HomeMy WebLinkAbout1990-06-12 - AGENDA REPORTS - PARATRANSIT DIAL-A-RIDE COA (2)CONSENT CALENDAR
DATE: June 12, 1990
SUBJECT:
CONTRACT SERVI
DEPARTMENT: Public Works
BACKGROUND
AGENDA REPORT
City Manager Approval
Item to be presented
John E. Medina
PUBLIC DIAL -A -RIDE SERVICES
,MMITTEE ON'TNE.AGING AGREEMENT/FY 90-91
This is a proposed agreement between the City and the Committee on Aging whereby
the Committee on Aging agrees to continue and increase the operational transit
services listed below:
1) Paratransit for elderly and handicapped residents.
2) General public dial -a -ride.
Paratransit service will be significantly increased under this. agreement.
First, the hours of operation per day will increase from 8 to 12. Next,
Saturday service will be available to all elderly and handicapped residents.
Currently, it's reserved for wheelchair only service. Last, a shuttle service
to the Olive View Medical Center in the San Fernando Valley will run once a
week, three times a day.
This agreement also initiates a pilot program for general public dial -a -ride.
Under this service any resident will have access to public transportation after
the local bus has ended at 6:00 p.m. The general public dial -a -ride service
will operate from 6:00 p.m. to 9:00 p.m., Monday - Friday. If this pilot
program is successful, it will require an agreement separate from the
paratransit at some future date.
The expanded paratransit hours, shuttle to Olive Medical Center and the general
public dial -a -ride are proposed for implementation in accordance -with the City
Council approved Santa Clarita Valley Five -Year Transit Plan.
The estimated cost to the City for the expanded paratransit service and general
public dial -a -ride service is $220,000 and $70,000 respectively. This cost to
the City will be funded from Proposition A funds administered by the Los Angeles
County Transportation Commission (LACTC) and has been included in the City's
proposed 1990-91 budget. The County of Los Angeles will contribute to the cost
of this service by paying the percentage amount equal to the percentage of
County riders who use the system. This is estimated to be between five and six
percent.
APPROVED
�rerla Item:r7.3
L
PARATRANSIT/GENERAL PUBLIC DIAL -A -RIDE SERVICES
CONTRACT SERVICES/COMMITTEE ON THE AGING AGREEMENT/FY 90-91
Page 2
1)" Council approve the agreement.
2) Authorize the Mayor and City Clerk to execute the agreement.
3) Direct staff to transmit agreement to the Committee on Aging for execution.
ATTACHMENT
Agreement
TSM/WP/AGR112900 .
• AGREEMENT
This Agreement is made and entered into this
day of , 1990, by and between the City of Santa
Clarita, hereinafter referred to as "CITY", and the Santa
Clarita Valley Committee on Aging Corporation, hereinafter
referred to as "CONTRACTOR":
W I T N E S S E T H:
WHEREAS, CITY and CONTRACTOR agree that it is in
the public interest to continue existing paratransit service
for the elderly and handicapped residents of the CITY and
• selected unincorporated areas of Los Angeles County in the
Santa Clarita Valley and to provide paratransit service to
the general public, using the same vehicles, and within the
same areas, at hours which do not compete with other -forms
of public transportation, as defined in Appendix B,
hereinafter referred to as "SERVICE"; and
WHEREAS, CITY is willing to fund the public cost of
SERVICE from July 1, 1990 through June 30, 1991 using CITY'S
Proposition A local return funds.
follows:
0
NOW, THEREFORE, CITY and CONTRACTOR agree as
0
TBM/WP/AGR11290 •
•
1. Scope of SERVICE.
A. CONTRACTOR shall furnish SERVICE to
elderly (60 years and older) and eligible handicapped
persons and their escorts residing in the Santa Clarita
Valley identified as SERVICE area in Appendix C and
according to SERVICE requirements and performance standards
defined in Appendix B subsection (1). Such SERVICE shall be
provided to any destination within the SERVICE area on any
operating day or days during the term of SERVICE.
B. CONTRACTOR shall furnish SERVICE to
members of the general public residing in the Santa Clarita
Valley identified as SERVICE area in Appendix C and
according to service requirements and performance standards
defined in Appendix B subsection (1). Such SERVICE shall be
provided to any destination within the SERVICE area on any
operating day or days during the term of SERVICE.
