HomeMy WebLinkAboutAgenda Report - June 18, 2008 K-021WIAGENDA ITEM
Out CITY OF LODI
%V COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Awarding Contract for Fixed Route, Paratransit and
Demand Response Operations for Fiscal Years 2008109 to 2011112 to
MV Transportation, Inc., of Fairfield ($1,912,153 for FY 2008109)
MEETING DATE: June 18,2008
PREPARED B Y Public Works Director
RECOMMENDED ACTION: Adopt a resolution awarding the contract for Fixed Route, Paratransit
and Demand Response Operations to MV Transportation, Inc., of
Fairfield, California, in the amount of $1,912,153 for fiscal year
2008109. The length of the contract is a base contract of four years
with two one-year extensions.
BACKGROUND INFORMATION: The City's transit program began in January 1978 through a contract
with the local taxi company. The system was designed to meet the
needs of seniors, disabled and economically disadvantaged
persons who were unable to travel by car. The City took over the
Dial -A -Ride program in September 1992 and operated it with City contract employees until 1996. The
City added its Fixed Route service in November 1994, in responseto community interest. Services are
currently provided through a contract with MV Public Transportation, Inc.
At the March 5, 2008 meeting, the City Council approved the Requestfor Proposals (RFP) and authorized
advertisement. The proposals were released on March 7, and the deadline for submittals was April 23.
The City held a pre -proposal conference on March 21, where five potential proposers were able to ask
questions and tour the Multi -Modal Station and Municipal Service Center. On April 23, three proposals
were received. The proposals from MV Transportation, Inc., and Veolia Transportation, Inc., were found to
be responsive.
The two responsive proposals were distributed to the evaluation committee for review prior to interviews.
The evaluation committee was comprised of the City's Transportation Manager, Transportation Planner,
Fleet and Facilities Manager, Fleet Services Supervisor, and Senior Services Coordinator. In addition,
two outside representatives, the Director of Planning and Programming for the San Joaquin Regional Rail
Commission and the Finance Officer for Yolo County Transit District, served on the evaluation
committee. Each committee member reviewed the proposals and participated in interviewswith the two
firms. The RFP, as released, was for a "best value contract" and the scoring evaluates management,
training, accident history and staffing, in addition to price. At the conclusion of the interviews, committee
members scored each of the firms on the following:
• Management, Technical Competence (experience of General Manager, Safety Trainer,
Firm Experience and Corporate Support)
Operations, Capability and Quality of Plans and Submittals (utilization of existing staff,
effectiveness of proposed staffing and scheduling, clear identification of complaint and
accident reporting and proposer'stransition or implementation plan)
• Safety (safety record, proposed safety training program)
• cost
Financial Viability (Is the firm financially viable to complete contract?)
APPROVED:
Blair KingManager
KIWPIPROJECTSSTRANS17\OperafipnsRFPiCAward Proposal dog 611112008
Adopt Resolution Awarding Contract for Fixed Route, Paratransitand Demand Response Operations for
Fiscal Years 2008109 to 2011112 to MV Transportation, Inc., of Fairfield ($1,912,153 for FY 2008109)
June 18,2008
Page 2
The scoring results were completed, and the panel unanimously scored MV Transportation's proposal as
the "best value". MV Transportation's proposal presented the lowest cost, proposed to continue with the
same General Manager and Safety Trainer, retained all current staff (subject to City's background check),
documented the best safety record, and offered all required elements of the RFP, as well as including new
technology such as Drive Cam (in vehicle incident recording), Spider reporting (on-line real time data
monitoring) and the incorporation of Mobile Data Terminals as a part of the AVL system.
MV Transportation's cost came in below the amount budgeted for the next fiscal year, and the award of the
contract at the proposed cost level should result in no need for a system -wide fare increase. The cost
proposal from Veolia Transportation was approximately6% higher the first year and 7-8% higherfor the
remainder of the term. MV Transportation's cost proposal for the first four years is:
The current contract's annual cost for FY 2007/2008 is budgeted at $1,800,000. Staff had budgeted
$2,100,000 for FY 200812009. The amount budgeted is sufficient to cover the contract cost, as well as the
cost for the month of July which was extended under the current contract. MV Transportation submitted a
letter to the City confirming their commitment to hold to the prices as proposed in accordance with the Scope
of Work in the RFP and acknowledging their understanding of the insurance requirements of the contract. In
addition, MV Transportation provided the City with a letter from the labor union representing the drivers,
noting their support of a contract renewal with MV Transportation. Copies of both letters are attached.
Following award of the contract, the Transportation Manager and Fleet and Facilities Manager, along with
their staff, will coordinate with MV Transportation to facilitate the installation of the technology upgrades
and will coordinate with the City's Information Systems Division for all phone and data needs to ensure a
seamless transition to the new contract in August.
FISCAL IMPACT: Failureto award the contractwould result in the City needing to negotiate an
extension of our current contract. Any extension of the contract past the allowable
term of the contract would result in the City being unable to utilize Federal Transit
Administration funds for the cost of the current contract extension.
FUNDING AVAILABLE: Funding for this Transit Operations contract will be from Transportation
Develop ent Act (TDA) and Federal Transit Administration (FTA) funds and
has /%ded in the Fiscal Year 2008109 budget.
ans, Budget anager
F. Wally S6deiin
Public Works Director
Prepared by Tiffani M. Fink, Transportation Manager
FWS/TMFlpmf
Attachments
cc: Transportation Manager Fleet and Facilities Manager
Fleet Services Supervisor MV Transportation, Inc.
KMPIPROJECTSITRANSIT10perationsRFPICAward Proposal doc 811112008
Monthly Fixed
Expense
$50,143
$51,887
$53,837
$55,432
Cost per Revenue
$28.41
$29.36
$30.46
$31.39
Liability Insurance
$58,408
$63,944
$64,197
564,365
Projected Total
cost
$1,912,153
$2,154,818
$2,232,997
$2,299,276
*The cost for FY 2008120
9 is for 11 months. The conti
act begins August 4,
The current contract's annual cost for FY 2007/2008 is budgeted at $1,800,000. Staff had budgeted
$2,100,000 for FY 200812009. The amount budgeted is sufficient to cover the contract cost, as well as the
cost for the month of July which was extended under the current contract. MV Transportation submitted a
letter to the City confirming their commitment to hold to the prices as proposed in accordance with the Scope
of Work in the RFP and acknowledging their understanding of the insurance requirements of the contract. In
addition, MV Transportation provided the City with a letter from the labor union representing the drivers,
noting their support of a contract renewal with MV Transportation. Copies of both letters are attached.
Following award of the contract, the Transportation Manager and Fleet and Facilities Manager, along with
their staff, will coordinate with MV Transportation to facilitate the installation of the technology upgrades
and will coordinate with the City's Information Systems Division for all phone and data needs to ensure a
seamless transition to the new contract in August.
FISCAL IMPACT: Failureto award the contractwould result in the City needing to negotiate an
extension of our current contract. Any extension of the contract past the allowable
term of the contract would result in the City being unable to utilize Federal Transit
Administration funds for the cost of the current contract extension.
FUNDING AVAILABLE: Funding for this Transit Operations contract will be from Transportation
Develop ent Act (TDA) and Federal Transit Administration (FTA) funds and
has /%ded in the Fiscal Year 2008109 budget.
ans, Budget anager
F. Wally S6deiin
Public Works Director
Prepared by Tiffani M. Fink, Transportation Manager
FWS/TMFlpmf
Attachments
cc: Transportation Manager Fleet and Facilities Manager
Fleet Services Supervisor MV Transportation, Inc.
KMPIPROJECTSITRANSIT10perationsRFPICAward Proposal doc 811112008
049)
We Provide Freedom"
May 7,2008
Ms. Tiffani Fink, Transportation Manager
City of Lodi Public Works Department
221 West Pine Street
Lodi, CA 95240
Dear Ms. Fink:
360 Campus Lane, Suite 201
Fairfield, California 94534
707. 863. 8980
(facsimile) 707. 863. 8793
www.mytransit.com
Thank you for the opportunity to meet with you and the panel last week. Pursuant to our discussion at
this meeting, I respectfully confirm by writing this letter two items that the panel had asked our firm:
1) MV commits that the submitted costs contained in our proposal as they relate to the scope of work as
presented in the RFP are true and valid. We stand behind our pricing as it has been proposed to the
City.
2) Additionally, MV agrees to the terms of the insurance requirements as presented in the RFP.
