HomeMy WebLinkAboutSR - R26890 - El Paseo Courtesy Cart SvcPALM DESERT REDEVELOPMENT AGENCY
STAFF REPORT
REQUEST: AUTHORIZATION OF A ONE-YEAR CONTRACT (CONTRACT NO.
R26890 ) WITH RITE RATE BUSINESS SOLUTIONS FOR THE
OPERATION OF THE EL PASEO COURTESY CART SERVICE.
SUBMITTED BY: RUTH ANN MOORE, ECONOMIC DEVELOPMENT MANAGER
CONTRACTOR: RITE RATE BUSINESS SOLUTIONS
141 SANDPIPERS
PALM DESERT, CA 92260
DATE: AUGUST 9, 2007
CONTENTS: CONTRACT NO. R 26890
RITE RATE BID
Recommendation:
By Minute Motion, that the Agency Board:
1. Authorize a one-year contract with Rite Rate Business Solutions for an
amount of $182,000 for operation of the El Paseo Courtesy Cart service for
an 11-month period commencing September 1, 2007, through July 31, 2008;
2. Authorize the Finance Director to set aside the total amount of $18,200 as ten
percent (10%) contingency (use of contingency requires additional action);
3. Authorize an additional $10,000 for operation of the carts for City and El
Paseo special events;
4. Authorize an additional $10,000 for preventative maintenance and repairs to
the vehicle; and
5. Authorize Chairman to execute said contracts.
Funds are available in Account Number 850-4416-414-3681.
Executive Summary:
Acceptance of the staff's recommendation will allow for a new contract for the operation of the
El Paseo Courtesy Cart program with Rite Rate Business Solutions, the current operators of the
program. The contract is for one year and allows for extension of two additional years with the
Agency's approval.
GUda\Beth Longman\Staff Reports\RAMoore�Approve Court Cart Cntrct 07-08 doc
Staff Report
El Paseo Courtesy Shuttle Contract (Contract No. R 26890
Page 2 of 2
August 9, 2007
Discussion:
The El Paseo Courtesy Carts began operation in September of 2004 with one cart, five days per
week. Over the next two years, two additional carts were added and the service was extended
to seven days per week. The program has been well received by merchants and customers
alike. Many cities have inquired about the program for their shopping districts including cities in
California, Washington, Oregon and Illinois. The carts have been highlighted in local media and
a German magazine that featured Fashion Week on El Paseo. The El Paseo Business
Improvement District features the program in all advertising including magazine, radio, television
and the street -wide directories at no additional cost to the Agency.
Per ordinance requirement, the contract was put out for bid after three years in July 2007. The
request for proposal was advertised in the local newspaper and posted both at City Hall and on
the website. Two companies pulled papers to bid, but only one bid was received, Rite Rate
Business Solutions.
Last year, Rite Rate Business Solutions operated the program at a cost of $29.26 per hour. The
new bid for 2007-2008 is for $30.40, a 3.9% increase that runs with the Cost of Living Index for
the area. The operation is for September 2007 through July 2008, seven days per week. At
least two carts run each day and a third cart is added as traffic increases during season. A
breakdown of the schedule is attached to the contract.
The additional operation fund of $10,000 is used for running the carts during special evening
events on the street and as needed at any City events. Authorization of carts for special events
must be approved by Agency staff prior to the event.
The additional maintenance fund of $10,000 is used for preventative maintenance for batteries
and repairs to the carts through the season and must also be authorized by staff.
Staff has found Rite Rate Business Solutions to be a very viable company to operate the
Courtesy Cart program and recommends Agency approval on the above motion.
