Loading...
HomeMy WebLinkAboutR29970 - Operation of El Paseo Courtesy CartsPALM DESERT REDEVELOPMENT AGENCY STAFF REPORT REQUEST: AUTHORIZE AWARD OF CONTRACT NO. R29970 TO RITE RATE BUSINESS SOLUTIONS FOR THE OPERATION OF THE EL PASEO COURTESY CARTS SUBMITTED BY: Ruth Ann Moore, Economic Development Manager CONTRACTOR: Rite Rate Business Solutions 141 Sandpipers Palm Desert, CA 92260 DATE: July 8, 2010 CONTENTS: Contract No. R29970 Rite Rate Bid Proposal & Qualifications Other Bidder Proposal & Qualifications Recommendation By Minute Motion: 1. Reject the bid from Mobile Solutions as nonresponsive; 2. Authorize the award of Contract No. R29970 in the amount not -to - exceed $163,000 for the yearly operation and maintenance of the El Paseo Courtesy Carts ($158,000 yearly operations and $5,000 for operations during special events); 3. Authorize an additional $10,000 for maintenance and repairs to the vehicle; 4. Waive any irregularities; and 5. Authorize the Chairman to execute said contracts. Funds in the amount of $173,000 are available in Courtesy Carts, Account No. 850-4416-414-3681. Executive Summary The contract for the operation of the El Paseo Courtesy Cart expired July 4, 2010. Bids for a new contract were sought and opened on June 25, 2010. After review of the bids and contractor's qualifications, Rite Rate Business Solutions is the lowest bidder that Staff Report Award Contact No. R29970 Rite Rate Solutions July 8, 2010 Page 2 of 4 met the qualification criteria outlined in the contractor's proposal. This is a 20 percent discount from the prior year service. Approval of the staff recommendation will award a contract to Rite Rate Business Solutions in the amount not -to -exceed $163,000, which includes $158,000 for standard hourly operations as listed in the attachment to the contract, and $5,000 to be used for special event operations outside standard hourly operations. In addition, $10,000 will be used for maintenance and repairs on an as needed basis. Per the contract, use of the funds for special events operations and repairs requires prior staff approval. Background The El Paseo Courtesy Carts began operation in September of 2004 with one cart; five days per week. In the following 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, in national and international websites, and magazines that featured Fashion Week on El Paseo. The El Paseo Business Improvement District features the program in all advertising including magazine, radio, websites, and the street -wide directories at no additional cost to the Agency. In 2007, the contract was awarded to Rite Rate Business Solutions and extended through July 4, 2010, as allowed by the City ordinance. The 2009/2010 contract called for approximately 6,100 hours of operation at $31.41 per hour, plus special event operation and cart repair and maintenance. Per ordinance requirement, the contract was put out for bid after three years. The notice of bid was advertised in the local newspaper and on the website. The scope of the project includes operation of the carts from September 3, 2010, through July 4, 2011, seven days per week, from 10:00 a.m. to 6:00 p.m., excluding Thanksgiving Day and Christmas Day. The number of carts in operation on any given day varies during the year and is listed in the schedule attached to the contract. Carts are also operated in the evening during special events at an additional overtime hourly rate. All preventative maintenance and upkeep of the carts is included in the hourly bid price. Repairs to carts are reimbursed and only authorized by Agency staff. Base Bid: • Hourly rate (STRAIGHT TIME) for operation of a vehicle as prescribed in the schedule as attached to the contract. Total hours of operation 6,080. • Hourly rate (OVERTIME) for special event operations outside of schedule. • Daily cost for operation of a single vehicle according to the prescribed schedule as attached to the contract. G \rda\Ruth Ann Moore\word data\STAFF REPORTS\EI Paseo Courtesy Cart Award of Contract 10-11.doc Staff Report Award Contact No. R29970 Rite Rate Solutions July 8, 2010 Page 3 of 4 Bid Results: Two bids were received by the required deadline and on June 25, 2010, the City Clerk publicly opened and read bids. Below is a summary