14 240 Elevator Modernization

~I T~NS/T Report No: Meeting Date: 14-240 September 10, 2014 Alameda-Contra Costa Transit District STAFF REPORT TO: ...

0 downloads 112 Views 223KB Size
~I T~NS/T

Report No: Meeting Date:

14-240 September 10, 2014

Alameda-Contra Costa Transit District

STAFF REPORT TO:

Operations Committee AC Transit Board of Directors

FROM:

David J. Armijo, General Manager

SUBJECT:

Contract Award, IFB #2013-1261 District-Wide Elevator Modernization Project

ACTION ITEM

RECOMMENDED ACTION(S):

Consider awarding a contract to Taber Construction for IFB #2013-1261 District-Wide Elevator Modernization Project. EXECUTIVE SUMMARY:

This project will modernize a total of 11 elevators located at D2-Emeryville, D4-Seminary, CMFCentral Maintenance Facility, and D6-Hayward facilities. It will be implemented through two contracts, one for design, which was awarded on December 12, 2012 to McKim Design Group, and this contract to Taber Con struction for construction. This is a sealed bid procurement. Staff solicited 206 firms, of which 51 were small/local/Disadvantaged Business Enterprises, 22 SBE firms, 15 DBE firms, and 25 SLBE firms. A total of 13 contractors attended the pre-bid meeting and subsequent job walks. Six firms responded to the IFB on the bid due date of August 12, 2014. Purchasing determined the lowest cost, responsive and responsible bid and recommended an award to Taber Construction. The final contract is a firm-fixed price valued of $1,745,000 with $985,000 (56%) going to a small/disadvantaged/local business. The period of performance is from the contract award for 300 calendar days. BUDGETARY/FISCAL IMPACT: Fund Source

FTA Section 5309, State of Good Repair SGR-12 District Total

Total

$1,396,000 $349,000 $1,745,000

The Elevator Moderization Project is fully funded in the current capital budget using 80% Federal funds and 20% District capital funds. No additional funds are required to award this contract.

Report No. 14-240 Page 2 of 3

BACKGROUND/RATIONALE:

This project will replace aging elevator equipment at all Divisions with the exception of the General Office, which has been completed, and 03-Richmond, which will be included in the future D-3 rehabilitation. The renovation work includes new hydraulic pump units with modern controllers. All hallway and cab fixtures will be replaced. Elevator lobbies and cab interiors including lighting, flooring, handrails and finishes will be replaced. Elevator machine room equipment will be refurbished to meet current code requirements. The procurement proceeded according to the timeline in Table 1. The vendor metrics from bids received from this IFB are in Table 2. SBE/DBE participation from the recommended firm for award is listed in Table 3. Table 1. Procurement Timeline. Action

Date

Solicitation issued Pre-bid meeting and job walk Subsequent job walk at remaining sites Bid due date Evaluations complete

7/01/2014 7/09/2014 7/14/2014 8/12/2014 8/14/2014

Table 2. Vendor Metrics. Metric

Number offirm solicited Number of local firms solicited Number of SBE certified firms (not necessarily local) Number of disadvantaged business enterprises solicited Number of firms that responded Number of firms determined to be responsive and responsible

Value

206 25 22 15 6 6

Evaluation Process and Result. As this is a sealed bid, cost determinative procurement, the recommended awardee is the lowest cost responsible vendor, as defined by FTA Circular 4220.1F Rev 3 Vl.8. The recommended contract is a firm-fixed price with a total value of $1,745,000 and a period of performance from the contract award for 300 calendar days from Notice to Proceed. Award of this contract to the recommended awardee would result in $985,000 going to small/local/disadvantaged business, as shown in Table 3.

Report No. 14-240 Page 3 of 3

Table 3. SBE/DBE Participation from Recommended Awardee. Firm

SLDBE Type

Prime: Taber Construction Subcontractor Listed: Dream Ride Engineering (Benicia, CA) Total Contract

N/A SBE

Participation in Dollars $760,000 $985,000 $1,745,000

ADVANTAGES/DISADVANTAGES: Staff recommends award of this contract to avoid the high maintenance and repair costs of existing equipment at the end of its useful life. New equipment has enhanced safety features, superior floor leveling and higher speed door operation. Other benefits include reduced noise and computer controlled deceleration and braking as the cab nears the next floor stop.

ALTERNATIVES ANALYSIS: Staff considered extending the life of existing equipment, but heavily used equipment and unforeseen breakdowns have resulted in trapped passengers. The number of outages have increased and caused operational hardships at the yards. In some cases, the building has not been accessible for extended periods of time.

PRIOR RELEVANT BOARD ACTIONS/POLICIES: Staff Report 12-310: Award a contract to McKim Design Group of San Jose for the design of the . District Wide Elevator modernization Project. December 12, 2012 Operations Committee

ATTACHMENTS: None.

Department Head Approval: Reviewed by:

Prepared by:

Dennis W. Butler, Acting Chief Planning, Construction & Engineering Officer Denise Standridge, Interim General Counsel James D. Pachan, Chief Operating Officer /Interim Chief Financial Officer Jon Medwin, Director of Procurement & Materials Craig Michels, Sr. Project Manager

This page intentionally blank