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
•