costs. Bus and Rail Operations personnel use these vehicles to supervise field operations to ensure timely and safe service. The current condition of these vehicles renders them no longer cost effective to maintain and replacements are now required. The replaced vehicles will be transferred to a contractor and sold at a public auction. DETERMINATION OF SAFETY IMPACT The safe operation of the vehicles is paramount to the safety of the Metro employees that operate them. Excessive age and mileage leads to wear of the major systems of the vehicle such as drive train, suspension and engine resulting in potentially significant repair costs. Replacement vehicles will minimize vehicle related safety issues. FINANCIAL IMPACT The recommendation for award is $1,519,429. These funds are included in Cost Center 3790, Maintenance Administration; Capital Projects 208048 and 208079 (Non-Revenue Vehicles) account 53106 acquisition of service vehicles. The delivery of all 40 vehicles is scheduled for 120 days after the contract is awarded. Metro Page 1 of 3 Printed on 5/7/2015 ower~d by Legis*,ar'`~'

File #: 2015-0290 Impact to Budget This acquisition is funded with Transit Development Act (TDA) local funds. Initially, there will be a modest positive impact to the Operating budget as these vehicles will replace existing vehicles with similar preventative maintenance schedules; however, savings are anticipated due to the cost avoidance of unscheduled repairs of the current aged fleet. Further, savings are anticipated as unscheduled repairs will be covered under the manufacturer warranty. As the manufacturer's warranty expires the Operating budget will begin to incur costs. These costs will increase as vehicle age and mileage increases. ALTERNATIVES CONSIDERED The alternative is to not purchase these vehicles and continue to use the existing vehicles. This option is not desirable due to the high cost associated with maintaining older vehicles, the availability of repair parts and higher fuel costs. Additionally, they will continue to decrease in reliability. The reliability of the vehicles affects field operations effectiveness and may impact bus and rail service. NEXT STEPS Following the execution of the contract, the vendor will place an order for the vehicles and commence delivery upon receipt from the manufacturer. Delivery of all 40 vehicles is scheduled 120 days after the contract is awarded. ATTACHMENTS A. Procurement Summary B. Bid Tabulation Prepared by: Daniel Ramirez, Maintenance Operations Manager Nathan Jones III, Director Contract Administration (Interim) Questions: Christopher Reyes, Senior Administrative Analyst, Operations (213) 922-4808 Metro Page 2 of 3 Printed on 5/7/2015 ;;ovrerft3 by L.ecis±ar'"

File #: 2015-0290. Ivan Page Interim ecutive Director Ve dor/contract nagement Rob olland terim Chief Operations Offic P ill as ingt hief xecutive Officer Metro Page 3 of 3 Printed on 5/7/2015 No,.+:erect by l_ei is ar

ATTACHMENT A PROCUREMENT SUMMARY MID-SIZE SUV REPLACEMENT 1. Contract Number: OP37903380A 2. Recommended Vendor: Wondries Fleet Grou 3. Type of Procurement (check one): ~ IFB RFP RFP A&E Non-Com etitive Modification Task Order 4. Procurement Dates: A. Issued: 11/18/14 B. Advertised/Publicized: 11/20/14, 11/22/14 C. Pre- ro osal/pre-bid Conference: N/A D. Pro osals/bids Due: 12/16/14 E. Pre-Qualification Com leted: 04/06/15 F. Conflict of Interest Form Submitted to Ethics: 01/12/15 G. Protest Period End Date: 5/18/15 5. Solicitations Picked up/downloaded: 11 6. Contract Administrator: Mona Ismail 7. Project Manager: Daniel Ramirez A. Procurement Background Bids/Proposals Received: 3 Telephone Number: 213-922-7376 Telephone Number: 562-658-0231 This Board Action is to approve Contract No. OP37903380A issued in support of 40 mid-size SUVs to replace aging Metro non-revenue vehicles. IFB No. OP37903380A was issued in accordance with Metro's Acquisition Policy and the contract type is a Firm Fixed Price (FFP). One amendment was issued during the solicitation phase of this IFB: Amendment No. 1, issued on December 8, 2014, deleted the running board requirement from the technical specification and it extended the Bid due date to December 16, 2014. A total of three bids were received on December 16, 2014. One bid was formally withdrawn presumably due to closure of the bidder's vehicle source production-line, thereby, disabling the bidder's ability to meet the bid requirements. The bid that was withdrawn was initially the lowest bid. Based on the lowest being withdrawn, and also its bid has expired, staff elected to go to the next lowest bidder which was deemed responsive and responsible. The recommended awardee has agreed to extend its original bid price for the purposes of entering into a contract. Mid-Size SUV Purchase Page 4

