Charlotte Trolley Car w/Optional W2 Trolley Car Rehabilitation

From: Memphis Area Transit(Transportation)
24-03

Basic Details

started - 03 Mar, 2024 (1 month ago)

Start Date

03 Mar, 2024 (1 month ago)
due - 01 May, 2024 (in 3 days)

Due Date

01 May, 2024 (in 3 days)
Bid Notification

Type

Bid Notification
24-03

Identifier

24-03
Memphis Area Transit Authority

Customer / Agency

Memphis Area Transit Authority
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

MEMPHIS AREA TRANSIT AUTHORITY LEGAL NOTICE TO PROPOSERS Proposals will be received by the Memphis Area Transit Authority (MATA) at its Purchasing offices, 40 S. Main Street, Suite 1200, Memphis, TN, 38103, until 11:00 a.m. local time, on Wednesday, May 1, 2024, for furnishing the following: CHARLOTTE TROLLEY CAR W/ OPTIONAL W2 TROLLEY CAR REHABILITATION A pre-proposal conference call will take place on Monday, March 11, 2024, at 10:00 A.M at MATA’s Trolley location 547 N. Main St. 38105. While attendance is not mandatory, it is strongly suggested. To attend the meeting via Microsoft Teams, Meeting ID: 262 799 433 473, Passcode: a2ViRP Or call in (audio only) +1 901-614-1074, 66600101# United States, Memphis; Phone Conference ID: 666 001 01#. Proposers must submit their proposal with the enclosed label attached to the envelope. MATA hereby notifies all proposers that in regard to any contract entered into pursuant to this advertisement, minority business enterprises will be afforded
full opportunity to submit proposals in response to this advertisement and will not be discriminated against on the grounds of race, color, sex, religion, political affiliation or national origin in consideration of an award. Any name appearing on the Comptroller General’s list of ineligible contractors is not an eligible proposer. The contractor will be required to comply with all applicable Equal Employment Laws and Regulations. Further information and proposal requirements may be obtained by contacting Ashley Best, Contract Administrator at (901) 722-7182 or via email: abest@matatransit.com. Award of the contract will be made on the basis of the Lowest Responsive and Responsible proposer as selected by the Authority, provided it is in their best interest to do so. MATA reserves the right to reject any and all proposals, and to waive any informality in proposing. March 1, 2024 & April 23-24, 2024 Bacarra Mauldin Interim Chief Executive Officer mailto:abest@matatransit.com PART I INSTRUCTION TO PROPOSERS PART I – INSTRUCTIONS TO PROPOSERS -1 PART I INSTRUCTIONS TO PROPOSERS 1.0 GENERAL 1.1 The Memphis Area Transit Authority (hereinafter referred to as MATA) seeks Proposals for professional services from qualified vendors capable of providing the scope of services described in Part II. These instructions provide detailed legal and technical requirements for the acquisition of this product. This Request for Proposals (RFP) will become part of the contract. MATA will enter into a contract with the successful proposer for professional services relative to the Project. This Project is more particularly described in Part II – Technical Specifications. General Contract Provisions are included in Attachment 1. Where there are conflicts between the General Contract Provisions and Part I, the provisions of Part I shall apply. MATA is a public agency responsible for providing public transportation services within the city of Memphis and surrounding communities. 1.2 Purchaser” or “Grantee” or “Authority” means MATA. The words “request for proposal”, “RFP”, and “solicitation” are synonymous. The words “proposal”, “bid” and “offer” are also synonymous and it is understood that once MATA accepts same, the document will constitute a portion of the contract contemplated by these instructions. The words “proposer”, “bidder” and “offerer” are also synonymous. 1.3 The terms "Trolley", “Vintage Trolley”, “Streetcar”, “Car” or "Vehicle" are synonymous. 1.4 A pre-proposal conference call will take place on Monday, March 11, 2024, at 10:00 A.M at MATA’s Trolley location 547 N. Main St. 38105. While attendance is not mandatory, it is strongly suggested. To attend the meeting via Microsoft Teams, Meeting ID: 262 799 433 473, Passcode: a2ViRP Or call in (audio only) +1 901-614-1074, 66600101# United States, Memphis; Phone Conference ID: 666 001 01#. 1.5 This Request For Proposals (RFP) does not commit MATA to award a contract or pay any costs incurred in preparation of Proposals in response to the RFP or to procure or contract for services. Proposers shall be responsible for all costs incurred as part of their participation in the pre-award process. 1.6 Proposals will be received by MATA at its Purchasing offices located at 40 S. Main Street, Suite 1200, Memphis, TN 38103, until 11:00 AM, local time on, Wednesday, May 1, 2024. All Proposals shall be deemed received at the above address. Proposers are solely responsible for ensuring that his/her Proposals are delivered in a timely manner. Proposers who rely on overnight delivery services, the United States mail, private mail services, local couriers, or delivery services remain solely responsible for timely delivery of the RFP and assume all risk of late delivery, miss-delivery, and non-delivery. All Proposals will be date/time stamped, logged, and deposited by MATA Staff. Proposers are reminded that all RFPs must be securely sealed, have the enclosed label attached, and be clearly marked “Proposal”. MATA's normal business hours are 8:00 a.m. to 4:30 p.m. Monday through Friday. After normal business hours, Proposals will be accepted at the MATA dispatcher's office, 1370 Levee Road, Memphis, TN 38108; however, Proposers are reminded of their sole responsibility for ensuring that PART I – INSTRUCTIONS TO PROPOSERS -2 their RFP is deposited in the Purchasing Department. Proposers may verify receipt of RFPs by contacting Ashley Best at (901) 722-7182 or email: abest@matatransit.com. Proposer must submit an up to date W-9 form with the proposal. 1.7 All correspondence, communication, and/or contact in regard to any aspect of this solicitation or offers shall be with Ashley Best, Sr. Contract Administrator. Offerors and their representatives shall not make any contact with or communicate with any members of MATA, or its employees and consultants, other than Ms. Best in regard to any aspect of this solicitation or offers. At any time during this procurement up to the time specified below, Offerors may request, in writing, a clarification or interpretation of any aspect, or a change to any requirement of the RFP or any addenda to the RFP as described in Section 4.3. 