Loading...
HomeMy WebLinkAboutAgenda Report - March 5, 1986 (82)W-RCE 5, 1986 RSD,,"�-� T FOR PROPOSAL FIDR DIAL -A•-RIDE SM"IC'ES Council was apprised that the City has had ingtiries flan organizations tc provide Dial-A-P-ide services and have CC-50 (b) agreed with CooG to advertise for proposals to operate the program ir_ hopes of reducing costs. Council authorized the advertising for proposals to c,perate the Dial-A-Ride program. r ICD .DTwTTr TTi i TYAa'' 6; �[Ji'�ii.iL UVillt�lEilA�ia.rziiv TO: THE CITY COUNCIL DATE j NO. FROM: THE CITY MANAGER'S OFFICE February 26, 1986 SUBJECT: REQUEb'T FOR PROPOSAL FOP. DIAL -A --RIDE SERVICES RDCO44ENDED ACTION: That the Council authorize the advertising for proposals to grate the Dial -A Ride Program. BACY,GiifJ M 1?&OR44ATION: Our present contractor for Dial -A -Ride, City Cab Cony, has had the contract since 1977. It seems prudent to allow others the opportunity to provide this service. We have had inquiries from organizations to provide this service and have agreed with COG to take this action in homes of reducing costs. The request for proposal is not designed to reduce present levels of service; it uses our present service levels as a base. In no way should this action be construed to reflect negatively on ocu present omtractor. . The documents are not yet prepared but will be delivered to you under separate cover. Respectfully submitted, /Jerry L. Glenn. Assistant City Manager JIG/1h NOTICE 'M BMAD;;RS Notice is hereby given that sealed proposals are invited by the City of Lodi for operation of Lodi Ilial -A -Ride. Sealed proposals shall be received on or before 11:00 a.m. on Wednesday, April 16, 1986, by the City Clerk of the City of Lodi, 221 West Pine Street, Lodi., California 95240. These proposals will be opened at 11:00 a.m. in the City Council Chambers, 221 West Pine Street, Lodi, California. The .contract to be entered into pursuaat to this bid is subject to the continuation of state transit funds. Successful proposer will be required to certify they are not on the Comptroller General's list of ineligible contractors prior to the execution of the contract. The successful bidder will be required to comply with all applicable equal employment opportunity laws and regulations. Copies of the CITY's bid specifications may be obtained from the City Clerk, City of Lodi, 221 West Pine Street, Lodi, California. A mandatory pre-bid conference of all interested bidders will be held in the City Council Chambers, 221 West Pirtle Street, Lodi, California at 10:00 a.m. Wednesday, March 19, 1986. The CITY reserves the right to postpone, accept, or reject any and all proposals, as the CITY deems to be in its own best interest. Date: March 6, 1987 &a,- yh /�� ALICE M. PEDiCi E City Clerk 1. Definition of Terms: Whenever in these specifications the following terms are used, the intent and meaning shall be interpreted as follows: a. CITY shall mean the City of Lodi. b. PASSENGER TRIP is defined as travel between the point of pickup and the point of debarkation. Up to three passengers all being picked up and debarked at the sane location shall also constitute a passenger trip. c. SERVICE HOUR is one vehicle available for passenger service for one hour during the hours of service. 2. Proposals: a. All proposals must be submitted on forms furnished with these specifications and shall be subject to all requirements contained in the specifications and in these instructions to bidders. 'three omplete sets of proposals are required to be sub=mitted. All proposals must be signed. b. All amounts inserted in the bid shall be stated in figures. The signature of the person signing the proposal shall be in longhand. The cmpleted form of tt�e proposal shall be without lineation✓, alterations or erasure. c. Before submitting a proposal, the proposer shall carefully examine the specifications and shall fully inform himself as to all existing conditions and limitations, and shall state in the bid a sum to cover the cost per PASSENGER TRIP. d. Effective periods for proposals: All proposals received shall remain in effect for 60 days frau opening. e. Proposals shall be filed at the office of the City Clerk, City Hall, 221 W. Pine St., Lodi, California 95240, on or before the day and hoar set forth in the Notice to Bidders. Each bid must be enclosed in a sealed envelope addressed to the City of Lodi and shall bear an appropriate label identifying the bid and the name and address of the bidder. It is the sole responsibility of the bidder to see that his bid is received in proper time. Any bid received after the scheduled closing time for the receipt of bids shall be returned to the bidder unopened. k f. If the bid is made by an individual, it shall be signed with his full name and his address shall be given; if it is made by a 3. partnership, it shall state the partnership name and be signed by a member of the partnership who shall also list the name and address of each member; and if it is made by a corporation, it shall be signed by two officers or by one officer with tom-: corporate name attested by the corporate seal. g. Non -collusive Affidavit: The bidder's attention is called to the fact that a bid is not completely executed and will not be considered for any purpose unless the non -collusive affidavit is completely and correctly executed. h. Affirmative Action: The bidder is required to file a Certificate of Equal Opportunity E ployment with the bid. i. Waiver: In submitting a bid, the bidder affirms that he has sufficiently informed himself in all matters affecting the furnishing of the equipment and services to be provided, that the prices stated in his bid are correct and as intended by him and are a omplete and correct statement of his prices for providing the service required by the specifications. j. Bid Forms: Bids are to be submitted on the form provided. Bids submitted on any other form may be considered non-responsive and may be refected. k. Detailed Specifications: Bidder shall submit with his bid detailed specifications of the services he proposes to furnish in compliance with CITY'S specifications. 