HomeMy WebLinkAbout2003 01 27 Consent B Senior Transportation Services Contract
,.r
,
,.: ! ," d
COMMISSION' AGENDA
01/27 /03
Meeting
CONSENT X
INFORMA TIONAL
PUBLIC HEARING
REGULAR
MGR. [L/" IDEPT C. G?
ITEM B
Authorization
REQUEST: The Parks and Recreation Department is requesting the City Commission to accept
the bid ofM. V. Transportation, Inc. to provide senior bus services and authorize the
City Manager to execute a contract with the approved bidder for senior transportation
servIce.
PURPOSE: The purpose of this Agenda Item is to obtain Commission approval to accept and
execute a contract for senior transportation service.
CONSIDERATION:
. Senior transportation was discussed by Commission at the August 12,2002, City
Commission meeting.
. Commission direction was to establish a resolution providing for eligibility, service
parameters, and a service policy and to seek contracted services (staff estimated the cost
at $ 20,000-35,000 per year).
. $ 20,000 was approved in the FY02/03 budget for senior transportation.
. Resolution # 2002-34 establishing the Winter Springs Senior Transportation Program was
adopted at the November 11,2002, City Commission meeting.
. Request for proposals for senior transportation was advertised in the newspaper in
demand star, and sent to Five (5) transportation companies in December and January.
. MV Transportation Inc. submitted the only proposal. Staff has reviewed the proposal and
recommends acceptance at $ 43.24 per hour or less.
1
FUNDING:
$ 20,000 is available for senior transportation in account # 7250-53186. The budget is within
anticipated range of bids. Updates of cost will be provided to the commission after one month
of underlying expenses and three months of underlying expenses.
RECOMMENDATION:
Authorization of the City Manager to enter into a contract with MV Transportation, Inc. to
provide senior bus service at a cost of no more than $ 43.24 per hour.
IMPLEMENTATION SCHEDULE:
January, 2003
February, 2003
Execute Contract.
Begin Service.
ATTACHMENTS:
Attachment # 1
Attachment # 2
RFP.007/03-CP Proposal.
MV Transportation, Inc. Proposal.
COMMISSION ACTION:
2
ATTACHMENT # 1
CITY OF WINTER SPRINGS, FLORIDA
1126 EAST STATE ROAD 434
WINTER SPRINGS, FLORIDA 32708.2799
Telephone: (407) 327-1800
Fax: (407) 327-4753
Website: www.winterspringsfl.org
REQUEST FOR PROPOSAL NUMBER: RFP-007-03/CP
WINTER SPRINGS SENIOR
TRANSPORTA TlON PROGRAM
RFP CLOSING: JANUARY 15, 2003
RFP Closing Was Called By:
Ms. Nancy Vobomik, Purchasing Coordinator
RFP Opened:
RFP Closed:
3:01 p.m.
3:02 p.m.
Witness:
Mr. Tim LaIlathin, Chief, Fire Department
Mr. Chuck Pula, Director, Parks and Recreation Department
Ms. Holly N. Pierstorff, Assistant to the City Clerk
One (1) RFP Received:
1. MV TRANSPORTATION, INC.
AGENT: KEITH WHALEN, VICE PRESIDENT BUSINESS DEVELOPMENT
ADDRESS: 360 CAMPUS LANE, SUITE 201, FAIRFIELD, CALIFORNIA 94534-1400
TELEPHONE: (707) 863-8980
FACSIMILIE: (707) 863-8944
Copy: Mr. Chuck Pula, Director, Parks and Recreation Department
Mr. Tim LaIlathin, Chief, Fire Department
Ms. Nancy Vobomik, Purchasing Department
City Clerk\Docs\ Word\BIDS\RESUL TS\Fy0203\RFP-007 -03 CP.doc
ATTACHMENT #2
Proposal to
The City of Wi nter Spri ngs
for the
Winter Springs
Senior Transportation Program
January 15, 2003
PROPOSAL TO PROVIDE:
.