In the course of conducting our required responsibility analyses the bidders' had to provide supplemental data to support their formally provided financial statements, for pre-qualification which resulted in the validity date being extended to complete this evaluation. B. Evaluation of Bids A total of three bidders responded to this solicitation. The firm recommended for award, Wondries Fleet Group, was found to be in full compliance with the bid requirements. Bidder's Name Bid Amount 1. Le ac Ford $1,645,388.90 2. Theodore Robins Ford N/A 3. Wondries Fleet Grou $1,519,428.50 C. Price Analysis The recommended bid price has been determined to be fair and reasonable based upon adequate price competition. Bidder's Name Bid Amount Metro ICE 1. Le ac Ford $1,645,388.90 $1,568,000.00 2. Theodore Robins Ford N/A 3. Wondries Fleet Grou $1,519,428.50 $1,568,000.00 D. Background on Recommended Contractor The recommended firm, Wondries Fleet Group, located in Alhambra, California has been in business for 65 years. Wondries Fleet Group is one the largest fleet vehicle providers that furnishes standard/modified vehicles to various federal, state, county, and municipal government agencies nationwide. Over the past 3 years Wondries has delivered to Metro multiple vehicle types that have included utility trucks, police interceptor utility vehicles and SUVs. On these past vehicle contracts with Metro Wondries has met the contract requirements and delivered the required vehicles. Mid-Size SUV Purchase Page 5

E. Small Business Participation The Diversity and Economic Opportunity Department (DEOD) established a 5% Small Business Enterprise (SBE) goal for this solicitation. Wondries Fleet Group did not make an SBE commitment. Meeting the SBE goal is neither a condition of award nor an issue of responsiveness. Offerors are strongly encouraged to subcontract with small businesses; this message was also communicated in the solicitation document and was reiterated by DEOD representatives during pre-bid/proposal conferences. For outreach assistance, DEOD prepared and included in the solicitation, a listing of available SBE subcontractors identified by North American Industry Classification Standards (NAILS) codes, for available subcontract opportunities. Offerors are directed to contact DEOD representatives for assistance with identifying small businesses interested in pursuing contracting opportunities. Metro's SBE program is race neutral. F. All Subcontractors Included with Recommended Contractor's Proposal Subcontractor Services Provided 1. None N/A G. Living Wage and Service Contract Worker Retention Policy The Living Wage and Service Contract Worker Retention Policy is not applicable to this contract. H. Prevailing Wage Applicability The prevailing wage payment and reporting requirements are not applicable to the purchase of Metro's Field Operations Supervisor Vehicles. Mid-Size SUV Purchase Page 6

ATTACHMENT B LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY BID TABULATION Bid No: OP37903380A Mid-Size SUV Replacement Bids Out: 11/18/14 Total 11 Bids Opened: 12/14/14 Total 2 Advertisement Date(s): 11/18/14 Wondries Fleet Group Legacy Ford Newspaper: L.A. Daily News, Eastside Sun, Southwest Wave and Chinese Daily News Item No. Description Qty Unit Extended Price Extended Price 1 Sport Utility Vehicles 10 EA $34,774.00 $347,740.00 $37,674.00 $376,740.00 2 Sport Utility Vehicles 10 EA $34,774.00 $347,740.00 $37,674.00 $376,740.00 3 Sport Utility Vehicles 10 EA $34,774.00 $347,740.00 $37,674.00 $376,740.00 4 Sport Utility Vehicles 10 EA $34,774.00 $347,740.00 $37,674.00 $376,740.00 5 Hard copy and CD of the maintenance, repair, and parts manuals (3 paper copies and 2 CDs) 5 EA $269.00 $1,345.00 $250.00 $1,250.00 6 Hard copy and CD of the electrical schematics (3 paper copies and 2 CDs) 5 EA $269.00 $1,345.00 $200.00 $1,000.00 Subtotal, including all work listed under the items above $1,393,650.00 $1,509,210.00 Sales Tax 9% $125,428.50 $135,828.90 California Tire Fee $350.00 $350.00 Total Price $1,519,428.50 $1,645,388.90