1. Conditional Bids: Conditional bids, or those which take exception to the specifications, may be considered non -responsible and may be rejected. m. Pre --Bid Conference: A pre-bid conference will be on the day and hour set forth in the Notice to Bidders. Withdrawal of Bid: Any bidder may withdraw his bid, by written request, at any time prior to the. time fixed for the opening of bids. 4. Opening of Bids: Bids will be opened and publicly read aloud at the time and place set forts: i+n the Notice to Bidders. 5. Award or Rejection of Bids: The contract will be awarded to the lowest responsible bidder whose bid ccarplies with Invitation to Bidders and the Specifications. The CITY, however, reserves .he right to reject any or all bids, or to accept that bid which best corresponds in quality, fitness and capacity to the its of the CITY, and to waive any informality in bids received. An award shall not necessarily be confined to price alone. 6. Responsible Bidder: The CITY reserves the right to reject the bid of any bidder who, in the opinion of the CITY, is not responsible or has previously failed to perform properly, or to complete on time contracts of a similar nature, is not in a position to perform the contract, or has habitually and without just cause neglected the payment of bills or otherwise disregarded his obligations to subcontractors, materi.almen, or employees. In deg if a bidder is responsible, the following elements, in addition to those mentioned above, will be considered, to wit: Whether the bidder involved: a. Maintains a permanent place of business b. Has adequate plans and equipment available to do the work properly and expeditiously c. Has suitable financial resources to meet the obligations incident to the work, and d. Has appropriate experience. All bidders will be required to certify that they are not on the Comptroller General's list of ineligible contractors. 7. Experience and Qualifications: The bidder may be required, upon request of the CITY to prove to its satisfaction that he has the skill and experience and that he has the necessary facilities and ample financial resources to perform the contract in a satisfactory manner and within the required time. 8. Inclusion of Bidding Documents and Specifications into Contract: In suYmitting a bid, bidder affirms that he fully understands that the following bidding docLunmits relating to this bid shall become -3- an integral part of, and included in the ci�ttract awarded 1q, this bidding process: a. The bid n. Notice and Request for Proposals c. Instructions to Bidders d. The Specifications e. A recent financial statement, a list of and description of existing transit service and contacts f. A cashier's check, certified check, or a bid bond payable w/o condition to City of Lodi in the amount of $2,500 must accompany each proposal g. Any additional requested documentation 9. Contractual Agreement: The successful bidder shall be required to enter into, within thirty (30) days of opening of bids herein, a mutually agreed upon contract similar in content to the attached model. 10. Licensing and Certifications: The successful bidder will be required to obtain all appropriate licenses and certificates, including California Public Utilities Ccmiission requirements, to offer passenger stage authority to the public prior to the initiation of service pursuant to this proposal. Failure to possess such licenses and Oertificates shall be considered a breach of the contract herein and shall be grounds for termination by the CITY. 11. The CITY reserves the right to reject any or all proposals; and further reserves the right to waive any informalities or irregularities in the proposals. -4- S?' Z FICATTONS I. Scope of Work Provide Dial -A -Ride services 5 days per week (Monday through Saturday excluding New Years, Washington's Birthday, Memorial Day, July 4th, Labor Day, Th-iksgiving Day, and Christmas) to include operation and dispatching for a CITY -wide dial -a -ride system. The CITY will provide the necessary vehicles ani mobile radios. The CITY will also do all maintenance and repairs, preventative maintenance routines and fuel which will be billed directly to the contractor at the CITY's then present costs. The contractor will provide drivers, dispatchers, a twtr-way radio communications system including proper radio frequency and a resident manager for the system. Actual system operations, contractor requirements, schedules, service area boundaries, and service hours are fully described below. 2. Description of Service a. Type of Service The service to be provided shall be a demand response type service operating Monday through Saturday excluding New Years Day, Washington's Birthday, Memorial Day, July Fourth, Labor Day, Thanksgiving and Christmas. Contractor shall be required to make every effort to pick up riders and deliver them to their destination within forty-five (45) minutes of the call for service. b. General Description of Services Contractor shall be responsible for service operations including, but not limited to: assignment of vehicles, drivers and dispatchers; efficient routing in service area; fare box collection and accounting and knowiege of the particular requirements of individual aged and handicapped riders. Contractor's drivers shall assist passengers while boarding and deboarding vehicles as required. Contractor will be responsible for carrying on an advertising program to keep the public aware of the service available. 