1.8 All Proposals and related documents shall be based on the conditions of a financial assistance contract between MATA, the State of Tennessee and the United States Department of Transportation, under the Federal Transit Act, as amended. Terms and conditions established under the Act and the regulations implementing the Act will apply. Compensation for travel, meals, and/or lodging shall be in the amount of actual cost to the contractor subject to the maximum amounts and limitations specified in the State Comprehensive Travel Regulations. 2.0 PROPOSAL REQUIREMENTS 2.1 Proposals must concisely set forth full, accurate, and complete information required by this proposal including any attachments. 2.2 Proposers shall provide a proposal on the forms provided along with additional pages as necessary to be fully responsive to the proposal requirements described herein. All proposals shall give the proposed price and shall be signed by the proposer or his authorized representative. If the proposal is made by either: (1) the Contractor firm, partnership, or corporation, they shall provide their corporate name and post office address; (2) a corporation, the proposal shall show the title of the person who signs on behalf of the corporation. 2.3 The price to be quoted in any proposal shall include all labor, materials, tools, equipment, delivery and other costs necessary to fully complete the work as set forth in the Technical Specifications. Anything omitted from such specifications that are clearly necessary for completion of the work shall be considered a portion of such proposal. All parts shall be new and in no case will used, reconditioned, or obsolete parts be accepted unless allowed on the technical specifications or approved by MATA. 2.4 The intent of these specifications is to define top quality equipment, which is capable of delivering maximum performance with high reliability. Equipment shall be of design, manufacture, and proven reliability through previous application in similar daily transit service to that for which it is intended. Equipment shall be so designed and constructed that ready access for operations, maintenance, and renewal is provided. 2.5 MATA reserves the right to amend the RFP at any time. Any amendments to or interpretations of the RFP shall be described in written addenda. MATA shall provide copies of Addenda to all prospective Offerors known to have received the RFP. The addendum will be mailed or delivered to all such prospective Offerors officially known to have received the RFP and to the address provided by each prospective Offeror. Failure of any prospective Offeror to receive the notification or addendum shall not relieve the Offeror from any obligation under its proposal as submitted or under the RFP, as clarified, interpreted or modified. All addenda issued shall become Part of the RFP. Prospective Offerors shall acknowledge the receipt of each individual addendum and all prior addenda in their proposals. Failure to acknowledge in the proposals receipt of addenda may at MATA's sole option disqualify the proposal. mailto:abest@matatransit.com PART I – INSTRUCTIONS TO PROPOSERS -3 2.6 Proposals shall be valid for a minimum period of ninety (90) days subsequent to the closing date. Proposals offering less than ninety (90) days for acceptance by MATA from the closing date will be considered non-responsive. 3.0 PROPOSAL FORMAT 3.1 Proposals shall be submitted in a sealed package clearly marked to reflect the contents. One (1) original and one (1) electronic copy (flash drive) shall be submitted. The price proposal form shall be submitted in a separate sealed envelope. 3.1.1 Technical Proposal - A technical proposal shall provide the following information as a minimum: A. A listing of properties in the United States to which proposers completed delivery of similar trolley(s). Such listings shall cover a period of no less than the most recent 5-years of production. As a minimum the listing shall indicate the number of units in the delivery, the date of the contract, the date of delivery, the date of acceptance, description of the major components and systems as well as ancillary equipment (i.e., wheelchair ramps, fareboxes, radios, public address systems), and client reference to include contact person, position title, daytime telephone number and email address. B. A complete description of the proposed vehicle in sufficient detail to permit MATA to determine conformance with the specifications including drawings and technical specifications for the vehicle body and all major components, including wiring layout and circuit breaker specifications. (See Part III) C. A proposed interior seating layout showing all seating positions, dimensions, locations and aisle widths, including a summary indicating the number of seating positions (excluding the driver position) and standing capacity. D. A report indicating financial stability and capability of the company to obtain resources to fully perform the contract. E. A description of the manufacturing facilities to be used to manufacture the vehicles, including location, square footage, and special tooling available to construct the vehicles in a timely manner. F. A description of support for the proposed vehicles and all major components, including parts support and technical assistance. G. The recommended preventative maintenance schedule for the trolleys. H. Required Forms and Certifications • Addenda Acknowledgement Form • Affidavit of Non-Collusion (Exhibit I) • Buy America (Exhibit II) • Federal Tax Liability and Recent Felony Conviction • Certification of Primary Participation Regarding Debarment, Suspension, and Other Responsibility Matters (Exhibit III) • Certification of Lower-Tier Participants (Subcontractors), Debarment, Suspension, Ineligibility and Voluntary Exclusion (Exhibit III) • Certification of Restrictions on Lobbying (Exhibit IV) • Certification of Utilization of Disadvantaged Business Enterprises • National Defense Authorization Act Telecommunications • Letter Of Intent to Perform As A DBE Contractor or Subcontractor • Schedule of DBE Participation PART I – INSTRUCTIONS TO PROPOSERS -4 • Explanation of "No Response" I. Contractor shall submit a proposed delivery schedule, and provide schedule milestones. J. Time of Completion – A project management timeline shall be submitted with the proposal. The work shall begin immediately upon date indicated on the Notice to Proceed. K. Contractor shall submit a comprehensive test plan that will cover testing of all major components, system and vehicle level at Contractor’s plant and a test report provided before acceptance of the first vehicle by MATA. L. Contractor shall submit a Rehabilitation Plan as part of its proposal to MATA to include the proposer’s expertise, relevant experience, approach, and best schedule for completing the work described herein. The Plan is explained in detail in Part II of this procurement. 