Loading...
HomeMy WebLinkAboutItem 6g - Authorize Amendment No. 5 to the Transit Operations and Maintenance Contract with First Transit Item 6g Department: Public Works Cost Center: 5201 (Transit) For Agenda of: 5/3/2022 Placement: Consent Estimated Time: N/A FROM: Matt Horn, Public Works Director Prepared By: Austin O’Dell, Interim Transit Manager SUBJECT: AUTHORIZE AMENDMENT NUMBER 5 TO THE TRANSIT OPERATIONS & MAINTENANCE CONTRACT WITH FIRST TRANSIT, INC RECOMMENDATION 1. Authorize the Mayor to execute Amendment Number Five to the Transit Operations & Maintenance Agreement with First Transit Inc. to exercise the third extension until June 30, 2023 at the agreed upon and negotiated rate not to exceed $2,626,896 for FY 2022-23; and 2. Authorize the Mayor to approve the sole source procurement to the Transit Operations & Maintenance Agreement with First Transit Inc. to extend the term until June 30, 2024 at the agreed upon and negotiated rate to not exceed $3,078,597 for FY 2023 - 24; and 3. Authorize the Director of Public Works or his designee to amend and make changes to Amendment No. 5 in accordance with the terms and conditions of the agreement with First Transit for operations and maintenance for fixed route services. DISCUSSION Background The City of San Luis Obispo 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 to and are provided by third-party vendors since the 1990s. Throughout this time, the City has continued to use various vendors/contractors to perform these duties and often does multi-year contracts with multiple potential one- year extensions as allowed by the Federal Transit Administration (FTA ). On June 16, 2016, 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” vendor of the seven considered. The recommendation for the award came at the end of a successful Request for Proposal process where multiple vendors submitted proposals for this work and a competitive process arrived at the vendor 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 extensions in one -year increments. City Council has approved two of the extensions. These extensions were successful to control operating costs, which benefits the City’s Transit Program. Page 269 of 395 Item 6g Preparation of a new operations and maintenance contract requires review of past performance and planning to project the needs and scope for the term of the contract. Generally, this process can take between nine and twelve months from development to executing the agreement. Another added complexity is the departure of the permanent Transit Manager. Currently this role is being covered by an Interim Transit Manager. There is benefit and value for the Transit Manager to assess the needs of the transit service and develop the scope of work for the term of the new transit services agreement. The current amendment expires on June 30, 2022. Due to the preparation and solicitation time required to secure a new transit services agreement and the time needed to hire a new regular Transit Manager, staff is recommending exercising the third extension and approving a sole source procurement to extend the contractual obligation with First Transit for an additional year beyond the third extension. This will provide staff sufficient time to recruit a regular Transit Manager and for the new Transit Manager to prepare and issue a new request for proposals for transit operations and maintenance services. Recruitment for the permenant Transit Manager will commence after the completion of the Transit Program Analysis study. This study is near completion. The City has a high standard for the expected level of service and the vendor has satisfactorily met these standards with improvements in safety, reliability, and on -time performance. The vendor has also demonstrated to be responsive and adapted to change to improve transit services offered based upon community needs and current pandemic conditions. Current pricing for the SLO Transit services is in line with current industry standards and the negotiated amounts are consistent with similar contracts. First Transit’s pricing also reflects an increase in wages for operations staffing (i.e., drivers, dispatchers, road supervisors, etc.). The City’s cost per revenue hour1 is nearly 45% lower than the County’s regional transit service. This key performance is indicat ive of the City’s ability to control operations cost by contracting its services. The negotiated price with the vendor, in a not exceed amount of $2,626,896 for FY 2022- 23 is a different, and increased amount from the Transit Fund’s Fiscal Year 2022-23 forecast. The difference for FY 2022-23 is an increase to operational costs of $181,006, and for the FY 2023-24 and increase of $581,149. The total difference is $762,154. The differential is attributed to two factors. The first is under the terms of the amendment and sole source procurement, higher wages for drivers, road supervisors, and operation staff than initially forecasted will be paid to attract and retain qualified employees. The second is the additional service hours projected for FY 2023-24. 1 Cost per revenue is calculated by the total operations cost divided by revenue hours. This is key performance indicator that is used to monitor the service efficiency. This indicator is useful to compare service efficiency with other agencies. Page 270 of 395 Item 6g The recent award from the American Rescue Plan Act (ARPA) will fund the higher costs in these two years under the terms of the Amendment and the Sole Source Procurement. There is sufficient revenue to cover these costs as ridersh ip returns to pre-pandemic levels. The current budget assumptions utilize state and federal funding to fund transit operations. With the receipt of ARPA funds, ARPA will pay 100% of the net operating cost. The net operating cost is defined as the total cost of operating less fare revenue. Previous Council or Advisory Body Action City Council has previously approved exercising other contract amendments to the First Transit Agreement including exercising the first of three possible extensions.  