Loading...
HomeMy WebLinkAboutItem 05 - First Extension of the 2015 Transit operations & Maintenance Agreement with First Transit, Inc. Department Name: Public Works Cost Center: 5201 For Agenda of: March 3, 2020 Placement: Consent Estimated Time: N/A FROM: Shelly Stanwyck, Assistant City Manager, Community Services Prepared By: Gamaliel Anguiano, Transit Manager SUBJECT: EXERCISE THE FIRST EXTENSION OF THE 2015 TRANSIT OPERATIONS & MAINTENANCE AGREEMENT WITH FIRST TRANSIT INC. RECOMMENDATION Authorize the City Manager to exercise the first of three possible extensions of the 201 6 Transit Operations & Maintenance Agreement with First Transit Inc., at the agreed upon rate. (Attachment A) DISCUSSION Background The City of San Luis Obispo (City) operates a fixed-route public transit system within City limits and the California Polytechnic State University (Cal Poly) campus. Vehicle operations and maintenance have been outsourced and provided under a third-party vendor since the 1990s. Throughout this time the City has continued to use various vendors/contractors to perform these duties and often enters into multi-year contracts with potential one year extensions as allowed by the Federal Transit Administration (FTA). On June 16, 2015, the City Council approved the award of the Transit Operations and Maintenance contract to First Transit Inc. who was deemed to be the “best in value” contractor of the seven firms considered. The recommendation for the award came at the end of a successful Request for Proposal (RFP) process where multiple contractors submitted proposals for this work and the competitive process identified the firm that was deemed most appropriate to conduct the services. This contract called for a base four-year contract term with the potential for an additional three-year extension each in one-year increments. Since entering into the contract with First Transit there have been two amendments. In the First Amendment (Attachment B), Council approved an adjustment to the “Not-To-Exceed” amount of the price for services due to the expansion of transit services stemming from the Short-Range Transit Plan changes. In the second amendment (Attachment C), Council approved the pass-thru procurement of an Automatic Vehicle Location (AVL) system, as the old AVL system was no longer supported but necessary for managing the operations. Item 5 Packet Page 23 On July 1, 2019, the City entered into its fourth and last year of the base contract with First Transit Inc. The contract’s provisions for up to three possible one-year extensions has been utilized to negotiate with First Transit Inc. for an extension for FY 20-21. Recommendations for exercising an extension are based on a number of factors including contractor performance, market indicators, and strategic operational benefits. Reasons for Extension of Operations and Maintenance Agreement The Agreement contains a number of key performance indicators (KPI) with associated liquidated damages and incentives. These KPI are designed to gauge the contractor’s performance. The City has a high standard for the level of service expected and First Transit Inc. has satisfactorily met these standards with improvements in safety, reliability and on-time performance. First Transit Inc. has also demonstrated to be responsive and willing to help the City deliver changing transit services to the community and be adaptive to change. Another consideration for making the recommendation to extend the contract, are market indicators like competitive pricing that may be available if a new RFP process were undertaken. This is usually somewhat offset by the additional costs for completing the RFP process and the lost time due to this additional work. Current pricing for the SLO Transit services are in line with industry indicators and the negotiated amounts are consistent with similar contracts. Given that no “down swings” in the economy or the transit industry are occurring, staff does not believe that the City could achieve significantly better pricing by going back out to bid at this time. Further, negotiated prices with the contractor, herein presented, are in line with the Transit funds projections and approved 2019-21 budget cycle. Approving the extension is also considered to have operational strategic benefits. The City has at least two transformative issues with potential unknowns that could have a drastic impact on any long-term contract if enacted during this time. First, the City is currently in negotiations with Cal Poly for a new long-term transit subsidy agreement. The final agreement is anticipated to be accompanied with additional opportunities for expanded transit service hours or other services. Service changes in excess of 15% in revenue hours are generally considered reopeners to transit operations contracts as the level of work can significantly change profit and loss amounts for a contractor. Doing a major rebid of services could cause complications in contract amounts when a single year extension can avoid that issue at this time. Lastly, the City is pursuing expansion of the Transit fleet, with electric transit vehicles, per State mandates and City Major City Goals. A change to this new technology will have impacts to how costs are experienced (both good and bad). Therefore, exercising an extension allows the City