3.1.2 Price Proposal - The price proposal shall include all elements of cost for providing the proposed vehicles and shall include the following: A. Price Proposal Form 3.2 Information contained in the proposals will not be released by MATA prior to contract award in order to protect the integrity of the procurement process. Submission of information relative to this RFP subsequent to the proposal opening date shall not be released by MATA during the evaluation process or prior to contract award unless required by applicable laws. Proposers are further advised that MATA may be required to release proposal information after contract award. If a Proposer feels that any information is confidential or proprietary in nature, the Proposer must submit all such information in a separately sealed envelope prominently marked with the Proposer's name and "PROPRIETARY INFORMATION". MATA shall not release or divulge such information to third parties without the consent of the Proposer unless required to do so by applicable law or order of a court of competent jurisdiction. 4.0 PROPOSAL PROCEDURES 4.1 MATA reserves the right to postpone the proposal opening date for its own convenience and to waive any minor informality that does not go to the heart of the proposal or prejudice other proposers or to reject for good and compelling reasons any and all proposals submitted. 4.2 Changes to these instructions will be made by written addendum by MATA and will be forwarded to all persons and firms to whom these instruction documents have been submitted. 4.3 Requests for clarification or approved equal must be submitted in writing to Ashley Best, Sr. Contract Administrator, Memphis Area Transit Authority, 40 S. Main Street, Suite 1200, Memphis, Tennessee 38103, abest@matatransit.com and must be received no later than 11:00 a.m. local time, Monday, March 18, 2024, in accordance with the approved equal procedures described in the General Contract Provisions, Section 45. Any unapproved deviations, exceptions, substitutes, alternates or conditional qualifications contained in a proposal may be cause for its rejection. MATA's replies to such requests will be postmarked at least seven days before the date scheduled for proposal opening. A notice of clarification or approved equals will be furnished to all parties receiving specifications so that all Proposers may prepare their proposals accordingly. 4.4 Proposers shall submit one (1) original and one (1) electronic copy (flash drive) of their respective proposals. Proposals shall be securely sealed to prevent access prior to the proposal opening date. Proposals shall have the enclosed label attached to the proposal package. mailto:abest@matatransit.com PART I – INSTRUCTIONS TO PROPOSERS -5 4.5 Proposals shall be valid for a minimum period of 90 days subsequent to the proposal opening date. Proposals offering less than 90 days for acceptance from the proposal opening date may be considered non-responsive. 5.0 PROPOSAL EVALUATION/BASIS FOR AWARD 5.1 MATA shall employ competitive negotiation procurement process in making a contract award. The award of this contract will be made to the Proposer whose proposal, in the opinion of MATA; best meets the established criteria and is most advantageous to MATA with price and other factors considered. Price evaluation shall not begin until the technical evaluation is completed. An evaluation team shall evaluate proposals. 5.2 Proposals will be evaluated on the basis of the factors described below in the following order of descending priority: A. Vehicle Design - Overall design concepts and features of the trolley structure and major components and systems based on a proposed 12-year life cycle. B. Past Performance - The proposer's demonstrated ability to meet contractual obligations, manufacture to specifications, deliver on time, and provide parts and technical support. C. Conformance to the RFP and delivery schedule. D. Price - Overall price as indicated on the Price Proposal forms. 5.3 The evaluation team will provide a tabulation of the technical merits of the proposal with the lowest points designating the worst and the highest points designating the best relative to the criteria. 5.4 The evaluation team may recommend that the contract award be made without negotiations provided that the acceptance of the most advantageous initial proposal will result in a fair and reasonable price. The evaluation team may recommend that a contract be awarded subsequent to negotiations. If negotiations are used at all, the Contracting Officer will negotiate with all the proposers that are in the competitive range and have a reasonable chance of being selected. 5.5 Negotiations will be in conformance with applicable federal, state, local laws, regulations and procedures. The objective of the negotiations will be to reach agreement on all provisions of the proposed contract, including contract price. MATA reserves the right to request documentation supporting the proposed contract price including overhead rates for the firm and subcontractors. Such information can include, but not be limited to: A. An overview of the accounting system and its capability to track project costs. B. Charts of accounts including a definition of what is included in each account. C. A statement indicating the basis of the overhead rate and whether it is historical information of projections. (The proposer will certify that the overhead burden rate separates direct and indirect charges and that indirect charges do not include any unauthorized charges for Federal Acquisition Regulations, Part 31.) 5.6 MATA reserves the right to reject any and all proposals or to waive minor informalities and irregularities in offers received. 5.7 A written notice of award and acceptance of offer mailed or otherwise furnished to the successful proposer within the time specified in the proposal shall be deemed to result in a binding contract. 5.8 MATA reserves the right to award this contract in any manner which MATA deems to be in its best interest. 