Loading...
HomeMy WebLinkAboutOshkosh City Cab/service agreement OSHKOSH TRANSIT SYSTEM USER-SIDE SUBSIDY SERVICE AGREEMENT This Agreement made and entered into this 7th day of September, 1989 by and between the City of Oshkosh, Wisconsin, hereinafter referred to as the City and the Oshkosh City Cab Co. , Inc. , whose principal place of business is 124 North Main Street, Oshkosh , Wisconsin 54902- 1054 , hereinafter referred to as the Contractor. WITNESSETH : WHEREAS, the City is a Wisconsin Municiapl Corporation, acting by and through its authorized agents; and WHEREAS, the City owns and operates a public transit system under the provision of Wisconsin Statute 66. 943, and WHEREAS, both the Urban Mass Transportation Administration of the U. S. Department of Transportation and the State of Wisconsin Department of Transportation assist in the subsidization of the transit system operating costs under formula grant programs; and WHEREAS, Section 504 of the Rehabilitation Act of 1973 and supporting regulations require that mass transit operators receiving UMTA funds make satisfactory arrangements to meet the transportation needs of disabled/handicapped persons residing in the urban transit service area; and WHEREAS, the City desires to engage a contractor to provide paratransit services, and the contractor is able and willing to provide paratransit service under the terms and conditions set forth ; NOW, THEREFORE, the City and the Contractor agree to the following: OSHKOSH TRANSIT SYSTEM USER-SIDE SUBSIDY SERVICE AGREEMENT This Agreement made and entered into this day of 1990 by and between the City of Oshkosh, Wisconsin, hereinafter referred to as the City and whose principal place of business is , hereinafter referred to as the Contractor. WITNESSETH: WHEREAS, the City is a Wisconsin Municipal Corporation, acting by and through its authorized agents; and WHEREAS, the City owns and operates a public transit system under the provision of Wisconsin Statute 66.943, and WHEREAS, both the Urban Mass Transportation Administration of the U. S. Department of Transportation and the State of Wisconsin Department of Transportation assist in the subsidization of the transit system operating costs under formula grant programs; and WHEREAS, Section 504 of the Rehabilitation Act of 1973 and supporting regulations require that mass transit operators receiving UMTA funds make satisfactory arrangements to meet the transportation needs of disabled/handicapped persons residing in the urban transit service area; and WHEREAS, the City desires to engage a contractor to provide paratransit services, and the contractor is able and willing to provide paratransit service under the terms and conditions set forth; NOW, THEREFORE, the City and the Contractor agree to the following: 1. LENGTH OF CONTRACTS This contract is intended to be for a period of three years, January 1 , 1990 and concluding December 31 , 1992. If the renewal rates are reasonable the contract will be continued. The renewal rate will be conveyed to the Transportation Director by October 1 , of each year. This contract can be terminated by a 30 day written notice by either party. 2 SERVICE DESCRIPTION ' The service to be performed is of a demand-responsive, door-to-door service. Clients will be certified by the Red Cross as being mobility-limited. 3. SERVICE AREA The service area will be limited to the City of Oshkosh. 4. PROGRAM PARTICIPANTS A. USERS. Participation in this program is restricted to those persons that have been certified by the Red Cross as unable to use the Oshkosh Transit System because of severe mobility impairment. The users of this service generally will be: (a) confined to a wheelchair (b) use of a walker or crutches is required (c) legally blind. B. CONTRACTOR. The Contractor must be licensed by the City of Oshkosh to provide taxi and/or handicapped livery service and must be in compliance with all applicable city codes, regulations, and licensing requirements as well as all applicable state motor vehicle codes and licensing requirements. 5. HOURS OF SERVICE This service will operate 24 hours per day, 7 days per week. 6. FARES • The cash fare paid by the program's participants will be forwarded to the City within ten (10) days after the end of each month. Invoices submitted by the Contractor to the City shall be for the total cost of the trip. -1- Each requested trip is considered a one-way trip and must be billed appropriately. Provisions of stopovers, and/or linked trips is at the discretion of the Contractor. The creation of two or more trips out of one trip is prohibited. The Contractor will submit trip records only for trips actually provided. 7. SCHEDULING AND DISPATCHING All program trips must be scheduled and/or dispatched through the Contractor. The City will not perform any scheduling functions. The Contractor must not assign any user exclusively to a particular driver. 8. LATE CANCELLATIONS AND NO SHOWS The City will not reimburse the Contractor in any way for no shows and/or late cancellations. 