HomeMy WebLinkAboutReso 1978-9206RESOLUTION NO, ~ ~ U
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA
VISTA ACCEPTING SB 283 GRANT AWARD FROM CALTRANS FOR
IMPLEP~ENTATION OF SPECIALIZED ELDERLY AND HANDICAPPED
TRANSPORTATION SERVICE
The City Council of the City of Chula Vista does hereby
resolve as follows:
NOW, THEREFORE, BE IT RESOLVED that the City Council of
the City of Chula Vista does hereby accept the SB 283 grant award
from CALTRANS for implementation of specialized elderly and handi-
capped transportation service in accordance with that standard
agreement, attached hereto and incorporated herein by reference as
if set forth in full, and does hereby approve said standard agree-
ment.
Presented by
W, J, obens, Director of
Public Works
Approved as to form by
George D. hndberg, City Attorneys:
ADOPTED AND APPROVED by the CITY COUNCIL of the CITY OF
CHULA VISTA, CALIFORNIA, this day of , 197
by the following vote, to-wit:
AYES: Councilmen
NAYES: Councilmen
ABSENT: Councilmen
,) ~~ ~`
`~ •
-- Mayor of the City of Chula Vista
ATTEST t ~% ~ ~ ~'
~' Cit Cl ~k
i1
STATE OF CALIFORNIA)
COUNTY OF SAP1 DIEGO) ss .
CITY OF CHULA VISTA)
I, City Clerk of the
City of Chula Vista, California, DO HEREBY CERTIFY that the above is
a full, true and correct copy of Resolution DIo, ~~~]~ and that the
same has not been amended or repealed. DATED
City Clerk
'~ APPROVED BV THE
:,TANDARD AGREEMENT - ATTGRNEY GENERAL
3TATE OF,CALIFO RNIA
yTD, c (NEV. 11/731
THIS AGREEMENT, made and entered into this day of 19 ,
in the State of Califomia, by and between State of Califomia, through its duly elected or appointed,
qualified and acting
Q CONTFl AC TGR
[~ STATE AGENCY
O DEFT, OF GEN, SF: R,
CONTROLLER
ITLF CF OFFICER ACTING FOR STATE AGENCY NUMB ~R
SECRETARY BUSINESS AND TR.ANSPORTA'I'ION AGENCY 61209-E
'n'U(tar CaIIU(I Iht` titntH, alld
CITY OF CIIULA VISTA
nnlltur I•nll(~d the (:untrur.tnr.
I'I~NL•:SSI•;T}t: That the Contractor for :tnd in consideration of the covenants, conditions, agreements, and stipulations of the State
~reinafter expressed, does hereby agree to furnish to the State services and materials, as follows:
et (nrtlt sarvica to hu natdansd by Contractor, amount [n be paid Conlrnrtor, time (nr per(olTrwnce nr camplation, unrl attach plans and stleci(ir:ations, i( any.)
ARTICLE I -GENERAL PROYLSIONS
1. CONTRACTOR has submitted a project proposal to implement Section 5 of
Chapter 1130, Statutes of 1979 (SB 283); and such project proposal has been selected
for funding pursuant to this agreement.
2. CONTRACTOR agrees to carry out the public transportation project (here after
referred to as "PROJECT") described in Exhibit B, ;vhich Exhibit is made a part of
this agreement, in accordance with the provisions of this agreement.
3. STATE agrees to pay to CONTRACTOR a share of the cost of the project, as
such share is defined in Exhibit B. In no event shall STATE'S total obligation under
this agreement exceed the amount of $81,300.00. It is recognized that such sum may
not be sufficient to carry out the total cost of performing the project; hov,~ever, it
does constitute the maximum STATE contribution toward performance of the PROJECT.
4. CONTRACTOR agrees to complete the PROJECT on or before the follo:ving
date: FEBRUARY 1, 1980.
~l~hr provisions on the reverse side hereof constitute a part of this agreement.
} 1t'1TNESS l1'HEKEOF, this agreement has been executed by the parties hereto, upon the date first above written.