MV is proud of the partnership we have had with the City of Lodi since 2003, and we appreciate the
opportunity this RFP presents to continue as the City of Lodi's partner in the provision of these important
services into the next contract term.
Please do not hesitate to contact me if I can provide any more information or clarification to our proposal
to operate the City of Lodi's Fixed -Route, Paratransit and Demand -Response Operations.
Sincerely,
W.C. Pihl
Vice President
VIk(Provide Freedom qw
'TREEDOMTHROUGfi ORGANIZATION"
Joe Escobedo
Business Development
MV Transportation
360 Campus Lane
Fairfield, CA 94585
Dear Mr. Escobcdo
AR -11 ,L AMAT ED TRANSIT UNTO M
LOCAL NO. 256 m SACRAMENTO, CALIFORNIA
2776 21st Street e Sacramento, CA 95818-3145
Office (916) 739-1627 a Fax (916) 739-1658
This i s to inform you that the ATU has established a good working relationship with MV
Transportation.
We are in support o f your endeavor to renew a contract with the City o f Lodi.
We look forward to a continued relationship with MV Transportation and the local staff,
Respectfully,
Victor M. Guerra
President/Business Agent
AFFILIATED WITH AFL-CIO AND CANADIAN LABOUR CONGRESS
CITY OF LODI FIXED ROUTE, PARATRANSITAND DEMAND RESPONSE
AGREEMENT
THIS AGREEMENT is entered into in the City of Lodi, County of San Joaquin, State of
California, this day of
, 2008, by and between the CITY OF LODI,
a municipal corporation of the State of California, herinafter referred to as CITY, and MV
TRANSPORTATION, INC., of Fairfield, California, hereinafter referred to as
"CONTRACTOR" (collectively the "PARTIES").
This Agreement is made with reference to the following recitals:
A. CITY has determined that there is a need for paratransit, demand -
response Dial -A -Ride and fixed route service in the City of Lodi.
B. CITY recognizes that CONTRACTOR has the capability to provide such
transportation services in the City of Lodi, and CONTRACTOR is willing
to provide such services.
C. CITY desires to contract with CONTRACTOR to provide such
transportation services.
D. CONTRACTOR has read and understands the terms and conditions of
the Request for Proposals dated March 2008, and this Agreement and
certifies that CONTRACTOR can perform the duties detailed therein.
NOW, THEREFORE, in consideration of the mutual covenants, promises, and
agreements herein contained, the PARTIES hereto mutually agree as follows:
1 BENERAL TERMS AND CONDITIONS
"TRANSPORTATION MANAGER" means the Transportation Manager of the City of
Lodi. "RFP" means the Request for Proposals (RFP 08/09 —13/14) for Fixed Route,
Paratransit and Demand Responsive Services Operations Contract with the City of Lodi
1
K:\WP\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
including all attachments to it.. "FTA means the Federal Transit Administration, U.S.
Department of Transportation. "U.S. DOT or DOT" shall mean the United States
Department of Transportation. "Dial -A -Ride" shall mean the City of Lodi's demand -
response and reservation transit system. "Grapeline and Fixed Route" shall mean the
City of Lodi's transit system fixed -route service. "VineLine and Paratransit" shall mean
the City of Lodi's ADA Paratransit service. "Deadhead" shall refer to non -revenue time
for the movement of vehicles to the City of Lodi Municipal Service Center ("MSC") for
fueling and repairs, time required for bus washing and upkeep, training and travel
between the first pick-up and last drop off at the Lodi Multimodal Station, 24 South
Sacramento Street, Lodi, CA (for Dial -A -Ride).
2. TERM OF AGREEMENT. Subject to the provisions of Paragraphs 14, 15, 16, 17 and
18 herein, this Agreement is for a term of four (4) years commencing on August 4, 2008
and terminating June 30, 2012, with two (2) one (1) year options which may be
exercised in the sole discretion of CITY at least 30 days prior to the end of the term of
this Agreement or an extension thereof. CONTRACTOR acknowledges that CITY may
require CONTRACTOR to continue to provide services to CITY after such expiration of
term, on the terms and conditions set forth in this Agreement, on a month-to-month basis
not to exceed three (3) additional months.
3. VEHICLES. CONTRACTOR shall utilize vehicles as provided by the CITY unless
otherwise needed by the CITY for expansion of service or use during a prolonged
shortage of vehicles due to accident or maintenance. The CITY shall be responsible for
all maintenance to said vehicles as outlined in the Request for Proposals and any
appendices thereto, as well as for performing repairs to said vehicles in the case of
accident. CONTRACTOR shall be responsible for the cost of vehicle repairs as outlined
in the Request for Proposals and any appendices thereto.
2
K:\WP\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
4. SERVICE.
4.1 CONTRACTOR agrees that for the term of this Agreement CONTRACTOR will
supply customer information, telephonists/dispatchers, bus drivers, supervision and
management personnel to operate CITY's transportation system in a diligent and careful
manner as required in Appendix A - Scope of Work attached to this Agreement and
incorporated herein by this reference as if fully set forth.
4.2 CITY reserves the right to unilaterally amend the service hours during the term of
this Agreement, and in the event that CITY amends said service hours, CONTRACTOR
will be reimbursed for actual hours of service provided at the rates set forth under the
"Payments to Contractor" provisions set forth herein. If CITY expands the hours of the
day or days of the week in which the service is provided, which necessitates the addition
of road supervision, dispatch or any other non -driver staff, CITY and CONTRACTOR
agree to negotiate an equitable adjustment to CONTRACTOR's fixed monthly rate.
5. ADMINSTRATION OF AGREEMENT. CITY shall administer the provisions of this
Agreement.
6. STATE OR REGULATORY APPROVALS.
6.1 CONTRACTOR agrees and warrants that if any approval of a State or Federal
regulatory agency, such as the California Public Utilities Commission, is necessary for
the validity or effectiveness of this Agreement, or for the provision of any of the services
specified herein, CONTRACTOR shall obtain such approvals and advise CITY
immediately of all actions or orders of the regulatory agency affecting CONTRACTOR'S
operation under the terms of this Agreement.
3
K:\WP\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
6.2 CONTRACTOR shall conduct all operations in strict compliance with all pertinent
rules and regulations, including those of the California Public Utilities Commission,
including but not limited to, General Order Number 98-4 "Rules and Regulations
Governing Passenger Stage Corporations and Charter -Party Carriers" and all
supplements and amendments thereto, to the extend that CONTRACTOR is subject to
these regulations. CITY shall not be responsible or liable for any penalty occasioned by
CONTRACTOR'S violation or failure to comply with any pertinent rules and regulations.
CONTRACTOR efforts to obtain such approvals shall be at CONTRACTOR'S sole
expense.
7. COPARTNERSHIP DISCLAIMER. The PARTIES understand and agree that nothing
in this Agreement is intended or shall be construed as in any way creating or
establishing the relationship of copartners between the PARTIES hereto, or as
constituting CONTRACTOR or its employees, agents or representatives as employees
or agents of CITY, for any purpose or in any manner whatsoever. The PARTIES intend
that for all purposes the relationship between them is that of CITY and independent
contractor.
8. EMPLOYEE PROTECTIONS.
8.1 CONTRACTOR shall be exclusively responsible for satisfaction of all obligations
that may be owed to its employees, whether derived from statutes, regulations,
agreements, or any other source, both during and subsequent to the term of this
Agreement and any carryover thereto.
8.2 As further consideration for the compensation to be paid by CITY to CONTRACTOR
for the provision of services called for by the Agreement, CONTRACTOR agrees to, and
will, defend, indemnify, and hold harmless CITY and its elected officials, officers, agents,
4
K:\WP\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
and employees from and against the payment of any dismissal allowances,
displacement allowances, or any other costs, benefits, or expenses, including attorneys'
fees, arising from any claims, demands, or liabilities under Sections 13(c), 15(n) (1), or
any other provision of the Federal Transit Act of 1964, as said law now exists or
hereafter may be amended, or under any comparable provision of Federal, State, or
local law, or pursuant to the terms of any collective bargaining agreement to which
CONTRACTOR is a party, or pursuant to any personnel policies adopted by
CONTRACTOR pertaining to its employees, asserted against CITY for the dismissal,
displacement, or other alleged injury owed to any employees of CONTRACTOR.