of the bids received and attached to this report is a full summary of the bids. Company Name Mobile Solutions — Palm Desert, CA Bid Amount Cost per STRAIGHT TIME hour including all overhead benefits and profits. $ 16.76 Cost per OVERTIME hour including all overhead benefits and profits. $ 23.48 Cost per day including all benefits, overhead, and profits. $134.08 Rite Rate Solutions — Palm Desert, CA Cost per STRAIGHT TIME hour including all overhead benefits and profits. $ 25.98 Cost per OVERTIME hour including all overhead benefits and profits. $ 27.98 Cost per day including all benefits, overhead, and profits. $207.84 Contractor Qualifications: As part of the bid package, the Agency requested that bidders provide a listing of a minimum of three references for which the contractor has performed recent transportation services and a description of those services. The inclusion of contractor qualifications as part of the bid would allow the Agency to ensure that the prospective contractor has experience with this type of specialized work. Evaluation of those qualifications determined that the apparent low bidder, Mobile Solutions does not have direct experience managing a transit operation. Although the owner of Mobile Solutions is currently a driver for the El Paseo Courtesy Carts, he has not supplied the three required references of recent transportation services. Rite Rate Business Solutions was the second lowest bidder. Staff reviewed their qualifications and determined that they met the criteria set forth in the bidding process. Rite Rate Business Solutions currently operates shuttles for Northrop Grumman Corporation and the daily commuter shuttles for the Metro Green Line light rail train. They are the current operators for the El Paseo Courtesy Carts. Staff has consulted with the City Attorney, and he recommends that we award the contract to Rite Rate Business Solutions, the lowest qualified bidder. Fiscal Analvsis Funds are available in the Financial Plan for 2010/2011 in Account No. 850-4416- 414.36-81. The carts carry shoppers throughout the El Paseo Shopping District and G \rda\Ruth Ann Moore\word data\STAFF REPORTS0 Paseo Courtesy Cart Award of Contract 10-11 doc Staff Report Award Contact No. R29970 Rite Rate Solutions July 8, 2010 Page 4 of 4 also to the Visitor Center. This allows shoppers the convenience of not moving their vehicles while visiting the street, which may extend their visit, increase shopping expenditures, and add additional revenues to the General Fund. Submitted By: RA AVM-0-0 I,- q J01-. Paul S. Gibs Approves I. lopment IV f Finance John M/Wohlmuth, Executive Director Department Head: G McCarthy, AC or edevelopment r i il-VIV . SY RDA4�) k ON 9 9-0v VERIFIEI) BY t120 Original on file with City Clerk's, Office G \rda\Ruth Ann Moore\word data\STAFF REPORTS0 Paseo Courtesy Cart Award of Contract 10-11 doc Contract No. R 29970 AGREEMENT FOR SERVICES TO OPERATE THE EL PASEO COURTESY CART SERVICE 3 SEPTEMBER 2010 THROUGH 4 JULY 2011 This Agreement dated July 8, 2010, 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 non -fixed route public transit service within the City of Palm Desert. This Agreement shall cover the period beginning on September 3, 2010, and ending on July 4, 2011. Background: The Agency desires that CONTRACTOR operate the El Paseo Courtesy Cart along a 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 3 September 2010 and 4 July 2011 (days subject to change by the Agency), including holidays except Christmas Day and Thanksgiving Day. Vehicles are 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 26890-2 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: An amount not to exceed $163,000 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 $25.98 per vehicle hour straight time and $27.98 per vehicle hour overtime for additional NEV operation requested by the Redevelopment Agency beyond the following schedule: Vehicles will run in accordance with the attached Schedule, Exhibit A. 