Loading...
CC - Item 4D - Staff Report Extension of Agreement- Dial-A-Ride/Shopper Shuttle CE M F ® e / stat eport TO: HONORABLE MAYOR AND MEMBERS � �.RO/SEMEAD CITY COUNCIL �� FROM:1,6 FRANK G. TRIPEPI, CITY MANAGER I/ DATE: 1 JULY 21, 1999 RE: EXTENSION OF AGREEMENT - DIAL-A-RIDE/SHOPPER SHUTTLE TRANSIT SERVICES The City's agreement with Laidlaw Transit Services, Inc. for Dial-A-Ride and Shopper Shuttle transit services allows one three (3) year extension upon mutual consent of both parties. Attached is a letter from Laidlaw Transit requesting the extension and the specifications for the new vehicles intended for use in Rosemead during the remainder of the contract period. The replacement vehicles suggested by the contractor are updated versions of the vehicles currently in used by Laidlaw in Rosemead. All vehicles are handicapped accessible and the models in use now have been reliable during the first three years of the contract. ' Currently, the City pas $28,478.03 per month ($341,736 per year) for Dial-A-Ride services and $15,949.48 per month ($191,393.76 per year) for Shopper Shuttle services. Laidlaw is proposing to provide the same services for the following amounts over the next three years: Dial-A-Ride Shopper Shuttle 1st Year $359,711.04 $202,338 2nd Year $374,582.04 $210,703.08 3rd Year $390,677.04 $219,756 Those costs reflect a 5.5% increase next year, 4.2% the following year and 4.3% during the third year. Those figures exceed recent CPI numbers because they include the cost of obtaining six (6) new vehicles for use in the two programs and because they reflect the significant increase in fuel costs during the past year. COUNCIL AGENDA JUL 2 7 1999 ITEM No. :12-7cc-L 1 1 J Extension of Agreement-Transit Services July21, 1999 Page 2. Laidlaw Transit has provided Dial-A-Ride and Shopper Shuttle transit services in Rosemead since July 1996. Since then,the company has proven to be an outstanding service provider that seeks to accommodate the needs of the community. When staff has received citizen inquiries about service or scheduling, Laidlaw has responded promptly and efficiently in addressing those issues. Should the Council authorize an extension, staff recommends that the agreement be amended to include the City's anti-harassment policy, as outlined by City of Rosemead Resolution No. 89-68. This amendment is intended as a precaution and will be included in future service agreements in which a contractor's employees come into contact with City employees. All other tern-is and conditions of the agreement would remain the same. Attached for the Council's review is a copy of the current agreement for transit services, a copy of the letter from Laidlaw Transit Services,Inc. Requesting an extension of the agreement and a copy of Resolution No. 89-68. RECOMMENDATION: It is recommended that the City Council approve a three-year extension of the City's agreement with Laidlaw Transit Services, Inc. effective July 1, 1999 and authorize the City Manager to execute the necessary documents. umemorcwiuxt rgl LA / OLA W TRANSIT SERVICES , INC . ipso E WASMINGION BLVD_ ros AN IEs./Au/79MF 9oov IPIBI]Js-s9oo. FAX V'U�ns-s J:a April 29, 1999 Mr.Jeff Stewart Director of Administrative Services City of Rosemead 8838 E. Valley Boulevard Rosemead,CA 91770 RE: Conn-act Extension Dear Mr. Stewart: It was a pleasure to meet with you recently to discuss the agreement between Laidlaw Transit Services, Inc.,and the City of Rosemead.Per your request,I am providing the following pricing for the extension of the agreement for a three-year period.As requested,this pricing reflects two options,the continued use of existing equipment and the replacement of this equipment with new vehicles, 1999 or newer. Dial A Ride Fixed Monthly Fixed Route Fixed Monthly Option: Current Vehicles 1"year 529,459.50 $16,571.00 2"d year $30,590.50 $17,207.17 3i°year $31,724.75 $17,845.17 Option:New Vehicles 1"year $29,975.92 $16,861.50 2n0year $31215.17 $17,558.59 3T year 532,556.42 SI 8,313.00 We hope you find the above options acceptable.After reviewing this information, please feel free to contact me at(213) 765-6436. We look forward to hopefully continuing to serve you and the residents of Rosemead over the next three years. Most Sincerely, Laidlaw Transit Services, Inc j,r (sr- Inv in ___Irwin G. Rosenberg Area General Manager _'.uL•u TF':SIT INC cZA ANY LA / CLAW TRANSIT SERVICES , INC . 1950 E.WASHINGTON 9LV0.. LOS ANGELES. CALIFORNIA 90021 (213)745.5300. FA% (213) 7453320 July 7, 1999 'Mr. Jeff Stewart Director of Administrative Services City of Rosemead 8838 E.Valley Boulevard Rosemead, CA 91770 RE: Vehicle Specifications Dear Mr.Stewart: Per your recent request,attached please find the specifications for the new vehicles proposed for the Rosemead Shopper Shuttle contract extension. These specifications include four smaller vehicles of 8 ambulatory and 2 wheelchair capacity as well as specifications for 2 larger vehicles,capacity of 16 ambulatory and 2 wheelchair passengers. Please feel free to call me if you have any questions on these specifications or related to the contract. Lala : sit: ices,Inc. Irwin G.Rosenberg Area General Manager A LAIOLAW TRANSIT, INC. COMPANY ,Sent By: CHAMPION BUS INC; 810 724 1844 ; :u1-7-99 1 :12PM; Page 2 331 Graham Road CHam!0 Ion P.O. Box 158 Imlay City, MI 48444 BUS 724-8474 BUS INC. Fax Eng. 1810)724-7748 — a rico .company ,t RFax Sales(810)724-1844 4-761 OIIOTP POR- T AIDLAW- ROCFMEAD ('IUNITCI 2000 CHALLENGER CR210 FORD E350 CHASSIS 73 LIIER DIFSEI.ENGINE IMOD AUTOMATIC TRANSMISSION DUAL BATTERIES 77(1AI.J ON FUEL TANK UNIT PAIN ED WHITE CALIFORNIA D ROOF ESCAPE ILATCH TWO-WAY RADIO PREP ELECTRIC PASSENGER ENTRY DOOR 40.000 BTU AIR CONDITIONING 30.000 B'N REAR HRA'ILR 130 AMP ALTERNATOR Dl/AL REMOTE HEATED MIRRORS LIFT PACKAGE II "RECON S2005 ADA LIPS "PARK INTERLOCK *PRIORITY SEATING SIGNS *WHEELCIIAIR LOC AI IONS SIGNS *DOOR ACTUATED EN FRANCELIGIIIING •DOORACTUAIEL)LIFT LIGHTING *LIFE DOORS AND FRAME SUPPORT FULL RUBBER FLOOR-CRAY 2 Q'STRAINT"TIE DOWN POSITIONS .STORAGE BOX FOR BETTS SAFETY PACKAGE I 'BACK-IIP ALARM 'FIRE EXTINGUISHER-5 LBS *FIRST AID KTT •HIGIIWAY REFLECTOR KIT (8)LOW BACK CONTOI TR SETTS-GRAY VINYI. (Al RETRACTABLE SEAT BELIS MATCHING TECH BACK DRIVER'S SETTW/ARM REST GRAB IIANDI.ES FOR AISLE SEATS-PADDED V O.D.OXNARD,CA ACCEPTED BY: -_DATED: A:‘CR210 L ULAW-ROSAMEAI 11 70799NA 1%)C .Sert By: CHAMPION BUS INC; 810 724 1844 ; Jul-7-9P 1 :12PM; Page 3 S § 2 . . |,; | 0 Pica: Lf : | @ |$! \ m 4 4 \ / 111■ \ / / 1114 ,:. ...._ . mir 'I )h Osi | §� Cal \ 0 • 77 § lig #.... L - , , % § - . - 1 f tl1 . ! 2 ��§ vaat | g `\ f : 2 _ a il § f e § ■ , TG -Dc[ 1 | | � : < i ( ; !� � `� P ( | | | | | L 1 ■ § § ` ■ K2 ■ | f £ ! ,Sent By: CHAMPION BUS INC; 810 724 1844 ; Jul-7-99 1 :13PM; Page 4 331 Graham Road cHampuonPO Box 158 Imlay City, MI 48444 (810)724-8474 BUS INC. Fax Eng. (810)724-7748 -- a 'rrrolit company — Fax Puren.(810)724-7881 Fax Sales(810)7249844 QUOTE FOR- I.41DLAW–ROSEMEAD (2 TTNITS) 2000 CHALLENGER CH251 FORD CHASSIS—14.050 WW2 7 3 Li 1 ER DIF.,SEI,ENGINE. P401B AUTOMATIC TRANSMISSION 55 GALLON FUEI.TANK UNIT PAINTED WHITE TRACK SEATING DUAL BATTERIES `200/170 AMP ALTERNATOR CALIFORNIA p.a.{ TWA I El)REMOTE MIRRORS BOOP ESCAPE HATCH TWO-WAY RADIO PREP ELECTRIC PASSENGER ENTRY DOOR I•ULL RUBBER FLOOR—GRAY 67,000 43'1U AIR CONDITIONING—DUAL COMPRESSORS 30,000 ETC REAR HEATER FAST IDLE SWITCH LIFT PACKAGE 11-A 'RICON 52005 ADA LIF 1 'PARK INTERLOCK "ADA LIGHTING "ADA.SIGNAGE *LIFT DOORS AND FRAME SUPPORT 2 Q'STRAINT TIE DOWN POSITIONS SAFETY PACKAGE I •BACK-III'ALARM +FIRE EXTINGUISHER-5 LBS *FIRST AID KIT `HIGHWAY REFLECTOR KIT STORAGE BOX FOR BELTS (16)LOW BACK CONTOUR SEATS (16)RE.TRACIABLE SEAT BEI;I'S MATCHING HIGH BACK DRIVER'S SEAT le/ARM REST ROOF HANDRAILS—ADA GRAB HANDLES FOR AISLE SEA'L'S-PADDED P.O.B. OXNARD,CA ACCEPTED BY: DATED: AnCI1251 L IDLAW-ROSCME.AD II 70799NR I-Kr .SenT By: CHAMPION BUS INC; 810 724 1044 ; J01-7-99 1 :13PM; Page 5 I I Durability in the Details. 