HomeMy WebLinkAbout1994-07-12 - AGENDA REPORTS - COMMUTER BUS SERVICEAGENDA REPORT
CONSENT CALENDAR
DATE:
SUBJECT:
DEPARTMENT:
BACKGROUND
July 12, 1994
City Manager
SAN FERNANDO VALLEY COMMUTER BUS SERVICE
CONTRACT
Public Works
On March 30, 1994, the Los Angeles County Metropolitan Transportation Authority (MTA)
held two public hearings in Santa Clarita, as required by Article 8 of the California
Transportation Development Act of 1971 (TDA). The TDA Hearing Board annually makes
recommendations to the MTA Board concerning the findings and conditions for the use of
TDA Article 8 funds based, in part, upon the public hearings.
The MTA estimates that the City of Santa Clarita will receive $2,561,218 in TDA Article
funds during the 1994/95 fiscal year. On May 19, 1994, the Hearing Board recommended
that the City of Santa Clarita continue commuter bus service (adjusted based upon actual
ridership demand) to the San Fernando Valley, and explore service opportunities to the
Antelope Valley, utilizing Article 8 funds.
Three commuter routes currently serve the San Fernando Valley. They are Route 796 to
Warner Center, Route 797 to Chatsworth, and Route 798 to Van Nuys. In response to
direction to explore service opportunities to the Antelope Valley, Route 795 was created. In
addition to providing residents with mid-day access to County facilities in the Antelope
Valley, this route also serves to employ equipment dedicated to the San Fernando Valley
routes during off-peak hours, thereby reducing net costs.
Finally, per the Hearing Board recommendation, existing routes to the San Fernando Valley
were evaluated based upon current ridership statistics. As a result, Route 796 to Warner
Center was presented without change, Route 797 was reduced by 50%, and Route 798 was
reduced by 57%. The service which has been retained carries 90% of the current daily
average passenger count.
The City issued a Request for Proposals (RFP) to provide these commuter bus services for
one year, effective September 1, 1994. Three proposals were received and evaluated.
In
�r3i1 v Ui' 1J IyCJ� , �s:�ry
San Fernando Valley Commuter
Bus Service Contract
July 12, 1994
Page 2
PROPOSAL EVALUATION
In an effort to minimize costs, Transit staff developed equipment and operational options to
allow respondents maximum flexibility while maintaining explicit levels of service quality..
The contractor was encouraged to suggest schedule or route changes, if those changes would
provide a lower overall operating cost for the same level of service, or a greater level of
service for the same overall operating cost. No suggested schedule or route changes were
received which achieved either goal. In addition, several equipment options were offered,
and are discussed in detail below.
The financial viability of each proposer was evaluated by an analysis of assets and liabilities.
Each of the respondents supplied ample documentation to indicate adequate financial
viability.
Technical competence was evaluated by the quality and quantity of personnel and equipment
to support viable service. This included the extent and quality of recent performance in
operating transit services of a similar nature, including vehicle maintenance and road service
support, and quality and location of storage and servicing facilities. The quality and quantity
of equipment was of great importance in evaluating the technical competence of each
proposer to provide inter -valley commuter bus service. Accordingly, proposed equipment
was inspected and evaluation trips were conducted.
Operational management ability was evaluated by the extent of recent experience in the
provision of fixed -route transit services and peak hour commuter services. Also included
was the extent and background of management staff proposed for support of the project.
Cost Per Revenue Vehicle Hour (see ATTACHMENT 1 for Proposals By Net Cost
matrix) was evaluated by comparison with proposed costs of other respondents to the RFP.
For the purposes of comparison, the Cost Per Revenue Vehicle Hour was converted to Total
Operation Cost for one year. In addition, further analysis included the net cost impacts of
retrofitting equipment, projected fare revenue, and projected contributions from the Los
Angeles County Department of Public Works.
Equipment options were viewed as critical to providing staff with a wide range of net costs
from which to develop a recommendation. Those options were as follows (see
ATTACIMENT 2 for Proposals By Equipment Option matrix):
San Fernando Valley Commuter
Bus Service Contract
July 12; 1994
Page 3
EQUIPMENT OPTION #1:
Contractor will provide up to thirteen (13) buses, including two (2) spares. The
vehicles will be 'over the road" or tour coaches with on -board restrooms, air conditioning
and wheelchair lifts in compliance with Americans with Disability Act (ADA) provisions. In
addition, all vehicles will be dedicated to Santa Clarita Transit service during hours of
operation, and will be painted according to City standards, displaying the City logo.
EOUIPMENT OPTION#la:
All provisions of Equipment Option #1 apply, However, should equipment need to
be retrofitted to meet ADA requirements, the Contractor indicates the one-time cost
separately (not included in hourly rate bid), to be reimbursed by the City.
EOUIPMENT OPTION 2:
All provisions of Equipment Option #1 apply. However, should the Contractor desire
to submit an alternate bid, vehicles under this option may be painted according to City
standards, displaying the Contractor name and logo in lieu of the City logo.
EOUIPMENT OPTION 2a:
All provisions of Equipment Option #2 apply, However, should equipment need to
be retrofitted to meet ADA requirements, the Contractor indicates the one-time cost ,
separately (not included in hourly rate bid), to be reimbursed by the City.
EQUIPMENT OPTION 3:
All provisions of Option #1 apply, However, vehicles will NOT be painted according
to City standards.
