HomeMy WebLinkAboutReso 1979-9692Revised 7-2.5-79 ,,
RESOLUTION NO. 9692
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA
VISTA AWARDING CONTRACT AND APPROVING AGREEMENT
BETWEEN COMMUNITY TRANSIT SERVICES AND THE CITY OF
CHULA VISTA FOR MANAGEMENT AND OPERATION OF SPECIALIZED
TRANSPORTATION SYSTEM (HANDYTRAN5) FOR CHULA VISTA
ELDERLY AND/OR HANDICAPPED, AND AUTHORIZING THE MAYOR
TO EXECUTE SAID AGREEMENT
The City Council of the City of Chula Vista does hereby
esolve as follows:
WHEREAS, requests for proposals for management and
peration of Chula Vista's proposed specialized transportation
ervice (Handytrans) for area elderly and/or handicapped were sent
ut to 45 private and public transportation providers in Southern
alifornia, and
WHEREAS, four bids were received by staff and one was
~ "No Bid" and after detailed discussions with the remaining
>idders regarding project operation and required equipment, the
Following revised bids were received:
Mac's Hack $171,604
Chula Vista, CA.
Community Transit Services $172,171
(CTS) Anaheim, CA.
Taylor Bus Service $138,165
Anaheim, CA.
WHEREAS, based upon written responses to the RFP, oral
terviews and reference checks, it has been recommended that
uncil award the Handytrans contract to Community Transit Services.
NOW, THEREFORE, BE IT RESOLVED that the City Council of
he City of Chula Vista does hereby award the contract for manage-
ent and operation of specialized transportation system (Handytrans)
or Chula Vista elderly and/or handicapped to Community Transit
ervices.
BE IT FURTHER RESOLVED that that certain agreement
etween the City of Chula Vista and Community Transit Services
or Handytrans, dated the 24th day of July , 1979, a copy
f which is attached hereto and incorporated erein by reference
s if set forth in full be, and the same is hereby approved.
BE IT FURTHER RESOLVED that the Mayor of the City of
hula Vista be, and he is hereby authorized and directed to
xecute said agreement for and on behalf of the City of Chula
ista.
resented by Approved as to form by
,`D _ '
~. J. R ens, e e Zent George D Lindberg, City Attor
'ervices Administrator
ADOPTED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF
CHULA V STA, CALIFORNIA, this 24th day of July ,
197 9 , by the following vote, to-wit:
AYES:
NAYES:
ABSTAIN
ABSENT:
Counei Zmen Scott, Gillow, Cox, Hyde, McCandliss
Counei Zmen None
Counei Zmen None
Counei Zmen None
LJ,:z~e ~ ~
Mayor of the City of Chula Vista
ATTEST
,~.i ~wy- v - v --
Deputy City Clerk
STATE F CALIFORNIA )
COUNTY OF SAN DIEGO ) ss.
CITY 0 CHULA VISTA )
I, JANE A. DIEDRICHS, DEPUTY CITY CLERK of the City of Chula Vista,
CaZifo nia, DO HEREBY CERTIFY that .-the above and foregoing is a full, true
and co reet copy of and
that t e same has not been amended or repealed.
DATED
Deputy City Clerk
-660 (a
(SEAL)
~~ 2
~.
w r
.~
AGREEMENT
THIS AGREEMENT is made this 24th day of July, 1979, by
nd between the CITY OF CHULA VISTA, hereinafter referred to
s "City," and COMMUNITY TRANSIT SERVICES INC., hereinafter
eferred to as "M&O (Management and Operations).
WITNESSETH:
WHEREAS, M&O has the management and technical personnel,
pertise, and other assets useful for the support of City's
ansportation project; and
WHEREAS, City is desirous of obtaining such services
or said project; and
WHEREAS, M&0 is desirous of providing such service;
NOW THEREFORE, in consideration of the foregoing recital
nd covenants and agreements of each of the parties herein
et forth, the parties hereto do agree as follows:
1. Purpose: City hereby contracts with M&O to provide
ransportation management and operations services upon the
erms and conditions hereinafter set forth.
2. Scope of Work: M&O will provide the services to
be rendered as set forth in Exhibit "A" (Request for Proposal -
RFP) attached hereto and by reference incorporated herein
and made a part hereof. If there is any variance between
the scope of work as stated in this agreement and the RFP,
the terms of this agreement will be adhered to by City and
3. Time Period: The term of this agreement shall be
from October 8, 1979, to October 18, 1980, inclusive. M&O
shall commence service operations of City's transportation
project on October 22, 1979, and continue operation through
October 18, 1980, within the budget defined under the heading
"Maximum Obligation." Time period may be modified depending
upon vehicle availability but, in any event, the contract
shall be for a 54 week period (52 weeks for management and
operations and two weeks for startup and training).
4. Maximum Obligation: City agrees to pay M&0 in
consideration for its services described herein. The maximum
price to be paid by City to M&0 shall not exceed $172,171.00.
The cost shall not exceed $159,169.00 and the fixed fee,
$13,002.00, for a total maximum obligation of $172,171.00.
q6y
PAGE ?.
A breakdown of the budget is set orth in Exhibit "B"
(Breakdown of Estimated Costs).
5. Price Formula: This Agreement shall be a cost-
plus-fixed-fee type based on the following formula: cost
equals direct labor, plus fifty (50) percent overhead and
fringe benefits, plus direct-charge purchases, plus travel
and living allowance expenses. Foe shall be ten (10) percent
of_ cost, less the vehicle lease costs. Price shall be cost
plus fee. No additional markup or handling charges shall be
added .
M&0 shall receive payment for allowable costs, as
outlined below, for the performance of the work under this
Agreement. Allowable costs are the direct and indirect
costs incurred in or allocable to the performance of the
services under this Agreement. These allowable costs shall
include the following:
(a) Diretit Labor: M&0 shall be compensated for the
services of those personnel employed a.s required in the
performance of the Agreement on the basis of actual salaries
of record paid to said personnel, without markup, for the
time such personnel are utilized in connection with the work
necessary to fulfill the terms of this Agreement.
(b) Direct-Charge Purchases: The cost of other
material and services as may be required hereunder but which
are not normally provided as part of the overhead of M&0
shall be reimbursed to MS~O. Such other material and
services may include, but not be limited to, the following:
maps and charts; bus washing and cleaning supplies;
uniforms; report reproduction; dispatch office supplies;
equipment maintenance; maintenance parts and supplies;
tires; lubricants; project telephones; and repairs due to
accidents.