STATE OF CALIFORNIA
CONTRACTOR
,E:'+CV CONTRACTOR Ile OTNEA THAN AN IN DI VI DV AL, STATE WN ETHEA A BOA POAATION
P AA TN EASNIP
BUSINESS AND TRANSPORTATION C;~'I~`~' OF CI-IULA VISTA
r .AUTHORIZED SIGN ATU REI (I ~ (AU THO~E~ SI~UREI ~1~
ITLE (I TITLE V
SECRETARY _ ~~
ADDR E35 ~• !1 ~E.rX Ia0/
~l ~iv~t rf
O^J TINU ED ON ~~ SN EE TS, EACH BEARIN G NAME OF CON TRA CTO RI I
I AMO VNT EN CUMBER EO APPRO PRIA N FUND
Department of General Services
Use ONLY S 81,300.00
LINEN CUMBERED BALANCE 1 TEM CHAPTER 3T AT'J TF_5 FISC AL YEAR
1G(c) l 130 1975 78-i 9
AO;. IN CAC ASING EN CUM BAANCE FUNCTION
G41~Z
ADI. UECAEASING CN CVM GAIN CE LINE ITEM ALLOTMENT
_ 995105 383G1
1 hereby cerii(y upon my own personal knowledKe that burlReted (and. T. B•A. NO. B.R. NO.
me available for the pericxl and purpose of the expenditure; stated above,
SIGNATURE OF ACCOUNTING OFFICER D4 TE
I hereby cerii(y that al! conditions (or exemption set forth in State. Administrative 4fanual Section 1'09
have been campliE>d with and this document is exempt from review by the Department of Finnnce.
S I G N A T U R E O F OFFICER S I G N I N G O N BEHALF O F THE AGENCY D A T E
i20b, f
CITY OF CHULA tiIST1
04209-E
Sheet 3 of la
ARTICLE III -PERT ORi4iANCE
1. CONTRACTOR shall begin the PROJECT pronipt!y after execution of this
agreement and shall complete all work prior to the time specified in Paragrap}t ~ of
Article I, unless the time is extended by v:ritten agreement of the parties.
CONTRACTOR agrees to commence, carry on, and complete the PROJECT ~::ith all
practical dispatch and in a sound economical and efficient manner.
2. Unless otherwise specified in Exhibit B, CONTRACTOR shay, not subcontract
any portion of the ~,vork to be performed under this agreement ~.~~ithout the prior v:ritten
concurrence of STATE.
3. The Congress of the United States, the Legislature of the State of California,
and the Governor of the State of California, each within their respective jurisdiction,
have prescribed certain employment practices with respect to contract and other v:~ork
financed with Federal or State funds. CONTRACTOR shall insure that :~:ork performed
under this agreement is done in conformance t;~ith rules and regulations embodying
such requirements tti~her•e they are applicable. Any agreement or service contract
entered into by CONTRACTOR for the performance of v.or1: connects titi~ith this
agreement shall incorporate the provisions of Exhibit A attached hereto.
4. Any facility or equipment purchased by CON'I'R~'1CTOR ;with funds provided under
this agreement shall become the property of CONTRACTOR if he maintains the same
level of use of the facility or equipment for a period of three years after the conclusion
of the PROJECT as was maintained during the period of the PROJECT.
If the facility or equipment is not maintained at the same level of use for a
period of three years after the conclusion of the PROJECT, the COti'TRAC'I'OR may
do one of the following:
(a) He may purchase the facility or equipment at Fair !tlarket value, to be
mutually agreed upon by C0~ITRAC'i OR and S'1'A'I'E; or
{b) He may rent such facility or equipment at a mutually agreeable rent for
the useful life of the facility or equipment -both useful life and rent to be decided
at the end of the PRUJEC'T; or
(c) IIc may return such facility or equipment to STATE.