Su ' ed y:
4th A 4Mo o ri
Economic Develop ent Manager
Approval:
McCarthy
M
Carlos L. Ort a
Executive Director
G:\rda\Beth Longman\Staff Reports\RAMoore\Approve Court Cart Cntrct 07-08.doc
kul S. Gibson
Director of Finance
�C BY RDA
ON _Cl
VERIFIED BY
Original on file with City Clerk's Office
Contract No. R 26890
AGREEMENT FOR SERVICES TO OPERATE
THE EL PASEO COURTESY CART SERVICE
1 SEPTEMBER 2007 THROUGH 6 JULY 2008
This Agreement dated August 9, 2007, is entered into between the Palm Desert
Redevelopment Agency (AGENCY) and Rite Rate Business Solutions,
(CONTRACTOR), for the operation of the El Paseo Courtesy Cart in fixed -route public
transit service within the City of Palm Desert. This Agreement shall cover the period
beginning on September 1, 2007, and ending on July 31, 2008.
Background: The Agency desires that CONTRACTOR operate the El
Paseo Courtesy Cart along a fixed route within the City of Palm
Desert during the contract period. The CONTRACTOR will provide
these services while operating three (3) Neighborhood Electric
Vehicles (NEV) owned by the Palm Desert Redevelopment Agency.
The courtesy cart services are offered free of charge to the general
public and shoppers on El Paseo, and the CONTRACTOR shall
neither charge for services nor solicit tips in any manner for the
services.
2. Vehicle Operation: Vehicles shall be in regular service seven days per
week in accordance with the attached Schedule: 10:00 a.m.
through 6:00 p.m. daily between 1 September 2007 and 6 July
2008 (days subject to change by the Agency), including holidays
except Christmas Day and Thanksgiving Day. Vehicles will be
permitted to be out of service for one half-hour plus two 15-minute
breaks during each eight -hour operating period. No breaks shall be
taken consecutively. At direction of the Agency, more hours may
be added to the schedule described herein, or may be reduced
from this schedule. In the event that the number of hours is
changed, the contract amount will be adjusted accordingly by
application of the unit rates contained in the CONTRACTOR's
Proposal. The Agency retains the right to increase, decrease, or,
with thirty (30) days' notice, to suspend or cancel the service for
any period at any time.
The CONTRACTOR shall provide neatly -attired professional drivers
whose appearance is appropriate for the context in which they will be working (company
golf shirts, for example).
3. Vehicle Maintenance: CONTRACTOR shall perform all routine
preventative maintenance on the vehicles in accordance with the
manufacturer's recommendations. The regular preventative
maintenance items shall include labor and fluids as required.
CONTRACTOR will also perform routine safety inspections every
fourteen days during the term of this Agreement. All routine
maintenance costs based on vehicles are included in this
Agreement. If extraordinary repairs become necessary,
CONTRACTOR will meet with the Redevelopment Agency to
determine if costs of repairs will be borne by the Agency, if
substitute vehicles might be used, or other options should be
Contract R 26890
explored. Cost of vehicle preventative maintenance shall be
carried in CONTRACTOR's lump sum price for courtesy cart
operation. Any extraordinary repair costs will be paid by the
CONTRACTOR and reimbursed through billings attached to the
monthly invoices.
4. Fees and Payment: Payment to CONTRACTOR will be made as follows:
A. Operation of the El Paseo Courtesy Cart Service: $181,913.60
yearly for the cost of operating the courtesy cart service as described in the
contract documents. Vehicle hours include routine cart service, "dead head"
hours, and any layover time requiring a vehicle operation. Adjustments to
compensation will be paid at the unit rates of $30.40 per vehicle hour straight
time and $35.91 per vehicle hour overtime for additional or reduced NEV
operation requested by the Redevelopment Agency beyond the following
schedule: Vehicles will run in accordance with the attached Schedule.
B. Cleaning of the vehicles: The NEVs will also have their interiors
cleaned on a daily basis and will have their exteriors washed on a weekly basis.
The cost of these services will be carried in CONTRACTOR's lump sum price for
courtesy cart operation.
C. Insurance: Prior to the beginning of and throughout the duration of
the Work, CONTRACTOR will maintain insurance in conformance with the
requirements set forth below. CONTRACTOR will use existing coverage to
comply with these requirements. If that existing coverage does not meet the
requirements set forth here, it will be amended to do so. CONTRACTOR
acknowledges that the insurance coverage and policy limits set forth in this
section constitute the minimum amount of coverage required. Any insurance
proceeds available to AGENCY in excess of the limits and coverage required in
this agreement and which is applicable to a given loss, will be available to
AGENCY.