(c) Travel and Living Allowances: M&0 shall pay and
City shall reimburse M&0 for actual costs for travel
expenses and living allowance where such expenses are
directly related to the performance of this Agreement. M&0
shall be reimbursed for transportation costs not co exceed
the cost of travel by the most direct, economical i^oute.
Transportation~b p~r,~i,(vate automobile shal]_ be reimbursed at
the rate of 5~ew'"~~".."(,cents (50.~?'~per mils in lieu of
actual costs incurred by M&0's personnel.
(dl Overhead and Fringe Benefits: In addition to the
payments as 'zereinbefore provided, City agrees to pay MS~O a
prorat.~d portion of the overhead costs incurred by M&0
during the term of this Agreement. This overhead includes
such items as sacial security, unemployment insurance,
licenses, severance and termination, indirect labor,
c~b92
PAGE ?,
relocation, vacations, holidays, postage, dues and seminars,
legal, accounting, business permits, safety awards, bonuses,
Workers' Compensation, fidelity bonding, group medical
insurance, OSHA, general insurance, indirect travel, bank
charges, sick pay, etc.
M&O shall provide dispatch office facilities,
radios and vehicles (as specified in RFP) , garage and
parking facilities, .f.uel, and vehicle and radio maintenance,
for which M&O shall pay directly to the supplier.
~. Invoices: M&0 shall submit monthly invoices to
City. Labor costs shall be directly traceable and supported
by the weekly bank payroll-check listing and/or time cards,
copies of which shall be attached to the invoice. The
overhead rats and fee defined under. the heading "Price
Formula" shall be added to the direct wages of the
employees. Other direct charges including direct-charge
purchased items and expenses shall be billed with charges
directly traceable to receipts, bills, etc., copies of which
shall be attached.
7. Payment: All payments by City shall be made in
arrears, after the service has been provided. Payment shall
be made by City no more than forty-five (45) days from
City's receipt of invoice. City has the right to withhold
payment or because of later discovered evidence, nullify any
certificate for payment to M&~O, when in the opinion of the
City, expressed in writing to M&0:
a) M&O performance, in whole or in part, either
has not been caried out or is insufficiently documented;
b) M&O has neglected, failed or refused to
furnish information or refused to cooperate with any
inspection, review or audit of its program, work, or
records;
c) M&0 has failed to sufficiently itemize or
document its invoices for payment.
IE City disputes any items on an invoice for a
reasonable cause, City may deduct that disputed item from
the payment, but shall not delay payment f_or the undisputed
portions. The amounts and reasons for such deletions shall
b' documented to M&0 within thirty (~0) working days after
receipt of invoice to City. City shall assign a sequential
reference number to each deletion. Payments shall be by
voucher or check payable to and mailed first class to:
Accounts Receivable
COMMUNITY T:2-'~NSIT SERVICES, INC.
?_1?_1 West Crescent Avenue, Suite D
Anaheim, C.A 92801
46ez
PAGE
City has the right to withhold 250 of last payment until
15 days after completion of contra~:t: subject to City's
review of M&0 adherence to all contractual requirements.
8. Operating Revenues: Fares collected are the
responsibility of M&0. Fares shall be deposited by M~0 with
the City at least once each ~f~eelc. Reports on tha rev enuos
collected znd deposited shall be provided to City on a
-nonthly basis by the 15th day following the month during
which the service was performed by M&0.
9. Charter Services: Charter services will be provided
by M&0 upon request by City's authorized employees as
follows:
(?) When charter-services fall entirely within
normal service hours and City directs that normal operating
personnel should be used to provide the ciZarter service,
such service will be provided at the regular cost as defined
in the "price Formula" but at the expense of a lower level
of service for normal operations. Such charter services are
considered a part of this Agreement.
(b) Charter services outside normal operating
hours and charter services within but in addition to normal
operation shall be considered extra services. The costs
will be determined on an individual-trip basis at the
regular cost as defined in the "Price Formula" and billed
separately from this contract, and shall be treated as a
change to this Agreement as defined under "Changes," and
shall b-a in excass of the maximum Arica defined in the
"Maximum Obligati.on," M&O's charter service rate shall be
$28.35/hr .
1~. Control:
(a) All services to be rendered by M&0 under. this
Agreement shall be subject to the control of City, M&0
shalt advise City of matters of importance and make
recommendations when appropriate; however, final authority
shall rest with City,
(b) City shall not interfere with the management
of M•k0's normal internal business affairs and shall not
attempt Y_o c9irectly discipline or terminate M&0 employees.
City m~.y advise M&0 of any employee's inadequate performance
which has a negative effect on the service being provided,
and ?~&0 shall talca prompt action to remedy the situation.
In e:~ctrerne cases, City may demand removal of an M&0
ernployae .
11. '~anagement: During the Corm of this Agreement, M&0
shall provide sufficient exer.u`ive and administrative
X69
PAGE 5
personnel as shall be necessary and required to perform its
duties and obligations under the terms hereof.
1?. Medical Assistance to Passengers: M&0's employees
shall not be required to perform any medical or quasi-
medical functions for passengers. In the event of illness
on board a vehicle, the driver shall advise the dispatcher
by radio and may proceed immediately to a medical facility
for help.
1.3. Uniforms: M&J shal'_ purchase uniforms for
employees and shall require the employees to wear them. The
design, type, and logo of the uniforms shall be subject to
City's approval .
14. Changes: In tha went City orders changes from the
list of work shown in F,~~t~ibit "A" (RFP) or for other causes
orders additional M&C work not contemplated hereunder,
additional com pensation shall be allowed for such extra work
according to tha !nethod defined under the heading "Price
For.mula." City shall promptly notify M&0 in writing by
change order of all changes in scope. Change order shall
specify a cost limit or shall be subject to subsequent
negotiation.
15. Renewals: The parties to this cor~tr~~ct shall meet
at least sixty (~0) days before the expiration date of this
agreement to notify the other party of its intention to
renew the contract for some additional time period. The
negotiated renewal agreement must be executed thirty (30)
days prior to the end of the contract year, otherwise,
should the City decide to continue operation of the system,
eligible operators will be asked to bid on the contract.
15. Qualification for Future Contracts: As a result of
having entered into this Agreement, M&0 shall not be
inhibited, penalized, or disqualified from bidding
subsequent transportaL-ion management and operation programs
under t11e jurisdiction of City.