to preserve status quo services under existing terms, as staff, quantifies the impacts of these changes before releasing a new RFP for long-term contract. Item 5 Packet Page 24 Policy Context The City Council is the legislative authority and sets the policies under which the City’s programs operate. The City Council has the power to adopt ordinances and resolutions, make appointments to the City's advisory bodies, establish policies and approve programs, appropriate funds, adopt budgets, and approve contracts. Continuation of this contract is in line with Major City Goals. Particularly with regard to Sustainable Transportation and Climate Action as mass public transit is widely regarded as more environmentally superior form of transportation over single-occupant vehicles. Public Engagement This is an administrative item, so no outside public engagement was completed. Public comment can be provided to the City Council through written correspondence prior to the meeting and through public testimony at the meeting. ENVIRONMENTAL REVIEW The California Environmental Quality Act does not apply to the recommended action in this report, because the action does not constitute a “Project” under CEQA Guidelines Sec. 15378. FISCAL IMPACT Budgeted: Yes Budget Year: 2020/21 Funding Identified: Yes/ Fiscal Analysis: Funding Sources Adopted FY Cost Annualized On-going Cost Total Project Cost Transit Fund $2,738,228 $2,820,950 State Federal Fees Other: Total $2,738,228 $2,820,950 During the FY 2019-21 budget setting process, the transit operation and maintenance costs for FY 2019-20 were already known and memorialized as part of the base contract with First Transit. A 3.5% increase in costs for FY 20-21 was assumed for the second year of the Financial Plan (the contract cost for a potential extension year of the First Transit Contract). The currently adopted budget includes $2,738,228 for FY 20-21 purchased transportation for the contract. Item 5 Packet Page 25 First Transit has requested additional funds attributable to the increases in cost for maintaining an older fleet (50% of the vehicles past their federally approved “useful-life”), the State mandated increase to minimum wages, and increased costs for improved driver’s wages aimed at achieving better employee retention. The difference is roughly $82,000 more than was originally projected and adopted in the financial plan and equating to a total of $2,820,950. There is no request for additional funding at this time. The difference can be absorbed in the Transit Fund’s program, with no impacts to the State’s (20%) operational cost recovery mandate. Accommodating this increase is largely possible due to the typical cost savings the Transit Fund experiences annually in staffing, marketing, fuel and other program line items. Possible adjustments to this amount will be addressed and brought forward for approval as part of the FY 20-21 Supplemental Budget in June 2020. ALTERNATIVES Deny the extension request and direct staff to go out to bid. This not recommended as any new long-term contract will take a significant work effort at this time, may not result in any cost savings and likely cannot be completed in a time for fiscal year end. Attachments: a - First Transit Agreement - Amendment #3 to Extend Contract b - First Transit Agreement - Amendment #1 dated April 5, 2018 c - First Transit Agreement - Amendment #2 dated January 8, 2019 Item 5 Packet Page 26 AMENDMENT TO AGREEMENT NO. 3 THIS AMENDMENT TO AGREEMENT is made this _______ day of ________, 2020, by and between the CITY OF SAN LUIS OBISPO a municipal corporation and charter city, hereinafter referred to as “CITY” and FIRST TRANSIT INC., hereinafter referred to as “CONTRACTOR.” WITNESSETH: WHEREAS, on June 16, 2015, the City entered into an Agreement with Contractor for Transit Operations & Maintenance (Agreement); and, WHEREAS, on April 5, 2018, the City and Contractor entered into an Amendment to Agreement No. 1, amending the scope of services to reflect changes in Revenue Service Hours as a result of the implementation of Short-Range Transit Plan; and WHEREAS, on January 8, 2019, the City and Contractor entered into an Amendment to Agreement No. 2, amending the scope of services to reflect the pass-thru purchase of an Automatic Vehicle Location System; and WHEREAS, the Agreement’s term is set to expire on June 20, 2020 and the City desires to exercise a one-year contract extension option as indicated in the Agreement’s Section 2.c.; and WHEREAS, the Agreement requires the City and Contractor to negotiate the price formulas for the one-year contract extension; WHEREAS, the Contractor has submitted a proposal for this purpose and said proposal is acceptable to the City. Attached hereto as attachment A is a copy of the Contractor’s Proposal. NOW, THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained, the parties hereto agree as follows: 1. TERM OF AGREEMENT Subject to the terms and conditions of this Amendment to Agreement, the term of this Amendment to Agreement shall be from July 1, 2020 through and including June 30, 2021. 