Indemnity for liability: The AGENCY, as registration holders and
maintainers of the vehicles, will insure the vehicles against damage or loss and
also provide vehicle liability coverage indemnifying the CONTRACTOR against
damages that might occur which are beyond the control of the driver or result
from mechanical failure. The CONTRACTOR will be required to hold the
AGENCY harmless and endorse their liability insurance with the AGENCY as an
additional insured to protect against damages that might occur as a result of
driver error, which would include failure to follow established safety guidelines.
CONTRACTOR shall indemnify, protect, defend and hold harmless the
AGENCY, its officials, employees, agents and representatives from and against
any and all losses, liabilities, damages, costs, and expenses, including attorney's
fees and costs to the extent same are caused in whole or in part by any negligent
2
G:\rda\Beth Longman\Business Support\Courtesy Cart Contract 07-08.doc
Contract R 26890
or wrongful act, error, or omission of the CONTRACTOR, its employees or
subcontractors in the performance of services under this agreement.
CONTRACTOR shall provide the following types and amounts of
insurance:
a. General liability — CONTRACTOR shall provide Commercial General
Liability Insurance using Insurance Services Office "Commercial General
Liability" policy form CG 00 01 11 85 or the exact equivalent with limits of
no less than $1,000,000 per occurrence for all covered losses and
$2,000,000 general aggregate. This insurance shall be primary and non-
contributing insurance for work performed. Contractor agrees to endorse
general liability coverage required here to include as additional insureds
the AGENCY, its officials, employees and agents. Contractor also agrees
to require the same provision of all subcontractors, joint ventures or other
parties engaged by or on behalf of Contractor in relation to this
agreement. Contractor agrees to provide evidence of the insurance
required herein, satisfactory to AGENCY, consisting of: a) certificate(s) of
insurance evidencing all of the coverages required and b) an additional
insured endorsement to Contractor's general liability policy using
Insurance Services Office form CG 20 10 11 85 or the exact equivalent
approved by the AGENCY.
b. Workers' compensation and employer's liability — CONTRACTOR
shall provide Workers Compensation and Employer's Liability Insurance
on a state -approved policy form providing statutory benefits as required by
law with employer's liability limits no less that $1,000,000 per accident or
disease.
D. Payments: CONTRACTOR shall invoice the AGENCY by the
fifteenth of each calendar month for the preceding month's fees. Terms of the
invoices shall be net thirty days.
5. Other: CONTRACTOR shall make available Redevelopment Agency and City
information in the NEVs. The Agency shall furnish brochures and printed literature in
adequate quantities such that CONTRACTOR can restock the information carried in the
vehicles on an as -needed basis.
CONTRACTOR shall not charge persons wishing to use the courtesy cart
service, nor shall the driver solicit tips in any matter. Use of a tip basket is expressly
forbidden.
Driver shall be subject to review and approval by the Redevelopment Agency.
Drivers will be required to be able to answer questions and give information regarding
the City of Palm Desert, and its history, in a courteous and helpful manner. At the
3
G:\rda\Beth Longman\Business Support\Courtesy Cart Contract 07-08.doc
Contract R 26890
request of the Agency, CONTRACTOR shall replace any driver found lacking in
professionalism or courtesy, or not presenting him/herself in a neat and professional
manner while on duty.
Driver shall be responsible for retrieving NEV from the Agency -supplied storage
location and for returning the NEV there at the end of each shift. Driver will also be
responsible for recharging the vehicle and promptly reporting any malfunctions of either
the vehicle or the recharging apparatus maintained at the storage location.
CONTRACTOR is responsible for providing all cleaning materials needed to
maintain the exterior and interior of the vehicles in a like -new condition.
IN WITNESS WHEREOF the parties hereto have executed or caused to be
executed by their duly authorized officials, this Agreement which shall be deemed an
original on the date first above written.
