HomeMy WebLinkAbout12-15-2015 Item 08 - Authorization for SLO Transit Operations & Maintenance Contract Request for Porposals
Meeting Date: 12/15/2015
FROM: Daryl Grigsby, Public Works Director
Prepared By: Gamaliel Anguiano, Transit Manager
SUBJECT: AUTHORIZATION FOR SLO TRANSIT OPERATIONS & MAINTENANCE
CONTRACT REQUEST FOR PROPOSALS
RECOMMENDATION
Authorize the issuance of a Request For Proposal (RFP) to operate and maintain the City’s
Transit system.
DISCUSSION
The City’s Transit Operations and Maintenance (O&M) work is currently contracted out to First
Transit Inc. (First Transit). First Transit was awarded the current O & M contract ten years ago
via a similar competitive process. The initial contract term was for three (3) years and included
the possibility of seven (7) one-year extensions. June 30, 2016 marks the end of the last
exercised extension with First Transit.
In order to achieve cost savings and operational efficiency, the City is soliciting via the RFP
process contractors to bid on providing the City transit services.. These services include
employment, training, and retention of drivers, mechanics and other staff necessary to
successfully operate the City’s transit system as prescribed by the City.
The RFP process is meant to bring structure and transparency to the procurement decision, while
reducing risk through open requirements and discussion. The RFP process also provides the City
with an “apples-to-apples” cost comparison for purchased O&M services. The RFP bids will be
evaluated by a “best-in-value” criterion with the goal of acquiring comparable or even greater
service quality O&M services.
To help ensure this, Staff has carefully reviewed, revised and solicited direction from the Federal
Transit Administration for the purpose of developing an improved contract. After careful review
of the current Scope of Work (SOW), staff has eliminated non-applicable items, made
corrections and improvements, established clarity and formalized procedures/arrangements to
help ensure that vendors are fully aware of the City’s requirements for O&M services.
Parallel to improving the SOW language, Staff has also revised the standard Performance
Measures. After comparing with other nearby transit systems, a revised Penalties & Incentives
section has been added to the new proposed agreement. Penalties (or liquidated damages) would
apply monthly if the selected contractor fails to meet specific service performance standards.
8
Packet Pg. 56
Conversely, incentives are provided quarterly if the selected contractor achieves specific high
levels of service. Staff believes the proposed SOW provides clear understanding of the City’s
requirements while the liquidated damages provide for correction action(s) should they not be
met.
During the November 17 Study Session of the proposed RFP, the City Council asked questions
about the City’s insurance coverage in this contract. As a result, transit staff has been working
closely with the City Attorney to insure the City is adequately covered by the language in
Section 2 of the contract and in the Scope of Work.
Proposed Term of Contract Consistent with Federal Regulations
The Federal Transit Administration (FTA) has specific language and recommendations in the
Codified Circular of Federal Regulation (CCFR) 4220 regarding the term of O&M contracts.
The FTA has stated in part:
Although FTA no longer requires prior approval for contract terms longer than five
years, grantees remain responsible for conducting their procurement transactions in
accordance with the “full and open competition” principle expressed in FTA Circular
4220.1E, paragraph 8a…
When deciding the best period of performance for on-going services contracts, grantees
need to consider the up-front investment by potential offerors for specialized personnel
training and other non-recurring start-up costs (e.g., relocation) that must be recovered
over the life of the contract…
Staff reviewed factors such as maintaining “full and open competition,” industry peer contract
length comparisons and contract periods that allow for “upfront cost recovery;” in determining
the contract period. As a result, staff recommends a four (4) year contract with three (3) possible
one-year extension option(s).
Next Steps
Solicitation for responses will be done by publicizing this RFP via various industry periodicals in
addition to local notification required by the City’s Municipal Purchasing Guidelines
Proposals are tentatively expected to be evaluated at the start of next calendar year, March 2016.
A team of industry professionals, both from within the City and outside the City, will review
each proposal according to pre-established grading criteria. The top rated vendors will then be
invited to formal interviews and final negotiations. The winning proposer (selected contractor)
will then be recommended to Council for consideration and award. The new contract will
become effective July 1st, 2016.
8
Packet Pg. 57
Event/Task Date
1: MTC Discussion on RFP Scope of Work November 10, 2015
2: Council Study Session on RFP Scope of Work November 17, 2015
3: Council Authorization Issuance of RFP December 15, 2015
4: Issue Request for Proposals (RFP) on Ebid Board December 16, 2015
5: Pre-Proposal Conference (2:00 p.m. PST) January 27, 2016
6: Submit Questions & Clarifications (4:00 p.m. PST) February 5, 2016
7: Response to Submitted Questions February 19, 2016
8: Proposals Due (3:00 p.m. PST) March 9, 2016
9: Pre-Award Survey and Screening March 23, 2016
10: Interview with Selected Contractors March 30, 2016
11: City Council Award Contract May 3, 2016
12: Executes Agreement with Selected Contractor May 4, 2016
13: Pre-Start Up Meeting with Selected Contractor May 4, 2016
14: Contractor Starts Service July 1, 2016
FISCAL IMPACT
The RFP ensures a competitive selection process where the City and the selected Contractor will
have the opportunity to negotiate efficiencies, service enhancements, cost savings and even
added costs. The adopted 2015-17 Budget for the Transit Enterprise Fund included some costs
increase assumptions consistent with historic rate increases along with the results of the Short
Range Transit Plan. Ultimately, the funding for City’s transit operations will be from the City’s
annual distribution of Federal Transit Administration Section 5307 funds, Transportation
Development Act (TDA) funds, the Cal Poly Subsidy, and farebox collections. A final
agreement with full fiscal analysis will return to Council at the time of contract award.
CONCURRENCES
The Mass Transportation Committee (MTC) has been notified of the RFP at its November 10th
meeting, and that advisory body was able to review and comment on the various terms of the
contract. The contract was approved as is without any major changes.
ALTERNATIVE
1. The Council may decide to change terms of contract (scope of work). The consequence to this
8
Packet Pg. 58
alternative is that significant changes to the scope may result in changes (potential increases to
cost or reductions in the level of service) for the contract. It is suggested that if Council wants
additional (or modified work items) included in the RFP that they include these as additional
items to be considered as part of the RFP solicitation and negotiation process.
Attachments:
a Council Reading File - 2015-16 Transit RFP
8
Packet Pg. 59