4 3 7 11 10 • 15 ' in11� 11 _i • /I i II I \ \ jj - 'ci. I II 14 1UA _ _WE la 1 1 I a 4II (/Ctc'1 .� Imo. I , - — - ._TM I .1 3 6 13 1. I /i"-Square Carbon Steel Tube Cage Frame Beauty is more than skin deep when it comes to Crusader A bus 2. Polyurethane Foam Insulation designed and built like this stands first in line for comfort and 3. Roof Bows on 24"Centers durability. No wonder Crusader leads the way for short transit needs. 4- 3-Year Unlimited-Mile Structure Warranty And no wonder Champion is the preferred bus vendor for North 5. 4". I I-Gauge "C" Channel Floor America's leading hotels. Crossmembers 6. I 6-Gauge Carbon Steel Wheel Wells Take a close-up look at Crusader. For short-run applications and long- run durability,you won't finc another bus that measures up. 7. Formed Steel Gussets at Window Corners 8. Welding Performed by Certified Welders Call for your nearest dealer.Ask for information on leasing and 9. Painted Ga}vanealed Steel Exterior Skin extended warranty. 10. 606 I-T6 Aluminum Extrusion Door Frame II. 36x45"8 36' x 36"T-Slide Windows 12. FullVrew Curb Window Press 13. PressureTreatedPlywood Floor 14. Ford Chassis/Champion is a Ford QVM _ I A` - Manufacturer - �— _ I5. Molded Fiberglass Cap Sent 9y: CHAMPION BUS _NC; 810 724 1844 ; Jul-7-99 1 :13PM; wage 8/9 run•er 'cy ea ores an• :ene s Popular Floor Plans-Others Available vL d5 C ,e . __ Sate:-_J13n bur o Cl2 JI■ Liu I■ Thiceer4norx:, h'.i' CuslooPs tC r0SWI 11 )I I ' ';I , Ii, k>, I Leeee V naos rna cccLshri Ill Nat?,Boo, __.. Doper Mortoverooilop II I■ II Immi_ 1 IVde Profile 11ei ! Supeno'r,'ondli^E MODEL Deno. 14 Passenger 19"I tE for LVO:') Aiv R.inn;l'orr Roe,' 1■ Standard Features Easy Order So/MYl 1 IrIM MII Ir - I Chinn Option Packages e e c t'pea e, L 1. l T =rbesoR✓ h:ar9JR: BJac, la H I. FM=I WiraarC: kr 9a:Dr?? AIAFA'Cmseue Memaar Ill Ar,. - Safety II MODEL CR711, 11 acye,pear LVr$$e Sp Ao:n x cdes k ..:?7,+),:yNo; 1.1 Acp,o.fra IYMip&aP[kb IA &are I'�r -- Sa+ J —_ 5: Ica vos ruur brie we I IJ:Y.::_ , �II■ L. _ ® �. r bark:, L�aL .n 5 1 'q FI r y �; ■ — "I I becn IInzarrren. or In Pe r Cram tl.4C“ pY>Fv._ ;. 5�eftegy unE . .x . �I =__= Elf re yC ILM Im{r.PGarati Pe :w MODEL CR214,11 Puteicr,Per Seating Gore Leroae Dt'MFG 7ne!-76.724P( tionMI„ L lura a .I2I Crusader Options II �I U■ irate'rf P :5 ie bearia llA .,1t. u.,.P. Ck >u II■ I■ Y u "" - Fa ire^er, i �a Inn. :Rn ,cn vs. ln,rruv 5 r L-6772 U■ 1111.t Yrs rarer. fi=n a•Dear-ea• ® _ — DxsFo:v,eLnand-R51eva! Electrical MODEL CR211.10Passenger.Rear Lift Comtmon Jr? MenOL 20)'10Amp Len y'inY Deroc Dao,,3 SEns keces o Fluoresce?: j. mm m.:w Cupud Ly„,,,s,orescem ,E SKAIM nen bac Snevksn Crusader Specifications l :, P ' "fo 2./Favb 11 ::; ,�'T`- rrNs.Sm. :wrA?oh n 6 En CCram54:_.350 RV , S)e'. eEaenw !range Melva y nua Cans a' Engler,: Gas 54'_VBPo BL J,O [r;ern Wirt 6uxeu'Wares .m' AMr 1211 Dia=1 '.3. — 'CC Smoe tope N '1(x.. u n On le� e _ ^gisne 2d' Gok Exterior n n 5 re Emma WAa' ft ' .. axonal,Lw'wen there ROW. Wee,,I,er,L : ...s,&scurr Iae:nl-lelrt Cm: h4 kll W:nbM: Room: __ e. e 'e JniersC Sr , ei'ml N: d:ulWbner �® a :VD near Lei Roe'-yre0374'aG,n' eCour4Lo.,er s M ,I.J'irl7 717arlon Wrnme Contra l Teeek<w^( eau nlrc 7-71177177:1777P1 Y I ;Yr ADa- ter=ra:n 'Y.it rNad^t •Pw.P I: pep,nln J7(7777 ie'c&!)09CA.( rIt Nnr; 3G'.Y3'bTh r1mm. Interior „g„,_,,,„„,,.,Ico? .N7 c?Uiee' :,=;,-(;), ▪r.Lnv Uco . =r 16'Ionic vG Pr p n— .r a1gn: SOn(t'dwth Lr 'Og:Mile; Clmme Corina 11 rrrn,s S:eL!:.127 KZ': Marcr+7 4007.21 fiIIl Ar;wrAln:r 7 Oir7 Cod Nommo,m'Wars mwetyPrre V+CuDSde no7E SP,I Halle. Parmrawa Options a omvrh.a, Ss^Av.m Irr(r Dover, "rotiNcoe r rn a, T , Oecn cHainP1on ,:"±,,,,,, s,,,,,,, n. In Climate COP'S in r73r an(-.A?SLr'r 52iC iii'1kr2aarner. spa BUS INC. F•.r A't$Fla 30 r3al nom. ! ???3 tid'ar aT Off company k s ;rm 1.:, Y rrc: ky:P rra !5::,' kft e-C, „r :rr• We build confidence. • "``'I' r''"'""°' 1.dt today IA "' ' P.O.Box 158.331 Graham Road w,ou ii.okt U•Fs Sour u`.-Ly,: a " a^Z.Der,.• 4 Pac.,:n Lceno'Gwarmin� urs..,teal«l Searint Imlay Crcy,MI 4or 1-800-776-4943 - c (BIO)724-6474 or 1 800 776 4943 4. Stee G' r° Sleet da Loc 5 7 rn Fax(810)724-1844 ore-Gr c s1 u.:a�fsc N :ed s rld (u Kd afavrvlrdSl Rai o rnnRc n Dr kO M va o+e I r i.atao n you :end marlr mr.rmne lilt hawse IIA r ]nq'SI lee. mensa En alotsdmr oa we a NL . - o- - .free 4c ?-51705 b c. lrrera:\ uteri m•.. f. ,x21 xG(.9g N ) 1 M (1 P J , ,. oe W c✓Ium IIII 6r"' �eneen ram,..,:is WI mr41131.474013il77707 el. . a eu .4a .eW. sad sa7er dTJ: Q:7 nCt oacm Cr.'Mr:Pane 1:2("PYt :na L . 4116 Gi�rv�.7.hlc :x-ArijGe0 JCL@roc+ 5'=Fors CHLM.t91 LQ0 SNB 411 5U inn .Sent By: CHAMPION BUS INC; 810 724 1844 ; Jul-7-99 1 :14PM; Page 7!9 S . W IN 21 § i / a§ ; G |& [ # r, ... a 2 / a ` �@ ® i \ 7 } — ! 1� ,. \ / r \ \ + - . ®�~ ... ( . _ ; ■ ■ , — , . 9\ \� ' \ 7 -- ! ®, %--- ƒ = -- `�9 \ .--- I k INmu Ill I � I 7 � � cioLJ � il: _- . § ) --, 1I — ' : � a \ Sent By: CHAMPION BUS INC; 810 724 1844 ; Jul-7-99 1 :14PM; Page 8/9 C H A L L E N G E R"" Not Even the City Can Rattle It. 4 3 7 11 10 1 14 II title- ' \ Iilill arallitilig' . / 1 I ;et", J., is_ „Ai a , / ! *lc: -._ g S II 9 6 13 I. 11/2"-Square Carbon Steel Tube Cage Frame Meet Challenger,a street-wise people mover for shuttle, hospital 2, Polyurethane Foam Insulation or transit applications.Challenger seats up to 25,with floor plans to 3, Roof Bows on 2411 Centers meet the most demanding urban needs. It comes with options like 4. 3-Year Unlimited-Mile Structure Warranty NC systems and Air Ride suspension that make a drive in the dry 5. 4", I I-Gauge"C"Channel Floor like a walk in the park. Crossmembers Take an inside look at Challenger You'll find patented foam 1 6. 16-Gauge Carbon Steel Wheel Wells insulation that shuts out the very worst of the city,and a steel cage I 7. Formed Steel Gussets at Window Corners frame and rugged chassis that deliver the ultimate in urban durability. 8. Welding Performed by Certified Welders 9. Painted Galvanealed Steel Exterior Skin Call for your nearest SO. 6061 T6 Aluminum Extrusion Door Frame dealer.Ask for QAC I I. 36`x 4S"T-Slide Windows information on leasing =2.e..t` '7r- - ' 12. FullView Curb Window and extended warranty. r 4 13. Pressure Treated Plywood Floor ' 14. Ford Chassis/Champion is a Ford QVM j - - Manufacturer b. .an IS. Molded Fiberglass Cap Sent By: CHAMPION BUS 'NC; 810 724 1844 ; Jul-7-99 1 :14PM; Page 9/9 Standard Features Electrical Package II Wpm kat F tab Popular Floor Plans-Others Available Rime as Deemed Deg IDid age huott Walt CAeah AmFM GA%ta ttat!i.Io Pae Pmaerge'Sema Pd. Aatomote Ar fuss ivakers ltft PvcAf(e IA I r Baer.Dock Crau:B¢amm Lm gFtt &otnLi 1911 L I 1 eedhM-55 G t -io lg6¢Fwescent(2) martr5mr+ag Sege �i IE: '210111 0 awl Tvk 55 GaMoe 212s72r W tar Sig, ��Iflit' 1 • 1 Prier BNas EtvkelPakor 111 Dor Act ed Entrorre.I g7tmr '_' H ! •. �. 3.m5rerrme Some as Drama,BY Il pats. Door Acwrned I it udryP ■■ �/ ��. I Prslb Lres Ebw;Doo NM _ ® Ili PM En Wm,Nrtemgnenl Lift Padrya UA �� _� -- !! T W u ME Shur Exterior Rao BT-52005 MN •• k Careen= Smaas Sae'km homer ?.en Imvgk 1- M. — e � II_ iµ,.yab mbar ,v Cops Rarir seminR Sign I! q aL - .. Dom,bA'k w'Meum Cmw: BlocaaJ!.Wad.ows Nmeeuor 1 rcronn Sign •!1I. I!!� _ BatnM Pak pese Dox A:Mand Envaxe ti{41Ufl -- -- -.-. Ener.Wm D.,aeobaea L(.eta Fepccs Frog Cop Fr-Egi, tr-2 Lb. Gobi Exterior Upgrade MODEL CHlm. MODF1CMll0, MODEL CHET'., MODEL 041.50.Le Fk w Carpexfilork Rubber 5 In Burps SaD Pmirgs 17 Passenger 21 Passenger 16 Peserer, 75 Passenger wd Whe,ei lister eD Peessre Treated Pyiwat Bbdew:;Nevem.: Cmmew Mum Aar ba FuWt*Cum Window &at Supe Dxs's eanv Intbn>,, "w,edm Pbce RerLbm 17'X5E' Escape nmi - -a timer L6^ rg.! Favell LTG _ t t SdewM 2 ranite bMl Challenger agitans Padh'ard eau f�I. I I R,sgae: r if "' if ail '��11I ague Door.SID or,U ,g Ar Rde S�ew'r, Safely1 -h-. L-��� : II Models TaSpat Tge HS Lend Bark-Up Atom 1. == Mews,5dmev Tow Hooks-Pen Fre E tmgodt3r 5 LII. jj 1 1� 0.M MN *017ot ael(I) llr:Ad Kg.