Loading...
HomeMy WebLinkAbout2008-06-10 - AGENDA REPORTS - TRANSIT SERVICES CONTR (2)Agenda Item: CITY OF SANTA CLARITA AGENDA REPORT NEW BUSINESS City Manager Approval: Item to be presented by: Jeff O'Keefe / �0 DATE: June 10, 2008 SUBJECT: AWARD CONTRACT TO MV TRANSPORTATION FOR THE MANAGEMENT, OPERATIONS, AND MAINTENANCE OF TRANSIT SERVICES DEPARTMENT: Administrative Services RECOMMENDATION City Council: 1. Award a three-year contract for the Management, Operation, and Maintenance of Transit Services to MV Transportation, in a total amount not to exceed $48,809,787; $15,800,501 for FY 08-09; $16,170,543 for FY 09-10; and $16,383,743 for FY 10-11. 2. Authorize the City Manager or designee to modify the award in the event other issues of impossibility of performance arise, execute up to seven (7) annual renewal options not to exceed $16,383,743 each, plus Producer Price Index (PPI) adjustments for fuel and Consumer Price Index (CPI) adjustments for all other contract elements, contingent upon the appropriation of funds by the City Council in the annual budget for such Fiscal Year and execute all documents, subject to City Attorney approval. BACKGROUND The City Council first awarded a contract for the operation and maintenance of transit service to ATC in 1996. On June 26, 2001, ATC successfully competed for award of a second five-year contract. In August 2006, the City extended the ATC contract for another two years and during this two year period, ATC was bought out by Veolia Transportation, Inc. Veolia's contract with the City expires on August 5, 2008. AP°°o [gyp On January 20, 2008, the City of Santa Clarita released a Request For Proposals (RFP) PS -07-08-34 for the Management, Operations and Maintenance of Transit Services. Responses were due to the City on March 20, 2008. The City recieved three proposals. The first proposal was from First Transit, Inc. First Transit, Inc. is a business unit of FirstGroup America, the U.S. Bases North American Operating Unit of FirstGroup plc (First Group) a United Kingdom -based transportation company. Their North American Corporate offices are based in Cincinnati, Ohio. The second proposal was from Veolia Transportation, Inc. Veolia Transportation is a subsidiary of Veolia Environment based out of France. Their North American Corporate offices are based in Oakbrook, Illinois. The third proposal was from MV Transportation Inc. MV Transportation is the largest privately held passenger transportation contracting firm in the United States. Their corporate headquarters are in Fairfield, California. The evaluations panel consisted of staff from the City Manager's office, Community Development and Planning, Purchasing, an external professional transportation member, Public Works, and Transit. The Transit manager facilitated the process but did not formally sit on the evaluations panel. The evaluations process was conducted in four phases, and ratings were assigned to each phase. The first phase included a review of technical proposals; the second phase included a presentation and formal interview of each vendor. The third phase included a review of the cost proposals and assignment of pre -defined points associated to each cost proposal. After the third phase the evaluations panel reviewed the ratings and rankings of each proposal and elected to extend an invitation to the top two firms, (Veolia Transportation and MV Transportation), to submit "Best and Final Offers." First Transit was eliminated from the process at this point because they were so far behind in points after the technical responses, interviews, and costs were submitted. The pre -defined points were based on a pre -determined mathematical equation to ensure points could not be manipulated based on submittals. Prior to best and final offers being submitted, the evaluations panel rankings were: Company Location Bid Amount Total Score MV Transportation Fairfield, CA $52,901,953 800.45 Veolia Transportation Paris, France $56,606,912 753.83 First Transit Cincinnati, OH $63,646,418 650.58 The intent of the best and finals offer process was to drive down the cost of the original vendors cost submittals. Prior to the best and final offers being presented, MV's first year transportation cost proposal was approximately 13.37% greater than existing transit costs, and Veolia's proposal was approximately 19.44% greater than existing costs. These decreased to 12.00%, or ($505,351 reduction), and 18.74% ($710,460 reduction) respectively, after Best and Final offers were submitted. Costs include proposed start-up costs for each vendor. The final three-year cost proposal from MV was $52,396,602 and $55,896,452 from Veolia; a difference of $3,499,850. Although MV's proposal is $3,499,850 less than Veolia's, it includes significantly increased staffing levels. MV proposes to