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