6.0 PROTESTS PART I – INSTRUCTIONS TO PROPOSERS -6 61 MATA will consider all protests filed in a timely manner regarding the award of a contract, whether submitted before or after award. All protests are to be submitted in writing, in accordance with the protest procedures described in the General Contract Provisions. 6.2 Under certain limited circumstances, a potential proposer may protest to FTA the award of a contract pursuant to an FTA grant. FTA's review of any protest is limited to: A. An alleged failure of MATA to have written protest procedures or alleged failure to follow such procedures. B. Alleged violations of a specific federal requirement that provides an applicable complaint procedure, which shall be submitted in accordance with that federal regulation. 7.0 PERFORMANCE BOND The successful proposer shall furnish a performance bond in an amount equal to 25% of the contract sum as security for the faithful performance of this contract. Form of instruments shall be standard City Of Memphis form, a copy of which is attached. Bonds shall be furnished through an agent legally authorized to do business in the State of Tennessee and delivered to the Authority no later than the date of execution of the contract. The Bond will be released upon delivery and acceptance of the last trolley and all spare parts in the base order. The option order shall have a separate bond. 8.0 PRE-AWARD AUDIT COMPLIANCE Federal regulations require MATA to conduct a Pre-Award Audit before entering into a contract to purchase rolling stock on procurements with funds obligated by FTA on or after October 24, 1991. The Pre-Award Audit includes the following items as stated in 49 CFR Part 663, Pre-Award and Post-Delivery Audits of Rolling Stock Purchases; Final Rule, dated September 24, 1991: A. A Buy America Certification as described in Section 663.25; B. A Purchaser's Requirements Certification in Section 663.27; C. A Manufacturer's Federal Motor Vehicle Safety Standard Certification in Section 663.41 or 663.43. 9.0 POST-DELIVERY AUDIT COMPLIANCE Post-Delivery Audit – After the vehicle(s) have been shipped, the Contractor shall review the report of its plant inspectors to determine if a variance exists between the material listed on MATA’s Pre- Award Buy America audit and the material used by the vehicle manufacturer. Also, the Contractor shall confirm that the vehicle(s) are in absolute compliance to MATA’s technical specifications as amended through the Request for Approved Equals process. If a variance exists, the Contractor shall review the resolution of the variance. If necessary, the vehicle supplier will be contracted. Once this review process is complete, the Contractor shall issue a report to MATA stating that the vehicles comply with both the Pre-Award Buy America certification and the technical certification. The report shall also contain a copy of the weekly reports in order to verify that inspectors were present during the manufacturing process. This report shall meet the Post-Delivery audit requirements of 49 CFR, Part 663. Federal regulations require MATA to conduct a Post-Delivery Audit before title to the rolling stock is transferred to MATA. The Post-Delivery Audit includes the following items as stated in 49 CFR Part 663, Pre-Award and Post-Delivery Audits of Rolling Stock Purchases; Final Rule, dated September 24, 1991: A. A Post-Delivery Buy America Certification as described in Section 663.35; B. A Post-Delivery Purchaser's Requirements Certification in Section 663.37; PART I – INSTRUCTIONS TO PROPOSERS -7 C. Certification of FMVSS Inapplicability. 10.0 DELIVERY OF VEHICLES 10.1 Delivery shall be determined by signed receipt of MATA's designated agent, or his designee, at the point of delivery and may be preceded by a cursory inspection of the vehicles. The point of delivery shall be: Memphis Area Transit Authority Trolley Division 547 North Main Street Memphis, TN 38105 Delivery of the trolleys shall be FOB point of delivery by Common Carrier Driveaway. 11.0 PRE-AWARD SURVEY PROCEDURES A. After proposal opening, but prior to award of a contract, MATA shall have the right to conduct a pre-award survey, to evaluate prospective contractor's performance capabilities under the terms and conditions of this proposal request. The pre-award survey will aid MATA in determining the responsibility of the prospective contractor. The evaluation will be conducted on the basis of (1) data on hand, (2) data available from the U.S. Government or commercial sources, (3) if necessary, on-site inspection of plant facilities to be used for performance of the proposed contract, (4) the descriptive literature submitted with the proposal, or (5) any combination of the above. B. The pre-award survey will focus on the prospective contractor's ability to manufacture and deliver the equipment specified in the proposal request within the time stated. The survey will include, but not be limited to, the following essential elements: If the pre-award survey is conducted, (1) MATA will require the prospective contractor to furnish engineering and test data that demonstrates that the equipment proposed meets or exceeds the specifications set forth in the proposal request. (2) MATA will require the prospective contractor to furnish plans and production schedules which demonstrate the ability of the prospective contractor or meet the delivery schedule specified. MATA shall be permitted to inspect production facilities, if necessary, to determine whether or not the prospective contractor is capable of performing under the terms and conditions of the proposal request. C. All data obtained from the pre-award survey shall be kept confidential by MATA and shall not be made available outside MATA except insofar as may be required by the Federal Transit Act and applicable laws and regulations. 12.0 CONFLICTING STATEMENTS Part I, Instructions to Proposers is the correct language if there are any conflicting statements in this document. 13.0 TROLLEY TESTING The Contractor shall submit a comprehensive test plan that will cover testing of all major components, systems, and vehicle levels at Contractor’s plant and a test report provided before acceptance of the first vehicle by MATA. PART I – INSTRUCTIONS TO PROPOSERS -8 All tests identified within the following sections: Instructions to Proposers, Section 13; Part II Technical Specifications, Section 8; as defined in Section VII, Section 1.0 Acceptance Tests; and per the requirements in the General Contract Provisions, Item 18. 