PALM DESERT REDEVELOPMENT RITE RATE BUSINESS SOLUTIONS
AGENCY
IN
Attest:
Richard S. Kelly, Chairman
Rachelle D. Klassen, Secretary
Approved as to form:
David J. Erwin, City Attorney
4
G:\rda\Beth Longman\Business Support\Courtesy Cart Contract 07-08.doc
Attest:
Title
Signature
Title
Contract No. R 26890
SCHEDULE
M-S = Monday thru Sunday
W-S = Monday thru Saturday
September
day wk
October
day
wk
November
day
wk
December
day
wk
Days
hrs hrs
Days
hrs
hrs
Days
hrs
hrs
Days
hrs
hrs
CC1
M-S
8 56
CC1 M-S
8
56
CC1
M-S
8
56
CC1
M-S
8
56
CC2
M-S
8 56
CC2 M-S
8
56
CC2
M-S
8
56
CC2
M-S
8
56
CC3
W-S
0 0
CC3 W-S
8
32
CC3
W-S
8
32
CC3
W-S
8
32
16 112
24
144
24
144
24
144
January
day wk
February
day
wk
March
day
wk
April
day
wk
Days
hrs hrs
Days
hrs
hrs
Days
hrs
hrs
Days
hrs
hrs
CC1
M-S
8 56
CC1 M-S
8
56
CC1
M-S
8
56
CC1
M-S
8
56
CC2
M-S
8 56
CC2 M-S
8
56
CC2
M-S
8
56
CC2
M-S
8
56
CC3
W-S
8 32
CC3 W-S
8
32
CC3
W-S
8
32
CC3
W-S
8
32
24 144
24
144
24
144
24
144
May
day wk
June
day
wk
July
day
wk
August
day
wk
Days
hrs hrs
Days
hrs
hrs
Days
hrs
hrs
Days
hrs
hrs
CC1
M-S
8 56
CC1 M-S
8
56
CC1
M-S
8
32
CC1
M-S
0
0
CC2
M-S
8 56
CC2 M-S
8
56
CC2
M-S
0
0
CC2
M-S
0
0
CC3
W-S
8 32
CC3 W-S
0
0
CC3
W-S
0
0
CC3
W-S
0
0
24 144
16
112
8
32
0
0
DAYS OF
OPERATION
MONTHS OF OPERATION
Monday
2 Carts
September
2 Carts
Tuesday
2 Carts
October
3 Carts
Wednesday
3 Carts
November
3 Carts
Thursday
3 Carts
December
3 Carts
Friday
3 Carts
January
3 Carts
Saturday
3 Carts
February
3 Carts
Sunday
2 Carts
March
3 Carts
April
3 Carts
May
3 Carts
June
2 Carts
July
1 Cart (thru July 4th)
August
0 Carts
G/RDA/BETH LONGMAN/BUSINESS SUPPORT/RFPS BID POSTINGS/COURTESY CART SCH 2O07 XLS
CONTRACTOR'S PROPOSAL
TO: PALM DESERT REDEVELOPMENT AGENCY
DATE: u.l11I � , 2�'7
�r
-y�
BIDDER: 1A�E,- BIAS QF—LC "CONTRACTOR"
The UNDERSIGNED, CONTRACTOR, having carefully examined the Contract
Documents for the operation of the El Paseo Courtesy Cart, hereby proposes to
provide the services in accordance with the Contract Documents, including
Addenda Nos. for the amount stated in this Proposal.
By submitting this Proposal, CONTRACTOR agrees with Agency:
1. That unless withdrawn in person by CONTRACTOR or some person
authorized in writing by CONTRACTOR — not by telephone or telegram — before
the time specified in the Notice Inviting Bids for the public opening of bids, this
Proposal constitutes an irrevocable offer for ninety (90) calendar days after that
date.
2. The Agency has the right to reject any or all Proposals and to waive
any irregularities or informalities contained in a Proposal.
3. That award of the contract shall be authorized only by the governing
body of Agency.
4. To submit to Agency such information as Agency may require to
determine the Bidder's financial standing experience and to perform the work.