2. Term of SERVICE. The term of SERVICE under
this Agreement shall be from July 1, 1990 through June 30,
1991.
3. Routing and Scheduling. CITY and CONTRACTOR
have cooperatively established SERVICE area and requirements
within CONTRACTOR'S available transportation capacity as
described in Appendix B. If it is determined that SERVICE
may be improved by revisions to scheduling, vehicle
assignment or.areas served, CITY and CONTRACTOR shall plan
-2-
TBM/WP/AGR11290•
0
and institute such changes jointly upon mutual consent
within the terms of this Agreement.
4. Fares.
A. CONTRACTOR shall collect a fare of fifty
cents ($0.50) per one-way ride from each elderly or eligible
handicapped rider who is a resident of the Santa Clarita
Valley according to the requirements and performance
standards specified in Exhibit B. Escorts of. the
handicapped shall not be charged a fare. The fares shall be
retained by CONTRACTOR to partially fund its operating
costs. CONTRACTOR shall, upon request of CITY, accept
passes or vouchers issued by CITY or the County of Los
• Angeles, hereinafter referred to as "COUNTY", in lieu of the
cash fares specified herein.
•
B. CONTRACTOR shall collect a fare of one
dollar ($1.00) per one way ride from each general public
rider who is a resident of the Santa Clarita Valley
according to the requirements and performance standards
specified in Exhibit B. The fares shall be retained by
CONTRACTOR to partially fund its operating costs.
5. Payment for SERVICE. CITY agrees to pay, upon
receipt of claim by CONTRACTOR and documentation thereof,
for the cost of SERVICE at a rate of $25.07 per
vehicle -hour. Cost of SERVICE shall include the costs of
marketing the program, providing, operating and maintaining
-3-
TBM/WP/AGR11290 • •
vehicles, drivers, dispatchers and other personnel,
insurance and direct administrative overhead. Vehicle -hours
for payment purposes shall be defined as the actual number
of hours for which SERVICE is provided during the hours in
which SERVICE is required, in Appendix B, to be available.
Driver's daily logs shall be used to verify actual hours of
operation. Actual fares collected will be subtracted from
the resulting sum due for vehicle -hours of SERVICE. The
actual total vehicle -hours of SERVICE required under this
Agreement from July 1, 1990 through June 30, 1991 is
estimated to range between 12,000 and 15,000 hours. In no
event may the SERVICE exceed 16,000 hours. Any provision of
SERVICE over 16,000 hours shall only be compensated by the
collection of fares, as specified herein, and CITY shall not
pay for any hours over 16,000, except by written amendment
to this Agreement, executed by both parties.
6. Claims for SERVICE. CONTRACTOR shall submit
claims for payment along with the Monthly Service Report,
driver's daily logs and documentation of claim in the form
and number required by CITY, within 15 days of the end of
each month during which SERVICE was provided. Subject to
acceptance and approval by CITY, payment will normally be
made within 30 days of approval.
1_]
TBM/WP/AGR11290� •
7. Permits and Licenses. CONTRACTOR shall secure
and maintain all permits and licenses required by law for
the execution of SERVICE under this Agreement.
8. Marketing. CONTRACTOR shall promote SERVICE
to eligible riders. Marketing may consist of flyers
distributed to potential patrons at shopping areas and
meeting places or mailed to residences, local newspaper
advertisements, verbal presentations, posters in and on.the
vehicles or other means, all of which are subject to review
by CITY and Los Angeles County Director of Public Works
hereinafter, referred to as "DIRECTOR". All vehicles in
service shall prominently display the City's transit logo.
is Marketing costs shall be financed by CONTRACTOR. All
promotional material specifically disseminated to the
0
unincorporated areas shall include the following: "This
service is financed through funds provided by the County of
Los Angeles." All other material shall include the
following: "This service is financed through funds provided
by the City -of Santa Clarita."