9. USER IDENTIFICATION All certified users under this program have been issued identification (I.D. ) cards. The Contractor's drivers shall verify the users program eligibility by inspecting said I.D. card (user number, expiration date, signature) . 10. TRIP RECORD Each trip will require a separate trip record with the following information (See Exhibit A): A) Name, address, and I.D. number of rider. B) Origin and destination with appropriate times. C) Trip purpose. D) Signature of driver. E) Signature of user. The driver shall "fully" complete a trip record for each trip. One copy shall be retained by the Contractor and one copy submitted to the City along with the monthly invoice (See Exhibit B). Incomplete or invalid trip records will be automatically rejected by the City. 11 . ATTENDANTS The arrangement and use of attendants is the total responsibility of the program user. The Contractor is not required to provide an attendant for program users. The City will not subsidize any attendant fares. 12. USER ASSISTANCE The Contractor is required to use the highest degree of care in the operation of equipment and assistance of users. The Contractor must attempt to drop off all users as close to their desired entrance as possible. -2- 13. SMOKING, DRINKING, ETC. Smoking, eating and consumption of alcoholic beverages by drivers or passengers while on board any vehicle engaged in performing service for the City will not be allowed. Rude, offensive and abusive language or behavior is also prohibited. Driving while under the influence of drugs and/or alcohol is strictly forbidden. 14. WHEELCHAIR TO SEAT TRANSFER The Contractor is permitted to ask wheelchair bound users if they wish to transfer from a wheelchair to a seat once aboard a vehicle. 15. KEY EMPLOYEE The Contractor will appoint an individual to be the main contact person for this program. 16. RIDERS Mileage and trip data: The City is required by UMTA to collect mileage and trip data. The Contractor will be required to assist the City in the periodic collection of such data. Employee Information: The Contractor shall provide the City with a list of all personnel who will perform services under this agreement. The Contractor may add or delete personnel to this list upon written notice to the City. Vehicle Information: The Contractor shall provide the City with a list of all vehicles which will be used to carry out service under this agreement. The Contractor may add or delete vehicles to this list upon written notice to the City. 17. INSURANCE The Contractor shall not commence work under this agreement until it has obtained all insurance required under this paragraph. Evidence of this insurance coverage shall be furnished to the City in the form of certificates of insurance within 10 business days after execution of the agreement by the City. The Contractor shall , at a minimum carry and pay the premiums for insurance of not less than the following: 1) Worker's Compensation Insurance. The Contractor shall take out and maintain Worker's Compensation Insurance in accordance with Statutory requirements of the State of Wisconsin. 2) Liability Insurance. The Contractor shall take out and maintain during the life of this agreement such public liability, vehicle liability and property damage insurance as shall protect the City and the Contractor from all claims for damages, personal injury, -3- including accidental death, as well as from claims for property damages which may arise from operations under this agreement whether such operations be by the Contractor or by other directly or indirectly employed by either of them, by naming them as additional insured with respect to this program. The amount of insurance shall be as followed: $10,000 for the injury or death of any one (1) person, and subject to the same limit per person, $25,000 for the injury or death of any number of persons in one (1 ) accident; $5,000 for property damage in any one (1) accident, as well as the required worker's compensation insurance with the City named as an additional insured. The insurance specified above shall be with an acceptable insurance company authorized to do business in the State of Wisconsin, and shall be taken out before work is commenced and kept in effect until all work is completed. The City shall be given a minimum of 30 days notice in the event of change or cancellation of any insurance requirements. The City shall be named "additional insured" on all policies. The Contractor agrees to hold the City harmless and does indemnify the City against any claim or demands of any person arising by reason of the Contractor's operation of the service. Any and all claims arising from - said operation shall be handled by the Contractor or its insurance carrier. The Contractor or its insurance carrier shall defend the City in any litigation arising from such claims, and pay any judgements obtained in any such litigation. 