Loading...
HomeMy WebLinkAbout06/19/1990, C-3 - REQUEST FOR PROPOSAL (RFP) FOR SHORT RANGE TRANSIT PLAN. �I�YI���IIIIIIIu�I�;IIIuIII ".7 r san p M ING D=TEp0 _ c� o tuts OBISPO COUNCIL AGENDA REPORT MM NUMBER FROM: Ren Hampian, Assistant City Admini 7tive Officer Prepared by: Harry Watson, Transit Manager T�1,"y^ SUBJECT: Request for Proposal (RFP) for Short Range Transit Plan. CAO RECOMMENDATION: By motion, approve the issuing of an RFP for the completion of a Short Range Transit Plan. DISCUSSION: Included in the 1989-91 Financial Plan and Budget is a goal to "complete a Short Range Transit Plan for SLO Transit, FY 1991-96" (page D-47) . The plan shall evaluate and recommend on such issues as: • existing and future bus routes • define measurable goals, objectives, and performance standards • evaluate alternatives for system improvement • develop a marketing plan • identify projected costs, capital requirements and revenue sources • assess alternatives for relocation of Transit Transfer Center • assess the parameters of an ongoing shuttle service for the downtown shopping core The bid period is to be July 1 - 31, 1990, with the work performed in September, October, and November 1990. Council will approve the consultant selection. The plan will be developed in conjunction With the City's Mass Transportation committee. Plan approval and adoption will be by the City Council. CONCURRENCES The Mass Transportation Committee will review the RFP at their June 13, 1990 meeting. Since this study has been previously supported by the Mass Transportation Committee, their recommendation to proceed is expected (if this does not occur, staff will advise Council prior to June 19) . FISCAL IMPACTS: The total estimated cost of the study is $12,000. Staff solicited funding assistance from the Area Coordinating Council through the Federal Urban Mass Transportation Agency and received a grant in the amount of $8,000. The City's contribution satisfies the grant Y 111�11 111$ city of San tins OBISpo COUNCIL AGENDA REPORT Council Agenda Report Page Two match requirement. Funds are available within existing resources to support the $4,000 City contribution. The City share is required because two work elements have been added by the City since the grant was approved (transit transfer center relocation; long-term trolley evaluation) . ATTACFII+CMB: Short Range Transit Plan RFP HW\transplan REQUEST FOR' PROPOSALS PLANNING STUDY APRIL 1990 CONTRACTING AGENCY City of San Luis Obispo TRANSIT SYSTEM STUDIED City of San Luis Obispo TASK A) Prepare Five Year Transit Development Plan B) Assess Alternatives for the Relocation of the Transit Transfer Center C) Assess the Operational Parameters of a Downtown Shuttle System FUNDS BUDGETED A) $8,000 (UMTA Section 8 Planning Grant) B) $4,000 (SLO Planning Funds) DEADLINE 5:00 P.M., July 319 1990 I.. OVERVIEW The City of San Luis Obispo, As the operator of public transit in the City, invites your firm to submit a Short Range Transit Development Plan. An UMTA Section 8 Planning Grant was sought and granted to provide $8,000 for contracted planning services for the study. As components of the Short Range Transit Development Plan, the successful bidder will address the alternatives available for relocating the Transit Transfer Center from its present location adjacent to City Hall. Both public and private locations are to be considered. With each potential location suggested physical layouts should be recommended. All locations should be able to accommodate both SLO Transit and the Regional Transit System along with the proposed shuttle system. As referenced above, the Short Range Transit Development Plan will include a component of the recommended development of a motor-driven trolley shuttle program to include goals and objectives, recommended routes, signage, stops and marketing. Examples of the successes and failures of other properties in the operation of motor- driven shuttle systems would be helpful. An additional $4,000.00 of planning funding will be added to the contract amount in support of these additional components. The City is now soliciting proposals from transportation planning consultants and firms interested in bidding on the study. The bid responses should be separated into parts A, B and C. The first covering a Transit Development Plan only, the second dealing with the Transit Transfer relocation and the third dealing with the shuttle concept. Each proposal should specify clearly how each of the elements of this Request for Proposals (RFP's) would be addressed and outlined in the methodology proposed. Any and all exceptions must be fully explained in the proposal; the City reserves the right to reject any proposal not complying with RFP requirements. The City further reserves the right to reject all proposals and to negotiate the final form of the contract once the successful bidder has been selected. Five (5) copies of the proposal are required. All proposals must be received no later than 5:00 P.M.. July 31 1990 in the San Luis Obispo City Hall 990 Palm Street San Luis Obispo CA 93401 in care of HanWatson Transit Manager. Proposals will be received and selection made by an ad hoc transportation advisory committee consisting of technical staff from the operator and the Mass Transportation Committee (MTC). Notification will be made by August 3, 1990 to the chosen bidder, based upon the proposals submitted, references and follow-up contacts. The contract will be let as soon as possible. All contracted work is scheduled for completion by November 30, 1990. i 11-SCOPE OF WORK The work to be performed in the course of the study includes the following tasks. A. Transit Development Plan 1. Review the City's Transportation Plan, prior studies, development plans, adopted policies and performance audits of transportation services. 2. Review and evaluate operational data by routes and services, and meet with transit and City staff to discuss planning efforts to date. 3. Develop dear and measurable goals, objectives, standards, performance measures that trigger modifications of service, and performance incentives, working in concert with applicable staff. 4. Analyze operational procedures, including scheduling, dispatching, maintenance, monitoring, marketing, etc. 5. Identify, evaluate and recommend alternatives for system improvements increased efficiencies and productivity. 