3. Hours of Service Hours of service shall be 7:00 A.M. to 7:00 P.M. Monday through Friday and 9:00 A.M. through 5:00 F.M. on Saturday. The contractor will be expected to have sufficient drivers available to operate the system with 48 service hours per day M miday through Friday and 24 service hours on Saturday. 4. service Area C-. _ The service area of the Dial -a -Ride system is the corporate limits of the City of Lodi, the cc mlzunity of Woodbridge south of Woodbridge Road and the Arbor Mobile Hcme Park in Acampo. 5. Dispatching T e contractor shall provide a two-way radio system for ocy-mmications between its central dispatcher and vehicles. Dispatch and vehicle operator duties shall not be performed concurrently by one person. The contractor shall be required to have one dispatcher on cuty from 7:00 A.M. to 7:00 p.m. on Monday through Friday and 9:00 A.M. to 5:00 P.M. on Saturday. The contractor shall maintain a telephone system for service requests and service information. in addition, the contractor shall have a listed business office phone with a number different from the service request and information number. 6. Vehicles and Associated Equipment The CITY will provide the necessary vehicles and mobile radios for the service requirements described in Paragraph 3. 7. Radio Equipment The contractor shall provide the necessary base station and the necessary approved frequency for the satisfactory performance of the system. 8. Fare Collection Monetary fares will not be collected by the contractor nor his employees. The contractor shall be required to collect and account for all tickets collected per the CITY's instructions. All moneys collected frau any source for the operation of this system shall be the exclusive property of the CITY. 9. Maintenance All maintenance and associated repairs including appropriate preventative maintenance will be performed in the CITY's service center. The contractor shall be responsible to report any operational problems with the vehicles. The CITY will also provide all necessary fuels and lubricants. The cost of maintenance and fuel will be deducted frau the periodic CITY Payments to the cmtract-or at the CITY's cost. 10. Facilities The CITY will provide storage for all the necessary vehicles. The contractor shall be responsible to have an office and dispatch center within the service area. The contractor will be responsible for having a local dedicated telephone comber for Dial - A -Ride purposes. 11. Exiioyees a. The contractor shall provide initial training and periodic retraining of its employees used in the Dial -A -Ride 12. system. Training shall include, at a minirmn: instruction in prim disabilities and their manifestations, first aid, public relations and personal attitudes related to the aged and handicapped. All vehicle operators shall have a clearance from the City of Lodi Police Depa.rment. b. The contractor will be required to provide and maintain ;worker's cxzrpensation insurance covering their employees as required by the State of California. A certificate of insurance shall be provided the CITY setting forth the terms contained herein with the provision that the policy upon which the certificate is issued will not be cancellable without thirty (30) days prior written notice to the CITY and a copy of same shall be kept on file_ c. Vehicle operator employees must be neatly dressed and groomed at all times. The contractor shall not employ as an operator any of the following persons: (i) Any person who does not have a minimum of four (4) years licensed driving experience; (ii) Any person who has been convicted of a crime involving moral turpitude or narcotics within the two (2) years immediately preceding employment; (iii) Any person who has been convicted of driving a vehicle recklessly within the two (2) years immediately preceding employment; (iv) Any person who has been convicted of driving a vehicle while under the influence of intoxicating liquors and/or drugs within the five (5) year's immediately preceding employment or following employment; (v) Any person not possessing at least a valid Class 2 drivers' license issued by the State of California. (vi) In addition all drivers mast meet all of the requirements of Section 5.24.070, 5.24.290, 5.24.300 and 5.24.310 of the Lodi Municipal Code. Indemnity and Insurance The contractor will be required to secure and maintain omprehensive public liability and property doge insurance coverage with the City of Lodi as an additicnal insured to an amount not less than $1 million. A certificate of insurance shall be provided the CITY setting forth the terms contained herein with the provision that the policy upon which the certificate is issued will not be cancellable without 30 days prior written notice to the CITY and a copy of same shall be kept on file. In addition, the contractor shall be required to hold CITY harmless and defend against liability which may arise as a result of this contract. -7- 13. Bid Bond Each bid must be acccrapanied by a cashier's check, certified check- or heckor bid bond, payable without condition to the City of Dodi., in the amount of $2,500. The bid security may be held by the CITY for a period no longer than sixty (60) days, or until the successful bidder executes agreement with the C -IM, whichever occurs first, after which the bid security, except that of the successful bidder, will be returned. If the successful bidder fails to enter into and execute a formal written agreement within thirty (30) days fran the date of the award, the bidders security shall be forfeited and the bid shall be deemed rejected. When the successful bidder furnishes the CITY with an executed agreement, the required performance bond will be returned. If, however, the CITY and the successful bidder enter into and execute a formai written agreement but the bidder fails to furnish the required performance bond, prior to execution of said written agreement, the agreement may be declared null and void by the CITY and the bid security shall be forfeited as liquidated damages, not as a penalty, for the expense due to delay caused the CITY. 14. Performance Bond The contractor may be required to deposit with the City of Lodi a performance bond or other acceptable security in the amouni. of $100,000. .This bond would be required of a contractor who has ::--d no previous experience in providing transportation to the public. 