18. ACCIDENTS AND CLAIMS All passenger and vehicle related accidents involving any property damage or personal injury resulting from service under this agreement must be reported to the City, in writing, within 72 hours of said accident, including a complete report on the incident. Any claim made against the Contractor must be reported to the City, in writing, within 48 hours. The City shall notify the Contractor of any claims reported directly to the City within forty-eight (48) hours of receipt of the claim. 19. COMPENSATION The City agrees to pay the Contractor monthly based upon information received under Exhibit B. The Contractor will submit the total fares collected at the time the City receives the monthly invoice shown in Exhibit B. Invoices and trip records 'shall be forward to: OSHKOSH TRANSIT SYSTEM 926 Dempsey Trail Oshkosh, Wisconsin 54901 -4- 20. PAYMENTS Upon city audit and verification of the monthly invoice and trip records, the approved invoiced amounts will be paid to the Contractor within 15 business days. A year end financial audit will be conducted by an independent audit firm hired by the City. To comply with OMB Circular A-128, Contractors receiving $25,000 or more in federal aid in any fiscal year will be required to provide the City with an audit of their user-side subsidy program by a certified public accountant. In the event an overpayment is made to the Contractor, the Contractor shall refund all such excess compensation to the City. 21 . CHANGES TO THE AGREEMENT The City may at any time by thirty (30) days written notice change or amend this agreement. 22. TERMINATION FOR CONVENIENCE Either party may terminate the agreement in whole, without cause, at any time after execution of the agreement by thirty (30) days written notice to the other party, when for any reason the City or Contractor determines that such termination is in their best interest. Upon receipt of written notice of termination, all deliveries of service and other performance by Contractor shall cease to extent specified in the notice of termination. Contractor shall prepare a final invoice within ten (10) days of such termination reflecting the work actually furnished pursuant to the agreement and to the satisfaction of the City that has not appeared on any previous invoice for payment. Notice of intent to terminate shall be made through "return-receipt certified mail" at least thirty (30) calendar days prior to the proposed termination date. 23. DEFAULT BY CONTRACTOR The Contractor's failure to perform, improperly perform, violate, or default in any of the terms, conditions, or provisions of this agreement, shall include, but are not limited to: (1) Determination by the City that service rendered on particular occasions fail to meet the Operating Policies and Procedures, due to intentional or negligent acts or omissions to act on the part of the Contractor. (2) Failure of the Contractor to supply the City with complete and accurate documentation as described. (3) Failure of the Contractor to respond to specific written request by the City to change service practices which are inconsistent with requirements of this agreement. (4) Filing of a complaint by the City Police Department or other law enforcement agency involving the Contractor in connection with its performance under the terms and conditions of this agreement. -5- (5) Failure to perform or improperly perform any of the work described as specified in this agreement. In the event of such failure to perform, improper performance of, violation of or default in the terms, conditions and provisions of this agreement, as described above, or in any manner, the City may take the following action with respect to the Contractor: (1) Terminate the Agreement. (2) Suspend the Contractor, for a reasonable time period, from providing services under this agreement. (3) Withhold payment or a portion of payment due to the Contractor on invoices previously submitted to the City. (4) Request that the Contractor take appropriate action against the individual owner, operator or vehicle driver involved in said violation or default in performance, as may be appropriate, including but not limited to, termination or suspension from providing paratransit services or withholding of payment due as a result of previously submitted invoices. In the event of a termination, the performance of any work and any other peformance by the Contractor pursuant to this agreement shall cease, and the Contractor shall prepare final invoice reflecting the service furnished pursuant to this agreement and which have not appeared on any previous invoice. The City agrees to pay the Contractor, in accordance with the terms of this agreement and as reflected on said invoides, for services actually furnished, exclusive of any compensation previously t of paid. Should the cost of any damages incurred by the City a resultoof the Contractor's default violation, or non-performance, be ase the final invoice submitted by the Contractor, the retention of said invoiced amount shall not be deemed a waiver of the City's right or entitlement to additional damage amounts from the Contractor. 