6. Develop a comprehensive annual marketing plan, based upon user surveys, market segments and target marketing opportunities. 7. Identify projected costs and capital requirements in relation to projected revenues and identify, evaluate and recommend creative financing altematives to enhance resources; and develop a five year capital improvement plan. 8. Prepare preliminary draft policy/action plan for review and comment by technical staff. 9. Prepare and present public hearing document to Mass Transportation Committee and 'incorporate comments in final plan. 10.Prepare and present final draft document to City Council and incorporate comments in final plan. B. Assess Alternatives for the Relocation of the Transit Transfer Center 1. Meet with Transit staff and Community Development staff to clarify work, scope and directions. 2. Factor any relocation to coordinate with other, ongoing downtown planning activities currently in progress. 3. Identify potential problem areas, advantages and cost differences connected with the proposed locations. 1 4. Consider both the operational requirements of the existing systems (both City and Regiona) and their needs through the fife of the Center. 5. Recommend cost sharing proposals for each aftemative on a benefits received basis for properties involved. 6. Prepare findings and recommendations in a draft report, and present to staff and MTC. 7. Present report to Council upon completion. C. Assess the parameters in the operation of a successful shuttle service that would serve the downtown shopping core. 1. Perform a benefits analysis of such a system as they may relate to coordination with the existing systems, adjunct to the City's Parking Program, effect on trip reduction policy, effect on enhancing pedestrian concept of Civic Center. 2. As it relates to the analysis in #1 above, recommended routes, stops and headways. 3. Recommendations on types and levels of marketing.to include, but not limited to types of effective signage, media to be used, promotions and level of financial commitment. 4. Examples and analysis of both successful and unsuccessful trolley shuttle services operations. 5. Prepare findings and recommendations in a draft report, and present to staff and MTC. 6. Present report to Council upon completion. III. BACKGROUND Transit in San Luis Obispo City has developed steadily since the first routes began in 1974. By 1979 three routes were operated by a Joint Powers Agreement (JPA) of the affected jurisdictions. This JPA was first known as North Coast Transit (NCT), a name later changed to the Central Coast Regional Transit Authority (January 1988). Transit service included a commute run between Atascadero and San Luis Obispo City, five roundtrips connecting Cuesta College and San Luis Obispo, and five roundtrips between the communities of San Luis Obispo, Morro Bay and Baywood/Los Osos. Parts of the system were operated by the City of San Luis Obispo. Any routes outside of the City are now operated by the Regional System. IV. SELEMON CRITERIA The staff and Mass Transportation Committee will rate each applicant on the following criteria! 20% Consulting firm background and qualifications; 20% Performance record for similar project work, together with reference checks on previous transit planning; 20% Technical approach and specific methodology to data collecting and analysis; 20% Cost and/or performance extras beyond RFP scope; 20% Understanding of the project/geographic area and completeness of response. V. PROPOSAL FO MAT Each proposal should address the following areas: A. Qualifications of the Firm 1. Include a description of your firm and its relevant prior experience, including transit planning experience. 2. Attach a list of recent clients for whom similar planning studies have been performed, with contact staff and telephone numbers. 3. Include a description of each staff member assigned to the contract work, with resumes and hourly charges. 4. Acknowledgement that the firm will comply with insurance certificate requirements (Attachment A) with this RFP. B. Technical Approach 1. Tell how your firm will approach the tasks requiring data collection and transit system analysis. 2. State as clearly as possible the methodology to be used, and define the mechanisms to be used, i.e., interviews, surveys, community planning, etc., showing how they relate to the project. 3. Include a schedule for performing key phases of the study. o C. Fees i 1. Describe the basis of costs to be charged to the project, showing projected hours and costs for each task, along with the proportion of time involved for each staff member and total funding for other costs (copying, travel, etc.). 2. Total funds budgeted for the project is $12,000.00. The project should be treated as a whole and you need not present a separate budget for each part. 3. Explain any additional project work, beyond the tasks described above, that will be accomplished within the available funds, and/or show the least cost required to fully address the required tasks. 4. Include the total hours scheduled for each task, as well as the total maximum fee. 5. Identify costs for any supplemental meetings requested by the City in the course of the study. VI. CONTRACT, BILLING AND PAYMENTS The City expects to sign a contract with the selected firm within two weeks following the selection. The contract will provide for progress payments (up to 80% of total fee) to be paid monthly for services rendered in the prior month based upon submitted progress reports and billings. Final payment and the 20% balance will be paid upon receipt of the final report. VII. PRESENTATION OF FINDINGS The contractor should be prepared to present the draft of the project to the MTC Efforts will be made to coordinate these presentations with contractor visits, but the cost of presentation trips should be considered in the final proposal amount. If the contractor commits to more than two presentations and the required meetings with staff, the proposal should reflect this. The second presentation would be to the City Council. VIII: INSURANCE PROVISIONS Workers Compensation Insurance, Employers Liability Insurance, General Liability, Commercial Automobile Liability will be required of the successful bidder in the amount of $1 million per occurrence. IX. FURTHER INFORMATION Inquiries shall be directed to Harry Watson, Transit Manager at (805)549-7121. hw\RFP