14.0 PROGRAM MANAGEMENT The Contractor shall be required to work with MATA’s Project Manager for design reviews, project schedules, status reporting, CDRL submittals, and document control, and any other requirements pertaining to technical specifications. 15.0 TERMS OF PAYMENT – Payment for the specified items shall be net thirty (30) days after acceptance. Proposer should note any discounts for payment before thirty (30) days. MATA will consider partial payments for the specified items. Partial payments will be made according to the milestone schedule per Part II, Section 3.4, and at MATA’s discretion. Contractor shall define the work products or portions of work products that MATA will own for each partial payment. Upon payment by MATA to Contractor, MATA shall own the identified work products. 16.0 DISADVANTAGED BUSINESS ENTERPRISE (DBE) 15.1 This contract is subject to the requirements of Title 49, code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Programs. A. DBE Requirements for Transit Vehicle Manufactures: Pursuant to Title 49, Code of Federal Regulations, Part 26.49, a Proposer, as a condition of being authorized to respond to this solicitation, must certify by completing the form Transit Vehicle Manufactures (TVM) Certification that it has on file with the Federal Transportation Administration (FTA) an approved or not disapproved annual Disadvantaged Business Enterprise (DBE) subcontracting participation goal. **See Part III – Form and Certifications. PART II TECHNICAL SPECIFICATIONS PART II – TECHNICAL SPECIFICATION - 1 Table of Contents 1. SCOPE OF WORK – GENERAL OVERVIEW ....................................................................................................... 5 2. PROPOSED REHABILITATION PLAN ................................................................................................................ 6 3. GENERAL REHABILITATION REQUIREMENTS .................................................................................................. 8 3.1. INTRODUCTION .................................................................................................................................................. 8 3.2. GENERAL REHABILITATION PROGRAM OBJECTIVES .................................................................................................... 8 3.3. GENERAL REQUIREMENTS ..................................................................................................................................... 8 3.3.1. Interchangeability .................................................................................................................................. 9 3.4. GENERAL PROJECT MILESTONE SCHEDULE ............................................................................................................... 9 3.4.1. Liquidated Damages .............................................................................................................................. 9 3.5. ENVIRONMENTAL REQUIREMENTS .......................................................................................................................... 9 3.6. GENERAL REHABILITATION WORK .......................................................................................................................... 9 3.7. DELIVERY OF VEHICLES TO/FROM CONTRACTOR ..................................................................................................... 10 3.8. JOINT INSPECTIONS ........................................................................................................................................... 11 3.9. MATERIALS REMOVED FROM THE VEHICLE ............................................................................................................. 11 3.10. ACRONYMS AND ABBREVIATIONS ..................................................................................................................... 12 3.11. CDRLS ....................................................................................................................................................... 13 4. MANUALS AND TRAINING ........................................................................................................................... 14 4.1. CAR HISTORY BOOK .......................................................................................................................................... 14 4.2. CAR OPERATING MANUAL .................................................................................................................................. 14 4.3. MAINTENANCE MANUALS .................................................................................................................................. 14 4.4. PARTS MANUAL ............................................................................................................................................... 15 4.5. TRAINING ........................................................................................................................................................ 15 4.6. DELIVERY SCHEDULE .......................................................................................................................................... 16 4.7. CDRLS ........................................................................................................................................................... 16 5. CHARLOTTE BIRNEY TROLLEY CAR REHABILITATION PROJECT ..................................................................... 17 5.1. PROJECT INTENT ............................................................................................................................................... 17 5.2. TROLLEY CAR HISTORY AND SPECIFICATIONS .......................................................................................................... 17 5.3. TROLLEY CAR UPGRADES OVERVIEW ..................................................................................................................... 18 5.4. PAINT PROCESS AND SCHEME ............................................................................................................................. 19 5.5. GENERAL CARBODY AND STRUCTURE .................................................................................................................... 19 5.5.1. Roof ...................................................................................................................................................... 20 5.5.2. Accessibility Lifts (Optional) ................................................................................................................. 21 5.5.3. Doors .................................................................................................................................................... 