24. FAMILIARITY AND COMPLIANCE WITH TERMS The Contractor represents that it has carefully reviewed the terms and conditions of this agreement and is familiar with such terms and conditions and agrees to faithfully comply with the same to the extent to which said terms and conditions apply to its activities as authorized and required by this agreement. 25. SUCCESSORS AND ASSIGNS All provisions of this agreement shall extend to bind and inure to the benefit not only of the City and the Contractor, but also their legal representatives, successors, and assigns. 26. AGREEMENT ALL-INCLUSIVE This agreement contains all of the terms and conditions between the parties hereto and no alterations, amendment, or addition thereto shall be valid unless in writing and signed by both said parties. -6- 27. STATE/FEDERAL REGULATIONS This agreement shall at all times be subject to the rules and regulations of the WDOT and UMTA under the provisions of the Urban Mass Transportation Act of 1964, as amended. • 28. MISCELLANEOUS In no event shall either party be deemed to be in default of any provision of this agreement for failure to perform, where such failure is due to strikes, walkouts, riots, civil insurrections. or disorders, act of God, adverse weather conditions, or for any other cause or causes beyond the control of the City or the Contractor. -7- SUPPLEMENT - FEDERAL REGULATIONS 1 . BASIC AGREEMENT The Contractor will provide paratransit services in accordance with federal and state regulations. 2. TERM The term of this agreement shall be from January 1 , 1990 through December 31, 1992. 3. INTEREST OF MEMBERS OF OR DELEGATES TO CONGRESS No member of or delegate to the Congress of the United States of America shall be admitted to any share or part of this contract or to any benefit arising therefrom. 4. PROHIBITED INTEREST No member, officer, or employee of the City, during his/her tenure or one year thereafter, shall have any interest, direct or indirect, in this contract or proceeds thereof. 5. INELIGIBLE CONTRACTORS The Contractor hereby certifies that it is/is not (underscore one) included on the United States Comptroller General 's Consolidated List of Persons or Firms Currently Debarred for Violations of Various Public Contracts Incorporating Labor Standards Provisions. 6. INDEMNITY The Contractor agrees to indemnify, save harmless and defend the City and all of its officers, agents and employees from and against any and all claims, loss, damage, charge or expense, whether direct or indirect, to which they or any of them may be put or subjected by reason of any damage, loss or injury to persons or property caused by or resulting from the performance of services hereunder on the part of the Contractor and its employees or agents in the performance of this agreement. 7. SUBCONTRACTING The Contractor agrees not to subcontract for any of the service it is obligated to perform under this agreement without the written consent of the City. 8. MINORITY BUSINESS ENTERPRISE 8a. POLICY It is the policy of the DOT that disadvantaged business enterprises, as -8- • defined in 49 CFR Part 23, shall have the maximum opportunity to participate in the performance of this agreement. Consequently, the Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 23 apply to this agreement. 8b. DBE OBLIGATION The recipient or its contractor agrees to ensure that disadvantaged business enterprises, as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds provided under this agreement. In this regard, all receipients or contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. Recipients and their contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT-assisted contracts. 9. TITLE VI CIVIL RIGHTS ACT OF 1964 9. TITLE VI REQUIREMENTS The recipient will comply with and will assure the compliance by all contractors and subcontractors under this contract with all the requirements imposed by Title VI of the Civil Rights.Act of 1964 (49 USC 2000d), the regulations of the Department of Transportation issued thereunder, 49 CFR Part 21 and the assurance by the recipient pursuant thereto. Accordingly, the following provisions must be included in all contracts and subcontracts awarded by the recipient: 9b. TITLE VI COMPLIANCE During the performance of this contract, the Contractor, for itself, its assignees and successors in interest agrees as follows: (1) Compliance with Regulations: The Contractor shall comply with the Regulations relative to nondiscrimination in federally-assisted programs of the DOT Title 49, Code of Federal Regulations, Part 21 , as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. (2) Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, sex or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractors shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. -9- (3) Solicitation