~Zn6
CITY OF CHULA VISTA
64209-E
Sheet 4 of 14
Ai'tiTICLE IV - PAYP,9ENT
i. STATE shall pay its share of the PROJECT cost to ~0~1TRACTOR periodically,
but not more frequently thsn once ,~ month, upon submission by CONTP~ACTOR of
itemized im~oices in duplicate, showing actual expenditures for t},e period. Total STATE
participation in each item of t;~ork to be performed pursuant to this agreement shall
not exceed the amount set forth for each such item in Exhibit 13. i1o pati~ment shall
be made for any item in advance of ~r,ork except that upon request of COi~TRACTOP~
and approval by STATE, payment may be made for the purchase of equipment after
the CONTRACTOR has executed a contract for acquisition of the equipment. A final
voucher shall be submitted within 90 days of completion of the PROJECT.
2. Reimbursable costs under this agreement shall include z?11 actual costs reasonably
necessary to implement and carry on the PROJECT as identified in Exhibit B.
Reimbursement shall be in accordance ~•,~ith the cost principles contained in Federal
i4lanagement Circular 74-4 and in Divisions IV, Chapter 12, Part 6 of State Controller's
ii9anual of Accounting Standards and Procedures for Counties of California.
3. If the acuual cost of any item of v:~orl< of the PROJEC'T' is less than its estimated
cost as shown in Exhibit B, the funding obligation of each party ~;~ill be reduced by
the same percentage that each originally agreed to fund that item of the PROJECT.
It is also agreed that, if it appears the actual cost of the entire PROJECT n•ill exceed
its total estimated cost, CONTRACTOR may elect either to terminate the PP~O.JECT
t?s provided herein or to provide additional funds to continue the PROJEC'T'.
q 20b
CITY OF CHULA VISTA
04209-E
Sheet 5 of I4
ART<CLE V -PROGRESS REPORTING AND AUDITIPiG
1. CON'ITLAC'1'OR shall furnish STATE ;~~ith six copies of each Intcrirn Evaluation
Report or Reports required under the provisions of Exhibit B. The report shall include,
but need not be limited to, a discussion of ~•;hethcr or not the PROJECT should be
continued, an identification of the benefits apparently be:•in;? derived from the PROJECT
in terms of new methods, concepts or techniques that may ire more generally applied
to public transportation, an identification of problems being encountered, an estimate
of ~~~hether the funding for the PROJECT is adequate.
2. CONTRACTOR shall furnish STATE tti~ith six copies of a Finat_ Evaluation Report
within tt~,~o months of the conclusion of the PROJF;CT. The Report shall include, but
need not be limited to, an overall evaluation of the extent to ;~~hich the purposes of
the PROJECT have been achieved, an identification of the specific i~enefits derived
fcuni the rhvJEC'I', and an evaluation of the extent to :vhici~ the methods, concepts
or techniques used in the .PROJECT may he more generally applied in public
transportation. STATE shall have the right to reproduce, distribute, publish, or otherwise
use and to authori?e others to use, the ideas, methods, techniques, reports and concepts
developed by the PROJECT.
3. CONTRACTOR shall establish and maintain a separate account ~~.•ithin its existing
accounting system specifically for and limited to al] fiscal activities relating to the
PROJECT covered by this agreement. Tire CONTRAC'('OR'S accounting system shall
conform to accepted accounting principles and to uniform standards that may be
established by the STATE. •
All accounting records shall readily provide a hreakdo:~;n of total costs charged
to this agreement, including properly executed payrolls, time records. invoices and
vouchers, evidencing in proper detail the nature and propriety of the charges.
4. CONTRACTOR shall retain all original records and documents relatin? to the
PROJECT and shall make them available for audit and inspection by STATE
representatives upon request. Follot~-ing final. settlement of the PROJEC_'T accounts,
such records and documents shall be retained by CON'T'RACTOR fora four-year period
after the payment of final voucher.