21 5.5.4. Steps..................................................................................................................................................... 22 5.5.5. Lifeguards ............................................................................................................................................ 22 5.5.6. Tow bar ................................................................................................................................................ 22 5.5.7. Tow-Pin ................................................................................................................................................ 22 5.6. INTERIOR WORK ............................................................................................................................................... 22 5.6.1. Floors ................................................................................................................................................... 23 5.6.2. Hardware and Trim .............................................................................................................................. 23 5.6.3. Operator Gong ..................................................................................................................................... 23 5.6.4. Windshield wipers ................................................................................................................................ 23 5.6.5. Operator’s Seat .................................................................................................................................... 23 5.6.6. Passenger Seats ................................................................................................................................... 23 5.6.7. Mirrors ................................................................................................................................................. 24 5.6.8. Window Sash ....................................................................................................................................... 24 5.6.9. Deliverables, Interior ............................................................................................................................ 24 PART II – TECHNICAL SPECIFICATION - 2 5.7. LOW VOLTAGE SYSTEMS .................................................................................................................................... 24 5.7.1. Wiring .................................................................................................................................................. 24 5.7.2. 24 Volt System Components ................................................................................................................ 25 5.7.3. Low Voltage Power Supply (LVPS) ........................................................................................................ 26 5.7.4. Control Switch A and B End. ................................................................................................................. 26 5.7.5. Console Door and Treadle Switch Layout ............................................................................................. 26 5.7.6. Deadman.............................................................................................................................................. 27 5.7.7. Interlock controls ................................................................................................................................. 27 5.7.8. Operator’s Fans .................................................................................................................................... 27 5.7.9. Defroster Fan ....................................................................................................................................... 27 5.7.10. Destination Signs ............................................................................................................................. 28 5.7.11. General Lighting ............................................................................................................................... 28 5.7.11.1. Interior Lighting ........................................................................................................................................... 28 5.7.11.2. Emergency lighting ...................................................................................................................................... 28 5.7.11.3. Exterior Doorway Lighting ........................................................................................................................... 28 5.7.11.4. Headlights .................................................................................................................................................... 29 5.7.11.5. Taillights ....................................................................................................................................................... 29 5.7.11.6. Stoplight / Caution Sign ............................................................................................................................... 29 5.7.11.7. Strobe Lights ................................................................................................................................................ 29 5.7.11.8. Step Lights ................................................................................................................................................... 29 5.7.12. Passenger Stop Request ................................................................................................................... 29 5.7.13. Public Address (PA) System .............................................................................................................. 30 5.7.14. Camera System ................................................................................................................................ 30 5.7.15. Deliverables, Low Voltage Systems and Wiring ............................................................................... 30 5.8. HIGH VOLTAGE SYSTEMS .................................................................................................................................... 30 5.8.1. Tear Down Process ............................................................................................................................... 30 5.8.2. First Article Inspection (FAI) Process .................................................................................................... 