9. Liability and Insurance.
A. With the exception of the CONTRACTOR'S or
subcontractor's implementation or application of the CITY'S
random drug and alcohol.abuse testing program (Appendix A),
CONTRACTOR shall indemnify, defend and hold harmless CITY
and COUNTY, their officers, agents and employees, from and
-5-
TBM/WP/AGR11290 • •
• against any and all liability, expense, including defense
costs and legal fees and claims for damages of any nature
whatsoever, including but not limited to bodily injury,
death, personal injury or property damage arising from or
connected with CONTRACTOR'S maintenance of equipment or its
operations of service hereunder, or the operations of
services of subcontractors hereunder, including any workers'
compensation suits, liability, or expense arising from or
connected with service performed by or on behalf of
CONTRACTOR'S subcontractors by any person pursuant to this
Agreement.
B. Without limiting CONTRACTOR'S
• indemnification of CITY and COUNTY, the CONTRACTOR shall
provide and maintain at its own expense during the term of
this Agreement the following program(s) of insurance
covering its operation hereunder. Such insurance shall be
provided by insurers satisfactory to CITY and COUNTY and
evidence of such programs satisfactory to CITY and COUNTY
shall be delivered to CITY and COUNTY on or before the
effective date of this Agreement. Such evidence shall
specifically identify this Agreement and shall contain
express conditions that CITY and COUNTY be given written
notice at least 45 days in advance of any modification or
termination of any program of insurance.
•
TBM/WP/AGR11290 • 4)
(1) Liability. Such insurance shall be
primary to and not contributing with any other insurance
maintained by CITY and COUNTY and shall name CITY and
COUNTY and its officers, agents and -employees as
additional insureds while acting within the scope of
their duties but only as to work performed by CONTRACTOR
or subcontractor under this Agreement. Such insurance
shall include but not be limited to:
(i) General Liability insurance
endorsed for contractual, independent contractor,
broad form property damage and personal injury with
a combined single limit of not less than $1,000,000
• per occurrence.
(ii) Automobile Liability insurance
endorsed for all owned and non -owned vehicles with
a combined single limit of not less than $3,000,000
ri
U
per occurrence.
(2) Workers' Compensation. A program of
workers' compensation insurance in an amount and form to
meet all applicable requirements of the Labor Code of
the State of California, by or on.behalf of CONTRACTOR
and all risks to such person under this Agreement. A
certificate evidencing such insurance coverage shall be
filed with the CITY and COUNTY prior to CONTRACTOR'S
commencement of work hereunder.
-7-
TBM/WP/AGR11290
1J
(3) Subcontractor. Insurance
requirements stated above apply to all subcontractors as
well as CONTRACTOR.
(4) Failure to Procure Insurance.
Failure on the part of CONTRACTOR to procure or maintain
required insurance shall constitute a material breach of
contract upon which CITY may immediately terminate this
Agreement or, at its discretion, procure or renew such
insurance and pay any and all premiums in connection
therewith, and all monies so paid by CITY shall be
repaid by CONTRACTOR to CITY upon demand or CITY may
offset the cost of the premiums against any monies due
to CONTRACTOR from CITY.
10. Independent Contractor Status. This Agreement
is by and between the CITY and CONTRACTOR and is not
intended, and shall not be construed;.to create the
relationship of agent, servant, employee, partnership, joint
venture, or association, as between CITY and CONTRACTOR.
CONTRACTOR understands and agrees that all persons
furnishing services to CITY and COUNTY pursuant to this
Agreement are, for purposes of Workers' Compensation
liability, employees solely of CONTRACTOR and not of CITY
and COUNTY.
CONTRACTOR shall bear the sole responsibility and
liability for furnishing Workers' Compensation benefits to
0
TBM/WP/AGR1129010
0
0 any person for injuries arising from or connected with
services performed on behalf of CONTRACTOR pursuant to this
Agreement.
11. Termination of Agreement.
A. CITY reserves the right to terminate this
Agreement for any reason, at.any time during its term, upon
30 days prior written notice to the CONTRACTOR without
further liability of any sort.
