Regional FSP Light Duty Towing Services

® Metro
lo< .......
19
Co"""
Met~pont.. T~"''""'"'' Aothority
One Gateway Plaza
Los Angeles, CA 90012 -2 952
213.922.2ooo Tel
metro. net
PLANNING & PROGRAMMING COMMITTEE
JANUARY 16,2014
SUBJECT:
METRO FREEWAY SERVICE PATROL
ACTION:
APPROVE CONTRACT AWARD AND MODIFICATIONS
RECOMMENDATIONS
A. Award a five-year fixed unit rate requirements contract under RFP No. FSP13-R1,
Regional FSP Light Duty Towing Services, Region 1 (South), to Kenny's Auto
Service for Freeway Service Patrol (FSP) services in an amount not-to-exceed
$19,285,841, inclusive of a one-year option.
B. Authorize the expenditure of an amount not-to-exceed $7,543,449 to execute
contract modifications to existing FSP contracts (see Attachment B). Contracts to be
modified and the amounts for each modification will be determined by staff based on
the needs of the FSP program and in the best interest of Metro.
ISSUE
The first multi-route region (South Region) is comprised of six patrol routes (previously
referred to as Beats) in the southern area of the Metro FSP service area . The current
Beat structure requires a contract and contractor for each of the 39 FSP Beats. The
consolidation of patrol routes into a regional service will enable a single contractor to
deliver the service.
The authorization of modifications to existing FSP contracts will ensure seamless
efficient operation of the FSP program. Each existing FSP contract was awarded with a
7% operational contingency as part of the original contract. However, during the course
of the contract, FSP services were used to support a number of unanticipated items
which negatively impacted the contingency and the overall flexibility of the FSP
program. In order to continue service, selective contract modifications will be required .
DISCUSSION
The Metro FSP program currently manages 39 light-duty tow service contracts covering over
475 center line miles on all major freeways in Los Angeles County. The service is provided by
25 independent tow service operators deploying over 150 vehicles throughout Los Angeles
County that provide assistance to stranded or disabled motorists.
Regional FSP Light Duty Towing Services
Page 1
First Regional FSP Contract
In October 2010, the Metro Board authorized the operational restructuring of the FSP program
into multi-route regional contracts. The award of this contract represents the first of the multiroute regional contracts to be awarded utilizing a combination of service trucks, light duty tow
trucks and flatbed tow trucks. The goals for this operational restructuring are to improve the
overall effectiveness and efficiency of the FSP program. More specifically, implementation of
a regional operation is anticipated to produce the following benefits:
•
•
•
•
Improved management of FSP operations;
Required and improved Small Business participation;
Controlled program costs;
Improved ability to actively manage and adjust to traffic situations.
As this is the first regional FSP contract to be awarded, staff will monitor and conduct an
evaluation of the operational effectiveness, evaluate any changes to operating methods
needed to be made, and determine whether to proceed with remaining regional area
contracts . Items to evaluate include overall contractor performance such as: adherence to
contracted schedule, service impacted by Bad Order (BO) equipment or
administrative/personnel issues, deployment to support construction projects, or other
contracts, response time, customer satisfaction and other related factors. The service
requirements for Region 1 (South Region) are as follows:
Patrol
Route No.
14
16
19
30
40
51
Patrol Route Limits
Freeway
Post Mile
605
5
405
710
105
91
ROOO.OOO-R01 0.245
000.000-0110.876
000 .266-013.826
007 .887-018.439
008.900- 018.900
006 .012-R020.741
Orange County Line to Telegraph Road
Orange County Line/Artesia Blvd . to Garfield Avenue
Normandie Avenue to Oranae Countv Line
Willow Street to Firestone Boulevard
Central Avenue- Studebaker Road
Vermont Avenue to Orange County Line
Total:
Patrol
Route No.
Freeway
Week Day Peaks
AM
14
16
19
30
40
51
605
5
405
710
105
91
5:30 to 9:30
5:30 to 9:30
5:30 to 9:30
6:00 to 10:00
6:00 to 10:00
6:00 to 10:00
PM
3:00
3:00
3:00
3:00
3:00
3:00
to
to
to
to
to
to
7:00
7:00
7:00
7:00
7:00
7:00
Weekday Midday
No.
Trucks
3
3
4
3
3
4
Midday
9:30 to 3:00
9:30 to 3:00
9:30 to 3:00
10:00 to 3:00
10:00 to 3:00
10:00 to 3:00
No.
