AWARD OF NEW PARATRANSIT SERVICES CONTRACT
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
September 22, 2005
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
Purpose
To recommend award of the paratransit services contract to MV
Transportation, Inc. in the amount of $203,542,817 for a contract period of
four base years. Subsequent Board approval will be sought to award each
of the two, two-year options.
To recommend the approval of additional contract authority to cover the
cost of performance incentives for four years ($6 million) and fuel
escalation prior to the cutover of operations ($500,000) for a total award
amount of $210,042,817 for the four base years of the contract
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
Background
The current paratransit services contract with Logisticare, Inc. was
awarded in October, 1999 and ends on January 14, 2006
The Board authorized initiation of the procurement in October,
2004, and the Request for Proposals for the successor contract was
released in April, 2005
The procurement was conducted as a "Best Value" procurement,
which seeks the best combination of technical capability and price
Four firms submitted proposals; three were deemed to be
Procurement Process
The Best Value procurement method combines technical evaluation
with examination of cost; as technical proposals become more
technically equivalent, cost becomes more critical to the selection
Technical Criteria:
Central Reservation, Scheduling, and Transmission of Trips - new software
is a superior product, which is critical to realizing service efficiencies
through schedule optimization, ride matching, route management,
aggressive dispatch (notifying customers BEFORE they experience delays)
Operating/Service Plan – compliance with ADA requirements, fleet
management and maintenance plan, service operation model
Management Plan – transition plan, management structure, recruitment,
safety, complaint investigation, alcohol and drug testing
Experience and History of Past Performance
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
Procurement Process
Cost Criteria:
Reasonableness of the proposed costs – analysis of cost drivers
and supporting documentation
Realism – comparison of each cost proposal item and labor skill
levels with the offeror’s technical proposal
Completeness – whether all items are properly included
Price proposals were examined only for those proposers who were
determined to be technically acceptable
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
WMATA Requirements to Improve Paratransit Service
Advanced commercial off-the-shelf (COTS) software to more effectively
and efficiently manage reservations, trip scheduling and dispatch
Productivity goals (trips per hour, from 1.25 in CY2006 to 1.55 for 2009
forward)
More rigorous incentives and disincentives ($125,000 per month maximum,
or $6 million for the base four years of the contract, if all incentives are
earned)
On-time performance
Missed Trips less than 1.05%
Passenger Injuries fewer than 2.5 per 100,000 trips
Total Complaints fewer than 1 per 1000 trips
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
WMATA Requirements to Improve Paratransit Service
Installation of functional, proven Mobile Data Computers and an
Automatic Vehicle Location System to validate trips and on-time
performance
Additional auditing and monitoring requirements
Liquidated damages for failure to implement/ commence operations on
January 15, 2006
Implementation of a web-based application and Interactive Voice
Response application to allow patrons to easily make reservations or
check on vehicle location without utilizing a live agent
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
Results of Best Value Procurement Process
MV Transportation, Inc. was deemed to have offered the "best value" of all of
the proposers – an excellent, innovative technical proposal coupled with the
lowest proposed cost. Cost proposal was lowest for both the base four years,
as well as, the maximum period of eight years, including options
$203,542,817 for a four year base contract
MV will directly operate 34% of the paratransit service; five subcontractors will
operate 61% as dedicated service and cabs will fulfill the remaining 5% (far
superior to the current 20% taxi allocation)
MV will utilize Trapeze as the COTS software, which will:
perform schedule optimization routines to ensure the most trips are
delivered with the fewest vehicles in the shortest time
permit real-time recalculation of arrival times and timely notification of
patrons if traffic problems or other service issues delay arrivals
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
About MV:
•
One of the largest paratransit providers in the nation, operating more
than 130 paratransit service contracts and 3,000 vehicles nationwide
Founded by Feysan Lodde, an African American female
Major client properties include
Fastran (Fairfax County, VA)
San Francisco Muni
SamTrans (San Mateo, CA)
Lynx (Orlando, FL)
MV on-site transition staff includes former employees of Trapeze to
ensure smooth data migration and system implementation
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
Service Improvements in the New Contract
Trapeze reservation/scheduling/dispatch software will greatly improve trip
management, minimize missed and excessively late trips, enhance