17. Succession: M&0 and City shall not assign,
transfer, convey or sublet or otherwise dispose of the
contract rights, titles or interests in or to the same, or
any part thereof without the previous consent in writing of
t~Ze other party.
18. Disputes:
(a) Any controversy or claim arising out of or
relating to the provisions of this Agreement, or the breach
thereof, shall be settled by arbitration at the election of
either party in accordance with the Rules of the American
Arbitration Association at Los Angeles, CA and judgment upon
c~~$z
PAGE ~,
the award rendered by the arbitrators may be entered in any
court having jur. isdic:tion thereof.
(b) The Federal Procurement Regulations sha7.l be
used where applicable to define, resolve, and settle
procurement issues.
19. Stop Work: City may stop work on City`s
transportation system upon forty-eight (~8) hours written
notice to M&0. pity shall be liable for all relevant costs
incurred prior to the stop-work period and for restart, if_
any. City shall be obligated for the costs including
severance for personnel assigned to City's transportation
system for a period not to exceed four (4) weeks after the
stop work goes into effect. M&0 shall make all reasonable
efforts to minimize costs to City.
?.0. Termination:
(a) The City or M&0 may terminate the contract
upon a finding that the other party has not carried out the
terms as set forth in the contract or has otherwise failed
to comply with the provisions of_ the contract. Termination
shall be by written notice specifying the reasons for
termination and giving the other party thirty (30) days to
correct the default. If the City files for termination, the
City shall be the sole judge as to whether M&0°s corrective
measures are adequate.
(b) The contract may also be terminated if the
City and M&0 agree that continuation of t'ne system would not
produce beneficial results commensurate with the further
expenditure of funds.
(c) If this Agreement is terminted by City subject
to conditions listed in (a) and (b) above, the City shall be
liable for costs and a prorate of the fee as specified under
the heading "Price Formula" accrued to date of termination
and for all other termination costs. In the event the
Agreement is terminat-od, all pertinent data prepared for the
project shall be made available to City without additional
cost.
(d) In the event City is delinquent in paying M&0
as stated in ~~7, by more than fifteen (15) calendar days and
has received a statement by certified mail of the
delinquency from M&0, then M&0 may serve, by certified mail,
a notice of its intent to suspend operations at least severe
(7) calendar days subs--~quent to the receipt of note..^e by
City, If City does not correct the delinquency or if the
parties do not agree to arbitrate the dispute under the
provisions of this Agreement, then M&0 may suspend
op~~r~tions without further notice or penalty on the date
indicated by the notice.
~?6 9
PAGE 7
(e) Stipulations of termination shall not be '
withstanding the provisions of paragraph #? of this
Agreement .
21. Communications: All notices hereunder and
communications with respect to this Agreement shall be
effective upon the mailing thereof by registered or
certified mail, return receipt requested, and postag e
prepaid to the persons named below:
If to M&0: Contract Administrator
COMMUNITY TRANSIT SERVICES, INC.
Suite D
2121 West Crescent Avenue
Ana~heF"im, CA 92801
With c o py t o : Wee"' President , O~e~-~e~
COMMUNITY TRANSIT SERVICES, INC.
Suite D
2.121 West Crescent Avenue
Anaheim, CA 92801
If to City: Transit Coordinator
CITY OF CHULA VISTA
276 Fourth Avenue
Chula Vista, CA 92010
2~. Information and Documents: All information, data,
reports, records, maps, survey results as are existing,
available, and necessary for carrvinq out the work as
outlined in Exhibit "A" hereof, shall be furnished to M&0
without charge by City, and City shall cooperate in every
way possible in the carrying out of the work without undue
delay.
23. Proprietary Rights: All inventions, improvements,
discoveries, proprietary rights, patents, and copyright made
by M&0 under this Agreement shall be
with no royalties, charges, or other
owned by M&0. All manuals prepared
Agreement shall be made available to
shall be owned by M&0 and shall not
released by City or City's represent
made available to City
costs, but shall be
by M&0 under this
City at no charge but
be copied , disclosed , or
ative or participating
organization without prior written consent of M&0. Reports
are excluded from this provision, and shall be owned by
City. M&0, however, shall have the right to print and issue
copies of these reports. M&0 may make presentations and
releases relating to the project. Papers and other formal
publications shall be approved by City before they are
released.
gb9iz
PAGE 8
2~. Force Majeure:
(a) M&0 shall not be held responsible for losses,
delays, failure to perform, or excess costs caused by events
beyond the control of M&0. Such events may include, but are
not restricted Y_o, the following: Acts of God; fire,
epidemics, earthquake, flood, or other natural disaster;
acts of the government; riots, strikes, war, or civil
disorder; unavailability of fuel.
(b) The Agreement shall be subject to immediate
renegotiation for an equivalent price increase and/or
red uction in scope in the event that the inflation rate, as
measured by the San Diego Standard Metropolitan Statistical
Area Cost of Living Index, exceeds a rate of ten (10)
percent per year, only after six (~) months of M&0 service
provision under this Agreement has expired.
(c) The Agreement shall be subject to immediate
renegotiation for an equivalent price decrease should the
City reduce the scope of work and/or provide services and/or
equipment necessary to accomplish the project.
25. Shortages and Delays: In the event that City fails
to provide or delays providing items as herein provided, in
the number and size required, then M&0 shall not be
responsible for any delays or resulting decline in the
quality of service.
2~. Emergency Procedures: In the event of a major
emergency such as an earthquake, dam failure, or manmade
catastrophe, M&0 shall make transportation and communication
resources available to the degree possible for emergency
assistance. If the normal line of direct authority from
City is intact, M&0 shall follow instruction of City. M&0
must attempt to contact responsible City officials and if
contact cannot reasonably be made, M&0 shall make best use
of transportation resources following to the degree possible
the cirection of the City. Emerg ency uses of transportation
ma.y include evacuation, transportation of injured, and
movement of people to food and shelter. M&0 shall be
reimbursed in accordance with the normal "Price Formula" and
"Payment" or, if the normal method does not cover the types
of emergency services involved, then on the basis of fair,
equitable, and prompt reimbursement of M&0's actual costs.
Reimbursement for such emergency services, only undertaken
under direction of_ the City, shall be over and above
"Maximum Obligation" of this contract. Immediately after
the emergency condition ceases, M&0 shall reinstitute normal
transportation services.