30 5.8.3. HVAC .................................................................................................................................................... 31 5.8.4. Roof Main Fuse .................................................................................................................................... 31 5.8.5. Pantograph .......................................................................................................................................... 31 5.8.6. Propulsion Controls .............................................................................................................................. 32 5.8.6.1. Existing Master Controls .............................................................................................................................. 32 5.8.6.2. K-35 Master Controllers ............................................................................................................................... 32 5.8.7. Line Switch, GE DB-986-A ..................................................................................................................... 32 5.8.8. Control Switches .................................................................................................................................. 33 5.8.9. Brake Resistors ..................................................................................................................................... 33 5.8.10. High Voltage Wiring ......................................................................................................................... 33 5.8.11. Deliverables, High Voltage Systems and Wiring .............................................................................. 33 5.9. TRUCK WORK .................................................................................................................................................. 33 5.9.1. Motors ................................................................................................................................................. 34 5.9.2. Gearbox................................................................................................................................................ 34 5.9.3. Wheelsets ............................................................................................................................................. 35 5.9.4. Brake Shoes .......................................................................................................................................... 35 5.9.5. Brake Rigging ....................................................................................................................................... 35 5.9.6. Hand Brake .......................................................................................................................................... 35 5.9.7. Brake Cylinder ...................................................................................................................................... 35 5.9.8. Track Brake – Feature Deleted ............................................................................................................. 35 5.9.9. Deliverables, Truck Work ..................................................................................................................... 36 5.10. AIR SYSTEM ................................................................................................................................................. 36 5.10.1. Air Compressor Assembly ................................................................................................................. 36 5.10.2. Air gauge .......................................................................................................................................... 36 5.10.3. Air Horn ............................................................................................................................................ 36 5.10.4. Air Bell Ringer ................................................................................................................................... 36 5.10.5. Air Dryer ........................................................................................................................................... 36 PART II – TECHNICAL SPECIFICATION - 3 5.10.6. Air Governor ..................................................................................................................................... 36 5.10.7. Air Lines ............................................................................................................................................ 37 5.10.8. Air Sanders and Apparatus .............................................................................................................. 37 5.10.9. Air Tank ............................................................................................................................................ 37 5.10.10. Deliverables, Air System ................................................................................................................... 37 5.11. CDRLS ....................................................................................................................................................... 37 6. MELBOURNE W2 TROLLEY CAR REHABILITATION PROJECT (OPTIONAL) ...................................................... 38 6.1. PROJECT INTENT ............................................................................................................................................... 38 6.2. TROLLEY CAR HISTORY AND SPECIFICATIONS .......................................................................................................... 38 6.3. TROLLEY CAR UPGRADES OVERVIEW ..................................................................................................................... 39 6.4. PAINT PROCESS AND SCHEME ............................................................................................................................. 39 6.5. GENERAL CARBODY AND STRUCTURE .................................................................................................................... 40 6.5.1. Roof ...................................................................................................................................................... 41 6.5.2. (Section Not Used) ............................................................................................................................... 