-I3(fogs UI, =_ �� Pactromi!Dr STD Ln modes RPSMor 4! HI lng IIS e ,tivt Steev.(BWt-In Ek al0 Mtrn Mt 415Caer 203)70 Amp Amnion I 1 ' us of !Mx _w Rm•MuC Flaps Ba:mry.8-D tfage Tray Salety u In Ilii •� NM .. Roar,Ponted(almm+Kd Slee Mans Dscmx'I Sedtt Same es Safes 1pkg - la SII. - _ Rrb Rills POPE r'Maroc Rait Flmd arid [L[ t IN mil 'ori I.• ice_ • - SdSteel Erten Cahwrcvtd Sm�wx+dl Modesty Parcx =-I tl�-!l - —. SmneMm Slants SredBtmmem Pooiig Ertorior Steel-Cure Carrstuw-Fbee. Deluge Meet Caen tgli2saMm e MODEL CH253, MODEL CT115a, MODEL CH351. MODEL CN273. Rog Sgesserys poo•-OG• 71 Passenger. IB haulm,Per. 18 Passenger, 23 Pawner, Undercoating.Row Farre Dv.P97-37x56' Safety 8l nu Liwge Sewing*Mack neer LA Pmt Wgete Wneev.l..keel Fpp/gass RearCc'p Same as Saler IIjxs. Wvdas,36'X 45'T.SLM From Md Roam, esccpe Roah Easy Order Pam itpe Option Packages Seating CrenControl I dioxide Armes Al�Coodavrg52,000 BTU Ha:Nor(lased b7 PoedG•vo i-tgidtes •�.a Jryp. Stat Mr, N.mer-30.00081U Track Serf Lew Bock bati=Earn rest bk 5umcfi Undehsfy.Seel in,Bock Gamow ��JJ �] 700,i 70 Amp Memos" Vldet!bw lkenox Imktir Me-lie SSmleltiltgd cHamPIon Drag Floor UAW tad-RIg6vmd.r-Reoine BUS INC.Contra'It Shmm' a Rg'i ler Codtiwlmg-6I OOD BPJ S1mlme Peeme• • a Z'SbR company-- heam-30.0.00 Interior • sea:Hghexp We build confidence. DcsrPlrnm Sr turn Sect less lde Arne pore Bw 203!78AmPaIe'^'tr bmt Gore 6o SJeSbde P.O.Box 158,331 Graham Road Imlay City.MI 48444 Climate Control 111 (810)724-6474 or 1-800.776-4003 M andims.IFE)009 BTU Challenger Specifications a 70!734-1844 Hrotcr-J0,000 BTU Chasse .ard E3565TD.fiuperDxy tare rremr.m Bus Inc to n54.1 Wrote :an Idle S«rlr Andres 6.11-V10 Grr! RESOLUTION NO. 89-6S A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROSEMEAD ADOPTING A POLICY PROHIBITING HARASSMENT IN THE WORK PLACE. WHEREAS, members of the Rosemead City Council desire to maintain a work place free of harassment for all City employees; and WHEREAS, members of the Rosemead City Council oppose the harassment of any employee by any other employee of the City on the basis of race, religious creed. color, national origin, ancestry, physical handicap, medical condition, marital status, sex or age; and WHEREAS, harassment of this nature will not be tolerated. NOW, THEREFORE, BE IT RESOLVED BY MEMBERS OF THE ROSEMEAD CITY COUNCIL AS FOLLOWS: SECTION L Members of the Rosemead City Council hereby adopt the policy attached hereto as Exhibit "A" and made a part hereof entitled, "City of Rosemead - Harassment in the Work Place." SECTION 2. Members of the Rosemead City Council hereby direct this policy to be distributed to all full and part-time employees of the City of Rosemead and posted in appropriate places. The City Clerk shall certify to the adoption of this Resolution. PASSED, APPROVED and ADOPTED this 12th day of December, 1989. i MAYOR I hereby certify that the foregoing Resolution No. 89-68 was duly and regularly adopted by the City Council of the City of Rosemead at a regular ATTEST: meeting thereof held on the 12th day of December , 1989, by the following vote: Yes: DeCocker, Taylor, McDonald, Bruesch, Imperial No: None Absent: None Abstain: None CITY CLERK CITY CLERK CITY OF ROSEMEAD HARASSMENT IN THE WORK PLACE PURPOSE: To define and issue to all employees the City's policy on the prohibition of harassment in the work place. POLICY: Harassment of an applicant or employee by a supervisor, management employee or co- worker on the basis of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex or age will not he tolerated. Disciplinary action up to and including termination will be instituted for behavior described in the following definition of harassment. DEFINITION: Harassment includes, but is not limited to: (1) Verbal Harassment - For example, epithets, derogatory comments or slurs on the basis of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex or age. (2) Physical Harassment - For example, assault, impeding or blocking movement, or any physical interference with normal work or movement when directed at an individual on the basis of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex or ace. (3) Visual Forms of Harassment - For example, derogatory posters, notices, bulletins, cartoons, or drawings on the basis of race, religious creed, color, national origin. ancestry, physical handicap, medical condition, marital status. sex Or age. (4) Sexual Favors - Unwelcome sexual advances, requests for sexual favors, and other verbal or physical conduct of a sexual nature which is conditioned upon an employment benefit, unreasonably interferes with an individual's work performance or creates an offensive work environment. EXHIBIT "A" CITY OF ROSEMEAD HARASSMENT IN EMPLOYMENT POLICY Page 2 of 3 GRIEVANCE PROCESS: .An employee who has been harassed on the job should inform, as soon as possible, the employer, its agents or supervisors of the incident. To accommodate the unique nature of harassment complaints, the following grievance process is provided for the purpose of resolution of a complaint at the earliest possible date. Elements of this process are: Complaint Advisors - The City Manager or his designee will be available to receive harassment complaints. Actions to be taken will include, but may not be limited to: (I) Counsel the employee and outline the options available. (2) Obtain a factual written statement of the complaint for the affected Department Head. (3) Assist in follow-up investigation, interview accused, witnesses and supervisors as appropriate, and recommend disposition of the complaint. Department Head and/or City Manager - Authorizes investigation of the complaint, reviews factual information collected to determine whether the alleged conduct constitutes harassment, giving consideration to the record as a whole and the totality of circumstances, including the nature of the verbal, physical, visual or sexual favor aspect of the advance and the context in which the alleged incidents occurred. Takes and/or authorizes appropriate action, including but not limited to the following: A. Determination that the allegations are not sustained; or B. Discipline the employee, upon a determination that the allegations against the employee are sustained. Such discipline may take the form of any of, or a combination of the following: (I) Oral reprimand. (2) Written reprimand. (3) Imposition of probationary status. (4) Suspension without pay. (5) Dismissal from employment. Confidentiality - Effort will be made to protect the privacy of parties involved in a complaint. Files pertaining to complaints handled under the pre-grievance process will not he made available to the general public. CITY OF ROSEMEAD HARASSMENT IN EMPLOYMENT POLICY Page 3 of 3 Dissemination of Policy - All employees, supervisors and managers shall be sent copies of this Policy and this Policy shall be posted in appropriate places. PLEASE NOTE: Harassment as defined above, violates Title VII of the Civil Rights Act of 1964, the California Government Code, and regulatory guidelines of the Equal Employment Opportunity Commission, and the California Fair Employment and Housing Commission. VIOLATION OF THIS POLICY SHALL GENERALLY CONSTITUTE JUST AND REASONABLE CAUSE FOR DISCIPLINE, UP TO AND INCLUDING TERMINATION. AGREEMENT This Agreement dated the 1st day of July, 1996 between the CITY OF ROSEMEAD, a municipal corporation, and LAIDLAW TRANSIT SERVICES, INC., a California Corporation. The parties hereto agree as follows: 1. LAIDLAW TRANSIT SERVICES, INC. shall furnish the services and materials called for in the bid specifications attached hereto and incorporated by this reference. 