27. Audit: M&0 shall permit the authorized
representatives of City, the San Diego Metropolitan Transit
Development Board, the San Diego Comprehensive Planning
Organization, the State, and the U. S. Department of
Gb 9
PAGE 9
Transportation, and the Comptroller General of the United
States to inspect and audit all data and records of the
contractor relating to performance under this Agreement.
M&0 operates on a four-four-five week accounting cycle which
is acceptable to City.
23. Transportation Data Reporting: M&0 shall report
transportation data to City in accordance with Level C of
the Uniform Financial Accounting and Reporting Elements
(FARE) as required under Section 15 of the Urban Mass
Transportation Act of 1964 as amended and the California
Public Utilities Code, Chapter 4, Section 99?.43. M&0 shall
also prepare the operating records as set forth in Exhibit A
(listed uner responsibilities of contractor).
29. Licenses: A license and a Certificate of Public
Convenience and Necessity to operate in accordance with this
Agreement are hereby granted to M&0. Any franchise or
business license fees that City might ordinarily require for
operation in accordance with this Agreement are hereby
expressly waived by City.
3Q. Workers' Compensation: M&0 certifies that it is
aware of the provisions of the Labor Code of the State of
California which require every employer to be insured
against liability for Workers' Compensation or to undertake
self-insurance in accordance with the provisions of that
Code, and it certifies that it will comply with such
provisions before commencing the performance of the work of
this Agreement.
31. General Insurance: Throughout the term of this
Agreement, M&O shall procure and maintain a Five Million
Dollar (55,000,000) general business liability and umbrella
insurance policy.
M&0 shall name City and State as additional
insureds on this policy and shall provide City with a copy.
The policy or certificate shall not be cancelled or altered
without giving City thirty (30) days written notice of such
cancellation or alteration.
32. Vehicle Insurance:
(a) M&0 shall take out and maintain during the
life of this contract such public liability and property
damage insurance covering the four vehicles to be used in
this operation as to protect the City, its elective and
appointive boards, officers, agents and employees, from
claims or damages for personal injury including death, as
well as claims f_or property damage which may arise from
M&0's or any subcontractor's operations under this contract,
whether such operations be by M&0 or by any subcontractor or
anyone directly or indirectly employed by either M&0 or any
other subcontractor. M&0 shall provide comprehensive
r~6el z
PAGE 10
automotive liability in
single limit and bodily
liability. Coverage wi
comprehensive, fire and
$1,000 deductible. M&0
deductible.
the amount of $1,000,000 combined
injury and property damage
11 also include automobile
theft and automobile collision with
will be responsible for paying the
(b) M&0 shall submit to the City evidence of
having obtained the required insurance in the form of a
Certificate of Insurance. The certificate shall state that
the entities named on Exhibit A, Item ~.(', are included as
additional insureds. The certificate shall also provide
that the City will be given thirty (30) days written notice
of any modification, cancellation or expiration of insurance
coverage.
33. Fidelity Bond: During the period of time this
Agreement shall be in effect, M&0 shall cause its staff
personnel to be covered under an appropriate bond protecting
City from employee theft up to the amount of Fifty Thousand
Dollars ($50,000) with respect to any one occurrence by M&0
employees.
34. Nondiscrimination:
(a) In connection with the execution of this
Agreement, M&0 shall not discriminate against any employee
or applicant for employment because of age, race, religion,
color, sex, or national origin. M&0 shall take affirmative
actions to insure that applicants are employed, and that
employees are treated during their employment, without
regard to their age, race, religion, color, sex, or national
origin. Such actions shall include, but not be limited to,
the following : employment, upgrad ing , demotions or
transfer; recruitment or recruitment advertising; layoff or
termination; rate of pay or other forms of compensation; and
seJ_ection for training, including apprenticeship.
(b) M&0 shall also comply with the requirements of
Title VI of the Civil Rights Act of 1954 (P.L. 85-352) and
with all applicable regulations, statutes, laws, etc.,
promulgated pursuant to the civil rights acts of the state
and federal government now in existence or hereafter
enacted. Further, M&0 shall also comply with the provisions
of Section 1735 of the California Labor Code.
35. Minority Business Enterprise: In connection with
the performance of this contract, M&0 will cooperate with
City in meeting City's commitments and goals with regard to
the maximum utilization of minority business enterprises and
will use its best efforts to insure that minority business
enterprises shall have the maximum practicab)..e opportunity
to compete for subcontract work under this contract.
3i. Cross-Hiring of Employees, Officers, Members:
~~~j2
PAGE 11
(a) During the term of this Agreement, M&O shall
not hire any supervisory employee of City, or former
supervisory employee of City without prior written approval
of City. City shall not hire any employee or former
employee of M&0 without prior approval of M&0. Only former
employees who have terminated their employment with one of
the parties within a year prior period shall be a "former
employee" or a "former supervisory employee" as referrd to
above .
(b) During the the term of this Agreement, neither
party shall hire a.ny present or former officer, shareholder,
or member of the other party without the express written
approval of the other party.
(c) After the expiration or termination of this
Agreement, City or M&0's successor, shall be permitted to
hire any M&0 employee previously employed on this program.
At that time, in hiring an M&0 employee or a former M&0
employee, City shall insure and require that employment
process fairly treat the ex-M&0 employee as a member of the
general public with no discrimination, no waiver of job
advertising, no consideration of M&O employee's seniority,
and no other privilege different from that accorded to
members of the general public.
37. Interest of Members of or Delegates to Congress:
No member of or delegate to the Congress of the United
States shall be admitted to any share or part of this
contract or to any benefit arising therefrom.
3f3. Prohibited Interest: No member, officer, or
employee of City during his/her tenure or one year
thereafter shall have any interest, direct or indirect, in
this contract or the proceeds thereof.
39. Conflict of Transportation Interests: M&0 shall
not divert any revenues, passengers, or other business from
City's project to any taxi or other transportation operation
of M&0.
40. Transfer of Title to Equipment: Equipment and
supplies purchased by M&O as a direct-charge item in
connection with the performance of this Agreement shall
become the property of City upon payment of invoice for that
equipment and supplies submitted by M&0.
41. Headings: The headings or titles to sections of
this Agreement are not part of the Agreement and shall have
no effect upon the construction or interpretation of any
part of this Agreement.