Trucks
1
1
1
1
1
2
Distance
(mi)
10.2
13.6
13.6
10.6
10.0
14.7
70.0
Weekend Days
Weekend
10:00 to
10:00 to
10:00 to
10:00 to
10:00 to
10:00 to
6:30
6:30
6:30
6:30
6:30
6:30
No.
Trucks
1
1
1
1
1
2
Contract Modifications
Additional contract modification authority will enable Metro to issue and fund
modifications with current contractors to either complete the term of the contract and/or
to support additional/unanticipated operational activities. These unanticipated activities
include, but are not limited to the following:
Regional FSP Light Duty Towing Services
Page 2
•
Freeway construction support- FSP is used to support/mitigate construction
impacts on freeway traffic. FSP construction support on the Metro 1-405
Widening Project and various Caltrans construction projects is in addition to the
normal FSP services provided during operating hours and generally includes the
deployment of vehicles during non-service hours.
•
Special event support- FSP has been used to support special conditions/events
that may cause a negative traffic impact. Examples include Carmageddon, Rose
Bowl Game/Parade, and other events.
•
General redeployment support- On occasion, FSP contractors are directed to
provide services on other FSP Beats due to a variety of operational and/or
administrative issues. Redeployment support is used to ensure that FSP
continues to be provided to the public while the operational or administrative
issues are handled. Issues can include vehicle breakdown, service suspension,
operator/driver unavailability, contractor termination, and other related items.
•
Other service issues- On occasion FSP contractors are required to continue
providing support to an incident beyond the normal work hours, for example
SigAierts.
•
Service gap coverage - Depending upon the ability of the new contractors to
secure their vehicles, equipment, and staff, there may be a need to extend
expiring contracts for some limited time to provide sufficient transition time. This
gap coverage is primarily driven by circumstances beyond the new contractors'
direct control.
To ensure there are sufficient funds to complete the term of the contracts, to meet future
unanticipated operational activities and to continue supporting freeway construction work when
requested, these contracts require modifications to their contract authority. The modifications
will be executed at the discretion of Metro for continuity of FSP services.
DETERMINATION OF SAFETY IMPACT
The FSP Program provides a vital service to assist motorists with disabled vehicles on the
freeways of Los Angeles County. During FSP operating hours, drivers provide specific
services to motorists with disabled vehicles to get them safely back on the road or tow them to
a designated safe location off the freeway. FSP drivers patrolling their Beat locate and assist
motorists in freeway lanes or along the shoulder significantly faster than it would take to call a
private tow service. The FSP Program assists approximately 300,000 vehicles annually.
FINANCIAL IMPACT
A portion of the funding of $30,981,832 for this program is included in the FY14 budget
in cost center 3352, Metro Freeway Service Patrol, under project number 300070.
Since this is a multi-year contract/project, the cost center manager and Executive
Officer, Congestion Reduction Initiative will be accountable for budgeting the cost in
future years.
Regional FSP Light Duty Towing Services
Page 3
Impact to Budget
The FSP program is funded through a combination of Proposition C 25% sales tax,
State and SAFE funds. There is no impact to bus and rail operating or capital,
Proposition A, C and TDA administration or Measure R administration budgets.
ALTERNATIVES CONSIDERED
The Board may decide not to authorize the execution of the regional multi-route contract. This
alternative is not recommended as this prevents staff from managing the FSP program in the
most cost-effective and efficient manner possible.
The Board may decide not to authorize the negotiation and execution of contract
modifications. This alternative is not recommended as it will adversely impact the existing
contracts and the FSP services provided .
NEXT STEPS
Upon Board approval, the Contracting Officer will execute the new contracts and
execute modifications.
ATTACHMENTS
A.
B.
C.
Procurement Summary
Contract Modifications Summary
Metro FSP Beat Map
Prepared by: John Takahashi, Motorist Services Program Administrator, (213) 922-6346
Kathleen McCune, Director Countywide Planning and Development, (213) 9227241
Regional FSP Light Duty Towing Services
Page 4
Executive Officer
Congestion Reduction Initiative
}LrlvWrA~~
Michelle Lopes Cald ell
Chief Administrative Services Officer
Arthur T. Leahy
Chief Executive Officer
Regional FSP Light Duty Towing Services
Page 5
ATTACHMENT A
PROCUREMENT SUMMARY
REGIONAL FSP LIGHT DUTY TOWING SERVICES
1.