2. CITY OF ROSEMEAD shall compensate LAIDLAW TRANSIT SERVICES, INC. at the rates specified in their proposal, a copy of which is attached hereto and incorporated by this reference. CITY OFROSEMEAD BY: 2724c.c-1..0-J r &t4i MAYOR O AI JEST:7°----)/()"/l CITY CLERK LAIDLAW" ANS�S ES, INC BY: J CITY OF ROSEMEAD GENERAL SPECIFICATIONS FOR CONTRACT TRANSIT SERVICES APRIL 1996 SCOPE OF WORK _The successful bidder shall provide the necessary management and administrative personnel whose expertise will assure efficient operation of the service herein specified. All facilities, equipment, supplies, maintenance, and services required in the operation of a demand responsive elderly and handicapped transportation (Dial-A-Ride) service and fixed route transit programs shall be furnished by the successful bidder unless specifically identified in this document to be contributed by the City of Rosemead. Service shall be managed by the successful bidder in accordance with the guidelines and parameters established herein and two attachments hereto. The successful bidder shall strive at all times to provide service in a manner which will maximize productivity while providing a high quality of passenger service. In addition, the successful bidder shall be required to meet periodically with representatives of the City of Rosemead to discuss and evaluate service. Section 1. Bid Bond Each bid must be accompanied by a satisfactory corporate surety bond or cash deposit equaling the sum of ten percent (10%) of the total amount of the bid submitted to the City of Rosemead as a guarantee that the bidder will enter into the proposed contract if the service is awarded to him/her. Forfeiture shall not preclude recovery by City of any sum over and above the amount posted or guaranteed, to which the City sustains damage because of default. If the successful bidder executes the contract and furnishes all necessary performance bonds within the time specified, any check or bond accompanying the successful bid will be returned. Section 2 . Bid Bond Return Deposits of three or more low bidders, the number being at the discretion of the City, will be held for sixty (60) calendar days or until posting by the successful bidder of the bonds and certificates of insurance required and return of executed copies of the agreement, whichever first occurs, at which time the deposits may be returned after consideration of the bids. - 1 - Section 3 . Examination of Site and Contract Documents Each bidder shall visit the sites of the proposed work and fully acquaint himself/herself with the conditions relating to the maintenance labor so that he/she may fully understand the facilities, difficulties, and restrictions attending the execution of the work under the contract. Bidders shall thoroughly examine and be familiar with the bid specifications. The failure or omission of any bidder to receive or examine any document, form, instrument, or to familiarize himself with conditions there existing shall in no way relieve any bidder from obligations with respect to his bid. The submission of a bid shall be taken as prima facie evidence of compliance with this section. Section 4 . Irregular Bids Unauthorized conditions, limitations, or provisions attached to a bid will render it irregular and may cause its rejection. The completed bid forms shall be without interlineations, alterations, or erasures. Alternative bids will not be considered unless specifically re.uested. No oral, telegraphic, facsimile or telephonic bid, modification, or withdrawal will be considered. Section 5. Withdrawal of Bids A bid may be withdrawn only by a written request signed by the bidder. Such requests must be delivered to the City Clerk prior to the bid opening hour stipulated in the Notice Inviting Sealed Bids. Bids may not be withdrawn after said hour without forfeiture of the bid guarantee. The withdrawal of a bid will not prejudice the right of the bidder to submit a new bid, providing there is time to do so. Section 6. Award of Contract All bids, once they are opened and declared, are subject to review, acceptance or rejection by the City Council for a period not to exceed sixty (60) calendar days. The City reserves the right to reject any or all bids and waive any irregularities or informalities in any bid. Section 7. Forfeiture For Failure To Post Security And Execute Agreement In the event the bidder to whom the award is made fails or refuses to execute the contract within five (5) calendar days from the date of receiving notification that he/she is the bidder to whom the contract is awarded, the City may declare the bidder's bid bond or cash deposit forfeited as damages caused by the failure of the bidder to enter into the Contract, and may award the work to the next lowest responsible bidder, or may call for new bids. 2 • Section 8. City Designee The City Manager shall have the authority to act for and exercise any rights of the City as set forth in the herein Agreement, subsequent to the authorization by the Rosemead City Council. Section 9 . Independent Contractor The successful bidder's relationship to the City of Rosemead in performance of the duties outlined in those bid specifications is that of an independent contractor. The personnel performing services stated in these bid specifications, and the subsequent Agreement, shall at all times be under the successful bidder's exclusive direction and control and shall be employees of said bidder and not employees of the City of Rosemead. The successful bidder shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including, but not limited to social security, income tax withholding, unemployment compensation, worker's compensation insurance, state disability insurance and similar matters. Section 10. Assignment Upon execution of an Agreement incorporating the duties responsibilities outlined in those bid specifications and the attached Statement of Work, neither the Agreement, nor any payment to become due under the Agreement, shall be assigned in whole, or in part, by the successful bidder without the prior written approval of the City of Rosemead. Such approval shall not relieve the successful bidder from full responsibility and liability for the work, and due performance of all terms and conditions outlined in those bid specifications. _ Section 11. Experience and References The successful bidder shall have a minimum of five (5) years experience in providing municipal demand responsive (Dial-A-Ride) and fixed-route transit programs. The successful bidder shall be required to list such experience and provide appropriate references on "References" form attached. Section 12 . Insurance A. During the performance of the duties outlined in the bid specifications herein, the successful bidder shall procure the following insurance, which shall be full coverage insurance not subject to self-insurance provisions, except for vehicle collision insurance and comprehensive automobile coverage and shall not, of the successful bidder's initiative, cause such insurance to be cancelled or materially altered during the contract term. - 3 - B. Occurence, as used herein, means any event or related exposure to conditions which result in bodily injury or property damage. 1. Comprehensive general liability insurance to include premises, operations, contractual liability and personal injury liability with at least the following combined single limits of liability: a. Primary Body Injury Liability limits of at least $5, 000, 000. 00 per occurrence. b. Primary Property Damage Liability limits of at least $5, 000, 000 per occurrence. 2. Automobile Liability to include owned, hired and non-owned vehicles with at least the following combined single limits of liability: a. Primary Bodily Injury Liability limits of at least $5, 000, 000 per occurrence. b. Primary Property Damage Liability limits of at least $5, 000, 000 per occurrence. 3 . Vehicle Collision Insurance covering the actual cash value of each vehicle and limited to a deductible not exceeding $10, 000 per occurence. 