B. CITY shall further have the right to
terminate this Agreement in its entirety and all rights
ensuing therefrom immediately upon the occurrence of the
following:
0 (1) The occurrence of any act which
operates to deprive CONTRACTOR of the rights, powers,
licenses, permits and authorities necessary for the
proper conduct and operation of the activities
authorized herein for a period of 30 days, or the filing
by or against CONTRACTOR of any petition in bankruptcy,
or any reorganization or operator pursuant to Chapter 10
or 11 of the Bankruptcy Act; provided, however, that any
attempt upon the part of CONTRACTOR to make an
assignment for the benefit of creditors shall constitute
a breach of this Agreement and, thereupon, this
Agreement shall -become null and void and no right
0
TBM/WP/AGR11290 •
•
0 granted or conferred by this Agreement shall pass under
said attempted assignment.
(2) The abandonment or discontinuance by
CONTRACTOR of any SERVICE herein designated by any act
or acts of CONTRACTOR without the prior written consent
of CITY.
(3) Any persistent violation on the part
of CONTRACTOR'S agents, servants or employees of the
traffic rules and regulations of the State of California
or disregard of the safety of persons using CONTRACTOR'S
vehicles, upon failure or refusal on the.part of
CONTRACTOR to correct the same forthwith after notice
• from CITY to do so.
(4) The failure by CONTRACTOR to keep,
n
U
perform and observe any of the covenants, conditions and
terms of this Agreement to be kept, performed or
observed.
(5) Failure on the part of CONTRACTOR to
maintain the quality of SERVICE required by the terms of
this Agreement including, but not limited to, any
cessation or diminution of any reason whatsoever to
maintain in its employ the personnel necessary to keep
said SERVICE in operation and available for transporting
passengers.
-10-
TSM/WP/AGR11290 • .
• (6) Failure to maintain the whole, or
any portion, of CONTRACTOR'S vehicle equipment, other
equipment or facilities in a manner satisfactory to
CITY.
C. In the event CITY terminates this
Agreement as hereinabove provided, CONTRACTOR will be paid
for the pro rata share of the SERVICE performed to the time
of cancellation of the Agreement. If cancellation is due to
any of the reasons specified in Subsection ll(B), such
payment will be reduced by any damages caused by CITY by
acts of CONTRACTOR causing the cancellation. CONTRACTOR in
having tendered a bid, shall be deemed to have waived any
•
and all claims
for
damages because of cancellation of
Agreement for
any
such reason.
0
12. Employment of Aliens. CONTRACTOR warrants
that it fully complies with all laws regarding employment of
aliens and others, and that all its employees performing
services hereunder meet the citizenship or alien status
requirements contained in Federal and State statutes and
regulations including, but not limited to, the Immigration
Reform and Control Act of 1986 (P.L. 99-603). CONTRACTOR
shall obtain; from all covered employees performing services
hereunder, all verification and other documentation of
employment eligibility status required by Federal statutes
and regulations as they currently exist and as they may be
-11-
TSM/WP/AGR11290 •
0
• hereafter amended. CONTRACTOR shall retain such
documentation for all covered employees for the period
prescribed by law. CONTRACTOR shall indemnify, defend, and
hold harmless, the CITY and COUNTY, their officers and
employees from employer sanctions and any other liability
which may be assessed against CONTRACTOR, CITY or COUNTY or
both in connection with any alleged violation of Federal and
State statutes or regulations pertaining to the eligibility
for employment of person performing services under this
Agreement.
13. Safety Program. CONTRACTOR shall provide
regular and continuous formal safety instruction for all
•
operating personnel
assigned to perform
any
activities under
this Agreement, and
said -personnel shall
be
required to
•
attend regularly scheduled safety meetings at least three
times per year.
14. Unforeseen Conditions. CONTRACTOR shall be
excused from performance hereunder during the time and to
the extent that it is prevented from performing in the
customary manner by forces of nature, fire, strikes, loss of
funding, or commandeering of materials, products, plants or
facilities by the Government, when satisfactory evidence
thereof is presented to CITY.
-12-
TBM/WP/AGR112900 i
0
B. CONTRACTOR shall implement the drug and
alcohol abuse testing program specified in Appendix A.