5. The CON'T'RACTOR tA~ill maintain throughout the term of this contract adequate
protection against li.:bility for damages for personal. bodily in;ur•ies (including death
resulting therefrom) and for damage or destruction of property, ~:-hether the property
of one or more claimant in amounts not less than the amounts set forth in the follo~^:ing
schedule:
qzo~
cIT~ of cl-IUL~ v1sT~~
84209-E
Sheet 6 of 14
For bodily
injuries to
or death
of all
persons
injured or
killed, lIl
any= one
accident For loss
(subject to or damage,
a maximum in anv one
For of $100,000 accident wlinimum
bOd11V for bOdI~V t0 property fOC
injuries injuries to of othcr~ Single
hind of Equipment to or or death (excluding Limit
(Passenger Seating death of of one cargo) Coverage
Capacity) 1 person person)
7 passengers, or Icss X100,000 X300,000 $50,000 $350,000
8 to 12 passcn~rcrs, incl. 100,000 350,000 50,000 100,000
13 to 20 passengers, incl. 100,000 450,000 50,000 500,000
21 to 30 passengers, incl. 100,000 500,000 50,000 550,000
31 to 40 passengers, incl. 100,000 600,000 50,000 650.000
41 passengers or more 100,000 700,000 50.000 i 50,000
For loss
or damage
of o:vned
vehicles
~.ctual
Cash
value
The minimums set forth in the above-referenced schedule may he increased by the
S'rA'1'E at any time upon thirty 130) days notice to the !'Oti`['RAC'I'OR.
T1:e CONTRAC`rOR shall. furnish to the STATE a certificate of insurance issued by a
company licensed to ;v!•ite such insurance in the State of C;tilifornirt vahich in addition
to setting forth the above-refer•en.ced amounts of insurance shall provide that the
following insurance requirements are met:
a. The State of California, its officers, emplolees ar:d agents. shall be named as
additional insureus.
b. L~ the event of cancellation or material c};ange of this polio-, the insurer ;':ill
provide not less than thirt~~ (30) days advance ;:•ritten notice of such cancellation or
change.
c. 1'he State of California ;rill not be responsible for the payment of prcrr,ium or
assessments.
a ~~
crr~ or cxul~A v1sTA
64209-E
Sheet c of 14
ARTICLE VI - TERAJIINATIOPI
1. STATE may terminate the PROJECT upon a finding by the STATE that the
CONTRACTOR has riot carried out the PROJECT as set forth in this agreement, ot•
has otherwise failed to comply with the provisions of this agreement. Termination
shall be by written notice specifying the reasons for termination and giving
CONTRACTOR 30 days to correct the default. STATE shail be the sole judge as to
whether CONTP~ACTOR'S corrective measures are adequate.
2. The PROJECT may also be terminated if STATE and CONTRACTOR agree that
the continuation of the PROJECT would not produce beneficial results commensurate
with the further expenditure of funds, or if there are inadequate funds to complete
the PROJECT.
3. If the PROJECT is terminated prior to its completion under t}~is agreement,
any nor?expendable property, the acquisition or construction costs of which ~.vere charged
to the PROJECT, shall be disposed of and proceeds credited to the PROJECT account.
CONTRACTOR may either keep the subject property and credit to the PROJECT
account an amount equal to its fair market value, or sell such property at the best
price obtainable at a public or private sale in accordance with established State
procedures. If CONTRACTOR elects to keep the property, fair market value shali be
determined on the basis of a competent independent appraisal of such property.
Appraisals shall be obtained from an appraiser mutually agreeable to STATE and
CONTRACTOR. If it is determined to sell the property, the terms and conditions of
such sale must be approved in advance by STATE. Amounts expended by CONTRACTOR
toward the total cost of performing the PROJECT may be applied toward the cost of
acquiring the property.