9. SALARY AND BENEFITS.
9.1 CONTRACTOR shall hire all non -management employees of the CITY's current
transportation contractor, MV Public Transportation, Inc. (MV), at the same or greater
salary and benefit rate as currently paid by MV as further set forth in the Request for
Proposals and any appendices thereto. Notwithstanding the above requirement, nothing
in this Agreement shall be construed to require CONTRACTOR to: i) Hire any existing
MV employee for a safety sensitive position who fails to pass a pre-employment FTA
drug screen; ii) Hire any existing MV employee who has been convicted of a felony or
any offense relating to abuse of alcohol or controlled substances while operating a motor
vehicle; iii) Hire any existing MV employee when such employee is not available to
work without limitation at the start of this Agreement, or iv) Hire any existing MV
employee who does not meet CONTRACTOR's minimum standards for motor vehicle
citation or accident record.
9.2 Nothing contained in this Agreement shall be construed to limit CONTRACTOR'S
right to manage its workforce (including existing employees), including its right to
promote, demote, hire, discipline, discharge, train, retrain or otherwise make personnel
5
K:\WP\P ROJ ECTS\TRANSMOperations RFP\Contract.doc 05/06/2008
decisions, subject to limitations imposed by law or any collective bargaining agreements
to which CONTRACTOR is a party.
9.3 CONTRACTOR shall not be required to assume any liability for pre-existing wages,
benefits, outstanding labor grievances or any other costs for existing MV employees
where such liability exists or was incurred prior to the start of the term of this Agreement.
10. RELATIONSHIP OF PARTIES AND CONDUCT OF LABOR RELATIONS.
10.1 The PARTIES intend that the relationship between them created by this Agreement
is that of CITY and independent contractor. No agent, employee, subcontractor,
servant, or volunteer of CONTRACTOR will be deemed to be any employee, agent,
servant, or volunteer of CITY. Except as expressly provided herein with respect to the
contractual standards set forth, the manner and means of conducting the services called
for under this Agreement are under the control of CONTRACTOR, and CONTRACTOR
will be solely and entirely responsible for its acts and the acts of its agents, employees,
servants, and volunteers during the performance of this Agreement. CONTRACTOR will
direct the performance of all its personnel, agents, employees, and volunteers.
CONTRACTOR shall be solely responsible for the conduct of its labor relations and
dealings with any unions or employee organizations which claim to represent any of
CONTRACTOR'S employees. CONTRACTOR acknowledges that it is subject to the
jurisdiction of the National Labor Relations Board and, with respect to the jurisdiction cf
the National Labor Relations Board and, with respect to any claim for recognition,
allegation of unfair labor practice, or petition for certification, it will not contest the
jurisdiction of the National Labor Relations Board to entertain and resolve such matters,
will submit to the jurisdiction of the National Labor Relations Board, and will cooperate in
expeditiously resolving any disputes brought before the National Labor Relations Board
concerning its employees; provided that, this covenant shall not preclude
6
K:\WP\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
CONTRACTOR from raising issues or defenses (including CONTRACTOR's right to
appeal) concerning any such claims, charges, or petitions.
10.2 It is understood by both CONTRACTOR and CITY that this Agreement shall not
under any circumstances be construed or considered to create any employer-employee
relationship or joint venture.
10.3 CONTRACTOR, its agents, officers, and employees are and, at all times during the
terms of this Agreement, shall represent and conduct themselves as independent
contractors and not as employees or agents of CITY.
10.4 CONTRACTOR shall determine the method, details and means of performing the
work and services to be provided by CONTRACTOR under this Agreement.
10.5 If in the performance cf this Agreement any third persons are employed by
CONTRACTOR, such persons shall be entirely and exclusively under the direction,
supervision, and control cf CONTRACTOR. All terms of employment including hours,
wages, working conditions, discipline, hiring, and discharging or any other terms of
employment or requirement of law shall be determined by the CONTRACTOR.
10.6 It is understood and agreed that as an independent contractor and not an employee
or agent of CITY neither the CONTRACTOR or CONTRACTOR'S assigned personnel
shall have any entitlement as a CITY employee, right to act on behalf of the CITY in any
capacity whatsoever as an agent, or to bind the CITY to any obligation whatsoever.
7
KAWP\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
10.7 It is further understood and agreed that CONTRACTOR must issue W-2 forms or
other forms as required by law for income and employment tax purposes for all of
CONTRACTOR'S personnel.
10.8 As an independent Contractor, CONTRACTOR hereby indemnifies and holds CITY,
its elected and appointed officials, officers, agents and employees harmless from any
and all claims that may be made against CITY, its elected and appointed officials,
officers, agents and employees based upon any contention by any third party that an
employer-employee relationship exists by reason of this Agreement.
11. EMPLOYEE CONDUCT. CONTRACTOR will assure that all its employees present
a neat appearance and conduct themselves in a courteous, efficient manner while
performing services under this Agreement. The CITY will have the right to inspect the
performance of CONTRACTOR'S employees at all times. In the event that any
employee is found to be discourteous or not to be performing properly the services
required by this Agreement, CONTRACTOR will initiate necessary corrective measures
not inconsistent with any applicable provisions of any agreement between
CONTRACTOR and any labor organization representing its employees.
12. CITY ACCESS TO VEHICLES. CITY shall be permitted access to all vehicles
during the hours of operation and at all other times which may be acceptable to
CONTRACTOR for the purpose of conducting inspections, surveys or related activities
as CITY may deem necessary for the proper administration of the provisions of this
Agreement.
13. CALL RECORDER. CONTRACTOR shall supply a call recording system for use
with the receptionists/dispatching. Said recording system shall be utilized to monitor all
8
K:\WP\PROJECTS\TRANSIT\OperationsRFP\Con tract.doc 05/06/2008
incoming and outgoing telephone calls. All recordings shall be made available to the
CITY upon request. CONTRACTOR shall maintain taped recordings for six (6) months
unless otherwise directed by CITY.
14. BILINGUAL DISPATCH. CONTRACTOR shall utilize the bilingual capabilities of
existing staff to ensure the maximum level of service is provided to Transit patrons.
CONTRACTOR shall attempt to increase bilingual capabilities during future hiring (as
needed) for the dispatching/receptionist positions.
15. SCHEDULES, PRINTED MATERIALS, TICKETS AND ADVERTISING.
CONTRACTOR will provide and maintain an adequate supply of printed materials, for,
among other uses, distribution on vehicles and throughout the area of service.
CONTRACTOR shall provide all necessary tickets and/or fare media for use during the
term of this Agreement. Tickets shall be available to the public at the Lodi Station during
regular business hours as well as on vehicles as may be necessary. Additionally, tickets
shall be made available to the City of Lodi Finance Department for sale to the public.
Any changes to tickets and/or fare media shall be at the sole discretion of the
Transportation Manager for the CITY. CONTRACTOR shall cooperate with CITY as
necessary to promote bus ridership through any advertising, marketing or promotional
effort or campaign directed or ordered by CITY. CITY reserves the exclusive right to
place advertising or rider information material on the interior or exterior of vehicles. If
required by CITY, CONTRACTOR shall install and remove such advertising material as
directed by CITY. CONTRACTOR shall not install any advertising material inside or
outside the vehicles except as directed by CITY. All printed materials provided by
CONTRACTOR, including tickets and fare media are subject to review and approval by
CITY'S Transportation Manager.
9
K:\WP\PROJECTS\TRANSIT\OperationsRFP\Contract.doe 05/06/2008
16. INSURANCE AND INDEMNIFICATION
A. Insurance
CONTRACTOR shall provide at its own expense and maintain at all times the following
insurance with insurance companies licensed in the State of California and shall provide
evidence of such insurance to CITY, naming the CITY as additional insured, as may be
required by the Risk Manager of CITY. The policies or certificates thereof shall provide
that, thirty (30) days prior to cancellation or material change in the policy, notices of
same shall be given to the Risk Manager of CITY by certified mail, return receipt
requested, for all of the following stated insurance policies.
1. Workers' Compensation — in compliance with the statutes of the State of
California, plus employer's liability with a minimum of liability of $500,000. The Workers'
Compensation insurer shall agree to waive all rights of subrogation against CITY, its
agents, officers, employees, and volunteers for losses arising from work performed by
CONTRACTOR for CITY.
2. General Liability insurance with a minimum limit of liability per occurrence of
$2,000,000 for bodily injury and $200,000 for property damage or $2,000,000 combined
single limit. This insurance shall indicate on the certificate of insurance the following
coverages and indicate the policy aggregate limit applying to: premises and operations;
broad form contractual; independent contractors and subcontractors; and products and
completed operations.