for Subcontracts, including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplies shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the. grounds of race, color, sex or national origin. (4) Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the recipient or UMTA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information is required or a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the recipient, or UMTA, as appropriate, and shall set forth what effects it has made to obtain the information. (5) Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this contract, the Recipient shall impose such contract sanctions as it or UMTA may determine to be appropriate, including, but not limited to: (a) Withholding of payments to the Contractor under the contract until the Contractor complies, and/or (b) Cancellations, termination or suspension of the contract, in whole or in part. (6) Incorporation of Provisions: The Contractor shall include the provisions of paragraph (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontractor or procurement as the Recipient or UMTA may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that, in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 10. CONSERVATION The Contractor shall recognize mandatory standards and policies relating to energy efficiency which are contained in the State Energy Conservation Plan issued in compliance with the Energy Policy and Conservation Act (42 USC Section 6321 at seq. ). -10- 11 . NONDISCRIMINATION During the performance of this contract, the Contractor agrees to the following: 11a. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 11b. The Contractor will , in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. 11c. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this Section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 11d. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, -as amended by Executive Order 11375, and with the rules, regulations, and relevent orders of the Secretary of Labor. 11e. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by UMTA and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 11f. In the event of the Contractor's noncompliance with the non- discrimination clauses of this agreement or with any of the said rules, regulations or orders, this agreement may be cancelled, terminated, or suspended in whole or in part, and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, -11- 1965 as amended, and such other sanction may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 11g. The Contractor will include a citation to 41 CFR 60-1 (b) and (c) and the provisions of paragraphs (a) through (g) herein, in every subcontract or purchase order, unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965. As amended by Executive Order 11375, so that such provisions shall be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as UMTA may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event a Contractor becomes involved in, or vendor threatened with, litigation with a subcontractor or vendor as a result of such direction by UMTA, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 12. RECORDS AND AUDIT 12a. RECORD MAINTENANCE The Contractor agrees to maintain separate written records and documents during the term of this agreement and for three (3) years thereafter relating to the finances and performance of the services under this agreement. All documents, whenever possible, shall be kept separate and apart from all other such documents. These shall include records pertaining to all collected fares (including user fees, subsidy amounts and all other itemized user charges). Such accounting records and other related financial books and records shall be subject to an audit as directed by the City as of December 31 , 1990. To comply with OMB Circular A-128, the Contractor receiving $25,000 or more in financial assistance in any fiscal year will be required to provide Oshkosh Transit with an audit of their User-Side Subsidy Program records by a licensed Certified Public Accountant. 12b. ACCESS TO RECORDS The Contractor agrees that it will permit the City, or its agents, to reasonably review, inspect, examine, and copy during regular business hours, all records pertaining to the performance of the terms and conditions of this agreement. Also, the Contractor shall permit the City to review and examine its records of all other trips provided to handicapped persons by the Contractor outside of this agreement including, but not limited to, Title XIX and DVR programs. In the event this Agreement is terminated, the City shall have the right to examine all original records, make appropriate copies of these records and take possession of these copies. -12- IN WITNESS THEREOF, the parties hereto have caused this Agreement to be executed by their respective proper officers and affixed their corporate seals hereto as of the day and year first above written. CITY OF OSHKOSH OSHKOSH CITY CAB COMPANY, INC. L D /A. a 01 WfLLIAM D. FRUEH DONALD K. DAVIES CITY MANAGER 4 x ___, ,Iliiiii,;74) ci. , /74-, ,,_,2., . 