15. Term of Contract The terse of the contract awarded through this bidding process shall be for a three-year period beginning Tuesday, July 1, 1986, subject to the termination clause described in paragraph 19 of this specification. In addition the contractor hereby grants to the CITY an option to renew the agreement on a year-to-year basis for up to three additional successive one (1) year terms. Unless specifically modified by mutual agreement in writing, all terns, conditions and convenants of this agremmt shall remain in effect during the additional terms herein provided, with the exception that the amount to be paid for said additional terms for the subsequent years shall be determined through negotiations between the CITY and the contractor. 16. Additional Information and Requirements The CITY reserves the right to modify, change, or expand specified service levels. In addition, the CITY reserves the right to increase or decrease hours up to 20%. If changes exceed 20%, then the CITY shall renegotiate the rates with the contractor. The contractor shall be required to operate the system in conformance with any Public Utilities c-carission rules or any other laws, ordinance or regulation affecting the CITY's Dial -a -Ride system. 17. Contractor to Maintain Records and Furnish Reports The contractor shall be required to keep various logs and cmpile statistical data per CITY's instructions. Presently, these reports include the following: a monthly gasoline usage report, a monthly service hour report, a daily dispatcher's summation report and a complaint log. 18. Equal Bmplo}�-nt Opportunity The contractor shall be required to certify that he or she is in compliance with the Civil Rights Act of 1964, Executive Order No. 11246, the California Fair Eirployment Practices Act, and any other applicable federal and state laws and regulations relating to equal opportunity employment. 19. Termination Clause The contract awarded will include a termination clause whereby the CITY may terminate the contract should the contra- car breach or default in the performance of any of the oory_act provisions. The tendnation clause will provide the con} -actor a period of thirty (30) days after written notice from the CITY to correct a deficiency except in case of intentional breach. The contractor will not be deemed to be in default if ice, flood, fire, riot, insurrection, ging of material, equipment or facilities, or similar causes beyond the oontrol of the contractor which renders performance impossible. 20. Condition of Grant Approval Contract shall be awarded conditioned upon state grant approval the continuation of state funds to subsidize the transit system and the ongoing ability of the system to meet state grant requirement. 21. Financial Reporting Requirements The contractor will be required to establish and maintain full and oamplete books of account for the service. Such books of account shall be kept separate frcm oontractor's other operations. Such books of aacount, records of any related business, and accounting procedures shall be subject to approval, inspection, and audit by authorized employees and agents of the City of Lodi. deposes and says: That he is being first duly sworn, of the firm of (Firm Name) the party making the foregoing bid, that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidder or person, to put :n a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or ocam mication or conference, with any person, to fix the bice price of affiant or of any other bidder, or to fi.. any overhead, profit or cost element of said bid price, or of that of any other bidder, or to secure any advantage against the C=Y OF LODI or any person interested in the proposed contract; and that all statements in said bid are true. That neither any officer or employee of CITY of IMI is in any manner interested, directly or indirectly, in the bid to which this Nan - Collusive Affidavit is attached, nor in the contract which may be made pursuant to said bid, nor in any expected profits which may arise therefrom. Dated: official address: Name of Bidder By _ Title Subscribed and sworn to before me this day of 19 Notary Public My conmission expires: -1.t- The bidder hereby certifies that he/she is in ompliance with the Civil Rights Act of 1964, Executive Order No. 11246, the California Fair EWloyement Practices Act, and any other applicable federal and state laws and regulx^_tions relating tc equal opportunity eMloyment. DATED: By Title Official Address: EL.IGI13LF BIDDER CERTIFICATION The bidder hereby certifies that he/she is not on :he Ccuptroilez General of the United States of America's list of ineligible bidders. - _. Official Address: By Title -13- (Name of Bidder) her. -by submits the following cost per PASSENGKR TRIP to operate a Demand Response Transportation System in accordance with the specifications for LCDI DIAL -A -RIDE in the city of Lodi. Cost per PASSENGER TRIP (both stops within the corporate limits of the City of Lodi): Cost per PASSENGER TRIP (one stop within the corporate limits of the City of Lodi the other stop in Woodbridge or at Arbor Mobile Home Park in Acampo) Name of Contr.4ctor Signature Date -14-