~ to R
PAGE t 2
Q69
IN WITNESS WHEREOF, the parties hereto have caused this
Agreement to be executed by and through their respective
officers thereunto duly authorized on the date written below
their signatures.
CITY OF CHULA VISTA COMMUNITY TRANSIT SERVICES, INC.
' ~
Mayor T tle
Date: July 24, 1979
ATTEST:
~E~ ~ - ~/~o~~~~
uty City Clerk v - r
Date: ~1 "~"1
~-
Date : July 24, 1979 Date : 7 ~a
Approved as to form:
,~~~~ ,
City A rney
Date : July 24, 1979
EXHIBIT A
Request For Proposal
DEFINITION OF TERMS
Whenever in the proposal or contract documents the following
terms are used, the intent and meaning shall be interpreted
as the following:
OFFEROR: Firm submitting a proposal to
operate City of Chula Vista elderly and
handicapped transportation system.
DAR: Dial--a-ride.
CITY: The City of Chula Vista.
CnNTRACTOR: The successful firm submitting a proposal
to whom a contract is awarded.
REP: Request f_or proposal.
STATE: The State of California.
PAYMENT
Payment shall be made to the contractor on a monthly basis
within fifteen (15) days following receipt by the City of
appropriate invoices. No payments shall be made in advance
of work performed unless approved by City Transit
Coordinator. The City will pay 1000 of accepted and
approved invoices for the first eleven months of the
contract term within 15 days after receipt. The last month
of the contract term, the City will pay 750 of accepted and
approved invoices within 15 days after receipt and the final
25~ within thirty (30) days after receipt upon satisfaction
that contractor is in compliance with all terms of the
contract.
PAYMENTS WITHHELD
The City may withhold any payment, or because of later
discovered evidence nullify any certificate for payment, to
such extent and period of time only as may be necessary to
protect the City from loss because of:
1. Claims filed or reasonable evidence indicating
probable filing, or
2. Failure to properly pay subcontractors for
material or labor, or
PAGE 2
3. Reasonable doubt that the work can be completed
for the balance then unpaid, or
4. Damage to another contract, or
5. Damage to the City other than damage due to
delays.
The City shall. use reasonable diligence to discover and
report to the contractor, as the work progresses, the
materials and labor which are not satisfactory to it, so as
to avoid necessary trouble or cost to the contractor in
making good any defective work.
If the contractor at any time refuses or neglects without
fault to the City or its agents, to supply sufficient
materials or employees to fulfill his contractual
obligations for a period of three (3) days or more after
written notice thereof by the City, the City may furnish
same and deduct reasonable expenses thereof from the
contract.
LIQUIDATED DAMAGES
In the event that any scheduled service is not provided for
reasons of equipment failure, operator failure or other
reasons not beyond the control of the contractor, the
contractor will provide for liquidated dam ages for
categories of non-performance where actual dam ages are
difficult or impossible to assess. Failure to provide the
backup equipment necessary to avoid service interruption of
over 30 minutes is subject to liquidated dam ages of $50 per
occurrence and termination of the contract for three or more
violations over five consecutive days of service. These
liquidated damages will be assessed only after observation
of the incident by one of the City's authorized monitors to
be named later. Repeated offenses, unless they are for
causes reasonably beyond control of the contractor, shall be
cause for termination of the contract.
INFRINGEMENT OF PATENTS
The contractor will, at his own expense, defend all suits or
proceedings instituted against the City or State and pay any
award of dam ages assessed against the City or State in such
suits or proceedings, insofar as the same are based on any
claim that the materials or equipment, or any part thereof,
or any tool, article or process used in the manufacture
thereof constitutes an infringement of any patent of the
United States provided the City gives to the contractor
prompt notice in writing of the constitution of the suit or
proceeding and permits the contractor through his legal
counsel to defend the same and gives the contractor all
~q2
PAGE 3
(~4
needed information, assistance and authority to enable the
contractor to do so.
ASSIGNMENT
The contractor shall not assign, transfer, convey or sublet
or otherwise dispose of the contract rights, titles or
interests in or to the same, or any part thereof, without
previous consent in writing of the City.
WITHDRAWAL OF PROPOSAL
A proposal may be withdrawn by telegraph, by letter or in
person by the offeror or an authorized representative.
Withdrawal action of any type must be done before the date
and time specified for opening of proposals.
TERMINATION
The term of the contract shall be for a period of one year
from the beginning date of operation. The City or
contractor may terminate the contract upon a finding that
the other party has not carried out the terms as set forth
in the contract or has otherwise failed to comply with the
provisions of the contract. Termination shall be by written
notice specifying the reasons for termination and giving the
other party 30 days to correct the default. If the City
files for termination, the City shall be the sole judge as
to whether contractor's corrective measures are adequate.
The contract may also be terminated if the City and the
contractor agree that continuation of the system would not
produce beneficial results commensurate with the further
expenditure of funds.
OPTION TO RENEW
Each party to the contract must notify the other party 60
days prior to the end of the contract of its intention to
renew the contract for some additional time period. There
is the possibility that the City will be able to secure
funds to continue operation of the system after the first
year of operation. The negotiated renewal agreement must he
executed 3~ days prior to the end of the contract year,
otherwise, should the City decide to continue operation of
the system, eligible operators will be asked to bid on the
contract.
NO EXCLUSIVE RIGH'T'S
By awarding a contract, the City confers no special or
exclusive right or interest in any service and no such
rights shall accrue to the contractor as a result of the
contract or exercise thereof.
PAGE 4
REPRESENTATIONS AND CERTIFICATES
1. Review and Inspection of Records: The offeror
shall permit the authorized representatives of the
City of Chula Vista to inspect all data and
records of offeror relating well as his
performance under the contract.
2. Prohibited Interest: Offeror covenants that no
present director, officer, member or employee of
the City of Chula Vista, or for one year after his
tenure in office, shall have any interest, direct
or indirect, in any agreement resulting from this
proposal.
3. Equal Employment Opportunity: If awarded an
agreement resulting from this offer, offeror shall
not discriminate against any employee or aplicant
from employment because of race, religion, color,
sex, or national origin. The offeror shall take
affirmative action to insure that applicants are
given equal opportunity of employment and that
employees are treated during their employment,
without regard to their race, religion, color,
sex, or national origin. Such actions 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.
4. Minority Business Enterprise: If awarded an
agreement resulting from this offer, offeror will
cooperate with the City of Chula Vista in meeting
commitments and goals with regard to the maximum
utilization of minority business enterprises and
will use its best efforts to insure that minority
business enterprises shall. have the maximum
practicable opportunity to compete for subcontract
work under such contract.