2. MAXIMUM OBLIGATION City agrees to pay Contractor in consideration for its services as described herein. The maximum cost to be paid by City to Contractor shall not exceed $2,820,950 based on services in Agreement’s Exhibit A. 3. PRICE FORMULA City agrees to pay Contractor for performance of the services set forth in this agreement as follows: a. Payment of a fixed hourly rate per vehicle service hour of $35.69 in Year One; A vehicle service hour is defined as on vehicle providing passenger service for one hour during the service hours specified herein. A vehicle service hour shall be deemed to have commenced when a vehicle leaves CITY’s Transit Center (located at 990 Palm Street) to provide the services required herein and shall not include any out-of-service vehicle time used for vehicle operator breaks or lunches. A vehicle service Item 5 Packet Page 27 .,, hour shall terminate when a vehicle returns .to CITY Transit Center prior to any cleaning, servicing or fueling of the vehicle. The hourly rate shall include vehicle operator wages, fringe benefits, indirect labor and all consumable material costs that can be tracked by vehicle service hour such as vehicle maintenance parts and supplies including oil. b. Payment of a fixed monthly rate of $107,562 in Year One; to compensate CONTRACTOR for all work to be performed under this agreement as defined in Exhibit A, except that which is included qnder Paragraph 5(a) and Paragraph 7 of this agreement including, but not limited to: vehicle operator non~service wages; management, controller and maintenance employee wages and said employees fringe benefits and indirect labor costs; bus washing and cleaning supplies; uniforms; report reproduction; office supplies; project telephones; all other related operational costs; and the contract management fee. c. Payment of a fixed monthly rate of $5,195 in Year One; for the cost incurred in providing all vehicle and general liability insurance required under this agreement as such insurance is defined in this agreement. This amount shall be in excess of the fixed monthly rate as defined herein. CITY reserves the right, however, to alternatively secure all or part of the specified insurance coverage 4. EXTRA SERVICES Special promotional and community services shall be considered extra services and will be provided only with the authorization of City and the mutual consent of the Contractor. Such services shall be defined as those non-permanent service hours operated outside of the services identified in Exhibit A. Extra services shall be considered a change to this agreement as defined herein and shall be in excess of the maximum price defined in Paragraph 4. The costs for extra services will be determined at a rate per vehicle service hours of $35.69 in Year Four and billed separately from the services specified in the Agreement's Exhibit A. 5. All other terms and conditions of the Agreement, Amendment No. 1 and Amendment No. 2 remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by and through their respective officers thereunto duly authorized on the date written below their signatures. ATTEST: Teresa Purrington, City Clerk APPROVED AS TO FORM: J. Christine Dietrick City Attorney CITY OF SAN LUIS OBISPO By: _________ _ Derrek Johnson, City Manager CONTRACTOR: First Transit Inc. ~,?/ . /. By: ,9 .Z,..c,t.P~ Fadi Chakbazof Its: Senior Vice Presi Item 5 Packet Page 28 Attachment A Item 5 Packet Page 29 AMENDMENT TO AGREEMENT NO. 2 THIS AMENDMENT TO AGREEMENT No. 2 is made and entered in on January 8, 2019, by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, herein after referred to as City, and FIRST TRANSIT INC., a Delaware corporation, hereinafter referred to as Contractor. WITNESSETH: WHEREAS, on June 16, 2015, the City entered into an Agreement with Contractor for Transit Operations & Maintenance services; and WHEREAS, on April 5, 2018, the parties made and entered into Amendment to Agreement No.1; and WHEREAS, the City desires to amend the scope of services to reflect the pass-thru purchase of an Automatic Vehicle Location System; and WHEREAS, the Contractor has submitted a proposal for this purpose that is acceptable to the City. NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained, the parties hereto agree as follows: 1. Contractor shall be responsible for providing an Automatic Vehicle Locator System (“AVL System”). Contractor’s scope of services and related compensation is hereby amended to include the equipment, software and services as set forth in Exhibit A attached hereto. Contractor agrees to maintain the AVL System in good working order at all times. Upon termination of the 2015 Agreement for Transit Operations and Maintenance services, the AVL System, and any service agreements or licenses or software, shall automatically become the sole property of the City. Contractor shall execute and agreements and otherwise cooperate to transfer title to the AVLS System and any supporting software, service agreement or licenses to City. 2. All other terms and conditions of the Agreement remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first written above. Item 5 Packet Page 30 CITY OF SAN LUIS OBISPO: CONTRACTOR: By: __________________________________ By: ____________________________________ City Manager, Derek Johnson Senior Vice President, Fadi Chakbazof City of San Luis Obispo First Transit Inc. APPROVED AS TO FORM: By: _____________________________________ City Attorney, Christine Dietrick City of San Luis Obispo Item 5 Packet Page 31 Page intentionally left blank. Item 5 Packet Page 32