San Fernando Valley Commuter
Bus Service Contract
July 12, 1994
Page 4
EQUIPMENT OPTION 3a:
All provisions of Option #1 apply. However, should equipment need to be retrofitted
to meet ADA requirements, the Contractor indicates the one-time cost separately (not
included in hourly rate bid), to be reimbursed by the City..
EQUIPMENT OPTION 4:
Standard transit vehicles or over -the -road coaches may be proposed which include air
conditioning and wheelchair lifts in compliance with ADA. However, school buses are not
acceptable. In addition, should equipment need to be retrofitted to meet ADA requirements,
the Contractor indicates the one-time cost separately (not included in hourly rate bid), to be
reimbursed by the City.
CONCLUSIONS
Antelope Valley Bus, Inc. scored highest in the evaluation. The ownership and immediate
availability of equipment was central to their success. In addition, Antelope Valley Bus, Inc.
currently operates the San Fernando Valley services, and continues to work with City staff to
provide safe, convenient and reliable service.
Using the Proposals By Cost matrix (ATTACHMENT 1), it is clear that the cost of
operating buses which are painted and dedicated to the Santa Clarita Transit system is quite
high. There is a difference of $110,435 between Antelope Valley Bus Bid #1 and #2. In
Bid #1 the equipment would be painted, and solely dedicated, to Santa Clarita Transit
service. Bid #2 allows Antelope Valley Bus to use their equipment for other purposes when
not providing Santa Clarita Transit service.
Antelope Valley Bus, Inc. believes, based upon recent experience, that quality service can be
provided with one spare bus, instead of two spare buses. Staff considers this proposition to
be acceptable, and results in considerable savings. This offer appears as Antelope Valley
Bus Bid #3, and is the proposal recommended by staff.
San Fernando Valley Commuter
Bus Service Contract
July 12, 1994
Page 5
FISCAL IMPACT
As noted earlier, the MTA estimates that the City of Santa Clarita will receive $2,561,218 in
TDA Article 8 funds during the 1994/95 fiscal year. TDA funds must be spent for public
transit purposes when a legitimate need for transit service can be identified. If no "unmet
transit needs" are identified which can be reasonably met by an allocation of Article 8 funds,
then the revenue may be used for street and road purposes. Unmet needs were identified,
and defined as reasonable to meet, through the TDA public hearing process. Therefore, a
decision to award a contract for commuter bus service will obligate the contract amount in
Article 8 funds. New accounts have been set up for the San Fernando Valley service.
RECOMMENDATION
Authorize the City Manager to enter into a one year agreement on behalf of the City with
Antelope Valley Bus, Inc. for an amount not to exceed $1,045,004.00 for operations and
$240,000.00 for equipment retrofitting. Authorize formation and expenditure from Account
Number 55-7005-227.
.NWd.,pt
Attachment #1
PROPOSALS BY NET COST
PROPOSER/ ,.
FY 95.'
RETROFIT -
PROJECTED
FY:95 COUNTY
FY 95
FY.96
iFy 97
3 YR TOTAL
Equipment ,S.
OPERATION
COST ,;
". FARE
CONTRIBU-
NET COST
NET .COST
NET COST
NET COST
:Option
COST_
-REVENUE
..TION.
..,
ATE MGT.
$1,302,448
$0
$319,000
$98345
$885,103
$885,103
$885,103
$2,655,309
Option 4
AVE BID ,M1
$1,193,655
$260,000
$319,000
$113,466
$1,021,190
$787,190
$787,190
$2,595,570
Option I
AVE BID #2
$1,070,950
$260,000
$319,000
$101,195
$910,755
$676,755
$676,755
.$2,264,265
Option 3a
AVE BID a3
$1,045,004
$240,000
$319,000
$96,600
.$869,404
$653,404
$653,404
$2,176,212
Option 3a - Alt'
LAIDLAW
$2,388,365
$243,040
$319,000.
$231,241
$2,081,165
$1,862,429
$1,862,429
$5,806,023
Option le
Retrofit Costs are not -to -exceed estimates used to calculate projections.
Projected Fare Revenue is based. upon 500 passengers per day, a $2.50 average fare, and 255 service days per. year.
County Contributions. are based upon 10% (equivalent to Route 799) of net cost; ridership survey determines actual percentage
contribution.
Net Costs are for comparison purposes only, as Operation Cost and Projected Fare Revenue are held constant.
Attachment #2
PROPOSALS BY EQUIPMENT OPTION
OPTIONS
ATE
ANTELOPE VALLEY
LAIDLAW'
Option 1:
13 over -the -road
coaches, including 2
spares, restrooms, a/c,
NO
NO
NO
w/c lifts, City paint and
logo
Option Is:
Same as Option 1 with
NO
YES
YES
w/c lift retrofit
Option 2:
Same as Option 1 with
City paint and
NO
NO
NO
Contractor name and.
logo
Option 2a:
Same as Option 2 with
NO
NO
NO
w/c lift retrofit
Option 3:
Same as Option 1, NOT
NO
NO
NO
with City paint or logo
Option 3ai
Same as Option 3 with
NO
YES + ALTERNATE*
NO
w/c lift retrofit
Option 4:
Standard transit vehicle
or over -the -road coach
YES
NO
NO
with a/c, w/c lifts
*ALTERNATE: Antelope Valley Bus, Inc. proposes to operate with one spare bus instead of two spares.