5. Liability: If awarded an agreement resulting from
this offer, offeror shall indemnify, keep and save
harmless the City and State, their agents,
officials and employees, against all suits or
claims that may be based on any injury to persons
or property and that may occur, or that may hae
been alleged to have occurred, in the course of
the performance of this contract by the
contractor, whether or not it shall be claimed
that the injury was caused through a negligent act
qty
PAGE 5
or omission of the contractor or his employees;
and the contractor shall, at his own expense,
defend any and all. such actions, and shall, at his
own expense pay all charges of attorneys and all
costs and other expenses arising therefrom or
occurred in connection therewith; and if any
judgment shall be rendered against the City or
State in any such action, the contractor shall at
his own expense, satisfy and discharge the same.
The above will apply to all suits or claims,
except a suit that is based on interference with
exclusive franchise based on contract which the
City will defend.
~~aZ
CHULA VISTA ELDERLY & HANDICAPPED TRANSPORTATION
SYSTEM SPECIFICATIONS
Bidders shall adhere to all performance specifications
listed herein which are intended to set forth the 1.eve1 of
performance required by the City of Chula Vista for
operation of an elderly and handicapped demand-responsive
transportation system.
I. Scope of Work
It is the City's intent to provide the service
described below. The description is given primarily
for the bidder to be able to assess the work intended.
Any demographic information is provided without any
guarantee of its accuracy for the limited purpose of
acquainting bidders with tYie service area. After the
service begins, the City reserves the right to
implement modifications as the demand dictates.
The primary purpose of this one-year demonstration
project is to investigate the feasibility, efficiency
and cost effectiveness of providing centralized,
coordinated transportation services for certified
elderly and mobility impaired persons in the greater
Chula Vista. area. This project will serve as a model
transportation project in the State of California in
attempting to coordinate transportation services under
a centralized, public agency.
A growing number of the area's social service agencies
have assumed the responsibility of transporting their
clients resulting in duplicate and inefficient resource
investment. This project will create an alternative
for these agencies and will develop techniques to
successfully coordinate the transportation services of
social service agencies through the City of Chula
Vista. Service will also be extended to eligible
persons who are not agency affiliated and it is
anticipated that the overall mobility of the elderly
and handicapped will be greatly increased.
The City desires to contract for a curb-to-curb pick up
and delivery service for certified elderly and mobility
impaired (and their companions). The contractor shall
provide the equipment as well as management, technical
and operating personnel necessary to operate an elderly
and handicapped transportation system in the many-to-
many demand responsive mode. Management of the day-to-
day operations of the system will be vested in the
contractor.
~~9
PAGE 2
Eligible riders will be asked to call contractor at
least ?_4 hours in advance to make a trip reservation.
The contractor will arrange origin to destination
transportation in a manner designed to accommodate the
greatest number of passengers over the shortest
feasible route. Dispatching of vehicles may take place
with less than 24-hour reservation should time and
availability permit.
II. Service Area
The project will be conducted in the general area of
the City of Chula Vista with minor excursions into
contiguous areas (see Chula Vista Transit map,
following page) . The City may direct that semi-
schedul.ed trips be made outside the service area after
the start of project operations. Frequency of such
service would be based on demand. The project will
serve an area of approximately 20 square miles with an
elderly and handicapped population of roughly 13,20(1.
III. Days and Hours of Operation
The proposed service will be available eight (8) hours
per day (8:30 a.m, to 4:30 p.m.) five days per week
(.Monday through Friday). The service will not operate
on legal holidays which are designated to be New Year's
Day, President's Day, Memorial Day, Independence Day,
Labor Day, Thanksgiving, and Christmas Day. The City
anticipates expanding service as demand dictates within
the contract period to include limited evening and
Saturday service. Bids should only reflect an eight-
hour operating day, five days per week service.
IV. System Operation
The DAR patrons will call in their requests for service
at least 24 hours in advance of their requested trip to
dispatching office by telephone. Patrons will be
requested to give point of origin, point of
destination, and number of persons in the party.
Patrons will be advised of time of pick up.
Contractor, by radio, will dispatch a vehicle to tY~e
point where service is requested. Records shall be
kept by contractor showing the time calls are received
and the time vehicles arrive at the address to provide
service. If additional call(s) on a demand basis are
received for pick ups in the vicinity of the first call
or near the routing of patrons in the vehicle, and
capacity permits, vehicle shall deviate from routing to
pick up additional passenger(s). Contractor shall do
everything possible to avoid any undue delay of any
patron, either at the point of pick up or enroute.
Patrons shall not, however, have any control over the
~~ti
• • PAGE 3
route selected. Pick up of patron shall occur sometime
within three (3) minutes before the time indicated by
the dispatcher and not more than seven (7) minutes
after the scheduled pick up time. DAR vehicles shall
not wait for the patrons more than two (2) minutes at
any point after sounding horn. No animals may be
transported by the system, except for seeing-eye dogs.
System will transport patrons only within the service
area.
Drivers shall assist to a reasonable degree in the
loading and unloading of elderly and handicapped
passengers, parcels, and personal effects.
Contractor's drivers shall report to the site
Supervisor any hazardous public right--of-way conditions
(e.g, broken pavement, trees, and signs) in their
service area. Site Supervisor, in turn, shall
immediately notify the appropriate governmental
authority of such condition(s).
V. Vehicles
Contractor shall be responsible for providing four
vehicles of the following types (with exceptions
granted by City after mutual M&0 and City concurrence):
2 vans each equipped with a wheelchair
lift, two tiedown stations as well as
capacity for at least seven other
passengers.
1 12-passenger van witYiout a wheelchair
lift.
1 van/bus equipped with a wheelchair
lift, three tiedown stations as well
as capacity for at least nine other
passengers.
If this one-year demonstration transportation program
is judged a success by the City, the State, and two
regional planning agencies, it is anticipated that
sufficient funding will be available for a second year
of operation. It is recommended that the contractor
lease the vehicles for a two-year period with an option
to cancel at the end of one year.
The vehicles shall conform to the following general
specifications and be equipped as follows:
Fareboxes:
Contractor shall be responsible for purchasing one
~ locked farebox for each vehicle and installing it in a
C~bq
PAGE 4
secure manner near the front passenger entrance door in
each vehicle. The farebox vaults shall be
interchangeable.