increase the number of bus operators from the current 131 to 146. In addition, MV is proposing to increase the maintenance staffing levels by 10 employees, increasing it from the current 23 to 33 employees. Also, MV is proposing three (3) Customer Service Ambassadors to be positioned at the Soledad and Newhall metrolink stations, as well as the McBean Regional Transit Center to offer assistance to customers during peak hour service. Each of the proposers were required to submit a minimum of five client references. Staff contacted all client references and the reviews for both vendors were satisfactory. Based on the review, procurement process, and the recommendations of the evaluations panel, staff recommends MV Transportation be awarded a three year contract to provide the Management, Operation and Maintenance of Transit Services for the City of Santa Clarita. This recommendation is based on MV Transportation ranking first in all four phases of the evaluation process. The evaluations panel scored MV Transportation first in the technical proposal process, first in the presentation and interview process, first in the cost proposal component, and ultimately first in the overall composite rankings. ALTERNATIVE ACTIONS Other action as determined by the City Council. FISCAL IMPACT ' The costs associated with the award of this contract have been anticipated by staff and the Transit Financial Forecast projects that adequate monies in the Transit Fund will be available for the duration of this proposed contract. It is important to note for the City Council that the City's Transit Operations does not require any financial support from the General Fund. ATTACHMENTS Cost Proposals Evaluations Rankings Technical Evaluation Criteria C .O L Q. 'O .N C ca L H L 0 a LL 'C O ca W iv N O CL 0 L a W CL a C O (D d 00 00 6 N M 1-: 69 — 0 Ef) O O O N Ln Ln L6 LO O N U U C C N N 00 00 N 'a O Ln — EA 69 N (D I�t V C CF) 0') It Cl) OD O V .c4 L6 cyi Lv CL 04 00 m i. M N Cl) 00 (0 N C4 0 cli � O E L 1<1 m U 01 W N 'a LOr Lo Ln N C C O LC a E Lv N 04 00 N Cl) 00 (0 N C4 L6 cli � O yLO a) a t c O d (n 3 a O O t c c _ Ln c Ln � d � M v 0 o U rn m c c a u w :.c :: 4.; 1 o. O. 0 aNi ami ayi s «. o 0 0 0 0- E -a r r N -0 0 J c N M.4 Lf U O 0 0 0 N N CM O N 0 00 m N c0 N 0 co 0 M a 1n r- L a LO 0 � o U coo o�S N 3 c N cC N 0 C. O a s a� O _N a) c C. C N O C O ca W � h d O. C t9 E0. a V w c v LO LO U') 0 U 0 0 a 0 o LU 0 0 (D It 00 N LO (D (D LO d U (n V) 0 V) 0 m U') (f) N m (1G N C6 N m V) m O (D (D (D X) V) N (D 00 LO M (D 00 X) O V) N 06 to N o0 Ln Ln M (f) N d' N N O co O 00 r LO E � Q (D (D (D (D (D (D (D (D (D (D (D o M LL N N C_ C_ O O a a 0 H N O a 0 F- 0 s N c �o a 0 y (cv 0 v a s 0 o0 c CL � ! � > a O C V c (D c . .O c to c ` (D U V c i0 c G 0 a) c O U m •• d c O > w c c m a •� t (tea U 0 Q- 0 (D O a 0 a LLy a > aCD w .. a c c cn d a) >. o a w c (D > o c d r u 0 C. o cn w a� cn �° cn c 0 N c f- o 3 Z c 0 0 0 N N CM O N 0 00 m N c0 N 0 co 0 M a 1n r- L a LO 0 � o U coo o�S N 3 c N cC N 0 C. O a s a� O _N a) c C. C N O C O ca W � h d O. C t9 E0. a V w c v LO LO U') 0 U 0 0 a E LL ii O c a� .N Q W c .0 a 0 0 Z N 7 C C N ° c � ca N O N C r+ t y E o v d C. o O c O N 0 Mo y aci� N c v 'C fa c ° C. 0 C ci fl. E C E C7 O V v U- aO ° d CL o o ,� w. °- c d ;� °�' C 0 4) c d E N N N N V V w C C ` C ' w M ma C "a C 7 ° A N o cc O cyan ++ v O m NE`° N C �Ua o - c � (D�� 0)� C. daw mv a Eck c'cy E a) 6. L V Cc d E v°)i � y -W t`v ai .... ` d N c N !0 F > y N C. d A CN N Q Q= C 0-0 d p R d "cc o3 cmc C. C is 0 c. 0 ° CL ��° N o m N aa) Cc�.. �a 0do° L E U C c N N Fa 75-d1 C N C m a a) C N p O N E O m C P� C L- L- cm 0 t0 V t E 0 O V �C C C v o >° V C m f0 c C C vl c3 a) 0Ci n°o 00 o°- m.0 Ndc C CL .!= o°E.c = w . C -O �w°c C a1 -0 C VC V > O N G1 = C' 4)i°-xa' d °- •- r vE ° c C Q. N ° aoc; d t vv°ia� N 0 C c y O r ca C V C N ° w m (/1 N 0. O O y N d d c ami m E 0C1 = C O V t) d O, D d C> p O y N d C 0 C. M L w O N N V C. C Z C Ca C C c N a� rC�. C N N Oa° aEi m 0) ww �� E c Q,aa a' m E•- ` o a� O C 0. N C :t>' a j � o c o O C V V m m C' C L a) 3 OL tm d •' C '0 O a1 '' C s N H O L O C C V C. C y C �' C Q Q fa d d —1. m _C . C. 5. O s m a) c O o c M N r O N a) C. O C 0) C. .0 O. O *,, is "- N ,, 7 c o o� V V -O v c c C �'a y x n� N N a4- y° w >+ O a� ° y 4- to r- o; ° a.c - - Lp V 0 a7._ (D C._ 0 _o_ Q =w= IC > y 7 7> 0(:Yo x �C O "W W J t 7 d a1 0000 0E1 E C �0 oQ R p 3 0 2 oma L- C 7� N > 7 y 7 oC� O0 iECJQ0 �aU L6 0 U) c 'o a u 6. o E O C O N > vi C Y O m C !9 'O y a.i N OO O E a aD c .• E v> > � � v . c c � CD d m a E o (D c. a - � w a c R y C -C o CL u N 0 w C N 'p C y C to%- d 0.0 y +�. (/1 E O N O a. U cr o o L a o c CL c c� �oaD c d > w ca a4)E ., r_ (D N W o y m 41 O cam ° N f6 a2 !9 E3 N n O O'p O u 'a CL V 0 - O CL V C t0 V+_�+ cw!a 0 CL p c ca o E »-'♦'y°' � v, v oai cv d 0�i ui i N L6