3. Automobile Liability. CITY shall provide a policy or policies of automobile
liability and property damage insurance to protect CITY and CONTRACTOR with -a
minimum limit of liability per occurrence of $20,000,000 for bodily injury and $5,000,000
for property damage. CITY shall be responsible for any deductible or self insured
retention. CONTRACTOR shall be named as additional insured on said policy. The
insurance premiums for the automobile liability and property damage policy shall be split
50/50 with the CITY to cover the insurance costs for transit. The policies shall be placed
10
K:\WP\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
with such insurance carriers as required by CITY. CITY shall notify CONTRACTOR of
the coming year's premium and the CONTRACTOR's portion as soon as that
information is presented to the CITY. CITY shall issue a bill to the CONTRACTOR.
CITY will make one payment to the California Transit Insurance Pool (CaITIP) for the
total payment.
4. Employee Dishonesty insurance with a minimum limit of liability per
occurrence of $50,000. This coverage to insure all CONTRACTOR officials, agents and
employees with access to funds received by CONTRACTOR.
B. If at any time any of said policies if insurance shall be reasonably unsatisfactory
to CITY, as to form or substance, or if a company issuing such policy shall be
reasonably unsatisfactory to CITY, CONTRACTOR shall promptly obtain a new policy,
submit the same to CITY'S Risk Managerfor approval, and submit certificate(s) thereof
as hereinabove provided. On failure of CONTRACTOR to furnish, deliver or maintain
such insurance and certificates as above provided, this Agreement, at the election of
CITY, may be forthwith declared suspended, or terminated. Failure of CONTRACTOR
to obtain and/or maintain any required insurance shall not relieve CONTRACTOR from
any liability under this Agreement, nor shall the insurance requirements be construed to
conflict with or otherwise limit the obligations of CONTRACTOR concerning
indemnification.
C. CITY, its elected and appointed officials, agents, officers, employees, and
volunteers shall be named as additional insureds on all insurance policies required
herein, except Worker's Compensation. CONTRACTOR'S insurance policy(ies) shall
include a provision that the coverage is primary as respects CITY; shall include no
special limitations to coverage provided to additional insured; and shall be placed with
11
K:\WP\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
insurer(s) with acceptable Best's rating of A:VII or with approval of CITY'S Risk
Manager.
D. CONTRACTOR shall either require any subcontractor (if necessary) to procure
and to maintain during the term of any subcontract all insurance in the amounts and on
the terms specified above, or shall insure the activities of subcontractors in the amounts
and on the terms specified above.
E. Indemnification and Hold Harmless.
CONTRACTOR shall hold CITY, its elected and appointed officials, agents, officers,
employees, and volunteers, harmless from and save, defend and indemnify them
against any and all claims, losses, liabilities and damages from every cause, including
but not limited to injury to person or property or wrongful death, with the indemnity to
include reasonable attorney's fees, and all costs and expenses, arising directly or
indirectly out of any act or omission of CONTRACTOR, whether or not the act or
omission arises from the sole negligence or other liability of CONTRACTOR, or its
agents, officers, employees, or volunteers relating to or during the performance of its
obligations under this Agreement, except to the extent that any claim, loss, liability,
damage, cost or expense is as a result of the negligence of CITY, its employees, officials
and agents.
CITY maintains a policy of automobile liability insurance for the operation of the vehicles
to be used in accordance with the terms of this Agreement therefore, CITY agrees that
CONTRACTOR'S duty to indemnify CITY shall not include nor extend to any claim, loss,
liability or damage from any cause, including but not limited to injury to person or
property or wrongful death, including payment of reasonable attorney's fees, and all
costs and expenses, arising directly or indirectly out of any act or omission of
12
K:\WP\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
CONTRACTOR, whether or not the act or omission arises from the sole negligence or
other liability of CONTRACTOR, or its agents, officers, employees, or volunteers
ielatina to the operation of nass • bus inlet such enc is tf
result of CONTRACTOR'S driver's n Ali, nc in a operation or passenger h«�
is the result of improper training of driver by CONTRACTOR pursuant to this
Agreement and that CITY and CITY's insurerwaives any right of subrogation with
respect to automobile liability.
17. RECEIVERSHIP, BANKRUPTCY, INSOLVENCY. The PARTIES agree that the
appointment of a receiver to take possession of all or substantially all of the assets of
CONTRACTOR, or a general assignment by CONTRACTOR for the benefit of creditors,
or any action taken by or suffered by CONTRACTOR or its creditors under any
insolvency or bankruptcy act shall constitute a breach of this Agreement by
CONTRACTOR and shall at the option of CITY result in termination of this Agreement
and the rights and privileges granted herein.
18. INTERRUPTION OF SERVICE. In the event the service required to be performed
by CONTRACTOR under this Agreement is interrupted by a labor dispute or for any
other cause, and service is discontinued in whole or in part for more than forty-eight (48)
hours, CITY or another contractor under CITY'S control, shall have the immediate right,
to take temporary possession of CONTRACTOR'S office, equipment located therein,
and all equipment supplied by CONTRACTOR for the purpose of continuing the service
which CONTRACTOR has agreed to provide under this Agreement in order that CITY
can preserve and protect the public interest and welfare. In the event of a service
interruption, CITY reserves the sole authority to determine if continuation of the service
in the manner described above best serves the public interest and welfare. CITY shall
provide insurance coverage or its equivalent for all CONTRACTOR'S equipment
13
K:\WP\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
temporarily acquired by CITY equal to that provided by CONTRACTOR prior to CITY
taking control of said equipment. CITY agrees to treat CONTRACTOR as an additional
insured and hold CONTRACTOR harmless to the same extent as provided by
CONTRACTOR to CITY under paragraph 16.E of this Agreement. In the event CITY or
another contractor takes possession of said CONTRACTOR -supplied equipment,
CONTRACTOR shall be reimbursed by CITY for the actual cost of the temporary use of
said facilities and equipment. CITY shall have the right to possession of such facilities
and equipment and to render the required service until CONTRACTOR can demonstrate
to the satisfaction of CITY that required services can be reliably resumed by
CONTRACTOR, provided, however, that such temporary assumption of
CONTRACTOR'S obligation under this Agreement shall not be continued by CITY for
more than one hundred twenty (120) days from the date such operations were
undertaken. Should CONTRACTOR fail to demonstrate to the sole satisfaction of CITY
that required services can be reliably resumed by CONTRACTOR prior to the expiration
of the aforementioned one hundred twenty (120) days, this Agreement shall terminate
and the rights and privileges granted in this Agreement shall be cancelled. During the
period in which CITY has temporarily assumed the obligations of CONTRACTOR under
this Agreement, CITY shall pay costs and expenses applicable to said period, and
CONTRACTOR shall not be entitled to receive payment as provided for by Paragraph 26
herein. Employees cf CONTRACTOR may be temporarily employed by CITY during any
period in which CITY temporarily operates the DAR or Fixed -Route service under the
foregoing provisions.
19. TERMINATION FOR DEFAULT. All the terms, conditions, and covenants cf this
Agreement are considered material and in the event CONTRACTOR breaches or
defaults in the performance of any such terms, conditions, or covenants which are to be
kept, done or performed by it, CITY shall give CONTRACTOR ten (10) days written
14
K:\WP\PROJECTS\TRANSMOperationsRFP\Contract.doc 05/06/2008
notice as set forth in paragraph 51 of this Agreement, describing such breach or default,
if CONTRACTOR fails, neglects or refuses for a period of more than ten (10) days
thereafter to remedy, or cure such a breach or default, then CITY without further notice
to CONTRACTOR, may terminate this Agreement. In the event of termination of this
Agreement as hereinabove specified, CITY shall have the right to take immediate
possession of all equipment and facilities provided to CONTRACTOR by CITY and of
the facilities and equipment supplied by CONTRACTOR under the provisions of this
Agreement. In the event CITY does take possession of CONTRACTOR -supplied
facilities and equipment, CONTRACTOR shall be reimbursed by CITY for the actual cost
of the temporary use of said facilities and equipment as set forth in paragraph 18 of this
Agreement.
CONTRACTOR shall not be deemed in default of any of the provisions of this
Agreement in the event of interruption or diminution of service if said condition is
solely the result of earthquake, flood, fire, riot, war, an act of terrorism,
insurrection, or similar cause beyond the control of CONTRACTOR and which
renders performance impossible.
20. TERMINATION FOR CONVENIENCE. CITY may terminate this Agreement in whole
or in part at any time by giving written notice to CONTRACTOR as set forth in paragraph
51 of this Agreement.