CONTRACTOR'S PROPOSAL
G:Vda\Beth Longman0usiness Support\RFPs 3 Bid Posungs0id Docs-0per NEVs 2007.doc
CONTRACTOR'S PROPOSAL FOR
EL PASEO COURTESY CART OPERATION SERVICES
Item Item Description Qty Units Unit Cost Total
No.
1 Hourly rate for STRAIGHT TIME 1
Cost per
$
operation of a single NEV either on the
STRAIGHT TIME
Schedule prescribed in the contract, or
hour including all
an alternate schedule, as directed by
overhead benefits
q:U.--3ffl.
CO��
the Redevelopment Agency
and profits
2 Hourly rate for OVERTIME operation of 1
Cost per
$
a single NEV either on the Schedule
OVERTIME hour
prescribed in the contract, or an
including all
�J
alternate schedule, as directed by the
overhead benefits
Redevelopment Agency
and profits
3 Daily cost for operation of a single NEV 1
Cost per day
$
according to the Schedule prescribed
including all
in the contract, or on an alternate
benefits, overhead3•
schedule, as directed by the
and profit
(1611g13,ioo
Redevelopment Agency
By signing the proposal below, Bidder acknowledges that the unit costs described
above may be used to either increase or decrease the contract value in instances where
the Agency requests that the CONTRACTOR operate the NEVs for either more or fewer
hours that described in the operating scheduled in the contract documents. \
TOTAL YEARLY AMOUNT BASE BID IN FIGURES $
TOTAL YEARLY AMOUNT BASE BID IN WORDS DNS I&IM" DIC��iT ONE,
N (QED Tk O� `� II J Doi /�f2,� AN
I Ty CJ` T<5,
In witness whereof, CONTRACTOR executed this proposal as of date set forth
above, by:
yIvgnature
ba,I0T)k 69-Ay - ONAJ PICV-
Print Name and Title
CONTRACTOR'S PROPOSAL
G'Vda\Belh Longman\Business Support\RFPs & Bid Postings\B&d Docs-Open NEVs 2007.doc
(NO BID WILL BE CONSIDERED UNLESS THIS DOCUMENT IS COMPLETED IN FULL. ALL
APPLICABLE ITEMS MUST BE FILLED OUT)
INFORMATION REQUIRED OF BIDDER
The bidder is required to supply the following information. Additional sheets may be
attached if necessary.
(1) Firm Name P lTE ��T105 �j�Lt7�,6►�lS
(2) Address PA1,M
(3) Telephone No. 1Oi21?)-Oc6"7 b-iec) ago -fie(,
(4) Type of Firm (Individual, Partnership or Corporation) iKD\Jk0VAL,
(5) Corporation organized under the laws of the State of
(6) Business License No. (An -'�0153 Exp. Date N1A
(7)
(8)
(9)
CONTRACTOR herebyswears under penalty of perjury that this information
provided is true r ect.
B Title:
�SignSiOr CONTRACTOR
List the names a addresses of all owners of the firm or names and titles of all
officers of the cor oration:
I�IVDPr Clay -. PaU-SIq0,r e-40 GaAV - 0P1T TV7,JQ ',J,P.
-reiu� S��c�—U-�iN�c,E �l,Q. Dr�e,1� �y � M��►�r•�-, J•P,
Number of years' experience as a provider of transportation services
List at least three references for whom CONTRACTOR has performed
transportation services recently:
1. Reference Name &DY L CAi'2.► JNI ND21NP.oP 6"MWnj Copp
Address
Phone Number AAO S
2. Reference Name MAtzY Sc4V gp= -WTA0MINKV4A N2-
Address /be4m,p I'ncklampl r
Phone Number Q-10) 0)-b - rl� 1
3. Reference Name C-AaDAc,)k*t% -60A SCERAw
Address bligllwbf CJ0A"MAi13 C191P,
Phone Number 3►—101410
INFORMATION REQUIRED OF BIDDER
G VdalBeth LongmankBustness SupporI RFPs & Bid Postmgs0d Docs-Open NEVs 2007 doc