4 . Vehicle Comprehensive Insurance covering the actual cash value of each vehicle and limited to a deductible not exceeding $10, 000 per occurrence. C. Prior to commencement thereof, and except for Worker's Compensation and Employer's Liability Insurance, the successful bidder shall furnish a complete copy of each insurance policy and a Certificate of Insurance thereof to the City of Rosemead which shall certify that the successful bidder's insurance policy provides as follows: 1. The City of Rosemead, its employees, agents, and officers, shall be named as an additional insured on all insurance with respect to performance hereunder. 2 . The coverage shall be primary as to any other insurance with respect to performance hereunder. 3 . Insurance companies providing coverage shall give thirty (30) days written notice prior to cancellation or material change to the City of Rosemead. D. Worker's Compensation Insurance shall be maintained by the successful bidder as required by law. q - Section 13 . Hold Harmless The successful bidder shall indemnify and hold harmless the City of Rosemead, its officers, agents, and employees from every claim or demand made, and every liability, loss, damage, or expense, of any nature whatsoever, which may be incurred by reason of contractor's performance of the duties specified herein: A. Loss/Damage sustained by contractor. Liability for damages resulting in death or bodily injury to persons, damage to property, and/or any other loss, damage, or expense which may be sustained by the successful bidder during the performance of duties outlined in these bid specifications and the attached statement of work whether or not said injury or damage occurs on property owned by the City of Rosemead; and B. Loss/Damage sustained by others. The successful bidder shall defend at its own expense, cost, and risk, defend any and all actions, suits, or other proceedings which may result from said bidder's performance of the duties outlined in these bid specifications and attached Statement of Work. The successful bidder shall indemnify and hold harmless, as noted in the first paragraph. Section 14 . Term of Agreement - The Agreement awarded to the successful bidder under these bid specifications shall be for a maximum of three years (3) from the date of execution by both the contractor and the City of Rosemead, and may be extended for an additional three (3) years upon the mutual consent of both parties. Section 15. Commencement of Work The successful bidder shall begin the provision of demand responsive elderly and handicapped (Dial-A-Ride) and fixed-route (Shopper Shuttle) transportation services, as specified in those bid specifications and the "Statement of Work" attached, on. July 1, 1996. Section 16. Annual Adjustment - The successful bidder may request an annual cost-of-living adjustment in accordance with the most current Consumer Price Index (CPI) figures on the yearly anniversary of the date of the Agreement between the City of Rosemead and the successful bidder, provided that in no event shall annual cost-of-living adjustment exceed five (5) percent. 5 - Section 17. Statement of Work The successful bidder shall, upon receipt of a notice to proceed from the City of Rosemead, perform all work necessary to complete, in a manner satisfactory to the City, the services set forth in Exhibit A, entitled "Statement of Work, " attached hereto. Section 18. Termination A. The successful bidder or the City of Rosemead may terminate the Agreement incorporating these bid specifications and the attached Statement of Work upon service of sixty (60) days written notice, measured from the first day of the month following service of notice. The City of Rosemead shall pay the successful bidders its eligible cost, incurred to the termination date but no amount shall be allowed for anticipated profit or unperformed services. 3. The City of Rosemead may, by written notice, direct the successful bidder to cease operation if a situation arises that endangers the public health and safety. The successful bidder shall immediately cease operations upon receipt from the City of Rosemead of such written notice. Section 19. Contractor Services The successful bidder shall provide the management, dispatching, technical and maintenance services, vehicles, and local telephone information service necessary for the operation of the Transportation Services. Such services shall include but not be limited to the following: A. Executive and administrative management of the successful bidder's portion of the Demand Responsive (Dial-A-Ride) and Fixed-Route Transportation Services. B. Supervision of all operating personnel and qualified dispatching personnel. C. Supplying of qualified drivers , maintenance, and dispatching personnel . D. Supervision over all maintenance and repair of ecuipment used in the Demand-Responsive Elderly and Handicapped (Dial-A-Ride) and Fixed-Route Transit Services . E. Receiving requests for transportation and scheduling vehicles to deliver service to qualified residents of Rosemead. F. Preparation of a budget and analysis of financial and other matters pertaining to the successful bidder's functions in the performance of the transportation services outlined in these bid specifications and attached statement of work. - 6 - G. Training of drivers in sensitivity to the needs of elderly and handicapped passengers. H. On or before the 10th of each month, the successful bidder shall submit an invoice to the City of Rosemead itemizing his/her full and complete performance hereunder for the previous period. Z. Other work or requirements included in Exhibit A "Statement of Work. " Section 20. City Services • The City of Rosemead shall be responsible for the following: A. General supervision and monitoring and evaluation of services provided with regard to the kind, quality, appropriateness, timeliness and amount of service to be performed and the criteria for determining performance of the successful bidder. B. Authorization of payments to the successful bidder. C. Qualification of residents to participate as riders in the City of Rosemead's Demand Responsive Senior Citizen/Handicapped (Dial-A-Ride) and Fixed-Route Transportation Programs. D. Setting of any fares or ridership fees associated with transit programs. E. The City of Rosemead shall pay all reasonable and allowable costs in invoices submitted by the successful bidder after such adjustment as the City of Rosemead ray make in accordance with the hereinabove provisions. Promptly after the receipt of each invoice, but in no event later than thirty (30) days after its receipt, the City of Rosemead shall make payment to the successful bidder. Section 21. Furnished Equipment A. All equipment and materials required for the fulfillment of the work outlined in these bid specifications and attached "Statement of Work" shall be provided by the successful bidder at his/her sole expense. All vehicles shall be maintained in accordance with the "Statement of work. " H. The successful bidder shall be solely liable for any damage to vehicles, radios, fare boxes and components thereof, including, but not limited to, damage caused by collision, negligence, abuse, vandalism, and any items not covered by insurance. C. Drivers of all vehicles shall have appropriate driver's licenses and valid medical certificates, if applicable, to operate Contractor's vehicles. D. Drivers shall wear clean uniforms identifying them as employees of the demand-response transportation service for the elderly and handicapped. E. The successful bidder shall secure and maintain all permits and licenses required by law for execution of all services outlined in these bid specifications and the attached "Statement of Work. " F. The successful bidder shall forward to the City of Rosemead copies of the California Highway Patrol 's Safety Compliance Report. Section 22. Deficiencies If the successful bidder is unable to provide the service hours scheduled by the City of Rosemead or fails, after reasonable notice by the City, to cure other deficiencies in performance or lack of progress thereto, the successful bidder shall pay the City of Rosemead all expenses incurred by the City in procuring the same or similar items or services defaulted by the successful bidder hereunder. This provision shall not be construed as a limitation on the City's right to terminate this Agreement. Section 23 . Payment The City of Rosemead shall pay the successful bidder the sum of $43,091. 