City of Winter Springs, Florida
Winter Springs Senior Transportation Program
PREPARED FOR:
City of Winter Springs
Dated: January 15, 2003
SUBMITTED TO:
. Chuck Pula, Director of Parks and Recreation
1126 East State Road 434
Winter Springs, Florida 32708
Telephone: (407) 327 - 6590
SUBMITTED BY:
MV Transportation, Inc.
Mr. Keith Whalen
V.P. Business Development
MV Transportation, Inc.
360 Campus Lane, Suite 201
Fairfield, California 94534-1400
Telephone: (707) 863-8980
Facsimile: (707) 863-8944
.
<ij{)
.
.
..
Proposal to the City of Winter Springs, Florida for the Operation of the Senior Transportation Program
A REQUIRED SUBMITTALS 2
B TECHNICAL PROPOSAL 3
B.1 Vehicles........................................................................................................................ 3
B.2 Drivers.......................................................................................................................... 3
B.3 Supervision & Support.................................................................................................... 4
B.4 Training Programs......................................................................................................... 5
B.5 Facility.......................................................................................................................... 6
B.6 Customer Service - On Time Performance....................................................................... 6
B.7 Customer Service - Trip Scheduling................................................................................. 7
B.8 Maintenance & Cleaning................................................................................................. 7
C PRICE PROPOSAL 10
D PROFESSIONAL QUAUFICATIONS 11
0.1 Introduction of MV Transportation................................................................................. 11
0.2 Qualifications of MV Transportation............................................................................... 12
0.3 Qualifications of Staff ......................... .......................................................................... 15
0.3.1 Local Project Staff............. ............. ......... ................... ................ ........... ......... 15
0.3.2 Regional and Corporate Support Staff.............................................................. 18
1
<iijiD
Proposal to the City of Winter Springs/ Florida for the Operation of the Senior Transportation Program
.
A
REQUIRED SUBMITTALS
MV Transportation is proposing to operate the Senior Transportation Program as the prime
contractor. We will provide a 15+ passenger accessible vehicle, drivers, dispatch, maintenance, fuel,
insurance, and all other required services as oudined in the RFP's scope of work. Our Federal
Employer Identification Number is 94-2491705, and our corporate information is as follows:
Corporate Office local Office
.._ _._ ~y .Tr9!J.?~Q,r:t~~i2Q~1~S:~,__..__,__L_ __.... ,!'1't.s .9!.lC!l!1,~Q J?lY-isJq!l.._.'_._._.
360 CamRus Lane, Suite 201 j 9313 Bachman Road
:~~.~=.~~=_~l!1f~.ld~_ C~11~J,i,_~==,]=~.~.~~=~~Q~li~~q~...E("}~~?4-,~_~~__=.~:
707 863-8980 I 407 466-6934
MV Transportation was incorporated in the State of California in 1978. MV Transportation is
owned by dle Lodde Family Trust and dle officers of the company, as listed below.
I Directors: ;
,..E~y'?a n _ Lo~tg~lg~,~..'!~~~,..QiE~q,QL__......_._ ___.,.._..____________.__._
_~.~is L.Q.gdeJ..Qlr.~cto.!:.._,..___. ___.. _ _._,......__.._...___._____.,_.._
Jon Monson Chief Executive Officer & President
I Officers: I
.
..M~?_ Lo~_~,...Q!LectQ!:' _____ ,.....__ ,__ _,_____.__....____..____..
J..QD~pn~<?n~_c.::!!!~_I2<.~~~!!.~~QffJ..cer ~_fr~L9..~L___. ..___. _.__..__..__
._~Q.hn,I?~C!!:9,_G~ne!:.aL~uns~_______.._,.. ,. ..,__,.., _.._,____.._____,
.~9_~LR~_~~rd.?QnJ~~.l~..Fil}~.!!~ial,"Offl~~..____...._________,_____.._
J<~'d~ ..~_lj~,.c.::!!!~_Q~~La.!Ll}g...Qfflc;~! _. _,__.._.. ...._.__. _..____......__..,.____
..Q9~lg.~rn!tb,. _Y.i~e_e~~~!c!.ent::: ~.afe,ty ~.Ij_~!n.a_n.R~!9.t!C?,I}~__ _.. _ .___.___ _
J<~itb,.~bal~'.l.!,.YJ.~~ J:~~J_de~L:_.I?~?J..~_~~~gevelo.~rn~~L___,___,___
MV Transportation offers the most experienced management team in the transit industry. We
employ an extremely strong executive team led by the Loddes, Jon Monson, and the officers listed
above. All of these individuals are available to help support this project. TIle qualifications of the
team members who will be most active in support of this project are oudined in dlis proposal under
the section entided "Professional Qualifications". Additional information on our locations, client
references, philosophy, etc. can be obtained from our web site at http://www.mvtransit.com
MV also offers corporate and regional support structures designed to provide the strongest support
possible to all of our client partners and divisions. Our corporate office employs over 50
professionals in areas such as Safety / Training, Operations, Human Relations, Maintenance,
Accounting, Information Technology, Legal, and Claims Management. We also have Regional
Safety, Maintenance, and Operations Managers who travel to each of our divisions to provide
support and training, as well as to conduct periodic audits and special projects in support of our
client agencies.
