Loading...
sr-041409-1bCity Council Meeting: April 14, 2009 Agenda Item: ~"~~ To: Mayor and City Council From: Stephanie Negriff, Director of Transit Services Subject: Provide Remanufacturing of Allison Transmissions Recommended Action Staff recommends that the City Council award Bid No. 2963 to provide remanufacturing service of Allison transmissions to United Transmission Exchange. The award shall be for athree-month period with three additional one-year renewal options. Executive Summary This report recommends award of a bid to United Transmission Exchange for Allison transmission remanufacturing and installation at specified unit prices, plus applicable sales tax, through June 30, 2009 with three additional one-year renewal options, subject to annual budget approval. The estimated expenditure for the balance of this fiscal year is $60,000 and funds are available in the Big Blue Bus Department budget. The remanufacturing of transmissions for transit coaches is necessary as a normal part of wear and tear of a bus. United Transmission Exchange is recommended to supply this service following a formal bid process. The bid award is for a specified unit price plus applicable sales tax for athree-month period with three additional one-year renewal options. The estimated expenditure for the balance of the fiscal year is $60,000 with complete year expenditure estimated at $190,000. The total estimated expenditure for the three and one-quarter year term is $630,000. Background Allison transmissions are installed on 135 of 197 buses in the Big Blue Bus fleet. Typically, a bus transmission will need to be overhauled at the 300,000 mile mark, which occurs approximately at the mid-life point of the vehicle. Historically, 24-36 vehicles per. year undergo a transmission overhaul. The re-manufacturing must be 1 performed by an authorized Allison dealer, using genuine Allison parts and tested on a dynamometer to simulate road speeds. Discussion In November 2008, the City published a Notice Inviting Bids to provide re-manufacturing service of Allison transmissions on an as-needed basis in accordance with City specifications. Bid forms were mailed to 27 vendors, posted on Planet Bids and notices were advertised in accordance with City Charter and Municipal Code provisions. Four bids were received and publically opened on November 25, 2008 per the pricing attachment. Vendor Selection Bids were evaluated based on the firms' repair facility, qualifications of the technicians, turnaround time .for the repair, vendor experience, and references. Based upon these criteria, United Transmission Exchange is recommended as the most responsive bidder to provide the required services. Financial Impacts & Budget Actions Funds in the amount of $190,000 are available in account 0410106.589000, "Bus Replacement Program." Budget authority for the subsequent years will be included in each annual proposed City budget. Prepared by: Ralph Merced, Transit Maintenance Manager roved: Forwarded to Council: ie Negriff U d V P(. ~~mont Ewell of Transit Services City Manager Attachment: Pricing 2 ATTACHMENT Vendor : Dartco ' 'Los Angeles S&J Chevrolet United Bid item Price each notes New notes New notes New notes Ba00R $ 4,500.00 $ 5,880.00 $ 4,095.00 $ 4,395.00 B500R $ 6,500.00 $ 5,705.00 $ 7,995.00 $ 6,595.00 B300R $ 4,500.00 $ 6,320.00 $ 4,095.00 $ 4,395.00 Labor to remove & replace trans. $ 695.00 $ 1 500.00 $ 800.00 $ 1 500.00 assembly per bus , , Labor & associated costs Cost notes Cost notes Cost notes Cost notes In-house labor rate per hour $ 90.00 $ 105.00 $ 80.00 $ 95.00 Field service technician hourly labor rate $ 90.00 $ 125.00 $ - $ 105.00 Field service technician overtime labor $ 90.00 - $ 187.00 $ - $ 125.00 rate Field service technician traveling charge $ 90.00 $ 2.00 per mile $ - $ 100.00 4 hf discount off list price on hard pans 25% to 28% 0% to 0% 25% 10% t0 25% Payment Terms Net 30 ~ ,~ ttlo~t[14#Io2Yekt, Net 30 2% net 21 Payment terms discoun N/A N/A N/A 1 % Local Vendor Preference (forevaldation N/A N/A N/A N/A - purposes only) ' 'Total after d'escount(s) Delivery within Warrant 1 year from date of installation 1 year Flom date of installation 1 year from date of installation t year from date of installation Renewal option period 2 (7/1/09 o increase o previous yea s - Prices. Price increase from none offered Same price, terms & wnditions Same price, terms & conditions 6/30/10) Allison as previous year as previous year Renewal Option period 3 (7/1/10 a increased previous years Prices. Price increase from none offered Same price, terms & conditions 5% change of previous year's 6!30/11) Allison as previous year prices Renewal option period 4 (7/1/11 o incr d previous years Prices. Price increase from none offered Same price, terms & conditions same price, terms & conditions as 6/30!12) Allison as previous year period 3 Statement ofnon-collusion Complete s r ~sbt{5k~ttEl~t€ rs? Complete Complete 4 u Affidavi Complete sn ~[er£s~~at~}tt€~~t Complete Complete Business License requirements Can comply a~9~t~1t~t2d Can comply Can comply Oaks Initiative Disclosure Form In~o~rtpt~te rr n o~~n~ tttecf Complete Irloof~pt~f2 ~ r ~ ~~ Comply with specifications Can comply Cannot comply' Can comply Can comply Addendum 1 Complete ~~ 'G+tots~6~ttfed iit55~sEtbrYlttfec~ ` `" Complete canno compywi en or must have Dyno that shifts NOteS transmissions and is able to test Allison World electronic transmissions