On June 16, 2016, the City entered into a four-year Agreement with Vendor for Transit Operations & Maintenance.  On April 5, 2018, the City and Contractor amended the agreement and the scope of services to reflect changes in Revenue Service Hours as a resul t of the implementation of Short-Range Transit Plan.  On January 8, 2019, the City and Vendor amended the agreement and the scope of services to reflect the pass-thru purchase of an Automatic Vehicle Location System.  On March 3, 2020 the City exercise the f irst of three possible extensions of the 2016 Transit Operations & Maintenance contract with First Transit Inc.  On May 12, 2021, the City exercised the second of three possible extensions of the 2016 Transit Operations & Maintenance contract with First Transit Inc. Policy Context The City’s adopted Financial Management Manual states that contract’s greater than $100,000 fall under the purview of City Council for approval (page 46). Amendment No. 5 is the final extension to the agreement. Staff is also requesting amending the term of the agreement in compliance to the sole source provision in the City’s adopted purchasing policy. In accordance to the City’s Municipal Code 3.24.060(B), sole source procurement is justified to address a situation that creates an immediated need for services that cannot be met through normal purchasing procedures and lack of services would seriously threaten the availability of City services. Extending the term of the agreement by one year is justified a s sole source because there insuffiencient staffing and time to draft and solicit for proposals for transit operations and maintenance services for the City’s public transportation system. By the time it takes to recruit and onboard a new Transit Manager next year, the new Transit Manager will have to analyze the appropriate service levels for service restoration from the pandemic period and post pandemic service. This analysis is essential in the preparation of the procurement document and solicitation for proposals. Page 271 of 395 Item 6g Recruitment for the permenant Transit Manager will commence after the completion of the Transit Program Analysis study. This study is near completion and the anticipated hire date is winter 2023. Failure to extend the agreement would not provide the new Transit Manager time to prepare and solicit proposals and would ultimately threaten the continued availability of public transportation in the City. Public Engagement This item is considered an administrative item and public engagement was not solicited. However, the item will be considered during a public meeting of the City Council and members of the public can comment prior or during the meeting. CONCURRENCE The City Attorney’s Office has reviewed and approved the contract amendment with First Transit. The Finance Department Purchasing Program support the sole source recommendation with First Transit. 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: 2022-23 Funding Identified: Yes Fiscal Analysis: Fiscal Impact Table for FY 2022-23 Funding Sources Total Budget Available Current Funding Request Remaining Balance Annual Ongoing Cost General Fund - - - $- State-TDA/LTF $1,403,951 $1,313,448 ($90,503) $- Federal-FTA 5307 $1,403,951 $1,313,448 ($90,503) $- Other: ARPA $181,006 - $181,006 $- Total $2,626,896 $2,626,896 $- $- Page 272 of 395 Item 6g Fiscal Impact Table for FY 2023-24 Funding Sources Total Budget Available Current Funding Request Remaining Balance Annual Ongoing Cost General Fund - - - $- State-TDA/LTF $1,248,724 $1,426,373 ($290,574.50) $- Federal-FTA 5307 $1,248,724 $1,426,373 ($290,574.50) $- Other: ARPA $581,149 - $581,149 $- Total $3,078,597 $3,078,597 $- $- Figures above represent two years of contract costs. At the request of the City, negotiations commenced in the Winter of 2021. The additional costs requested by First Transit are largely attributable to the increased cost for wages and benefits for drivers, dispatcher, and road supervisors. Additional ARPA funds will be available for the next three years to support transit operating cost for this agreement extension. 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 and may not result in any cost savings and likely cannot be completed in a time for fiscal year end. ATTACHMENTS A - Third and final extension of contract B - Sole Source Justification Page 273 of 395 Page 274 of 395 AMENDMENT TO AGREEMENT NO. 5 THIS AMENDMENT TO AGREEMENT is made this _______ day of ______, 2022, by and between the CITY OF SAN LUIS OBISPO a municipal corporation and charter city, hereinafter referred toas “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, on March 3, 2020, the City and Contractor entered into an Amendment to Agreement No. 3, to exercise the first of three possible extensions provisioned within the original contract at a negotiated price; and WHEREAS, on May 12, 2021, the City and Contractor entered into an Amendment to Agreement No. 4, to exercise the second of three possible extensions provisioned within the original contract at a negotiated price; and WHEREAS, the Agreement’s term is set to expire on June 30, 2022 and the City desires to exercise a third one-year contract extension option as indicated in the Agreement’s Section 2.c.; and WHEREAS, the City and Contractor desire to enter an Amendment to the Agreement No. 5 to exercise the third and final extension of the original contract at a negotiated price that will expire on June 30, 2023; and WHEREAS, in addition to exercising the third one-year extension option, the parties desire to amend the term of