16. Record Keeping, Reporting and Auditing.
CONTRACTOR shall provide access to daily ridership logs and
other operational records for SERVICE deemed necessary by
DIRECTOR, and shall provide copies of same upon specific
request by DIRECTOR. CONTRACTOR shall report monthly the
ridership for both the incorporated and the unincorporated
-13-
15. Personnel and operations.
A. All personnel assigned to perform SERVICE
under this Agreement shall be subject to the continuous
approval of CITY and CONTRACTOR. Employment and
compensation of such personnel shall be in accordance with
all applicable Federal, State and local ordinances and laws.
Such personnel shall treat passengers in a courteous manner,
be clean and neatly dressed and be trained in the handling
of elderly and handicapped individuals. CITY shall have the
right to have authorized CITY personnel board any SERVICE
vehicle for the purpose of monitoring SERVICE or inspecting
vehicle. CONTRACTOR shall have.the right to refuse any or
•
all passengers if passenger activity will in any way impair
the safe operation of any vehicle operating under SERVICE.
No person shall on the basis of ethnic group
identification, religion, sex, or color be unlawfully
subjected to discrimination under SERVICE.
0
B. CONTRACTOR shall implement the drug and
alcohol abuse testing program specified in Appendix A.
16. Record Keeping, Reporting and Auditing.
CONTRACTOR shall provide access to daily ridership logs and
other operational records for SERVICE deemed necessary by
DIRECTOR, and shall provide copies of same upon specific
request by DIRECTOR. CONTRACTOR shall report monthly the
ridership for both the incorporated and the unincorporated
-13-
TBM/WP/AGR112900
•
0 areas to DIRECTOR. CONTRACTOR shall keep records of all
0
operating costs of -SERVICE in accordance with strict
accounting procedures. All reportable (as defined by law)
accidents involving SERVICE equipment or personnel while
operating with CITY or COUNTY passengers shall be
immediately reported to DIRECTOR. CONTRACTOR shall maintain
such operating and fiscal records as necessary to comply
with Los Angeles County Transportation Commission
Proposition A requirements and procedures and shall maintain
all records on file for a minimum of three years following
the close of each fiscal year of SERVICE.
CONTRACTOR shall cooperate with CITY should CITY
desire an audit at any time during the effectiveness of this
Agreement.
If, at any time during the term of this Agreement
or at any time up to three years after the expiration or
termination of this Agreement, authorized representatives of
CITY conduct an audit of SERVICE and if such audit finds
that CITY'S dollar liability for such SERVICE is less than
payments made by CITY to CONTRACTOR, then CONTRACTOR agrees
that the difference shall be either: (1) repaid forthwith by
CONTRACTOR to CITY by cash payment, or (2) at CITY'S option,
credited against any future payments hereunder to
CONTRACTOR. If such audit finds that CITY'S dollar
liability for SERVICE is more than payments made by CITY to
-14-
0
TBM/WP/AGR11290•
•
CONTRACTOR, then the difference shall be paid to CONTRACTOR
by CITY by cash payment.
17. Equipment Requirements. CONTRACTOR shall
service its vans at the prescribed intervals and levels of
maintenance specified in the manufacturer's service manuals
as required for warranty purposes and as otherwise necessary
to maintain them mechanically sound and in good, clean and
safe condition. CONTRACTOR shall continue to keep
maintenance and operating service records and to provide
access tosaidrecords and copies of same upon request by
CITY. Copies of all maintenance service records are to be
given to CITY, at such time as SERVICE is terminated.
18. Liquidated Damages. Notwithstanding any other
provision of this Agreement, including paragraph 5, if
CONTRACTOR fails to meet the performance standards set forth
in Appendix B, CITY shall be damaged and entitled to offset
any amount owing to CONTRACTOR, for each hour of failure, up
to the amount of such damage. The amount of such damage
would be difficult or impossible to ascertain; therefore,
the liquidated damage, and not a penalty, for such failure
is hereby determined to be $12.53 per hour of such failure.
-15-
TBM/WP/AGR112900
IN WITNESS WHEREOF, the parties hereto have caused
this Agreement to be executed by their respective officers
duly authorized on the date hereinabove noted.
CITY OF SANTA CLARITA
By
Mayor
ATTEST:
By:
City Clerk
APPROVED AS TO FORM:
By
City Attorney
SANTA CLARITA VALLEY
COMMITTEE ON AGING CORP.