9 Zb6
_ RX}}IE3IT A
CITY OF CHULA V"ISTA
Standard Agreement ga209-E
Sheet S of 14
FAIR [:Mpl.OYMENT PRAt;'t'1CES ADDENDlJh1
1. In the performance of dtis cuntract, the Contractor will not discriminate against any employee or
applicant for employment because of race, color, religion, ancestry, sex", age", national origin, or
physical handicap". 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,
ancestry, sex`, age`, national origin, or physical handicap'. Such action shal{ 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, includ-
ing apprenticeship. The Contractor shall post in conspicuous places, available to employees and
applicants for employment, notices to be provided by the State setting forth the provisions of this
Fair Employment Practices section.
2. The Contractor wi{1 permit access to his records of employment, employment advertisements,
application forms, and other pertinent data and records by the State Fair Employment Practices
Commission, or any other agency of the State of California designated by tt~e awarding authority,
for the pursposes of investigation to ascertain compliance with the Fair Employment Practices
section of this contract.
3. Remedies for Willful Violation:
(a) The State may determine a willful violation of the Fair Employment Practices provision to
have occurred upon receipt of a final judgment having that effect from a court in an action
to which Contractor was a party, or upon receipt of a written notice from the Fair Employ-
ment Practices Commission that it has investigated and determined that the Contractor has
violated the Fair Employment Practices Act and has issued an order, under Labor Code
Section 1426, which has become final, orobtained an injunction under Labor Code Section 1429.
(b) For willful violation of this Fair Employment Practices provision, the State shall have the
right to terminate this contract either in whole or in part, and any loss or damage sustained
by the State in securing the goods or services hereunder shall be borne and paid for by the
Contractor and by his surety under the performance bond, if any, and the State may deduct
from any moneys due or that thereafter may become due to the Contractor, the difference
between the price Warned in the contract and the actual cost thereof to the State.
'Sec Labor Code Sections 1111 - 143?.S for further details.
t ZQ ~ sTD. 3 (ltev. 11/`I4)
CITY OF CI-IIILA VISTA
6420)-E
Sheet 9 of 1-?
F.XHT~TT T;
PROJECT DESCRIPTION
The purpose of this project is to demonstrate the feasibility, efficiency, and cost-
effectiveness of providing centralized, coordinated transportation services fcr limited-
mobility persons in Greater Chula Vista. This project will serve as a model to initiate
efforts to coordinate services under a centralized, public operating agency. It will
simultaneously extend service to persons who are or not agency-affiliated and vaill
increase overall mobility for the handicapped and elderly in the target area.
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 services through the City of Chula Vista, the above
mentioned agency.
This project will be conducted in the general area of the City of Chula Vista (see
attached map) with minor excursion into contiguous areas. The project limits :{gill
essentially conform to the boundaries of the service area of the Chula Vista Transit
System, an intra-city, fixed-route transit service for the general public.
The project will include implementation and operation of an alternative transportation
system, providing specialized services for the elderly and handicapped. The system
~r~iil use two lift-equipped vans, plus taxi cabs (or equivalent vehicles), operating in a
many-to-many, demand-responsive mode. All requests fcr transportation v.~ould be
channeled through a dispatcher, tvho would be the systems coordinator, and who vrill
have direct radio communications with the serving vehicles. Use of this alternative
service will be limited to persons who because of illness, injury, age, congenital
malfunction, cr other disability, including the wheelchair-confined and semi-ambulatory,
are unable to use the conventional fixed-route bus service provided by Chula Vista
Transit and the San Diego Transit Corporation.
The system will operate a mini-num of 12 hours per day, Monday through Friday. It
will operate 8 hours per day, Saturday and Sunday.
Administration and documentation of eligible ridership will be performed by the City's
transit division and the senior service center, with the cooperation of the service
agencies in the area.
Certification of eligibility by a doctor or a bona fide social service agency may be
required at the discretion of the issuing agency. 4V hen satisfied that a particular
individual is eligible that individual will be issued an identification card and number.
The cards and numbers will also be useful for record keeping and possible subscription
or billing payment techniques.
Potential eligible users of this system include:
Severely Handicap ed -persons of any age cvho by reason of physical, mental,
or emotional disability are unable to use the existing conventional transit services.
_Unserved elderly - persons 60 years of age or older who do not live within
one-quarter mile of an existing bus route.