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\Monica Loredo\Word\Moore R\Courtesy Cart Contract 10-11.doc Contract R 26890-2 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 insured 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\Monica Loredo\Word\Moore R\Courtesy Cart Contract 10-11.doc Contract R 26890-2 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 Attest: Cindy Finerty, Chairman Rachelle D. Klassen, Secretary Approved as to form: David J. Erwin, City Attorney M M Attest: Title Signature Title G:\rda\Monica Loredo\Word\Moore R\Courtesy Cart Contract 10-11.doc Contract No. R 29970 ATTACHMENTA SCHEDULE OF OPERATION Contract No. September October November December Cart day mo hrs Cant day 0 his Cart day mo hrs Cart day mo hrs No, Days firs day mo No. Days trs day mo No, Days firs day mo No Days Its day mo CC1 M-SN 8 30 240 CC1 M-SN 8 31 248 CC1 M-SN 8 29 232 0 M-SN 8 30 240 CC2 M-SN 8 30 240 CC2 M-SN 8 31 248 CC2 M-SN 8 29 232 CC2 M-SN 8 30 240 CC3 W-SN 0 22 0 CC3 W-ST 8 18 144 CC3 W-ST+1 SN 8 16 128 CC3 W-SN 8 22 176 82 480 80 640 74 592 82 656 January February March April Cart day mo hrs Carl day mo hrs Cat day mo hrs Cart day mo hrs No. Days 11is day mo No. Days hrs day mo No, Days fns day mo No. Days hrs day mo CC1 M-SN 8 31 248 CC1 M-SN 8 28 224 CC1 M-SN 8 31 248 CC1 M-SN 8 30 240 CC2 M-SN 8 31 248 CC2 M-SN 8 28 224 CC2 M-SN 8 31 248 CO2 M-SN 8 30 240 CC3 W-SN 8 22 176 CC3 W-SN 8 20 160 CC3 W-SN 8 22 176 CC3 W-SN 8 18 144 84 672 76 608 84 672 78 624 May June July August Cart day mo firs Cart day mo hrs Cart day mo In Cart day mo hrs No. Days hrs day mo No. Days W day mo No. Days trs day mo No. Days hrs day mo CC1 M-SN 8 31 248 CC1 M-SN 8 30 240 CC1 M-SN 8 4 32 CC1 ST-SN 0 0 0 CC2 M-SN 8 31 248 CC2 M-SN 8 30 240 CC2 M-SN 0 0 0 CC2 M-SN 0 0 0 CC3 W-ST 8 16 128 CC3 W-ST 0 18 0 CC3 W-ST 0 0 0 CC3 W-SN 0 0 0 78 624 78 480 4 31 0 0 MONTHS OF OPERATION M - SN = Monday thru Sunday TOTAL HOURSIYEAR 6,080 Month No. of Carts W- ST = Wed thru Saturday September 2 W- SN = Wed thru Sunday October 3 ST - SN = Saturday thru Sunday November 3 * off on Thanksgiving Day December 3 * off on Christmas Day January 3 February 3 March 3 April 3 May 3 June 2 July 1 (bru July 4) August 1 -0 Contract R 26890-2 Monday Tuesday Wednesday Thursday Friday Saturday Sunday September 4 4 5 5 4 4 4 October 4 4 4 4 5 5 5 November 5 5 4 4 4 4 4 December 4 4 5 5 5 4 4 January 5 4 4 4 4 5 5 February 4 4 4 4 4 4 4 March 4 5 5 5 4 4 4 April 4 4 4 4 5 5 4 May 5 5 4 4 4 4 5 June 4 4 5 5 4 4 4 July 4 4 4 4 5 5 5 August 5 5 5 5 4 4 4 Each Year... CTRL and brings up all codes at once Find/Replace 11 for 12 Find/Replace 10 for 11 Go back and change months 10 and 11 (Oct and Nov) manually 0 G:Vda\Monica Loredo\Word\Moore R\Courtesy Cart Contract 10-11.doc CONTRACTOR'S PROPOSAL TO: PALM DESERT REDEVELOPMENT AGENCY DATE: (�% - 2 201 L' BIDDER: kd�: K4 r�- L L' 16A) S , "CONTRACTOR" The UNDERSIGNED, CONTRACTOR, having carefully examined the Contract Documents for the operation of the El Paseo Courtesy Cart, hereby proposes to provide the servicep in accordance with the Contract Documents, including Addenda Nos. N/A 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 C \UsersWoredo\Documents\B&d Docs-Oper NEVs 2010 (2) doc Item No. 1 F 3 CONTRACTOR'S PROPOSAL FOR EL PASEO COURTESY CART OPERATION SERVICES Item Description Oty Units Unit Cost Total Hourly rate for STRAIGHT TIME operation of a single NEV either on the Schedule prescribed in the contract, or an alternate schedule, as directed by the Redevelopment Agency Hourly rate for OVERTIME operation of a single NEV either on the Schedule prescribed in the contract, or an alternate schedule, as directed by the Redevelopment Agency Daily cost for operation of a single NEV according to the Schedule prescribed in the contract, or on an alternate schedule, as directed by the Redevelopment Agency 1 Cost per STRAIGHT TIME hour including all overhead benefits and profits 1 Cost per OVERTIME hour including all overhead benefits and profits 1 Cost per day including all benefits, overhead and profit $ N/A $ N/A $ N/A 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 than described in the operating scheduled in the contract documents. TOTAL YEARLY AMOUNT BASE BID IN FIGURES $ 1 TOTAL YEARLY AMOUNT BASE BID IN WORDS In witness whereof, CONTRACTOR executed this proposal as of date set forth above, by: Y, n i gnature of Contract OWNTk Print Name and Title CONTRACTOR'S PROPOSAL C \Users\mloredo\Documems\Bid Docs-Oper NEVs 2010 (2) 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 necessarl , (1) Firm Name (2) Address I� 1 _��Arll�t�i't hid f��\L/vl )E-51 ki . 