2.
3.
4.
5.
6.
7.
Contract Number: FSP13-R 1
Recommended Vendor: Kenny's Auto Service
Type of Procurement (check one): 0 IFB IZJ RFP 0 RFP-A&E
0 Non-Competitive 0 Modification 0 Task Order
Procurement Dates :
A. Issued : 07 .15.2013
B. Advertised/Publicized: 07.16.2013
C. Pre-proposal/Pre-Bid Conference: 07.22.2013
D. Proposals/Bids Due: 09.04.2013
E. Pre-Qualification Completed: 11.21.2013
F. Conflict of Interest Form Submitted to Ethics: 12.16.2013
G. Protest Period End Date: 01.14.2014
Solicitations Picked
Proposals Received:
up/Downloaded:
58
5
Contract Administrator:
Telephone Number:
W. T. (Ted) Sparkuhl
(213) 922-7399
Telephone Number:
Project Manager:
John Takahashi
(213) 922-6346
A. Procurement Background
This Board action is to award a five year fixed unit rate requirements contract under
RFP No. FSP13-R 1, Regional FSP Light Duty Towing Services.
The RFP was issued in accordance with Metro's Acquisition Policy & Procedure and
the contract type is a firm fixed unit rate . Six amendments were issued during the
solicitation phase:
•
•
•
•
•
Amendment No. 1, issued on July 17, 2013 changed the pre-proposal date.
Amendment No. 2, issued July 24, 2013 clarified the blackout period and
provided responses to proposer questions.
Amendment No. 3, issued July 25, 2013, clarified the SBE requirements .
Amendment No.4, issued July 30, 2013, responded to plan holder's questions 512, and revised Statement of Work (SOW) requirements.
Amendment No. 5, issued August 15, 2013 provided replacement pages to the
solicitation document, responded to plan holder's questions 13-24, provided preproposal conference minutes, and a plan holders list as of August 9, 2013.
Amendment No. 6, issued August 23, 2013, extended the proposal due date to
Wednesday September 4, 2013, and responded to questions 25 and 26.
Regional FSP Light Duty Towing Services
Page 6
A pre-proposal meeting was held July 22, 2013 to review the requirements of the
new Regional FSP Light Duty Towing Services procurement. Twenty-Six questions
were asked and responses were provided prior to the proposal due date. Five
proposals were received by the due date, September 4, 2013.
B. Evaluation of Proposals
Five proposers responded to this solicitation. A Source Selection Committee (SSC)
consisting of staff from Metro Freeway Service Patrol (FSP), Central Maintenance
Shops (CMS) and Orange County Transportation Authority (OCTA) was convened
and conducted a comprehensive technical evaluation of the proposals received.
The proposals were evaluated based on the following evaluation criteria and
weights:
Capability and Relevant Experience
Business Plan
Company Integrity and Employee Retention Plan
Cost Proposal
Partnering with Small Business
20%
20%
10%
40%
10%
The evaluation criteria are appropriate and consistent with criteria developed for
other, similar FSP procurements . Several factors were considered when developing
these weights, giving the greatest importance to qualifications and price .
Of the five proposals received, all were determined to be within the competitive
range. The firms are listed below in alphabetical order:
1.
2.
3.
4.
5.
All City Tow
Hadley Tow
Kenny's Auto Service
Mighty Transport, Inc., dba Frank Scotto Towing
Safeway Towing, Inc., dba Bob's Towing
During the week of October 7, 2013, the SSC chairperson and California Highway
Patrol (CHP) made unannounced visits to each proposer to perform vehicle
inspections. On November 18, 2013, the SSC met and interviewed the firms . The
firms' management team had an opportunity to present the team's qualifications and
respond to the evaluation committee's questions. In general, each team's
presentation addressed the regional towing requirements of the RFP, experience
with all aspects of towing requirements, and stressed each firm's commitment to the
success of the project.
The SSC evaluated the proposals in accordance with the pre-established evaluation
criteria, the information from the site visit and the information from the oral
interviews. Below is a summary of qualifications of the firms that were evaluated:
Regional FSP Light Duty Towing Services
Page 7
Qualifications Summary of Firms Within the Competitive Range:
All City Tow (ACT):
ACT possesses 21 years of towing experience in the Los Angeles area. Their senior
staff has been with the firm for 21, 19 and 10 years respectively . ACT has
performed light duty towing and large vehicle or big rig towing services . However,
ACT does not possess any prior FSP towing experience.