Other elderly -persons 60 years of age or older, subject to system capacity.
~7_1~ ~
CIT`r OF CIIULII VIST.~
64209-E
.. , `~
~'=' ~ ~
-r ` \.~ ~ G
~ ~ tom! S --~" ~ ~ ~. r .~ ?~ 'i
~ -mot. J ~ ~~ - ~ ~, ~~ ~ 3~,. _~ ,, , ~ :. ,~: .
' ~.1 ~~~ ~~ -1 ~ ~ ,~~ - ,t~_,~- ~ ter'. `% ~ '_.'_ _- ~
• '~;:/ -'~> - ..~~_ _ •,r ~, ~" F 1 `•'• ~-'t ','rte ~. a..,, ' ~~' ~ - - - ~ ;
t.. 4~ ~`.~ ~t\1~ ~to~,,,.~"~ 'rte ',G~-'~~ ~~?.`~,~ ._---'`~--I~ 'I
~' o'er-~+O . , ._: .~~ t/ t ,_ '''~~~ `'i.. v~~. ```~~-~~ ~~~ ~ F
_ -_-- -'-
1 .................. •... _...........
r~'~'m ..... ....._-- - ~ - ~'~~` ~_-. ~._ -sue
U
C_
~J
X
0
C
L`_..
r2(~ 6
(:ITY OF CHULA VISTr1
o~2~J9-E
Sheet li of 14
PAI`sTICIPA7'ING ORGANIZATIOI~tS
The City of Chu1s Vista's transit division will provide overall administration for this
grant program, including data analysis and writing all evaluation reports.
The operational portion of this program will be dependent upon a satisfactory bidder
(taxi company or a non-profit social service agency, for example). tither existing
social service agencies in the Chula Vista area will be operationally included an a
ref et•ral basis as needed.
fZ R.TF C` TTV FC
1. Demonstrate the feasibility, efficiency, and cost-effectiveness of providing
centralized, coordinated transportation services for limited-mobility persons in Greater
Chula Vista.
2. Demonstrate that this project will serve as a modal to initiate effot•ts to
coordinate services under a centralized, public operating agency.
3. Demonstrate that this project can extend service to persons who are or not
agency-affiliated and will increase overall mobility for the handicapped and elderly in
the target area.
4. Demonstrate that costly and overlapping social service agency transportation
services can better be utilized through this coordinate service.
5. Demonstrate that eventually these other individual transportation services can
be reduced or abandoned because of the efficiency of the Program's system.
PROJECT PERIOD
Phase I, Advance Planning, Staffing & Acquiring Equipment - 3 months
Phase II, Demonstration Period - 12 months
Phase III, Development of Final Report - 1 month
Total Project Pet•iod - 16 months
[yIONITORING AND RVALUATION
I. 1'J10NITORIr~G
The project will be monitored on the basis of three distinct data sets: system
characteristics; user characteristics; and financial characteristics. System
characteristics include indicators of equipment suitability and performance and
operational efficiency. User characteristics include the number and types of
users, the extent of discretionary versus necessary trips, the extent of agency
affiliated trip-making, the time and day of travel, and user comments. Financial
characteristics include costs for transportation operations, maintenance, and
administration; revenues and their sources; and unit cost indicators. These data
tivill form the basis for evaluating the service over time and relative to other
operations.
Z ~~
CITY CAF CH[?LA VISTA
64209-%
Sheet 12 of 1=1
Specific indicators which will be continuously monitored include:
vehicle miles traveled
complete service and maintenance history
dispatch calls
information calls
passenger trips by age, disability, purpose, etc.
trip patterns
agency referrals
passenger revenue
funding contributions, and
detailed cost data.
In addition to these data, passengers will be interviewed periodically to develop
qualitative indications of the extent to which the service objectives are being
met. The interview process will be used to identify the extent to which personal
mobility has increased and the extent of agency trips being made on the
alternative system. These indications will be monitored over time to evaluate
the project's accomplishment of goals. A sample of the type of questionnaire
to be used is included.