We intend to manage and operate dlis service from our Orlando division, which employs over 300
individuals in daily transportation operations under the Central Florida Regional Transportation
Authority's ACCESS LYNX paratransit program, We have a complete in-house maintenance shop,
as well as qualified Vehicle Operators, Road Supervisors, Trainers, and management personnel who
will support this project on a daily basis.
.
2
<iijb
.
Sl;Ibriiif Pf9Ro.sal 't{5:
.0 IT'l0j:>Wi~TE'R'SPRiN~$
11'2'6]::astStafe~oa:d .43'4 .
'wi! h'fe+'SIYriri@sj Flbnd~327,08'
Alln::, Git'y:Cl'etk.
,Qontact:.
, ." ,qnq~K'P(jJci.,.
Dite:ctb'rofiFiarks ana Recreation
E"T!1'~ii; "'ciJ'lilfY@YJiriteEsP~h?Stl;6'fa
pbone'~ '.(40t):327i:p$9:0
'Pt'qpqsaJ04.~. Qafe. '~;JJm~: ~ .' . ,_ ,_,_, ", .__ ....,.;
Ja.lidary'1'5; gOO.3~.at 3,;0'0: 15':,m';
'Loc-aticm of'Ptiblic{'O.p'en:it1~p"
'WinterS: lih:s,:cf:it . ''Hall ,
,-" -,. P , g" Y ..,
(j'omm IS$ion ,C'hambers
~1126;East ~State, 'Rda:dA34
. :Wlrlf~r:':SIJr;inQ~\ 'Fj6ridlii:_32ZQ~r
~I5Q.u EST ;FOR' PRCfPQ,SAL.
,'- . 'RFP,:"boiFo.3,.0R ,..'" .'
8ARKS,AND. RECR5AJfQt'lD'E-PARTMENT'
;wiNTE:RJ~R.R;IHJ~S"s;EN'I'OR'.'tRAN;$Fk)'RtAt'l,br# PROGRAM
P'R0;P'(;3"SER;:
NAN1g~" "MY Transportation, Inc'-,-~~~,---,-,-,~~"--"_---;=-",--,~+-=~~""---,~~,,,,,--"--,,,-,-,;
'?:E. t.~::andlbi'$i$Ji~L~4~2i9j79~~~~~~2~~~~-,:.= .,':...; .'.,', '.~~,'.
. -. . .
'., ",!",,""-~-::-::-.~-~-~.,
'M'AI1.JNG' "
4\DDR'E'S'S:, 3~0~~~rnp~!.~~n:, Suite 201, Fairfr,el~ CA 945~~~-;~,~,~-.,-,-.,-~~~"..~~
. '. .
.---------------------------------------.
. ,',' . -. ~., . 'J., '~-.' -.'. ",.' ';- . '; "_ '" ".' - '. ." " '.,"" .~. ,". _," .. "I -,.. . ",' )". ' .. ., t. - .'..,' . .' -, '" . ., .... ".'.' '. . ", '_.' _".' --,.. ."- . _, .
, '
-;:~~""";;'O"";~...,..:._...:.~.:....;;_f~~:..-:..:.....:...:.~.:..-~~~~~-::-:.~-.::-..-~~~--:........~~~~.,.....::.;....~~.