A. If CITY elects to terminate this Agreement for convenience during the
three (3) years immediately following the date of commencement of this
Agreement as specified in the Notice to Proceed, CITY shall give
CONTRACTOR thirty (30) days' prior written notice of said termination.
CONTRACTOR shall promptly submit its termination claim to CITY for
payment. If CONTRACTOR has any property in its possession belonging
to CITY, CONTRACTOR shall account for the same and shall dispose of
it in the manner directed by CITY.
15
K:\WP\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
B. If CITY elects to terminate this Agreement for convenience at any time
after the expiration of the three (3) years immediately following the date of
commencement of this Agreement as specified in the Notice to Proceed,
CITY shall give CONTRACTOR one hundred twenty (120) days' prior
written notice of said termination. CONTRACTOR shall promptly submit
its termination claim to CITY for payment. If CONTRACTOR has any
property in its possession belonging to CITY, CONTRACTOR shall
account for the same and shall dispose of it in the manner directed by
CITY. CONTRACTOR compensation shall be governed by paragraph 26.
21. RIGHTS OF CITY UPON TERMINATION OR EXPIRATION OF CONTRACT AND
WAIVER OF CLAIMS.
21.1 Upon expiration or earlier termination of this Agreement, CITY shall have the right
to provide the services under this Agreement by means of its own employees, buses, or
equipment, or pursuant to contract with other carrier(s) or otherwise. CONTRACTOR
agrees to forever waive any claim, of any sort or nature, against CITY based upon
CITY'S operation, or contracting for the operation, of these services, or any portion of it.
21.2 As further consideration for the compensation to be paid by CITY to
CONTRACTOR for the provision of services hereunder, CONTRACTOR waives any
right that it otherwise might have to claim entitlement to benefits afforded to private mass
transportation companies under Section 3(e) of the Federal Transit Act of 1964 (49
U.S.0 S1602(e)), as it now exists or hereafter may be amended. CONTRACTOR also
hereby forever waives any claims of unfair competition that it otherwise might assert,
and further waives any rights that otherwise might accrue to it under the above-
mentioned provisions or under any other similar or comparable provisions of law.
16
K:\WP\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
22. NONASSIGNABILITY. This Agreement shall not be assigned by CONTRACTOR
without the prior written consent of CITY.
23. BUSINESS LICENSE. CONTRACTOR shall obtain all pertinent and required
business licenses, pay all fees and taxes required for such licenses, and keep such
licenses and tax accounts in good standing at all times.
24. FAITHFUL PERFORMANCE. The faithful performance by CONTRACTOR of each
and every term, condition, and provision of this Agreement is expressly made a condition
precedent for the payment of any sums agreed herein to be paid to CONTRACTOR by
CITY. CONTRACTOR shall post with the CITY'S City Clerk a bond or other acceptable
security for use by CITY approved by CITY'S City Attorney or Deputy City Manager.
Such bond or security shall be executed by CONTRACTOR and a surety company
licensed to do business as such in the State of California. Such bond or security shall
be in the amount of Two Hundred Fifty Thousand and No/100"' Dollars ($250,000.00)
and shall at all times be kept in full force and effect. The bond and/or security may be a
renewable one (1) year bond or security, and shall be renewed annually before its
expiration date; provided, however, that such bond or security must remain in full force
and effect from and after the date CITY makes any demands for payment on the bond or
security until CITY releases such claim. CONTRACTOR'S surety shall not be held
responsible should surety fail to renew bond, however, in this event, CONTRACTOR
may substitute a letter of credit drawn on a US Bank, in favor of the CITY, in a like
amount, to assure CITY of CONTRACTOR's performance hereunder. Provision of such
bond or its equivalent, approved by CITY is a material covenant of this Agreement.
25. VEHICLE SERVICE HOURS. For purposes of this Agreement, "vehicle service
hour" is defined as one (1)vehicle providing revenue passenger service for one 4( Ih)ur
17
K:\WP\PROJECTS\TRANSMOperationsRFP\Contract.doc 05/06/2008
during the hours of service herein specified. A vehicle service hour shall be deemed to
have commenced when a vehicle enters the DAR service area boundary as shown in
Appendix A of the Scope of Work for the purpose of providing passenger transportation
pursuant to the requirements of the Scope of Work. A vehicle service hour shall not
include any out -of -service vehicle time used for vehicle operator breaks or lunches. A
vehicle service hour shall end when a vehicle terminates the provision of DAR and/or
Fixed Route service by either exiting the DAR and/or Fixed Route service area
boundary, or by returning to the CITY'S MSC or Lodi Multi -Modal Station.
26. PAYMENTS TO CONTRACTOR.
A. Basic Consideration:
In consideration of the performance of the terms and conditions set forth herein, CITY
agrees to pay to CONTRACTOR the following rates for DIAL -A -RIDE and FIXED
ROUTE service.
Type of
Year One
Year Two
Year Three
Year Four
Year Five
Year Six
Service
Monthly
$50,143
$51,887
$53,837
$55,432
57,438
$59,208
Fixed
Expense
Cost per
$28.41
$29.36
$30.46
$31.39
$32.46
$33.58
Vehicle Hour
Liability
$58,408
$63,944
$64,197
$64,365
$64,582
$64,742
Insurance
B. Payment for Additional Services: Additional services are those services which are
described in Exhibit I — Scope of Work as potential future services for which
CONTRACTOR payment will be adjusted should CITY require CONTRACTOR to
provide said services or those services not covered in this Agreement or Scope of Work
which CITY and CONTRACTOR mutually agree shall be performed by CONTRACTOR.
In the event that additional services are undertaken by CONTRACTOR, either at the
18
K:\W P\PROJECTS\IRAN S IT\Operations RFP\Contract,doc 05/06/2008
direction of CITY or as the result of a written agreement between CITY and
CONTRACTOR, payment to CONTRACTOR shall be adjusted to compensate
CONTRACTOR for actual cost incurred to provide said additional services plus five
percent (5%). CONTRACTOR shall provide documentation of costs incurred
satisfactory to CITY.
C. Invoice: Within ten (10) days following the end of each month commencing August
2008, CONTRACTOR shall furnish to CITY an invoice for services provided during the
previous month and the monthly report required by the Scope of Work. Invoice shall be
in the format specified by CITY, which may revise said format at its sole discretion.
Payments to CONTRACTOR shall be based upon said monthly report of vehicle service
hours as modified by (B), (C), (D), (F), and (G) herein. Payments shall be made within
fifteen (15) days following the receipt and approval of said invoices and monthly report
by CITY, subject to certification of its authorized representative that all of the conditions
of this Agreement have been complied with by CONTRACTOR.
D. Fixed Cost Adjustments: Consideration paid to CONTRACTOR pursuant to the terms
herein set forth in subparagraph (A above) shall be adjusted to compensate
CONTRACTOR for significant differences between the number of vehicle service hours
operated by the CONTRACTOR and the base number of vehicle service hours for Dial-
A -Ride (25,000) and Fixed Route (25,000). After the end of each twelve (12) month
period cf this Agreement (the "Adjustment Date"), the number of vehicle service hours
operated during the previous twelve (12) month period by the CONTRACTOR will be
determined. If the difference in vehicle service hours (either positive or negative)
between said vehicle service hours and 25,000 for Dial -A -Ride and 25,000 for Fixed
Route is greater than twenty percent (20%) of 25,000 for Dial -A -Ride and/or twenty
percent (20%) of 25,000 for Fixed Route, the CONTRACTOR'S consideration during the
19
K:\WP\PROJECTS\TRANSMOperationsRFP\Contract.doc 05/06/2008
ensuing twelve (12) month period shall be adjusted (increased or decreased). If the
difference in vehicle hours is less than twenty percent (20%) for Dial -A -Ride and/or
twenty percent (20%) for Fixed Route, no adjustment will be made. If an adjustment is
necessary, the CONTRACTOR'S consideration for each of the ensuing twelve (12)
payments shall be increased or decreased, as appropriate, by an amount equal to one -
twelfth (1/121h) of the total adjustment amount. If agreed upon by both parties, the
adjustment will be made in one (1) lump sum. The adjustment amount shall be
negotiated between the CITY and the CONTRACTOR.
27. PERFORMANCE ASSESSMENTS. CITY and CONTRACTOR agree to a system of
assessments included as Appendix A: Scope of Work to ensure the performance
required under this agreement.
28. DISADVANTAGE BUSINESS ENTERPRISE (DBE)
Policy. It is the policy of the Department of Transportation that disadvantaged business
enterprises as defined in 49 C.F.R. Part 23 and 26 shall have the maximum opportunity
to participate in the performance of contracts financed in whole or part with Federal
funds under this Agreement. Consequently the DBE requirements of 49 C.F.R Part 23
and 26 apply to this Agreement.