67 per month, less monthly fare box receipts collected and reported by the successful bidder, from the performance of transportation services outlined in these bid specifications and the attached statement of work. Section 24 . Location of Services The successful bidder shall become familiar with the designated routes, stops, and procedures for Demand Responsible Senior Citizen/Handicapped (Dial-A-Ride) and Fixed-Route (Shopper Shuttle) Transportation Services, as outlined in these bid specifications and the attached "Statement of Work. " The routes and location of designated stops may be changed by the City of Rosemead without an adjustment in the successful bidder's price. Section 25. Performance Bond The successful bidder shall secure and deliver a satisfactory corporate surety bond, to be approved by the City Attorney, in the amount of ten percent (10%) of the total amount of the bid submitted to the City of Rosemead as a guarantee that the successful bidder shall perform satisfactorily all terms, obligations, and conditions indicated in those bid specifications and the attached "Statement of Work. " The successful bidder shall submit the performance bond to the City Clerk concurrently with the execution of the agreement between the City of Rosemead and the successfull bidder. - 6 - EXHIBIT A STATEMENT OF WORK The successful bidder shall provide the necessary management and administrative personnel whose expertise will assure efficient operation of the service herein specified. All facilities, equipment, supplies and services required in the operation of the demand responsive elderly and handicapped transportation service and fixed-route transit program will be furnished by the successful bidder unless specifically identified in this document to be contributed by the City of Rosemead. Service shall be managed by the successful bidder in accordance with the guidelines and parameters established herein and the attachments hereto. The successful bidder shall strive at all times to provide service in a manner which will maximize productivity and at the same time provide high quality passenger service. The successful bidder and the City of Rosemead shall meet periodically to evaluate performance of the program. Supervision Supervision of the Demand Responsive Senior Citizen/Handicapped (Dial-A-Ride) Transportation Program and Fixed-Route (Shopper Shuttle) Transportation Program day-to-day operations shall be vested in the successful bidder. The successful bidder shall assign a senior management employee who shall demonstrate by decision and action to be competent in all aspects of the work outlined in this "Statement of Work" and the attached bid specifications for transit services. The employee designated by the successful bidder shall be available to the City of Rosemead at all times, either by telephone or in person, to make decisions or provide coordination as necessary. The senior management employee must have three (3) or more years of recent and relevant experience managing all aspects of municipal public transit services similar in scope and complexity to the services described in this "Statement of Work" and the attached bid specifications. Facilities The successful bidder shall provide an administrative, maintenance, and vehicle storage facility at his/her own expense in support of the activities described in the "Statement of Work" and the attached bid specifications. This facility (or facilities) must be located within a five (5) mile radius of the boundaries of the City of Rosemead to ensure a maximum of efficiency in providing Demand Responsible Senior Citizen/Handicapped (Dial-A-Ride) and Fixed-Route Transportation Services within the City of Rosemead: - 9 - Telephones The successful bidder shall provide and maintain a minimum of three (3) local toll-free telephone lines for passengers to contact the dispatch center. These telephone lines are for transit system use only. Contractor shall install and maintain a separate telephone line for general business purposes, and Contractor will be responsible for all costs associated with these lines. Training And Safety The successful bidder shall maintain on-going training procedures which will train and prepare all newly hired and current drivers, maintenance personnel , administration, management, etc. in a manner that conforms with all state and local laws and assures that the bidder's employees will perform all obligations stated in this "Statement of Work" and the attached bid specifications. A safety program shall be implemented by the successful bidder and appropriate manuals will be provided to his/her employees. In addition, CPR, first aid and sensitivity training will be required of the bidder's employees involved with the Demand Responsive Senior Citizen/Handicapped (Dial-A-Ride) and Fixed Route (Shopper Shuttle) programs. Personnel Policy Upon request by the City of Rosemead, the successful bidder shall supply the City with a copy of his/her personnel policies, including reimbursement policies for any sick leave, overtime pay,and wage scales. A list of current personnel shall be maintained and provided to the City of Rosemead. The successful bidder's personnel policies shall be in accordance with state and federal laws, and specifically, shall not discriminate against any employee or applicant by reason of sex, race, age, religious affiliation, or physical handicap. Accident Reporting In the event of a traffic accident or a serious passenger incident, the successful bidder shall notify the City of Rosemead within twenty-four (24) hours and prepare all reports. Should the accident involve personal injuries, the successful bidder shall notify the designated City representative immediately upon the receipt of such information. All applicable state laws shall be complied with in the case of any accident. Data Collection/Reporting - Demand Responsive Senior Citizen Handicapped (Dial-A-Ride) Program Information concerning vehicle activities in the demand-responsive transportation of the elderly and handicapped shall be collected on the Operator's Report, which has been developed by the City of Rosemead. The operator's Report is attached hereto as Exhibit C. Additionally, the Daily Van Schedule as shown in Exhibit C is to be completed. - 10 - These sheets and an operations summary for each service day of the demand-responsive transportation of the elderly and handicapped shall be forwarded each month to the City of Rosemead. These reports shall be submitted in completed form no later than ten (10) calendar days after the end of the operating month. At the end of each month, a Management Summary of the demand-responsive transportation of the elderly and handicapped shall be completed which summarizes the daily operations information collected during the month. This report shall be forwarded within ten days after the end of the completion of the reporting month. The Management Summary shall include submittal of the Program Operator's Report and the Daily Van Schedule. Data Collection/Reporting - Fixed Route (Shopper Shuttle) Program At the end of each month, a Management Summary of the Fixed-Route (Shopper Shuttle) Transportation Program shall be completed which summarizes the daily operations information collected during the month. This report shall be forwarded within ten days after the end of the completion of the reporting month. The Management Summary shall include submittal of the Program Operator's Report and the Daily Van Schedule. Specific information to be included in the report shall be monthly ridership figures, a breakdown of ridership-per-stop, safety reports, mileage driven, headway time-per-route, incidents of vandalism, and other information as required by the City of Rosemead. Accounts All costs