7A (3) Telephone No. �-� i C. -- "Z.l ?) -'q ZC 6 (4) Type of Firm (Individual, Partnership or Corporation) IV (5) Corporation organized under the laws of the State of (6) Business License No. (�j (_%( ;U' %r>> Exp. Date 1 / ;LG1 G CONTRACTOR hereby swears under penalty of perjury that this information provided is true and corropt. By,� .!J)ZC L Title: ' Y� / l l� Signature C Tfall CONTRACTOR (7) List the names and addressesowners of the firm or names and titles of all officers of the corporation: EILINM v Gig'AY 1 1 ` rvt 'iPF E9T- 0A (I2J � G (8) Number of years' experience as a provider of transportation services + (9) List at least three references for whom CONTRACTOR has performed transportation services recently: 1. Reference Name A \4-Y Address I NOIZ14909 bf4jAMA/V AVE cid rUN 1)i eA Phone Number i f! '?_ l�I6 j - LMAI L /AAPLY . St 14L'P29,'NC4C.. 60,\,\ 2. Reference Name ai--Al Address Z) CA (IC2.7 �7 Phone Number Sit) �3j2 42-17 3. Reference Name �NtS (aVUZALCZ Address �I 6V,41,3 Phone Number Z2-C - 1141 x INFORMATION REQUIRED OF BIDDER C WserMmloredo0ocumentsI id Docs-Oper NEVs 2010 (2) doc (10) Description of services performed for above references: Operation of shuttles transporting commuters daily (Except Weekends) starting at 6:30 A.M. until 6:30 P.M. to and from the Metro Green Line light rail train. — Daily operation of shuttles, curbside pick-up and drop-off of passengers at locations in multiple cities. We have operated this shuttle for more than 33 years at the same location, currently for Northrop Grumman Corporation, and before that TRW Aerospace Co. NNFORIMATION REQUIRED OF BIDDER CONTRACTOR'S PROPOSAL TO: PALM DESERT REDEVELOPMENT AGENCY DATE: -�—tyw, `i-o -tom C� BIDDER: i) ( 1 i. �)OIQ4AOn 3 , "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. -N A 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 C %UsersVWoredo1Document9MW Does -Open NEVs 2010 (2) dot 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 $ N/A operation of a single NEV either on the STRAIGHT TIME II/ Schedule prescribed in the contract, or hour including all 16.1�6, an alternate schedule, as directed by overhead benefits the Redevelopment Agency and profits 2 Hourly rate for OVERTIME operation of 1 Cost per $ N/A a single NEV either on the Schedule OVERTIME hour 2a prescribed in the contract, or an including all 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 $ N/A according to the Schedule prescribed including all in the contract, or on an alternate benefits, overhead schedule, as directed by the and profit 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 than described in the operating scheduled in the contract documents. TOTAL YEARLY AMOUNT BASE BID IN FIGURES $ t <1 2—., ri(1)0 TOTAL YEARLY AMOUNT BASE BID IN WORDS m jcyguac>l-en In witness whereof, CONTRACTOR executed this proposal as of date set forth above, by: =�-Y2�-- Cry Si a of Co cto; Print Name and a CONTRACTOR'S PROPOSAL CAUsersVNoreoolDocumeNs\Bid Doca.Oper NEVs 200 (2) 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- (2) Address 77-.'7M� �njvyl pc! V-r , C,A (3) Telephone No. (4) Type of Firm (Individual, Partnership or Corporation) W D 1 \ i CCU F L---- (5) Corporation organized under the laws of the State of 0 (M 4-0 V- to t P, (6) Business License No. oq-- H C'i� J 1 Exp. Date 6- 2 1 '- `«) CONTRACTOR hereby swears under penalty of perjury that this information provided is true and correct. By: c�I2�c- �C1� Title: ��j�}IUeCL L. Signat a CONTRACTOR (7) List the names and addresses of all owners of the firm or names and titles of all officers of the corporation: + A(ZVLF N f�urz-}Cry 77-1'35 (8) Number of years' experience as a provider of transportation services 3 (9) List at least three references for whom CONTRACTOR has performed transportation services recently: 1. Reference Name P ITC r A F Address � n rnr r CA 1•2270 Phone Number (-_�l0. 1-C"-i 7 2. Reference Name SEE Address Phone Number 1-7 E C*1 3. Reference Name SEE IA TT,A C 41 F'e- Address tZE'-4•errtt'rc i Phone Number 1 IE-cl•- Ci INFORMATION REQUIRED OF BIDDER C:1 JsersVN0red01D0Cument&k&d Docs-Oper NEW 2010 (2).Coc