communication with customers about vehicle location and arrival times,
match trips and minimize vehicles needed to provide service
Mentor Ranger Mobile Data Computers/Automatic Vehicle Location
System will validate trip delivery and on-time performance and assist
dispatchers with real-time vehicle monitoring for in-route adjustments and
patron notification of vehicle arrival time
FleetFocus software will manage maintenance scheduling, lifecycle costing
and performance analysis, to provide more reliable vehicle performance
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
Service Improvements in the New Contract (continued)
MV’s cost proposal emphasized high productivity and low overhead,
with the use of proven technologies to maximize trip efficiency
MV will install the DriveCam on-board camera system on all non-taxi
vehicles, which will enhance driver training, operations monitoring and
complaint/incident investigation
Operators will leave door hangers on customers’ doorknobs in case of
patron no-shows to remind customers about our no-show policy and
the need for timely cancellation
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
Recommendations
•
That the Board of Directors approve the award of the new paratransit
service contract to MV Transportation, Inc. in the amount of $203,542,817
for a contract of four years
•
That the Board of Directors approve additional contract authority of $6
million to cover the cost of incentives, if earned, and an additional $500,000
for fuel escalation, if necessary and fully documented, between September
22, 2005 and January 9, 2006
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
Next Steps
Award the contract September 22, 2005
Conduct first planning meeting September 23, 2005
Initiate transition, training, data conversion, vehicle purchase
immediately
"Go-Live" with reservations January 1, 2006
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
Budget Impact
Base Year One (Calendar Year 2006) Total
$47,854,409
Base Year Two (Calendar Year 2007) Total
$48,031,858
Base Year Three (Calendar Year 2008) Total
$54,171,291
Base Year Four (Calendar Year 2009) Total
$59,985,259
Total Base Years
$210,042,817
Option 1, Year One
$69,479,967
Option 1, Year Two
$80,171,522
Total Option 1
$149,651,489
Option 2, Year One
$92,831,275
Option 2, Year Two
$107,677,139
Total Option 2
$200,508,414
Revenue, Expense & Funding Sources
(Dollars in thousands)
FY99
FY00
FY01
FY02
FY03
FY04
FY05
Revenues
$ 406.0 $ 911.8 $ 1,202.5 $ 1,698.3 $ 1,927.8 $ 2,364.8 $ 2,826
Expenses
$12,496.3 $17,185.4 $19,730.0 $25,417.8 $33,185.1 $36,945.5 $42,262
Gross Subsidy
$12,592.4 $16,684.3 $19,388.2 $24,547.5 $32,539.6 $35,744.3 $39,436
Passenger Trips
477,169
577,015
567,021
738,284
972,425 1,112,358 1,253,900
AWARD OF NEW PARATRANSIT SERVICES CONTRACT
(Board Copy)
Washington Metropolitan Area Transit Authority
METRO ELECTRONIC ACTION DOCUMENT
IDENTIFICATION
MEAD ID: 98482 ACTION: Initiate & Award
AWARD VALUE: (Not yet awarded) CONTRACT: (Proposed) C05108
FUND SOURCES:
(View) Operating Funds CONTRACTOR:
LAST MODIFIED: 09/16/2005
DESCRIPTION
SUBJECT: Award Paratransit Services Contract to MV Transportation, Inc.
PURPOSE: Award the paratransit services contract to MV Transportation, Inc. for a contract period of four base years in the amount of $203,542,817, plus $6 million for performance incentives and $500,000 for potential fuel cost escalation (a total of $210,042,817). The proposal includes two two year options in the amount $344,159,903 plus $6 million for performance incentive, execution subject to future Board Approval.
ORIGINATION
INITIATOR DEPARTMENTAL APPROVAL
CHRISTIAN BERES on 08/24/2005 Approved by WILKINS , PAMELA 09/12/2005
PHONE: 202-962-2707 OFFICE: FARE DEPT: Communications
COORDINATION (ROUTING)
OFFICE NAME ACTION/DATE
BEMR (7600) WILKINS, PAMELA Approved 09/12/2005 AGMC (6100) AGOURIDIS, LEONA Re-assigned 09/09/2005
AUDT (7210) STEWART, JAMES Approved 09/12/2005 PRMT (7400) ZINGALE, JAMES Approved 09/13/2005 COUN (1410) O'KEEFFE, CAROL Approved 09/16/2005
FINAL APPROVALS
OFFICE NAME/ACTION
BEMR Approved for SCOS by HAROLD BARTLETT on 09/16/2005 GM GMGR CEO (Not Yet Approved)
BOARD BOARD WMATA (Not Yet Approved)
BACKGROUND:
On October 22, 2004, the Board of Directors gave approval to initiate a competitive procurement, for a Paratransit System Management and Service contract.
The previous contract with Logisticare, Inc. was awarded on October 19, 1999 and terminates on January 14, 2006 The Request for Proposals for the successor contract was released in April, 2005. The
procurement was conducted as a "Best Value" procurement, which combines technical achievement with price. Four proposers responded; Logisticare declined to propose.
Evaluation committees were established to assess technical competence and cost. MV Transportation, Inc. is deemed to have offered the "best value" of all of the proposers. MV Transportation, Inc. will directly operate 34% of the paratransit service; subcontractors will operate 61% and cabs will fulfill the remaining 5%
The initiation action approved by the Board on October 22, 2004, provided contracting authority in the amount of $473.6M. This cost covers the period beginning in January 2006 and ending in January 2014, including four base years and four option years for a total of eight years.