Hadley Tow (Hadley):
Hadley has a minimum of 15 years of FSP experience and is currently the
incumbent contractor on four (4) FSP contracts, two light duty towing service
contracts and two big rig (heavy duty) towing service contracts. Hadley's towing
facility has the capability of operating numerous towing vehicles and is able to
provide in-house maintenance capabilities for all towing vehicles including dedicated
FSP towing vehicles. Hadley's staff demonstrated that it possesses adequate
experience to perform FSP contracts.
Kenny's Auto (Kenny's):
Kenny's is a long established -three (3) generations -family owned and operated
corporation for towing services, storage and auto body repair. The corporation is a
registered Small Business Enterprise (SBE) with Metro. Kenny's has provided
towing services for law enforcement and has been an active FSP contractor since
1994, and had performed three (3) FSP contracts at one time. Kenny's has
operated a high volume of towing vehicles for many years .
Mighty Transport, Inc. dba Frank Scotto Towing (Scotto):
Scotto is one of the original Metro FSP contractors and has had concurrent
contracts for the past 23 years. Frank Scotto, President of Scotto, served on the
FSP Technical Committee for over 15 years. Scotto has operated as many as 65
tow vehicles of various sizes. Scotto currently operates a 31 tow vehicle fleet.
Scotto not only provides service to the Metro FSP program but provides services to
over 10 other motor clubs through out the L.A. County area. Scotto maintains a very
low employee turn-over rate; there are several long term employees with more than
ten years longevity. Scotto is not a registered SBE firm but proposed an SBE
subcontracting commitment. Scotto's FSP Regional Towing work plan and staffing
plan is solid in their approach to prosecuting the work.
Safeway Towing Service, Inc. (Bob's):
Bob's is a 12-year old company dating back to 2001 when it began with 4 trucks and
5 employees - it has grown into a fleet of 44 trucks and 52 employees. Bob's has a
Regional FSP Light Duty Towing Services
Page 8
brief history with FSP having performed two FSP contracts during the 2005 FSP
procurement cycle.
The final scoring, after the oral presentations, is as follows:
FIRM
Average
Score
Factor
Weight
Weighted
Average
Score
1
All City Tow
2
Capability & Relevant Experience
78.33
20.00%
15.67
3
Business Plan
55.00
20.00%
11 .00
4
Company Integrity & Employee Retention
68.33
10.00%
6.83
5
Cost Proposal
82.00
40.00%
32 .82
6
Partnering with Small Business
0
10.00%
0
7
Total
100.00%
66.30
8
Hadley Tow
9
Capability & Relevant Experience
33.33
20.00%
6.67
10
Business Plan
61.67
20.00%
12.33
11
Company Integrity & Employee Retention
46.67
10.00%
4.67
12
Cost Proposal
86.00
40.00%
34.40
13
Partnering with Small Business
50.00
10.00%
5.00
14
Total
100.00%
63.07
15
Kenny's Auto Service
16
Capability & Relevant Experience
100.00
20 .00%
20.00
17
Business Plan
91.29
20.00%
18.26
18
Company Integrity & Employee Retention
100.00
10.00%
10.00
19
Cost Proposal
88.00
40.00%
35.20
20
Partnering with Small Business
50.00
10.00%
5.00
21
Total
22
Mighty Transport, Inc.
23
Capability & Relevant Experience
24
100.00%
88.46
98.33
20.00%
19.67
Business Plan
83 .33
20.00%
16.67
25
Company Integrity & Employee Retention
45.00
10.00%
4.50
26
Cost Proposal
84.00
40.00%
33.60
27
Partnering with Small Business
0
10.00%
0
28
Total
100.00%
74.44
Regional FSP Light Duty Towing Services
Rank
4
5
1
2
Page 9
FIRM
Average
Score
Factor
Weight
Weighted
Average
Score
Rank
29 Safeway Towing Services, Inc.
30
Capability & Relevant Experience
57.50
20.00%
11 .50
31
Business Plan
65.00
20.00%
13.00
32
Company Integrity & EmQiqy_ee Retention
40.00
10.00%
4.00
33
Cost Proposal
100.00
40.00%
40.00
34
Partnering with Small Business
50.00
10.00%
5.00
100.00%
73.50
35 Total
3
C. Cost/Price Analysis
The recommended price has been determined to be fair and reasonable based
upon adequate price competition , an independent cost estimate, price analysis, and
technical evaluation.