41 6.5.3. Doors .................................................................................................................................................... 41 6.5.4. Steps..................................................................................................................................................... 42 6.5.5. Lifeguards ............................................................................................................................................ 42 6.5.6. Tow bar ................................................................................................................................................ 43 6.5.7. Tow-Pin ................................................................................................................................................ 43 6.6. INTERIOR WORK ............................................................................................................................................... 43 6.6.1. Floors ................................................................................................................................................... 43 6.6.2. Hardware and Trim .............................................................................................................................. 43 6.6.3. Operator Gong ..................................................................................................................................... 43 6.6.4. Windshield wipers ................................................................................................................................ 44 6.6.5. Operator’s Seat .................................................................................................................................... 44 6.6.6. Passenger Seats ................................................................................................................................... 44 6.6.7. Mirrors ................................................................................................................................................. 44 6.6.8. Window Sash ....................................................................................................................................... 44 6.6.9. Deliverables, Interior ............................................................................................................................ 44 6.7. LOW VOLTAGE SYSTEMS .................................................................................................................................... 44 6.7.1. Wiring .................................................................................................................................................. 44 6.7.2. 24 Volt System Components ................................................................................................................ 45 6.7.3. Low Voltage Power Supply (LVPS) ........................................................................................................ 46 6.7.4. Control Switch A and B End. ................................................................................................................. 46 6.7.5. Console Door Switch Layout ................................................................................................................. 47 6.7.6. Deadman.............................................................................................................................................. 47 6.7.7. Interlock controls ................................................................................................................................. 47 6.7.8. Operator’s Fans .................................................................................................................................... 47 6.7.9. Defroster Fan ....................................................................................................................................... 47 6.7.10. Destination Signs ............................................................................................................................. 47 6.7.11. General Lighting ............................................................................................................................... 47 6.7.11.1. Interior Lighting ........................................................................................................................................... 48 6.7.11.2. Emergency lighting ...................................................................................................................................... 48 6.7.11.3. Exterior Doorway Lighting ........................................................................................................................... 48 6.7.11.4. Headlights .................................................................................................................................................... 48 6.7.11.5. Taillights ....................................................................................................................................................... 48 6.7.11.6. Stop-Light / Caution Sign ............................................................................................................................. 48 6.7.11.7. Strobe Lights ................................................................................................................................................ 49 6.7.11.8. Step Lights ................................................................................................................................................... 49 6.7.12. Passenger Stop Request ................................................................................................................... 49 6.7.13. Public Address (PA) System .............................................................................................................. 49 6.7.14. Camera System ................................................................................................................................ 50

1370 Levee Rd, Memphis, TN 38108, United StatesLocation

Address: 1370 Levee Rd, Memphis, TN 38108, United States

Country : United StatesState : Tennessee

You may also like

Bus Shelter Rehab Project

Due: 09 May, 2024 (in 11 days)Agency: city of Evansville

Bus Shelter Rehab Project

Due: 09 May, 2024 (in 11 days)Agency: METS

Charlotte Trolley Car w/Optional W2 Trolley Car Rehabilitation - Addendum 1

Due: 30 Apr, 2024 (in 1 day)Agency: Memphis Area Transit Authority

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.