II. EVALUATION
The contractor shat submit, to the State's District Representative, quarterly
reports on the progress of the project. These reports should contain trio project
phase, progress of the project, monies spent, and any other pertinent information
concerning this project.
The contractor shall also submit, to the State's District Representative, aproject
final report.
The projec*, will also be evaluated on the following three basis:
how successful it is in encouraging coordination of services;
how well it increases personal mobility for the target groups in the service
area• and
how it compares with other transportation systems including the CVT,
and with other alternative specialized systems.
Social service agencies in the service area will be contacted by the contractor
throtigtiout the project to establish whether they have experienced decreased
demand and are willing to fully coordinate services. These contacts will serve
ss a major evaluation basis for the project as a ~,vhole and will be included in
the final report.
~2~~
CITY OF CIULi1 VISTA
64209-E
Sheet i3 of 14
III. FINDIPdGS t~ND CONCLUSIOlIS
It is imperative that negative findings and conclusions be reported as well as
positive findings and conclusions. Negative findings serve to alert others to
potential problems they may encounter on similar projects.
IV. RECOMP~ENDATIONS
FiTIhiSATE OF COST
Phew I (Capital Costs)
Lease 2lift-equipped vans @ $600 per month
per vehicle - $600.00 x `? x 12 months = $ 14,400.00
Purchase and install t,vo 2-way mobile radio
units @ $1,500 each = $ 3,000.00
Purchase and install one 2-way radio base
station = $ 3,000.00
Purchase 2 fare boxes @ x1,000 each = $ 2,000.00
CAPITAL COST SUBTOTAL = $ 22,400.00
Phase II (Operating Costs}(1)
(1) Operating cost is computed on the basis of 230 trips per day at an average
trip distance of 2.8 miles/trip. Thus 644 miles is estimated to be operated on
360 days/year for a total annual operation of approximately 231,840 miles. These
trips include both the vans and the required taxi cabs (or equivalent vehicles)
assigned to this project.
Driver tests @ $0.32/mile x 231,840 miles
Dispatch costs @ $0.08/mile x 231,840 miles
Fuel, insurance, maintenance, etc. ~d $0.15/mile
x 231,840 miles
Operator's profit @ $0.05/mile x 231,840 miles
OPERATING COST SUBTOTAL
TOTt?L PROJECT EXPENSES
_ $ 74,185.00
_ $ 18,547.00
_ $ 34,776.00
_ $ 11,592.00
_ $139,100.00
_ $161.500.00
State share is 50.34% ($81,300.00) of all line items listed above.
Remainder is 49.66°N ($80,200.00) and is divided among UiVITA Section 5 Funds
($4,500.00), Local Transportation Funds, Article 4.5 ($45,000.00), Farebox
($20,000.UOj, City In-Kind Services ($10,000.00) and City General Fund ($700.00).
~ZQ~
CITY C~ CHULA 'J1STA
64200-E
Sheet 14 of .14
PASSENGER SURVEY QUESTIONNtiIRE
1. Nature of Disability
2. ~tiheelchair -confined Yes No
3. Age Braci<et: Under 18 45-50
18-24 60-70
25-44 Over 70
4. I use this bus:
1) more than 7 times a week
2) 5 to 7 times a week
3) 3 to 4 times a week
4) 1 to 2 times a week
5) less than onc e a week
5. The purpose of the trip I am now making is:
1) work 2} medical 3) church
4) shopping 5} recreational 6) business
7) return home 8) other
6. Before this bus t~vas available how would you have ma de this trip?
1) other bus
2) private ambulance
3) drive
4) ride with friend or relative
5) tivould not have made the trip
S) other --
7. I learned about this bus from
8. I started this trip a t:
address or the place name
9. I am going to:
address or the place r.amc
10, i'rIy Identification Number is:
opticnal
11. ZVould you object to being contacted for additional travel details?
Yes No
CQM1`,tENTS:
X2.06