SUBJECT:
title
Approval of a resolution authorizing the President & CEO, or her designee, to finalize and execute a contract with Leif Johnson Ford for vehicle maintenance, with a base term of one (1) year and four (4) option years, in a total amount not to exceed $1,867,500.
end
FISCAL IMPACT:
Funding for this action is available in the FY2026 Operating Budget.
Strategic Goal Alignment:
☐ 1. Customer ☐ 2. Community
☒ 3. Workforce ☐ 4. Organizational Effectiveness
EXPLANATION OF STRATEGIC ALIGNMENT: While operating a fleet of support vehicles, it is essential to perform both routine and non-routine maintenance to ensure reliability and availability. Partnering with a vendor that offers multiple repair facilities provides additional capacity and flexibility, helping to complete required maintenance more efficiently. This not only improves turnaround time and fleet readiness but also enhances safety for our employees by ensuring vehicles remain in proper working condition.
BUSINESS CASE: It is advantageous for CapMetro to partner with a vendor that operates multiple repair facilities capable of supporting our diverse fleet. The vendor possesses the appropriate tools, parts, and technical expertise necessary to perform the work efficiently. This reduces CapMetro’s need to dedicate qualified technicians, invest in specialty tools, or maintain an extensive parts inventory, while ensuring timely and reliable maintenance for our vehicles.
COMMITTEE RECOMMENDATION: The item was presented and recommended for approval by the Operations, Planning and Safety Committee on October 8, 2025.
EXECUTIVE SUMMARY: CapMetro operates a fleet of more than two hundred (200) support vehicles. Currently, one (1) maintenance bay and two (2) technicians are assigned to perform both routine and non-routine maintenance activities. To supplement these limited internal resources, the contracted vendor provides access to three (3) maintenance facilities and a staff of skilled technicians to perform the required maintenance and ensure vehicle availability
SBE PARTICIPATION: A 0% SBE goal was assigned to this procurement, which did not include subcontract opportunities and was a sole source procurement.
PROCUREMENT: A sole source procurement was conducted for routine and non-routine maintenance of non-revenue vehicles, which followed all Federal Acquisition Regulation (FAR) guidelines and CapMetro policies and procedures for Sole Source Purchases. On June 2, 2025, a Sole Source Procurement was issued. A proposal from Leif Johnson Ford was received by the due date of June 27, 2025. The proposal was reviewed in all aspects of pricing and was determined to be fair and reasonable based on established market prices and cost analysis. The contract is an indefinite quantity, indefinite delivery contract for a term of one (1) base year and four (4) option years, for a total not-to-exceed amount of $1,867,500.
RESPONSIBLE DEPARTMENT: Bus Operations and Maintenance
RESOLUTION
OF THE
CAPITAL METROPOLITAN TRANSPORTATION AUTHORITY
BOARD OF DIRECTORS
STATE OF TEXAS
COUNTY OF TRAVIS
AI-2025-1615
WHEREAS, the Capital Metropolitan Transportation Authority Board of Directors and CapMetro Management, endeavor to provide safe and reliable service; and
WHEREAS, the Capital Metropolitan Transportation Authority Board of Directors and CapMetro Management, recognize the need to award this support vehicle maintenance contract to the most responsive and responsible vendor.
NOW, THEREFORE, BE IT RESOLVED by the Capital Metropolitan Transportation Authority Board of Directors that the President & CEO, or her designee, is authorized to finalize and execute a contract with Leif Johnson Ford for routine and non-routine maintenance, with a base term of one (1) year and four (4) option years, in a total amount not to exceed $1,867,500.
____________________ Date: ____________________
Secretary of the Board
Becki Ross