incurred in furtherance of this Agreement shall be recorded in accounts separate from those used for other business activities and in conformance with the State of California, State Controller's Chart of Accounts for Public Transit Operators and the Los Angeles County Transportation Commission's Proposition A Guidelines. All accounts will be available for inspection and/or independent audit at the request of the City of Rosemead. Invoices The invoice for services rendered must follow a format provided by the Contractor and approved by the City of Rosemead. All relevant back-up documentation must be included with invoice for that particular month. Operations The successful bidder shall provide all personnel necessary to operate vehicles in service, including daily supervision by on-site individual designated "Road Supervisor. " The drivers must have knowledge of fares, communication equipment, passenger service - 11 - requirements and the street network in the service area. The successful bidder shall be responsible for the mechanical condition and cleanliness of all vehicles and any substitute or back-up vehicles. The successful bidder shall not assign any vehicle into service where the performance of a component part is likely to cause damage to other components, jeopardize public safety, or be in violation of the California Vehicle Code. The successful bidder shall not deploy any vehicle into service when its appearance is contrary to the City of Rosemead's standards. Hours of Operation-Demand-Responsive Elderly/Handicapped (Dial-A-Ride) Transportation Program Service shall be based upon the following schedule: Weekdays (Monday-Friday) 6: 00 A.M. - 7: 00 A.M. - one (1) van 7: 00 A.M. - 8 : 00 A.M. - two (2) vans 8 : 00 A.M. - 2 : 00 P.M. - four (4) vans 2 : 00 P.M. - 6: 00 P.M. - two (2) vans 6: 00 P.M. - 7: 00 P.M. - one (1) van Total Available Vehicle Service Hours per typical day = 36 Weekends (Saturday and Sunday) 6: 00 A.M. - 8: 00 A.M. - one (1) van 8: 00 A.M. - 2 : 00 P.M. - two (2) vans 2 : 00 P.M. - 7: 00 P.M. - one (1) van Total Available Vehicle Service Hours per typical week-end = 19 The service shall be seven days a week for the hours stated except for the following holidays designated by the City of Rosemead: New Years Day, Memorial Day, 4th of July, Labor Day, Thanksgiving Day, and Christmas Day. On these days, the service shall be based upon the following schedule: HOLIDAYS 6: 00 A.M. - 4 : 00 P.M. - one (1) van Total Available Vehicle Service Hours per typical Holiday = 8 A thirty (30 minute) maximum minute response time is to be maintained at all times. Contractor assures that adequate spare vehicle(s) will be available to maintain the required response time. - 12 - Hours of Operation - Fixed Route (Shopper Shuttle) Program) Service shall be based upon the following schedule: Weekdays (Monday-Friday) 11 : 00 A.M. to 8: 00 P.M. A minimum of two (2) vehicles shall be utilized at all times to maintain a forty (40) minute headway time. Contractor assures that an adequate back-up vehicle will be available, at all time, to maintain the forty minute headway time. Weekends (Saturday and Sunday) 10: 00 A.M. to 5: 00 P.M. Holidays - Service will be suspended during the following holidays: 1. Christmas Day 2. Thanksgiving Day 3. New Year's Day Vehicles - Demand Responsive Senior Citizen/Handicapped (Dial-A-Ride) Program The successful bidder shall supply and maintain all vehicles necessary for this program. The vehicles are to be at a minimum, handicap accessible (wheelchair lift with two (2) wheelchair positions) , eight (8) ambulatory passenger (excluding driver) , 1996 or newer vehicles. The successful bidder shall maintain adequate back-up vehicles to maintain the required response time. Vehicles shall be equipped with two-way radios under central dispatch control. All vehicles utilized in 'the program shall be approved by the City of Rosemead, within "Proposition A" funding requirements and the requirements of the Los Angeles County Transportation Commission (LACTC) prior to being utilized in the program. All vehicles shall be painted a uniform color and clearly designating "Rosemead Dial-A-Ride" as follows: Both sides - Rosemead Dial-A-Ride (local telephone #) Rear - Rosemead Dial-A-Ride Vehicles - Fixed Route (Shopper Shuttle) Transportation Program The successful bidder shall provide and maintain all vehicles necessary for this program. The successful bidder shall be responsible for maintaining all vehicles in a clean exterior and interior condition less normal wear. Mechanical repairs and overhaul on all vehicles shall be performed by the successful bidder. Successful bidder shall provide back-up vehicles in a clean operable condition to maintain the required headway time. All vehicles will be equipped with two-way radios to provide continuous communication dispatch. - 13 - • The vehicles must be at a minimum, handicap-accessible (wheel chair lift, with one (1) wheelchair position) , twenty (20) ambulatory passenger (excluding driver) , 1996 or newer Ford El Dorado Aerotech Van, or equivalent, subject to approval by the City of Rosemead, capable of meeting headway times outlined in these bid specifications. All vehicles must be painted a uniform color and clearly designating "Rosemead Shopper's Express" as follows: Both sides - Rosemead Shopper's Express Rear - Rosemead Shopper's Express Back-Un Vehicles The successful bidder shall provide a sufficient number of wheelchair-lift equipped vehicles to ensure continuous operation of the Demand Responsive Senior Citizen/Handicapped (Dial-A-Ride) and Fixed-Route (Shopper Shuttle) Programs. Successful bidder shall place a back-un vehicle in service within fifteen (15) minutes of a reported break down of on-line vehicles. Proposed Vehicles Form The successful bidder shall indicate on "Attachment E" all the model year, model , seating capability of all vehicles to be used in the performance of all duties outlined in this "Statement of Work" and attached bid specifications. Vehicle Cleaning The successful bidder shall provide all labor and materials necessary to keep the vehicles used in the Demand Responsive Senior Citizen/Handicapped (Dial-A-Ride) and Fixed-Route (Shopper Shuttle) Programs clean and well-maintained at all times. Successful bidder shall wash the exterior of the vehicles at least twice weekly, and shall clean the interior of the vehicles daily by picking up litter, cleaning and repairing seats, sweeping the floor, and cleaning the windows. The successful bidder shall mop vehicle floors and clean all other interior items at least twice each week. Fuel Purchase The successful bidder shall purchase all fuel needed to operate vehicles utilized in the Senior Citizen/Handicapped (Dial-A-Ride) and Fixed-Rate (Shopper Shuttle) within the boundaries of the City of Rosemead. Route Service Area -- Demand Responsible Elderly/Handicapped (Dial-A-Ride) Program Service area for Dial-A-Ride Program shall be limited to within five (5) miles of the boundaries of the City of Rosemead. - 14 - Route Service Area - Fixed Route (Shopper Shuttle) Transportation Program The Shopper Shuttle shall operate on a fixed route designated by the City as depicted in "Attachment B. " The service area shall be restricted to the City of Rosemead on the above referenced fixed route. Radios The successful bidder will provide a base radio and mobile radios to be installed in all vehicles and the necessary radio license. Contractor shall perform all radio maintenance. Contractor is responsible for proper radio procedures and will be fully responsible for any actions and/or fines imposed by the FCC for improper use of the system. 01C3N2 i5 _ REFERENCES 1 . 2 . Agency Agency Contact Person Contact Person Address Address Telephone Number Telephone Number Years of Experience With Agency Years of Experience With Agency 3 . 