29. EQUAL EMPLOYMENT OPPORTUNITY/GENERAL REQUIREMENTS.
In connection with the execution of this Agreement, CONTRACTOR shall not
discriminate against any employee or applicant for employment because of race,
religion, color, sex, age, or national origin. CONTRACTOR shall take affirmative action
to ensure that applicants are employed, and that employees are treated during
employment, without regard to their race, color, religion, sex, age, or national origin.
Such action shall include, but not be limited to, employment, upgrading, demotion or
20
K:\WPIPROJECTS\TRANSIT\OperationsRFPlContract.doc 05/06/2008
transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or
other forms of compensation, and selection for training, including apprenticeship.
CONTRACTOR further agrees to insert a provision similar to the foregoing in all
subcontracts, except subcontracts for standard commercial supplies or raw materials.
If CONTRACTOR is required to submit and obtain Federal Government approval of its
Equal Employment Opportunity (EEO) program, that EEO program approved by the
Federal Government is incorporated by reference and made part of the Agreement.
Failure by CONTRACTOR to carry out the terms of that EEO program shall be treated
as a violation of this Agreement. Upon notification to CONTRACTOR of its failure to
carry out the approved EEO program, CITY may impose such remedies, as it considers
appropriate, including termination of this Agreement.
30. ENVIRONMENT. CONTRACTOR shall comply with all applicable standards, orders,
or requirements issued under Section 306 of the Clean Air Act (42 U.S.C. 1857 (h)),
Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and
Environmental Protection Agency regulations (40 C.F.R., Part 15), which prohibit the use
under non-exempt Federal contracts, grants, or loans of facilities included on the EPA
List of Violating Facilities. CONTRACTOR shall report violation to FTA and to USEPA
Assistant Administrator for Enforcement (EN -329).
31. TITLE VI CIVIL RIGHTS ACT OF 1964. During the performance of this Agreement,
CONTRACTOR, for itself, its assignees and successors in interest, agrees as follows:
A. Compliance with Regulations: CONTRACTOR shall comply with the Regulations
relative to nondiscrimination in Federally assisted programs of the Department of
Transportation (49 C.F.R.), as they may be amended from time to time ("the
21
K:\WP\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
Regulations"), which are herein now incorporated by reference and made a part of this
Agreement.
B. Nondiscrimination: CONTRACTOR, with regard to the work performed by it during
the Agreement, shall not discriminate on the grounds of race, religion, color, sex, age, or
national origin in the selection and retention of subcontractors, including procurement of
materials and leases of equipment. CONTRACTOR shall not participate either directly
or indirectly in the discrimination prohibited by Section 21.5 of Regulations, including
employment practices when the contract covers a program set forth in Appendix B of the
Regulations.
C. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In
all solicitations either by competitive bidding or negotiations made by CONTRACTOR for
work to be performed under a subcontract, including procurement of materials or leases
of equipment, each potential subcontractor or supplier shall be notified by
CONTRACTOR of CONTRACTOR'S obligations under this Agreement and the
Regulations relative to nondiscrimination on the grounds of race, religion, color, sex,
age, or national origin.
D. Information and Reports: CONTRACTOR shall provide all information and reports
required by the Regulations or directives issued pursuant thereto, and shall permit
access to its books, records, accounts, other sources of information, and its facilities as
may be determined by CITY or Federal Transit Administration, as appropriate, and shall
set forth what efforts it has made to obtain the information.
E. Sanctions for Noncompliance: In the event of CONTRACTOR'S noncompliance with
the nondiscrimination provisions of this Agreement, CITY shall impose such sanctions as
22
K:MP\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
it or the Federal Transit Administration may determine to be appropriate, including, but
not limited to:
1. Withholding of payments to CONTRACTOR under this Agreement until
CONTRACTOR complies, and/or,
2. Cancellation, termination or suspension of this Agreement, in whole or in part.
F. Incorporation of Provisions: CONTRACTOR shall include the provisions of
subparagraphs (A) through (F) inclusive, of this Paragraph 31 in every subcontract,
including procurement of materials and leases of equipment, unless exempt by the
Regulations, or directive issued pursuant thereto. CONTRACTOR shall take such action
with respect to any subcontract or procurement as CITY or Federal Transit
Administration may direct as a means of enforcing such provisions including sanctions
for noncompliance; provided, however, that in the event CONTRACTOR becomes
involved in, or is threatened with, litigation with a subcontractor or supplier as a result of
such direction, CONTRACTOR may request CITY, and, in addition, CONTRACTOR may
request the services of the Attorney General, in such litigation to protect the interest of
the United States.
32. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT.
A. Overtime Requirements. No CONTRACTOR or subcontractor contracting for any part
of the services under this Agreement which may require or involve the employment of
laborers shall require or permit any such laborer in any work week in which he or she is
employed on such to work in excess of forty (40) hours in such work week unless such
laborer receives compensation at a rate not less than one and a half (1 %2) times the
basic rate of pay for all hours worked in excess of forty (40) hours in such workweek.
23
K: \W P\PROJECTS\TRANS IT\OperationsRFP\Contract.doc 05/06/2008
B. Violation: Liabilitv for Unpaid Wages, Liquidated Damages. In the event of any
violation of the provisions cf subparagraph A cf this paragraph 32, CONTRACTOR and
any subcontractor responsible therefore shall be liable for the unpaid wages. In addition,
such CONTRACTOR and subcontractor shall be liable to the United States for liquidated
damages. Such liquidated damages shall be computed with respect to each individual
laborer employed in violation of the provisions of subparagraph A of this paragraph 32,
in the sum of ten dollars ($10) for each calendar day on which such individual was
required or permitted to work in excess of the standard work week of forty (40) hours
without payment of the overtime wages required by the clause set forth in subparagraph
(A) of this paragraph 32.
C. Withholding for Unpaid Wages and Liquidated Damages. The CITY shall upon its
own action or upon written request of an authorized representative of the Department of
Labor withhold or cause to be withheld, from any money payable on account of work
performed by the CONTRACTOR or subcontractor under any such contract or any other
Federal Contract with the same prime contract, or any other Federally -assisted contract
subject to the Contract Work Hours and Safety Standards Act, which is held by the same
prime CONTRACTOR, such sums as may be determined to be necessary to satisfy any
liabilities of such CONTRACTOR or subcontractor for unpaid wages and liquidated
damages as provided in the clause set forth in subparagraph (B) of this paragraph 32.
D. Subcontracts. The CONTRACTOR or subcontractor shall insert in any subcontracts
the subparagraphs set forth in this paragraph 32 and also a provision requiring the
subcontractor to include these subparagraphs A through C in any subcontract or lower
tier subcontract.
24
K:\WP\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
33. PROHIBITED INTEREST. No official, officer, or employee of CITY during his or her
tenure or one ( I))ear thereafter shall have any interest, direct or indirect, in this
Agreement or the proceeds thereof.
34. INTEREST OF MEMBERS OF, OR DELEGATES TO, CONGRESS. In accordance
with U.S.C. Section 431, no member of, or delegate to, the Congress cf the United
States shall be admitted to a share or part cf this Agreement or to any benefit arising
therefrom.
35. DEBARRED BIDDERS. CONTRACTOR, including any of its officers or holders of a
controlling interest, is obligated to inform CITY whether or not it is or has been on any
debarred bidders' list maintained by the United States Government. Should
CONTRACTOR be included on such a list during the term cf this Agreement, it shall
promptly so inform CITY. CONTRACTOR shall not award a contract of any amount to
any party included on said debarred bidders' list.
36. CARGO PREFERENCE. CONTRACTOR shall abide by 46 U.S.C. Section
1241 (13)(1) and 46 C.F.R. Part 381 which impose cargo preference requirements on
shipment of foreign made goods.
37. FEDERAL GRANT CONDITIONS. This Agreement is subject to a financial
assistance contract between CITY and the United States Department cf Transportation
(DOT), Federal Transit Administration (FTA). CITY and DOT agree to comply with all
terms and conditions respectively required of them by reason of that contract. If FTA
requires any change to this Agreement to comply with its requirements, the PARTIES
agree to amend this Agreement as maybe required by FTA. If such amendment results
in an increase or decrease in the work to be performed by CONTRACTOR or in the time
25
K:\WP\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
for such performance, then the compensation to be paid to CONTRACTOR and time of
performance shall be equitably adjusted.