Radios:
Each vehicle shall be equipped with a two-way radio
provided by the contractor with a FCC licensed
frequency approved by the City. Radios shall be
operational on the first day of service.
Engine Specifications:
Each vehicle shall be equipped with a heavy-duty
battery, a heavy--duty alternator and a heavy-duty
cooling system with recovery system.
Grab Rails:
Grab rails shall be located on the interior of each
vehicle to provide adequate assistance to passengers.
Lifts.
The lifts on lift-equipped vehicles shall be automatic
or semi-automatic electro-hydraulic side interior
wheelchair lifts. The lifts shall have a minimum-
tested net-load capacity of at least 700 pounds.
The platform shall have a barrier at its outer end to
prevent the wheelchair from rolling off the platform.
This barrier shall form a ramp to facilitate rolling
the wheelchair onto the platform when the lift is at
ground level.
The overall depth of the lift assembly in the stowed
position shall not exceed l4 inches when measured at
floor level from the double doors in the closed
position.
There shall be no shear points on the lift that could
cause injury to the lift platform occupant. The
interior frame of the lift shall be fully padded and
insulated to insure a safe and quiet operation while
loading , unloading , and transporting passengers.
The wheelchair lift entrance doors shall be double-side
doors immediately behind the front entrance door with a
clear opening to accommodate the lift mechanism. Side
doorway height shall be at least h2".
~ ~,ti
The City reserves the right in its sole discretion to
reject temporarily or permanently by notice to the
contractor any lift the contractor proposes to use or
/J, subsequently utilize which the City deems unacceptable.
PAGE 5
Wheelchair Restraints:
Each wheelchair station shall be equipped with a secure
restraint device that will secure the wheelchair to the
vehicle and the wheelchair passenger in his/her
wheelchair. These devices shall be adjustable to
accommodate varying track width wheelchairs.
Interior Headroom:
Each vehicle shall have interior headroom of at least
70".
Front Passenger Door:
Each vehicle shall have a right front door entrance
equipped with a driver control mechanism with
reinforced door and instrument mounting areas. The
exterior entrance step shall have a non-skid surface
and shall be no more than 14" from the ground. A
portable step must be carried if the height from the
first step to the ground is greater than ZO". The
front passenger door shall be at least ~2" in height
from the floor of the vehicle.
Seating
Seating for ambulatory passengers in lift-equipped
vehicles shall be perimeter seating on bench-type
seats. Flip-type seats shall be provided above
wheelchair stations where feasible although these seats
should not be included in achieving City vehicle
seating capacity requirements. All permanent seats
shall have full foam backs and cushions.
Noise:
The contractor shall certify in writing that each lift-
equipped vehicle meets the following noise standards.
The maximum noise generated by the complete wheelchair
lift assembly, as installed on the vehicle, shall not
exceed ?5 dBA measured at a fixed point located 48"
above the center of the lift platform in its horizontal
position with a 700-pound load evenly distributed over
the entire platform surface while the platform is
cycled from vehicle floor level to ground and return to
floor level. During this noise test, the vehicle
engine and all accessories shall be off.
All vehicles capable of transporting more than ten
persons including the driver and wheelchair passengers,
shall meet all the requirements in the California
Vehicle Code for a bus. All parts of the vehicle and
all equipment mounted on or in the vehicle shall
~~yZ
PAGE 6
conform to the provisions of the California Vehicle
Code, Federal Motor Vehicle Safety Standards and the
California Administrative Code, Title 13, with
particular attention directed to the California Highway
Patrol Motor Carrier Safety Regulations. All vehicles
shall have affixed to the driver-door post or outer
door edge, a certification that the vehicle meets or
exceeds all State and Federal requirements as of the
date of manufacture.
Offerors shall supply a description (including a
schematic diagram and a written description) of the
vehicles they propose to utilize. A written
description of the wheelchair lifts should also be
incl uded .
The contractor must furnish vehicles in good-working
condition, both operationally and appearance-wise.
Each used vehicle must have a proven performance
history. The City reserves the right in its sole
discretion to reject temporarily or permanently by
notice to the contractor, any vehicle the contractor
proposes to use or subsequently utilizes, which the
City deems unacceptable.
VI. Responsibilities of City - Responsibilities of
Contractor
The City will be responsible for providing the
following:
A. Determining eligibility of riders and issuing
identification cards.
B. Providing marketing support, advertising and
promotional material. The contractor shall
cooperate with promotion efforts as may be
reasonably required.
C. Supplying tickets enabling DAR passenger to
transfer to Chula Vista Transit and San Diego
Transit.
Proposals will be considered whereby the City provides
the dispatch facility, and all major vehicle
maintenance and upkeep, including storage and interior
and exterior cleaning, but excluding fuel and oil and
whereby the contractor will provide such services.
Contractor will definitely be responsible for the
following:
A. Management and operation of the service which will
include vehicle operators, scheduling personnel,
phone lines, day-to-day supervision, fare
accounting and depositing with the City and
general administrative and management support.
R~~
PAGE 7
B. Maintaining the following operational records:
1. Daily ridership by vehicle.
2. Daily ridership of wheelchair- bound
passengers.
3. Daily mileage by vehicle.
4. Daily revenue by vehicle.
5. Trip log for each vehicle operator.
h. Dispatch records showing times for:
a. receipt of service request.
b. pick up assignment made.
c. actual pick up.
d, variance between promised and actual
pick up times.
e. actual delivery of passenger.
7. Daily record of stated trip purpose.
S. Daily record of service requests not met and
the reasons they were not met.
C. Compiling monthly reports which shall summarize
the data collected daily, giving mileage, revenue
and operating cost figures. Also included shall
be statements of problems with proposed solutions
and suggestions for future improvements in
service.
All reports prepared by contractor shall be made
available to the City at no charge and shall be
owned by the City. Contractor may make
presentations and releases pertaining to the
transportation system with the permission of the
City. Papers and other formal publications shall
be approved by the City before they are made
public. Contractor will provide any other reports
deemed necessary by the City.
D. Providing uniforms for vehicle operators in
conformance with standards mutually agreed upon by
the City and the contractor.
E. Fares collected are the responsibility of the
contractor and shall be deposited by the
qb9
". ~ •~ PAGE 8
contractor at J.east weekly with the City. No
change need be made by driver.