1.
2.
3.
4.
5
Proposer Name
Kenny's Auto Service
Mighty Transport, dba Frank Scotto Towing
Safeway Towing, Inc., dba Bob's Towing
All City Tow
Hadley Tow
Proposal Amount
$19,285,841
$19,240,013
$16,956,919
$19 ,529,132
$19,817,572
D. Background on Recommended Contractor
The recommended firm, Kenny's Auto Service, located at 17406 Woodruff Avenue,
Bellflower, CA has been in business for more than 20 years. Kenny's is the
incumbent contractor on two existing FSP contracts and has been a FSP contractor
since 1994. Kenny's is currently performing contracts for the Los Angeles County
Sheriff's Department, Lakewood Division , CHP and the City of Paramount.
Kenny's proposal demonstrates a solid and proactive approach for managing the
new Regional FSP program . Kenny's demonstrates a solid management style and
their facility reflects a professional character and has more than adequate room to
accommodate the twenty plus towing vehicles required to perform the regional
program. Kenny's has excellent employee retention with several long term
employees in key leadership positions.
Regional FSP Light Duty Towing Services
Page 10
E. Small Business Participation
The Diversity and Economic Opportunity Department (DEOD) established a 10%
Small Business Enterprise (SBE) goal for this solicitation. Kenny's Auto Service, an
SBE Prime, made a 100% SBE commitment.
SMALL
BUSINESS
GOAL
1.
SBE
10%
SMALL
BUSINESS
COMMITMENT
SBE Prime
Kenny's Auto Service
Total Commitment
Regional FSP Light Duty Towing Services
SBE
100%
%Committed
100%
100%
Page 11
ATTACHMENT B
FSP Contract Summary
Contractor
Contract No.
Current Contract
Expiration Date
No. of
Months to
Extend
South Coast Towing
FSP10-1
1/31/2014
6
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
2
Neighborhood Towing
4U
FSP10-2
1/31/2014
6
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
4
L.A. Car Carrier
FSP11-4
2/28/2014
5
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
5
Neighborhood Towing
4U
FSP12-5
5/10/2015
0
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
8
Freeway Towing, Inc.
FSP11-8
1/31/2014
6
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
12
Bob & Dave's Towing ,
Inc.
FSP11-12
1/31/2014
6
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
13
Tow Masters
FSP10-13
1/31/2014
0
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
14
Kenny's Auto Service
FSP11-14
1/31/2014
6
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
16
Frank Scotto
FSP11-16
1/31/2014
6
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
19
Kenny's Auto Service
FSP10-19
1/31/2014
6
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
20
Bob & Dave's Towing,
Inc.
FSP11-20
1/31/2014
6
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
21
California Coach Auto
Body
FSP10-21
1/31/2014
6
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
24
T.G. Towing, Inc.
FSP11 -24
1/31/2014
7
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
Beat
Regional FSP Light Duty Towing Services
Amendment Justification
Page 12
28
Hadley Towing
FSP10-28
1/31/2014
6
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
30
Citywide Towing
FSP10-30
1/31/2014
6
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
33
Platinum Tow &
Transport
FSP10-33
1/31/2014
6
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
34
Sebo Towing
FSP10-34
1/31/2014
6
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
36
Lara's Towing
FSP10-36
1/31/2014
6
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
37
Hadley Towing
FSP10-37
1/31/2014
6
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
38
California Coach Auto
Body
FSP10-38
1/31/2014
6
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
40
Reliable Delivery
FSP11-40
1/31/2014
6
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
42
EZ Towing
FSP10-42
1/31/2014
6
Procurement Schedule, General
Redeployment Support, Special
Event Support, Service Coverage
Staff has identified the above mentioned contracts for modifications however staff will evaluate the needs of the FSP Program and
allocate funds as needed and in the best interest of MTA.
Regional FSP Light Duty Towing Services
Page 13
ATTACHMENT C
\
0
FSP Beat Number
and SE'I'vtce area
Freeway without FSP
Interstate
8
U.S. Highway
ga
State Highway
.
Los Angeles County
January 1, 2oos
Metro Freeway Service Patrol
Beat Map
Monday- Friday 6am- 7pm'
Saturd ay/Sunday lOam - 6pm ·
N
SAN
BERNARDINO
COUNTY
Regional FSP Light Duty Towing Services
Page 14