38. NO FEDERAL GOVERNMENT OBLIGATIONS TO THIRD PARTIES.
CONTRACTOR agrees that, absent the Federal Government's express written consent,
the Federal Government shall not be subject to any obligations or liabilities to
CONTRACTOR in connection with the performance of the requirements of this
Agreement.
39. FALSE OR FRAUDULENT STATEMENTS OR CLAIMS. CONTRACTOR
recognizes that the requirements of the Program Fraud Civil Remedies Act of 1986, as
amended, apply to its actions pertaining to this Agreement. Accordingly, the
CONTRACTOR certifies or affirms the truthfulness and accuracy of any statement it has
made, it makes, or it may make pertaining to the actions covered by this Agreement. In
addition to other penalties that may be applicable, CONTRACTOR also acknowledges
that if it makes a false, fictitious, or fraudulent claim, statement, submission, or
certification, the Federal Government reserves the right to impose the penalties of the
Program Fraud Civil Remedies Act of 1986, as amended, on CONTRACTOR to the
extent the Federal Government deems appropriates.
40. REPORTING, RECORD RETENTION, AND ACCESS.
At a minimum, CONTRACTOR agrees to provide to FTA those reports required by
DOT's grant management rules and any other reports the Federal Government may
require.
26
K:\WP\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
CONTRACTOR agrees that, during the term of this Agreement and for three (3) years
thereafter, it will maintain intact and readily accessible all data, documents, reports,
records, contracts, and supporting materials relating to services provided to CITY under
this Agreement as the Federal Government may require for the project.
Upon request, CONTRACTOR agrees to permit the Secretary of Transportation and the
Comptroller General of the United States, or their authorized representatives, to inspect
all work materials, payrolls, and other data, and to audit the books, records, and
accounts of CONTRACTOR and its subcontractors pertaining to the services provided to
the CITY under this Agreement. In accordance with 49 U.S.C. § 5325(a),
CONTRACTOR agrees to require each subcontractor whose contract award is not
based on competitive bidding procedures as defined by the Secretary of Transportation
to permit the Secretary of Transportation and Comptroller General of the United States,
or their duly authorized representatives, to inspect all work, materials, payrolls, and other
data and records involving that contract and to audit the books, records, and accounts
involving that contract as it affects the services provided to the CITY under this
Agreement.
41. AIR QUALITY.
41.1 CONTRACTOR agrees to comply with all applicable standards, orders, or
regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et sea.
CONTRACTOR agrees to comply with applicable requirements of U.S. Environmental
Protection Agency (EPA) regulations, `Conformity to State or Federal Implementation
Plans cf Transportation Plans, Programs and Projects Developed, Funded or Approved
Under Title 23 U.S.C. or the Federal Transit Act," 40 C.F.R. Part 51, SubpartT; and
"Determining Conformity of Federal Actions to State or Federal Implementation Plans,"
40 C.F.R. Part 93. To support the requisite air quality conformity finding for the project,
27
K:\W P\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
CONTRACTOR agrees to implement each air quality mitigation and control measure
incorporated in the services provided to CITY under this Agreement. CONTRACTOR
agrees that any project identified in an applicable State Implementation Plan (SIP) as a
Transportation Control Measure, will be wholly consistent with the description of the
design concept and scope of the project described in the SIP.
41.2 CONTRACTOR agrees to report and require each subcontractor to any tier to
report any violation of these requirements resulting from any project implementation
activity of subcontractor or itself to FTA and the appropriate U.S. EPA Regional Office.
42. CLEAN WATER. CONTRACTOR agrees to comply with all applicable standards,
orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as
amended, 33 U.S.C. § 1251 et seq.
CONTRACTOR agrees to report and require each subcontractor at any tier to report any
violation of these requirements resulting from any project implementation activity of a
subcontractor or itself to FTA and the appropriate U.S. EPA Regional Office.
43. DRUG AND ALCOHOL TESTING. CONTRACTOR agrees to establish a drug and
alcohol testing program that complies with C.F.R. Parts 653 and 654, produce any
documentation necessary to establish its compliance with Parts 653 and 654, and permit
any authorized representative of the United States Department of Transportation or its
operating administrations, the State Oversight Agency of California, or CITY to inspect
the facilities and records associated with the implementation of the drug and alcohol
testing program as required under 49 C.F.R. Parts 653 and 654 and review the testing
process. CONTRACTOR agrees further to certify annually its compliance with Parts 653
and 654 before March 1 of each year and to submit the Management Information
28
K:\WP\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
System (MIS) reports before March 1 of each year to CITY'S Transportation Manager.
To certify compliance the CONTRACTOR shall use the "Substance Abuse Certifications"
in the "Annual List of Certifications and Assurances for Federal Transit Administration
Grants and Cooperative Agreements," which is published annually in the Federal
Register.
44. ACCESS REQUIREMENTS FOR PERSONS WITH DISABILITIES. CONTRACTOR
agrees to comply with all applicable requirements of the Americans with Disabilities Act
of 1990 (ADA), 42 U.S.C. § 12101 et seq., Section 504 of the Rehabilitation Act of 1973,
as amended, 29 U.S.C. § 794; 49 U.S.C. § 5301(d); and all regulations promulgated to
implement the ADA and Section 504 of the Rehabilitation Act of 1973, as amended, as
may be applicable to CONTRACTOR.
45. CHARTER SERVICE OPERATIONS. CONTRACTOR agrees that while performing
work in connection with this Agreement it will not engage in charter service operations,
except as permitted by 49 U.S.C. § 5323(d) and FTA regulations, "Charter Service," 49
C.F.R. Part 604, and any amendments thereto that may be issued. Any applicable
charter service agreement required by FTA regulations is incorporated by reference and
made part of this Agreement.
46. SCHOOL BUS OPERATIONS. CONTRACTOR agrees that neither it nor any
subcontractor performing work in connection with this Agreement will engage in school
bus operations for the transportation of students or school personnel exclusively in
competition with private school bus operators, except as permitted by 49 U.S.C. §
5323(f) and FTA regulations, "School Bus Operations," 49 C.F.R. Part 605, and any
amendments thereto that may be issued. Any applicable school bus agreement required
by FTA regulations is incorporated by reference and made part of this Agreement.
29
K:\WP\PROJECTS\TRANSlT\OperationsRFP\Contract.doc 05/06/2008
47. FEDERAL, STATE, AND LOCAL LAWS. CONTRACTOR warrants and covenants
that it shall fully and completely comply with all applicable Federal, State, and local laws
and ordinances, and all lawful orders, rules, and regulations issued by any authority of
competent jurisdiction in all aspects of its performance of this Agreement.
48. DISPUTE RESOLUTION CLAUSE.
48. IAII claims, controversies or disputes arising out of or relating to this Agreement, or
the breach, termination, enforcement, interpretation or validity of this Agreement,
including the determination of the scope or applicability of this paragraph shall be
determined by binding arbitration in Lodi, san Joaquin County, California, by one ( 1
arbitrator. The American Arbitration Association shall administer the arbitration under its
Commercial Arbitration Rules then in effect, subject to the modifications of those rules
contained in this paragraph. This agreement to arbitrate shall be specifically enforceable
under the prevailing law of any court having jurisdiction, and the award rendered by the
arbitrator may be entered in any court having jurisdiction. The appropriate venue for any
arbitration under this paragraph shall be in the Superior Court of San Joaquin County,
California. This paragraph is not intended to and does not waive the claim filing
requirements found at California Government Code Section 900 et sea. In the event that
a timely and legally sufficient claim is filed by CONTRACTOR with CITY, and the claim is
rejected in whole or in part by CITY, this paragraph shall result in the conclusive, final
and binding resolution of all the issues presented in the claim. Claims rejected by CITY
shall be submitted by CONTRACTOR to arbitration pursuant to the Commercial
Arbitration Rules of the American Arbitration Association within ninety (90) days after the
mailing of the written rejection by CITY to CONTRACTOR; otherwise, the claim or
claims shall be deemed finally waived in their entirety.
30
K:\W P\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
48.2 The "fast track" rules of the American Arbitration Association shall apply to any
claim or counterclaim less than ONE HUNDRED FIFTY THOUSAND AND 00/100
($150,000.00) DOLLARS. In arbitrations not proceeding under the "fast track" rules, the
arbitrator shall have the power to order that depositions be taken and other discovery be
made. Both CITY and CONTRACTOR shall have the right, upon written notice, to take
no more than three (3) depositions of the other as a matter of right.