F. Distributing Y_ickets to all passengers
transferring to Chula Vista Transit and San Diego
Transit fixed routes. Contractor will honor any
transfers from CVT or SDTC.
G. Painting the vehicles to be used in the system to
City specifications. The painted vehicles will
consist of a simple design mutually agreed upon by
the contractor and the City. The bid price shall
include the cost for painting the four vehicles.
H. All personnel furnished shall be subject to
approval by the City. The City shall have the
right, contingent upon the contractor's personnel
policy guidelines, to ask for the removal
temporarily or permanently by notice to the
contractor for any reasonable cause, any personnel
furnished by the contractor including any
personnel previously accepted by the City. City
requests offerors to submit a copy of their
personnel policy g uidelines with their proposal.
All personnel shall be employees of the contractor
and the contractor shall be solely responsible f_or
payment of all employees' wages and benefits.
Contractor, without any expense to the City, shall
faithfully comply with the requirements of all
applicable state enactments with respect to
employee liability, worker's compensation,
unemployment insurance and other forms of social
security. Contractor shall also be responsible
for withholding of income tax at its source from
employees" wages and, furthermore, contractor
shall indemnify and hold harmless the City of
Chula Vista and the State of California from any
liability, damages, claims, costs and expenses of
any nature arising from alleged violation of such
enactments or from any claims of_ subrogation
provided in such enactments or otherwise.
I. Insuring that all operators are competent valid
California Class II licensed drivers qualified
under all applicable Federal, State, and local
regulations for the operation of_ the type of
vehicles to be used.
.J. Providing thorough training for all his personnel
for the proper performance of their duties.
Contractor must have a training program
encompassing the National Safety Council Defensive
Driving Course and instruction in First Aid and
CPR provided by a qualified Red Cross instructor.
This program should also direct itself to dealing
~~ y
•, ~ ' • •I PAGE 9
specificall with trans ortin
Y p g the elderly and
mobility impaired. All new employees shall
receive proper training and instruction at the
time of hiring and prior to being assigned to the
service.
This training program must be described fully and
submitted to the City for review as part of
bidder's technical proposal section. Any proposal
submitted without a fully described training
program will not be considered a valid proposal.
K. Providing a site supervisor/dispatcher with at
least one year of experience in demand-responsive
transportation. Resumes of contractor's key
personnel should be included in offeror's
technical proposal section. Site supervisor must
be available during all hours of system operation.
L. If contractor is to maintain vehicles, he will be
responsible for keeping them in a clean, orderly,
and safe condition including exterior washing and
interior window washing at least weekly. Vehicles
shall be swept or vacuumed and all dirt and debris
removed daily.
Safety and mechanical equipment, including
wheelchair lifts, shall be maintained by the
contractor in accordance with all applicable
vehicle laws and regulations, including Title 13,
Article 2 of the California Administrative Code
(Motor Carrier Safety Regulations) and Division 12
of the California Vehicle Code (Equipment of
Vehicles). Contractor shall provide the City with
copies of the semi-annual California Highway
Patrol Reports. The City reserves the right to
make periodic inspections of the contractor's
equipment.
M. Contractor shall adequately equip the dispatch
control center, for the efficient dispatching of
vehicles as well as handling all telephone calls.
Dispatch control center shall have a local
telephone number with a 420-427, 429, or 575
prefix. Center personnel shall be responsible for
coordinating rides between the Elderly and
Handicapped System and local fixed route transit.
N. Contractor shall be responsible for
paying any and all business taxes that may be
required for the operation of the service within
the City of Chula Vista and the County of San
Diego.
0. On signing the contract, contractor must give the
~~
PAGE 10
City either a Certificate of Consent to Self
Insure issued by the Director of Industrial
Relations or a Certificate of Worker's
Compensation insurance issued by an admitted
insurer or an exact copy or duplicate thereof
certified by the Director or the insurer.
Contractor will be aware of and will comply with
Labor Code Section 3700 and the Worker's
Compensation Law.
Contractor shall procure and maintain at all time
during its agreement with the City at a
comprehensive liability of one million dollars for
each occurrence and property damage liability of
$.100,000 for damage to the property of each
occurrence naming as additional insureds the City
of Chula Vista and the State of California and
their officers, employees, and agents while acting
in such a capacity and their successors or assigns
as they now or as they may thereafter be
constituted, singly, jointly, or severally. The
insurer shall agree that its policy will be for
the full amount of any loss up to and including
the total limit of liability without right of
contribution from any other insurance affected by
the City of Chula Vista or the State of
California. Inclusion of the City of Chula Vista
and the State of California shall not in any way
affect their right as respects any claims,
demands, suit, or judgment made, brought, or
recovered against the City or State.
The personal injury and property damage liability
insurance as required above shall stipulate that
the policy shall not be canceled until at least
thirty (30) days prior written notice thereof has
been given to the City. The City and State will
not be responsible for the payment of premium or
assessments.
VII. Vehicle Service Hour - DEFINITION
For purposes of this proposal, a vehicle service hour
will be any period of time that a Contractor's vehicle
is in DAR service, excluding one (1) hour per day for
driver lunches, deadhead time, and other non--revenue
producing time periods. City will pay contractor for
all operating hours that vehicle(s) are i.n service.
City will guarantee contractor a minimum of seven (7)
vehicle service hours per day five (5) days per week
per operating vehicle.
~~ ~ i,z
EYHIBIT B
COST BREAKDO[JN
LABOR
ATanagement
Controllers
Drivers
Total Direct Labor
Indirect Labor
Subtotal
OPERATING COSTS
Radios
Vehicle Maintenance
Painting
Fuel
Fireboxes
Uniforms
Utilities
Travel/Petty Cash
Telephones
Vehicle Cleaning & Supplies
Facilities
Vehicle Insurance
Physicals
Subtotal
STARTUP AND TRAINING
Labor: Direct
Indirect
Subtotal
Piaterials
Control Center Equipment
Physicals
Uniforms
Advertising
Training Supplies
Travel and Living
Maps
Subtotal
Total :~1&0 Cost
Fee
Cost of Vehicles
Price
$15,400
11,873
23,000
$50,273
25,136
$ 1,960
18,360
800
9,180
600
400
200
500
1,800
2,372
2,000
8,000
250
$ 3,034
1,517
$ 2,000
150
400
100
150
742
$ 75,409
46,422
4,551
3,642
$130,024
13,002
29,145
$172,171
9r~5Z