4 . Agency Agency Contact Person Contact Person Address Address Telephone Number Telephone Number Years of Experience With Agency Years of Experience With Agency 5. Agency Contact Person Address Telephone Number Years of Experience With Agency - 16 - D:HIBIT "Br' Rosemead Shopper Shuttle Route I E \ t r � 'im, € � 'P. 1 rrq j b A • p � in--;l rte a-_ 11 `i :I cI ' r. '^6 e'' •Xi s f 9 ,� �xF 1i-�"'. _ i"i . r FY cc S ' 17 a a I I I z rJm, o-. 1ar;.]: � '7. K 4 C i I , l l ) -Ivy:. ' w-v- r' .. '1 _ 3 r k I I C ; n 3 0 .a�`- 3 y ccg4 I a _ _ 24 _ € i-. - I ='y ,,I �s r £I ,I ,I vr� 11a r e ��. �' =a I dcJI Y- c.: `-J r twar_ ''IIS 1 cuaw - y,, Y •pt `= City of Rosemead April 1996 EXHIBIT "B" Rosemead Shopper Shuttle Route 2 Ili L t '�F * it ri lI F- '` 3 g � 1 b 1' � .: al, I y . .lit 5 tor° a. 4�€ 3 r Inc. 115 ara'' If t_.00 S I - $ ISI , • I \`',... 3 S'fAr„m� OW :�' k. I � r i ti, -- - 3: ' Y • `�+. g Iffra rm - 'C.--'1 . Y4(F. Ii it nes y1�fT M r �.& _ , t11:-"!--r'' I .1 Et °' E i a_ F I I a. c 1 i . bre ¢ �I • 3 :alb _ �I r }: .t'v L - I•-: 1I lig \>a - , I I C4,-`i'a _ 1 4i ''.z. _}T _ _ . . °qhs s .i ]i i� Is � 99 .s-{ -g ,gym I I F �1JL L - L -- f' .)� � 5 s _ 4I 1 At 1 3 s DS. a =1 � \ U❑ pf PF 4. &a ..:ice'^ . ' City or Rosemead 1- 1 April 1996 i _ 1 : " >F J a \�• • SOS ,Di . `/ o z P H' 3 F' co a w w a n d ED P. 0 < w N rt ? w • H w H d 3 ED CD Ia w r d 0 N w rr r no m � d 0 o _ a :7 ,y ^3 k w Y Z M 3 Z m m 0 n ro w a C)• 7 7 z n d CD o d w n r. C ID o a 0 C 0 "EXHIBIT C" DAILY VAN SCHEDULE II III 00 u 30 45 DD 15 30 45 DD 1I, 3 301 DD1 1151 9 301 =51 1001 151 10 1 D 1 51 DDI 1 151 1301 031 151 .45 CO 151 12 301 LS I D 51 3D 1 451 I "EXHIBIT C" DAILY VAN SCHEDULE I II III 001 I5 2 30 45 00 15 3 30 45 00 ' 5 30 ODI =5 30 ;5 00 I , JI 6 i30 45I 00 5 30 45 OD I I 15 _ I 30I 45 00 15 30I ^E) IBIT D^ Bid Form 1. Annual Contract Cost for Demand/Responsive Senior Citizen/Handicapped (Dial-A-Ride) Transit Program: Vehicles and Equipment $ 17,452 per year Operations (labor, 313,702 adsinist_ration, materials) $ per year Total $ 331 ,154 per year 2. Annual Contract Cost For Fixed Rata (Shorter Shuttle) Transit Program: Vehicles and E__immen- $ 10,646 per Year Cpe_=_`_ions (labor, 175,300 - administration, materials) $ per year ?oral $ 185,946 r veer - Total Procram Cost: $ 517,100 per year 4. Within the mast three (3) years, has your firm received an IInsatisfactory Terminal Rating at any location that is directly resmonsi^.le for vehicle maintenance? Yes x No If so, please ere_-__in: Bidder rnformat_on Laid/ay TP,sit Ser.-ices, Inc. Name of Bidder: 5360 College Blvd., Overland Park, KS 66211 Address: =i _ (913) 345-198- �i ^ .- William H. , ice Pres,. Note: `_`hese prices are iced on the first v?=r of the contract ass-omit; at T1T'...^.1 a rCRI each vP=-- 1 i 5.0 FACILITY AND VEHICLE DESCRIPTIONS i 5.1 Facility We are pleased to propose a facility located at 1025 Westminister Avenue in the City of Alhambra for the operation of this project. The facility was selected due to its L' proximity to the service area, excellent space for J maintenance, administration and vehicle storage. Our proposed facility is well suited for the operation of the routes planned by the City. Utilization of this facility will minimize daily operating miles. This location is currently the base for Laidlaw's operations for the City of Alhambra If we are the successful bidder, we will coordinate the implementation of the City service into the existing facility set up immediately. Planned improvements will be initiated if necessary. We are pleased to offer a conveniently located parking area for vehicle parking one block from the administration office. This space is currently utilized for the City of Alhambra's vehicles as well as a portion Laidlaw's non- emergency medical vehicles. The parking area is paved and secured with both lights and fencing. This arrangement has worked successfully for over one year. The maintenance is on site adjacent to the administrative offices. The maintenance area is equipped to perform all aspects of preventive maintenance and repair excluding body work. -^ The maintenance area is comprised of two maintenance !y bays, an open inside area for ease in maneuverability within the garage, maintenance office, and parts room. Vehicles will be fueled utilizing a cardlock arrangement at the Arco station within two blocks of the facility. Additionally, we utilize an outside vehicle wash service to maintain the cleanliness of the vehicles. The lot in which the vehicles are stored permits a wash area in which high pressure hoses will be utilized. The proposed location includes a private office for the Project Manager, a separate dispatch area with a dispatch window, a training area where initial as well as refresher training and monthly safety meetings will be conducted, and a drivers' room. The dispatch area will house the communication equipment necessary to have efficient m communication with the drivers. ■■ 5.2 Vehicles Laidlaw is proposing the suggested El Dorado Aerotech 240 for the provision of the fixed route service. The _ 61 - nIDLA �t TOALICIT CCOVI (` CC hi proposed vehicle meets all of the specifications of the RFP to include a 20 passenger seating capacity with one wheel chair position (or 18 passenger seating capacity with two wheel chair positions). The wheel chair lift is the Ricon model S-2005 full automatic. The vehicle also includes ample air conditioning and heating capabilities to effectively control the interior temperature relative to the local climate. Laidlaw is proposing the Champion Challenger for the Bial- a-ride service. This vehicle also meets all of the specifications of the RFP to include the 8 passenger seating • capacity with the two wheel chair positions, ample air conditioning and heating, and a Ricon automatic wheel chair lift. Both vehicles have a delivery lead time of approximately 10 weeks. In order to be ready for the July 1 start date, Laidlaw is proposing to utilize 15 passenger El Dorado Aerotechs in the interim period. - 62 - 1310447902D LAIDLAW TRANSIT SERV 222 P02 N Y _1 =E ._ . ,_ LA / DLAW TRANSIT SERVICES owr+.ao oo� ..,,LLL, r.. 000 z5 „von...r cmo roo'..,.o.• May 20, 1996 Mr. Jeff Stewart City of Rosemead Rosemead, CA 91770 Dear Mr. Stewart. It was a pleasure meeting you on Wednesday. Laidlaw is proud to be the recommended transportation provider for the City of Rosemead. We are confident that our in-depth experience in starting transit operations throughout the nation combined with our operational efficiency of the proposed facility will contribute to the success in starting operations for the City of Rosemead. As per your request, I would like to provide clarification on the following items: • • The manufacturers specification list for the proposed Champion Challenger is attached. • Laidlaw proposed to use 1990-1993, 13-15 passenger El Dorado Aerotechs with two wheel chair positions during the interim period. We will ensure that the vehicles will be clearly marked as "The City of Rosemead” vehicles. • Dispatching will be provided manually as described in the proposal utilizing a shared staff We would be happy to provide a demonstration upon request. • The following is a list of staffing that will be involved in this operation. Donna Howe - Project Manager Armando Corona - Maintenance Supervisor George Toledo - Dispatcher Helen Housley - Reservationist • Pearl Contreras - Reservationist (pending) Vehicle Operators • A copy of a letter from Laidlaw's insurance provider, MIMS International, confirming our ability to meet the insurance requirements as specified by the Request for Proposal is attached_ 1318-1479e2a LPIDLFW TRfWSIT SERV 222 ?6C Mil)) 7'1 'Fo tl: ,5. Mr. Jeff Stewart May 20, 1996 Page Two If additional information is required, please contact me at (310) 447-9030 extension 225 (1 will be checking my messages while out of town). 1 would like to thank you for giving Laidlaw the opportunity to provide this service for the City of Rosemead. We are looking forward to working with you. Sincerely, LaidlawidawTransit Services, Inc l . Sandi Bunch Marketing Manager