TO: AC Transit Board of Directors
FROM: Michael A. Hursh, General Manager
SUBJECT: Contract Award
ACTION ITEM
RECOMMENDED ACTION(S):
Title
Consider approving the award of a firm-fixed-price construction contract to Ray’s Electric of Oakland, California for $2,691,330 for the construction of the battery-electric bus infrastructure and installation of the battery-electric bus chargers at Division 2 Emeryville.
Body
STRATEGIC IMPORTANCE:
Goal - Environmental Improvement
Initiative - Zero Emission Programs
This construction contract will provide the Battery Electric Bus (BEB) charging infrastructure to support the Board-adopted Zero Emission Bus Rollout Plan.
BUDGETARY/FISCAL IMPACT:
This $2,691,330 contract award is funded by State of California Transit and Intercity Rail Capital Program (TIRCP) Funds, Regional/Local funds from the Bay Area Air Quality Management District (BAAQMD) Carl Moyer Program and Federal Transit Administration (FTA) funds.
BACKGROUND/RATIONALE:
In 2019, the California Air Resources Board (CARB) adopted the Innovative Clean Transit (ICT) regulation, requiring all public transit agencies to transition to zero-emission technologies by 2040.
On June 10, 2020, the AC Transit Board adopted the Zero Emission Bus (ZEB) Rollout Plan as the long-term plan to comply with the CARB Innovative Clean Transit Regulation. This project provides the charging infrastructure necessary to support the next phase of the new BEBs deployment planned for the Emeryville Division (D2) in FY 2022-23.
This project includes the construction of all infrastructure components as well as the installation of thirteen (13) dual port BEB chargers along the east and south walls at the Division 2 Emeryville facility. This will provide the District with a total capacity to simultaneously charge twenty-six (26) battery-electric buses at D2. This project includes the construction of a new electrical service to power these chargers as well as provisions for the future installation of resiliency equipment such as a Battery Electric Storage System (BESS).
This fixed price construction contract was procured using the standard Invitation for Bid (IFB) process with a recommended award to the lowest responsive and responsible bidder. The District received four (4) timely bids. The lowest apparent bidder withdrew its bid on May 31, 2022. The remaining bid amounts were tightly clustered and within 6% of the Engineer’s estimate and within the project budget. Upon bid review, Ray’s Electric of Oakland, California was determined to be the lowest responsive and responsible bid at $2,691,330.00.
ADVANTAGES/DISADVANTAGES:
The advantage of awarding this contract is that it will maintain District’s on schedule pathway to timely support the Board-adopted ZEB rollout plan and comply with the CARB (ICT) Regulation.
Staff is unable to identify any disadvantages.
ALTERNATIVES ANALYSIS:
Staff is in design of similar BEB charging infrastructure at the Division 4 Seminary facility. Staff considered installing all the BEB charging infrastructure at Division 4 Seminary. However, centralizing the charging infrastructure at one location did not provide the geographic resilience or operational flexibilities we are achieving with two separate installations. Additionally, if were there to be any electric grid complications or power shutdowns, the District would likely have at least one of the facilities operational.
PRIOR RELEVANT BOARD ACTION/POLICIES:
SR 19-072 - Consider authorizing the execution of documents with PG&E to participate in the Fleet Ready Program
SR 19-340a - Actions associated with 45 ZEB Implementation Plan
SR 20-224 - Consider Adopting Resolution 20-029 Zero Emission Bus (ZEB) Roll-out Plan
SR 20-380 - Consider approving the issuance for a bid for BEB Infrastructure
SR 20-380a - Consider approving the award of a firm-fixed price contract to Chargepoint
Board Policy 465 - Procurement Policy
ATTACHMENTS:
None
Prepared by:
Jason Auyeung, Project Manager
Approved/Reviewed by:
Joe Callaway, Director of Capital Projects
Ramakrishna Pochiraju, Executive Director of Planning & Engineering
Fred Walls, Director of Procurement and Materials
Cecil Blandon, Director of Maintenance
Salvador Llamas, Chief Operating Officer
Chris Andrichak, Chief Financial Officer
Jill A. Sprague, General Counsel