By
President
By
Secretary
-16-
TBM/WP/AGR11290• •
0 APPENDIX B
SANTA CLARITA VALLEY PARATRANSIT SERVICE
SERVICE Requirements
(1) Handicapped and Elderly SERVICE.
The Paratransit operating hours of SERVICE shall be
from 6 a.m. to 6 p.m., Monday through Friday; and
from 9:00 a.m. to 5:00 p.m, on Saturday. Wheel-
chair service is available by 24-hour advance
reservation only. SERVICE will not operate on the
following six major Holidays: New Year's Day,
Memorial Day, Independence Day, Labor Day,
Thanksgiving Day and Christmas Day. A minimum
twenty -four-hour advance reservation shall normally
be required to schedule rides; however, same-day
SERVICE shall be provided subject to availability
of capacity. Every effort shall be made to pick up
patrons not earlier than 20 minutes before and not
later than 20 minutes after the scheduled pickup
time. CONTRACTOR will provide backup SERVICE to
patrons in emergency situations when deemed
necessary by CONTRACTOR to satisfy needs and avoid
•
-1-
TBM/WP/AGR11290 •
0 disruption of normal SERVICE, at no additional cost
to CITY. Group rides shall be emphasized and
encouraged. SERVICE shall be restricted to elderly
(60 years and older) and eligible handicapped
persons and their escorts. Eligible handicapped
persons are persons who by reason of physical or
mental disabilities cannot reasonably use
conventional transportation. CONTRACTOR and -CITY
shall determine eligibility of patrons and
CONTRACTOR shall maintain appropriate records
(including Applications for Eligibility, Roster of
Eligible Riders, etc.) and take any actions
. necessary to ensure that only eligible patrons use
SERVICE .
9
(2) General Public SERVICE.
The Dial -a -Ride operating hours for the general
public shall be from 6 p.m. to 9 p.m., Monday
through Friday. SERVICE will not operate on the
six major holidays described in subsection (a) of
this Exhibit B. Reservations, pick-ups, group
rides shall be handled as provided in subsection
(a) of this Exhibit B.
-2-
0
TSM/WP/AGR11290 .
SERVICE Area
SERVICE shall be.provided in the Santa Clarita Valley within
the SERVICE areas identified on the attached map (Appendix
C).
Service to Olive View Medical Center:
Routing:
The line shall operate from the Senior Center to the Olive
View Medical Center, then to Newhall Avenue, San Fernando
Road, Antelope Valley Freeway, Golden State Freeway,
Foothill Freeway, Roxford Street, and Olive View Drive to
the Medical Center. Stops shall be made only at the Senior
Center and the Medical Center
Frequency and Span:
This is a once a week schedule to run three times per day.
The estimated running time is one hour. The round trip
distance of the line is approximately 24.0 miles.
-3-
TSM/WP/AGR1129�
F-1
L
• The schedule shall.include departures from the terminal at
9:00 AM, 11:00 AM and 3:00 PM with corresponding departures
from the Olive View Medical Center 30 minutes later.
SERVICE Performance Standards
CONTRACTOR shall conduct all SERVICE as to comply with the
following standards:
(a) Offer with a pick-up to delivery time of 60 minutes
or less for at least 750 of eligible users.
• (b) Experience no more than 10 accidents per 100,000
total miles operated.
(c) Operated at least 95% of trips on-time (20 minutes
early to 20 minutes late).
(d) Generate at least 3.O boarding passenger per
vehicle service hour for the general public
service.
11
0
•
TBM/WP/AGR112909
0
(e) Generate at least 2.5 boarding passenger per
vehicle service hour for the elderly and
handicapped.
(f) Offset at least 5 percent of its operating costs
from passenger revenue.
Q1C
1f
• Casa iG► ,
r
M
� r
�I- �tr�rrl
SANTA CLARITA
PARATRANSIT AND DIAL A RIDE
SERVICE AREA
40PPENDIX c
S.augtlS
Va 1
uncia. ,
Ca ny&7
CounLyy„
,tit
,t
*t
tit
I '
J% i
ItWit SEbVICE AREA BOUNDRY ►+��
♦'� CITY OF SANTA CLARITA BOUNO.�.r�.