2,i / t .., / DONNA C. SERWAS ' Ce4/11- NEsS CITY CLERK APP' OED BY: pl . ' :I. I • A if) _A WARREN P. KRAFT ASSISTANT CITY ATTORNEY • ri Kc1-A--., , C1N' f'., ■I }' , 4ii EXHIBIT A OSHKOSH TRANSIT USER-SIDE SUBSIDY TRIP RECORD PASSENGER NAME ADDRESS ID NUMBER DATE POINT OF ORIGIN TIME DESTINATION TIME CUSTOMER SIGNATURE DRIVER'S NAME White - Oshkosh Transit Pink —Vendor -13- EXHIBIT B INVOICE OSHKOSH TRANSIT SYSTEM USER-SIDE SUBSIDY PROGRAM COMPANY NAME INVOICE PERIOD INVOICE NUMBER (1) Total number of trips (2) Fare per trip (3) Total fares collected AMOUNT TO BE SUBMITTED TO THE OSHKOSH TRANSIT SYSTEM: (1) Total number of trips (2) Cost per trip (3) Total trip charges AMOUNT REQUESTED FROM THE OSHKOSH TRANSIT SYSTEM: -14- T.-7 TO: WILLIAM FRUEH, CITY MANAGER FROM: MARK HUDDLESTON, TRANSPORTATION DIRECTOR tk4 DATE: AUGUST 18, 1989 The Oshkosh Transit System has received proposals to provide door-to-door transportation for handicapped persons within the city limits of Oshkosh. The Transit Board approved the concept of this service at its May, 1989 meeting and established a $2.50 fare. The following proposals were received for providing this service. The contract is intended to cover the period of January 1, 1990 through December 31, 1992. If the yearly renewal rates are reasonable the contract will be continued. The contract may be terminated by a 30 day written notice by either party. Provider One-Way Trip Cost Oshkosh City Cab $5.00 Medi-Vans $8.25 I am recommending that the City accept the bid from the Oshkosh City Cab Co. , Inc. in the amount of $5.00 per trip. The funding for this service is shown below: Trip Cost $5.00 State Aids (38.5%) $1.92 Federal Aids (23.4%) 1.17 Passenger Fare 2.50 Funds Available $5.59 Net Income Per Trip $ .59 The level of federal funding for 1990 has not been set at this time, and if the projected funding isn't accurate the Transit Board should reconsider the fare level . The following conditions were also included in the agreement to provide this service. OSHKOSH TRANSIT SYSTEM • 926 Dempsey Trail • Oshkosh, Wisconsin 54901 • 231-9070 William Frueh 8/18/89 Page 2 1) The passenger fare must cover the difference between the total of state and federal funding and the total cost of the trip. 2) The only persons that are eligible to use this service are those people that require the use of a wheelchair, walker, or two crutches to be mobile. The program will also serve those citizens that are legally blind. 3) The City of Oshkosh has the right to discontinue this program at anytime with 60 days notice to the Winnebago Elderly and Handicapped Committee. 4) The Oshkosh Red Cross will provide the administration of this program. The Red Cross may grant waivers to the conditions in paragraph 2. 5) The successful bidder must bill the Oshkosh Transit System for the total cost of the trip and reimburse the system the fares collected. 6) The City of Oshkosh has the exclusive right to set the fare level and to make any modifications if conditions change during the year. The City will provide 60 days notice to the Winnebago Elderly and Handicapped Committee. In summary, the Oshkosh Transit System will continue to provide wheelchair lift service on the regular bus routes, in addition to the new supplemental door-to-door service. The new service will increase the system's total operating expenses but with governmental aids and the $2.50 fare the local share of the expenses will be reduced. The East Central Regional Planning Commission has estimated a daily ridership of 35 passengers. This will increase ridership by 12,500 and generate $31,250 in new revenues for the system. The local share will be reduced by approximately $7,000 if the ridership predictions are accurate. I am recommending that the City proceed with this program by approving the service proposal from the Oshkosh City Cab Co. , Inc. PROPOSAL The undersigned being familiar with the local conditions affecting the cost of the service and specifications, hereby proposes to perform as called for in the specifications for the following amount: • U ONE-WAY TRIP COST $ 5% F 1 U t' Da I IN R S os/4/ 'O3JI c17y 0A13 CO PC N me of Company tDaNALel 1, t)Au►1; S Name of Person Completing Proposal 1z4-1 t1A/N S T SUBMITTED BY: la" Po an Y 1 6 5 4 Address of Company ()7 0 1989 n:Are03/s/ 1,v' "sygdZ Dat City State Zip ( 41'4 ) Z 36' — 145'O Telephone Number • PROPOSAL The undersigned being familiar with the local conditions affecting the cost of the service and specifications, hereby proposes to perform as called for in the specifications for the following amount: ONE-WAY TRIP COST $ 8. 25 Medi-Vans Name of Company Arnold Mahlik Name of Person Completing Proposal SUBMITTED BY: 101 Racine Street Address of Company August 7, 1989 Menasha, WI 54952 Date City State Zip ( 414 ) 722-4900 Telephone Number •