DISCUSSION:
This action requests Board approval to award a Paratransit System Management and Service contract for a four-year base (January 15, 2006 - January 14, 2010). Two, two-year options (January 15, 2010 - January 14, 2014) are subject to future Board approval. In addition, the action requests further approval for contract authority to cover $12 million for performance incentive payments, if earned ($6M for the base period and $6M for the option years), and $500,000 to cover the cost escalation of fuel between
September 22, 2005, and January 9, 2006, when the cost of fuel will be set by a DOE index (if required). MetroAccess (MACS) is a regional service required by the Americans with Disabilities Act (ADA) of 1990. Since 1994, MACS has provided curb-to-curb transportation service for customers with disabilities unable to use the WMATA fixed-route service to complete their trips. WMATA is legally required to meet the demand of the service. WMATA currently provides MACS service through a single prime contractor who is responsible for all phases of the current MACS operation. The scope of services includes purchase, installation, and maintenance of state-of-art, commercial-off-the-shelf (COTS) automated scheduling software; providing centralized reservations, schedules and dispatch to facilitate reserving, scheduling and providing trips for customers; obtaining and maintaining a fleet of vehicles, equipped with Mobile Data Terminals and Automated Vehicle Locators compatible with the installed scheduling software and
WMATA`s "Ride Guide" and capable of providing dial-in "Where`s My Ride?" updates; and sub-contracting with private providers and taxicab companies for service in Maryland, the District of Columbia, and
northern Virginia. This will enable to validate trips and on-time performance.
Changes from the existing contract include payment per revenue hour (first pick-up to last drop-off with no more than a one, one-hour gap on any route/schedule) instead of per trip, and increased performance standards with incentives and disincentives to encourage greater operating efficiency and on-time
performance. This contract also incorporates certain recommendations from the Regional Paratransit Task Force; specifically,strengthening the eligibility certification process and charging a supplemental fare for
Washington Metropolitan Area Transit Authority
METRO ELECTRONIC ACTION DOCUMENT
NARRATIVE
conversion, and vehicle purchase. The current plan is to "Go-Live" on reservations January 1, 2006, with Service Cut-Over January 15, 2006.
Fuel costs are currently extremely volatile and have risen substantially since issuance of the Requests for Proposals. This action includes a request for approval of additional contract authority to cover fuel cost escalation.
ALTERNATIVE:
There are no alternatives to providing complementary paratransit service. Federal regulations require that WMATA accommodate the demand for paratransit service.
PRIOR APPROVALS:
On October 22, 2004, the Board of Directors gave approval to initiate a competitive procurement, for a Paratransit System Management and Service contract.
IMPACT ON FUNDING:
Multi-Year Contract (with option years) Budget: Operating Budget, Fiscal 2006-2014 Office: Office of MetroAccess Paratransit Account: Paratransit Transportation Service
FY06 Operating Budget
Budget Book Pg. 71
Fiscal Year: FY06
Services, Paratransit: $49,534,900.00 Unspent Obligation: $21,860,650.00 Spent YTD: $3,084,400.00 This Action: $24,177,204.50 Remaining Funds: $412,645.50
Remaining Base Contract Cost: (FY07 thru FY10) $180,615,612.50 Contract Option Cost (FY10 thru FY14) $344,159,903.00 Remaining Base Contract Cost (Includes Incentives) $185,865,612.50 Outyears Contract Option Cost (Includes Incentives) $350,159,903.00 Total Project Cost/Award: (FY06 thru FY14) $547,702,720.00 Total Project Cost/Award: (Includes fuel Esc. & Incentives) $560,202,720.00
Remarks:
1. There are sufficient funds available in the Department of MetroAccess Paratransit budget to support this action.
2. This is a request for a four-year base period. The two, two-year option periods will be
exercised only upon subsequent Board approval. Since the base period will overlap four
fiscal years, the base period will be funded from fiscal years 2006, 2007, 2008,
SCHEDULE:
Notice to proceed for the contract must be issued no later than September 23, 2005, to
preclude any lapse in paratransit service
AFFIRMATIVE ACTIONS REQUIREMENTS:
The contractor will be required to comply with Executive Order 11246, Rev. No 4.
DBE REQUIREMENTS:
Pursuant to WMATA Board Resolution 2005-30, DBE goals are not set on operationally
funded contracts
.
RECOMMENDATION:
That the Board of Directors approve the award of the new paratransit service contract to MV
Transportation, Inc. in the amount of $210,042,817, for a contract of four years This amount includes $6,000,000 to cover payment of performance incentives, if earned, and $500,000 to cover fuel cost escalation between the date of award and January 9, 2006, the date that fuel prices will be set for this contract.