48.3 Whether or not CONTRACTOR and CITY may be engaged in interstate commerce,
any controversy or dispute mentioned above shall be determined by and the PARTIES
shall be bound by the substantive law of the State of California, and not the Federal
Arbitration Act at 9 U.S.C. Section 1 et seq.
48.4 The arbitrator may grant any remedy or relief deemed just and equitable under the
circumstances, whether or not such relief could be awarded in a court of law. The
arbitrator shall be empowered to award monetary sanctions against a party. The
arbitrator shall, in the written award, allocate all the costs of the arbitration, including the
fees of the arbitrator and the reasonable attorney fees of the prevailing party, against the
party who did not prevail. The prevailing party shall be the party in whose favor the
majority of the central issues in the case are resolved.
48.5 Notwithstanding anything in this paragraph 48 to the contrary, the arbitrator shall
have no power to award punitive damages or other damages not measured by the
party's actual damages (excluding litigation cost and fees) against any party. The
limitation of the arbitrator's powers under this subparagraph shall not operate as an
exclusion of the issue of punitive damages from consideration by a court of competent
jurisdiction with respect to that issue.
31
KAW P\PROJ ECTS\TRANS IT\OperationsRFP\Contract,doc 05/06/2008
48.6 CONTRACTOR shall include in all subcontracts, if any, a clause whereby the
subcontractor consents to being joined in an arbitration between CITY and
CONTRACTOR involving the work performed by the subcontractor. CONTRACTOR'S
failure to comply with this provision shall be a breach of this Agreement.
48.7 The parties to any contract cf which this paragraph 48 is made a part by reference
or otherwise shall, and hereby do, waive any rights provided by Title 9.2 of the California
Code of Civil Procedure, Section 1296 or any amendment thereto. In any proceeding
brought hereunder the arbitrator's award shall be deemed final, conclusive and binding
to the fullest extent allowed by California law.
49. WAIVER. The waiver by CITY of any breach or violation of any term, covenant, or
condition of this Agreement or of any provisions, ordinance, or law shall not operate as
or indicate a continuing waiver of the same or any other right, privilege, covenant or
condition hereunder.
50. ENTIRE AGREEMENT. This Agreement consists of the City of Lodi Fixed Route,
Paratransit and Demand -Response Operations Contract Scope of Work; and CITY'S
Request for Proposals for City of Lodi Fixed Route, Paratransit and Demand -Response
Operations Contract (the "RFP"); CONTRACTOR'S proposal submitted in response to
the RFP, and CONTRACTOR'S Best and Final Offer all of which are incorporated by
reference as if fully set forth herein. Should conflicts exist among these documents, this
Agreement and the Scope of Work (Appendix A) shall control over the RFP; the RFP
and Final Offer shall control over CONTRACTOR'S Proposal. This Agreement
supersedes any other oral or written representation between CITY and CONTRACTOR.
32
K:\WP\PROJECTS\TRANSIT\OperationsRFP\Contract,doc 05/06/2008
51. HEADINGS. The headings of the sections and subsections of this Agreement are
for the convenience of the PARTIES and shall not be deemed to be relevant in resolving
any question or interpretation or intent hereunder.
52. NOTICES. Any and all notices required to be given under the provisions of this
Agreement shall be given in writing signed by an authorized representative of the sender
and shall be deemed to have been given when the same is personally serviced or upon
receipt by express or overnight delivery, postage prepaid, or in three (3) days from the
time of mailing if sent by first class or certified mail, postage paid and addressed to the
respective parties as follows:
TO CITY
City of Lodi
Public Works Director
P.O. Box 3006
221 West Pine Street
Lodi, CA 95241-1910 (95240)
TO CONTRACTOR:
Or at such other addresses as the PARTIES may file with each other for such purpose.
IN WITNESS WHEREOF, the City of Lodi, a municipal corporation, has
caused this Agreement to be executed in duplicate by its City Manager and attested by
its City Clerk under authority of Resolution No.
Lodi on the day of
, adopted by Council of the City of
,2008, and CONTRACTOR has caused this
33
KAW P\PROJ ECTS\TRANSIT\OperationsRFP\Contract.doc
05/06/2008
Agreement to be executed by a person or persons authorized to do so on behalf of
CONTRACTOR.
"CITY"
CITY OF LODI, a municipal corporation
By:
Blair King, City Manager
ATTEST:
By:
Randi Johl, City Clerk
�a�lralt • •
"CONTRACTOR "Footnote
MV Transportation, Inc.
By:
(Corporate Seal)
CONTRACTOR'S Federal ID #
Footnote: Corporations — signature of two (2) officers required or one (1)
officer plus corporate seal
Partnership —signature of partner required
Sole Proprietorship — signature of proprietor required
34
K:\WP\PROJECTS\TRANSIT\OperationsRFP\Contract.doc 05/06/2008
RESOLUTION NO. 2008-118
A RESOLUTION OF THE LODI CITY COUNCIL AWARDING
THE CONTRACT FOR FIXED ROUTE, PARATRANSIT, AND
DEMAND RESPONSE OPERATIONS FOR FISCALYEARS
2008-09 TO 2011-12
WHEREAS, in answer to notice duly published in accordance with law and the order of
this City Council, sealed proposals were received and publicly opened on April 23, 2008, at 11:00
a.m. for fixed route, paratransit, and demand response operations, described in the request for
proposals therefore approved by the City Council on March 5,2008; and
WHEREAS, said proposals have been compared, checked, tabulated, and evaluated by
an evaluation committee and a report thereof filed with the City Manager as follows:
Proposer Rank
MV Transportation, Inc., Fairfield, CA 1
Veolia Transportation, Inc., Oak Brook, IL 2
WHEREAS, the evaluation committee unanimously recommends award of the bid for fixed
route, paratransit, and demand response operationsto MV Transportation, Inc., of Fairfield.
NOW, THEREFORE, BE IT RESOLVED by the Lodi City Council that the award of the
contract for fixed route, paratransit, and demand response operations be made to
MV Transportation, Inc., cf Fairfield, California, for the four-year total of $8,599,244.
Dated: June 18,2008
hereby certify that Resolution No. 2008-118 was passed and adopted by the City Council
of the City of Lodi in a regular meeting held June 18, 2008, by the following vote:
AYES: COUNCIL MEMBERS – Hansen, Hitchcock, Johnson, and Katzakian
NOES: COUNCIL MEMBERS – Mayor Mounce
ABSENT: COUNCIL MEMBERS– None
ABSTAIN: COUNCIL MEMBERS– None
dM'FpP�^—
NNIFE PERRIN
eputyCity Clerk
2008-118
CITY COUNCIL
JOANNE L. MOUNCE, Mayor
LARRY D. HANSEN,
Mayor Pro Tempore
SUSAN HITCHCOCK
BOBJOHNSON
PH I L KATZAK IAN
CITY OF LODI
PUBLIC WORKS DEPARTMENT
CITY HALL, 221 WEST PINE STREET
P.O. BOX 3006
LODI, CALIFORNIA 95241-1910
(209) 333-6706
FAX (209)333-6710
EMAIL ppwwdept at7lodi.gov
http:\ rd
i.gov
June 13,2008
MV Transportation, Inc.
360 Campus Lane, Ste. 201
Fairfield, CA 94534
BLAIR KING
City Manager
RANDIJOHL
City Clerk
D. STEVEN SCHWABAUER
City Attorney
F. WALLY SANDELIN
Public Works Director
SUBJECT: Adopt Resolution Awarding Contractfor Fixed Route, Paratransitand
Demand Response Operations for Fiscal Years 2008/09 to 2011/12 to
MV Transportation, Inc., of Fairfield ($1,912,153 for FY 2008/09)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, June 18, 2008. The meeting will be held at 7 p.m. in the
City Council Chamber, Carnegie Forum, 305 West Pine Street.
This item is on the regular calendar for Council discussion. You are welcome to attend.
If you wish to write to the City Council, please address your letter to City Council,
City of Lodi, P.O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the
mail. Or, you may hand-deliverthe letter to City Hall, 221 West Pine Street.
If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's
card (available at the Carnegie Forum immediately prior to the start of the meeting) and
give it to the City Clerk. If you have any questions about communicating with the
Council, please contact Randi Johl, City Clerk, at (209) 333-6702.
If you have any questions about the item itself, please call Tiffani Fink,
Transportation Manager, at (209) 333-6800, extension 2678.
F. Wally Sandeiin
-rvr '. Public Works Director
FW S/pmf
Enclosure
cc: City Clerk
NCAWARD PROPOSAL.DOG