the Agreement to June 30, 2024 pursuant to Paragraph 24 of the Agreement, which allows modifications of the Agreement signed by both parties; and WHEREAS, the parties desire to extend the term of the Agreement to June 30, 2024 to provide sufficient time to recruit a permanent Transit Manager and solicit proposals before the expiration of the current agreement which will otherwise cause serious disruption of essential services for the welfare of the community, which is justified as a sole source purchase pursuant to Municipal Code Section 3.24.060. WHEREAS, the Agreement requires the City and Contractor to negotiate the price formulas for the one-year contract extension; and 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 Term. Subject to the terms and conditions of this agreement, the term of this agreement shall be from July 1, 2022 through and including June 30, 2024. 2. MAXIMUM OBLIGATION Page 275 of 395 City agrees to pay Contractor in consideration for its services as described herein. The maximum cost to be paid by City to Contractor for FY 2022-23 shall not exceed $2,626,896 and for FY 2023-24 the amended extension shall not exceed $3,078,597 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 $44.33 in Year One and $49.06 in Year Two. 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 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 $106,323.26 in Year One and $118,041.41 in Year Two; to compensate CONTRACTOR for all work to be performed under this agreement as defined in Exhibit A, except that which is included under 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 $10,254.86 in Year One; and $12,443.72 in Year Two 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 in the respective year in accordance to Paragraph 3a and billed separately from the services specified in the Agreement’s Exhibit A. 5. CHANGES CITY, without invalidating this agreement may or additions to or deletions from the work to the performed. Such changes shall be specified to CONTRACTOR in writing. If justified, the “Maximum Obligation” will be adjusted accordingly. New provisions must be mutually agreeable to both CITY and CONTRACTOR. A shift of vehicle service hours between services with the maximum value or an increase or decrease of up to 30% change (up or down) within the curr3ent span of service would not constitute a change as defined in this agreement, but any such shift or change shall only occur at the direction of CITY. 6. All other terms and conditions of the Agreement, Amendment No. 1, Amendment No. 2, Amendment No. 3, and Amendment No. 4 remain in full force and effect. Page 276 of 395 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: CITY OF SAN LUIS OBISPO By: Teresa Purrington, City Clerk Mayor Erica Stewart APPROVED AS TO FORM: CONTRACTOR: FIRST TRANSIT INC. By: J. Christine Dietrick, City Attorney Fadi Chakbazof, Senior Vice President Bradley Thomas, CEO Page 277 of 395 Page 278 of 395 City of San Luis Obispo Sole Source Justification Form First Transit The City of San Luis Obispo policy is to solicit quotations or bids for purchases of commodities or services for specified dollar amounts and select vendors on a competitive basis (See City of San Luis Obispo Financial Management Manual, Section 201, Exhibit 201-B). Under San Luis Obispo Municipal Code Chapter 3.24.060, procurement obtained from a single source can be purchased without engaging in bidding procedures. Staff must justify waiving the competitive bidding process in this sole-source form. The justification should provide enough detail so that anyone in the public with no background on the purchase can understand the justification. 1. What is the product or service? Why is this product or service offered as the only ‘sole source’ that meets the City’s requirements? First Transit is the City’s public transit operator. First Transit provides essential services to city residents. This service procurement is consistent with the sole service provisions in Municipal Code 3.24.060, Subsection B, because there is insufficient time to procure services through normal procedures that would cause a disruption of essential public transit service to the City. Currently, City has hired an Interim Transit Manager until the completion of the Transit Program Analysis. This study will be complete by June 2022. The City will recruit to hire a permanent in the Fiscal Year 2023, which will not provide sufficient time for the permanent transit manager to complete a Request for Proposal for transit operations at the end of the contract term. Thus, the staff is seeking a one-year extension to ensure operations continue, and an RFP is planned for advertisement for June 2024. 2. Have other products/vendors been considered? If yes, which? And how did they fail to meet the City’s requirements? No 3. Is the purchase an upgrade or addition to an existing system or brand of products adopted as a citywide standard? If so, will the purchase of this product avoid “switching” costs? (e.g., additional training required; data conversion; implementation of a new system; etc.)? No. 4. Is this a request for services by a contractor with unique and critical knowledge of established City systems or programs? If so, will the use of the contractor’s services avoid other costs (e.g., significant staff time in compiling information, data transfers, etc.)? Yes. 5. What is the quoted price for the product or service, and is it reasonable (based on other products or services in the same field or based on historical pricing for the City for similar products or services)? See attached quote. It is in alignment with current pricing and industry expectations. Page 279 of 395 __Austin O’Dell, Interim Transit Manager_ Requester __________________________________ ________________ Approver [______] Date 3/29/2022 Page 280 of 395