.
AJjt~0 tiZ~a_ s i~ri~"' ut~'.~rytahV.~J) , ' "."'.'. ' , .'
, " ,Fn-..? ,- , f/J.~. ., _. . _ ." ,(G,ary Rrc:hardsol), ,ChIef Frn~!1c:ral, Officer},
--~~1i:'E7 --~------------------------------
.Ema'iLAcidrfess~
:'.. ,.,~: ~':" '^ ~,:,'-.,Jom Irvin:,tirvin.@mVtransit.~qrn~,;..l(eith ~hale!l~kw~len~mvtransit.~Q..I!l~~
PIi'6ne#:"Iom !r:vlrr: (82l1)J51~94~_, ~eith~hal,eI};jIQ!j 86,~~98lL!30~5~-'-"~-,'-;----+-~-_,_~-_;
RFP-o'o'7/oi,op:
. P~ge;:2:
DATE (MMIDDIYY)
12/18/2002
:AT!'
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
ACORD,y CERTIFICATE OF LIABILITY INSURANCE
PRODUCER
Lockton Companies
444 W, 47th Street, Suite 900 CA Lie #0554167
Kansas City MO 64112-1906
(816) 960-9000
12/31/2003
INSURED
INSURERS AFFORDING COVERAGE
INSURERA: SCOTISDALE INDEMNITY COMPANY
INSURER B: CRUMP E&S OF CALIFORNIA
INSURER c: 505 N, BRAND BLVD. SUITE 850
INSURERD GLENDALE CA 91203-1906
INSURER E :
MV TRANSPORTATION,INC.
1039931 ATTENTION: JULIE HARRIS
360 CAMPUS LANE
SUITE 201
FAIRFIELD CA 94585
COVERAGES TD
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID ClJI.lMS,
I~.f: TYPE OF INSURANCE POLICY NUMBER ~~,!iV ,;~f;)IIf~E
I GENERAL LIABILITY
A ~::~MERCIAl GENERAL LIABILITY OPIO002928
CO CLAIMS MADE ~ OCCUR
H .
f.--.J
i GEN'L AGGREGATE LIMIT APPLIES PER:
'Xl POLICY n P~OT i LOC
AUTOMOBILE LIABILITY
B !Xl ANY AUTO
~
! ; ALL OWNED AUTOS
12/3112002
12/3 1/2003
OPI000292&
12/3 1/2003
12/3 1/2002
j : SCHEDULED AUTOS
~ HIRED AUTOS
---j
; NON-OWNED AUTOS
!XI 100 000 SIR
~.
i GARAGE LIABILITY
n ANY AUTO
~
. EXCESS LIABILITY I
P OCCUR 0 CLAIMS MADE !
f--. D UMBRELLA
! \ DEDUCTIBLE FORM
f-----j
, i RETENTION
WORKERS COMPENSATION AND
EM PLOVERS' LIABILITY
NOT APPLICABLE
NOT APPLICABLE
NOT APPLICABLE
A ; OTHER
I PHYSICAL DAMAGE
I
OPI0002928
12/31/2002
1213 1/2003
i
DESCRIPTION OF OPERATIONSlLOCA TIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
peoOF
OF
I N SV.e.~NC: E.
CERTIFICATE HOLDER
LIMITS
EACH OCCURRENCE
FIRE DAMAGE (Anyone fire) $
MED EXP (Anyone person)
PERSONAl & AOV INJURV
GENERAl AGGREGATE
PRODUCTS - COM PlOP AGG $
! COMBINED SINGLE LIMIT
i (Ee accidenl)
I BODILY INJURY
I (Per person)
: BODIL V INJURY
(Per accidenl)
PROPERTY DAMAGE
I (Per accidenl)
I AUTO ONL V - EA ACC IDENT $
I OTHER THAN EA ACC $
AUTO ONLY: AGG s
EACH OCCURRENCE
AGGREGATE
1,000,000
50.000
5,000
1,000,000
2.000.000
1.000,000
I $
!
1,000,000
,
i $
xxxxxxx
i
i s
!
xxxxxxx
[$
xxxxxxx
xxx XXX X
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
XXXXXXX
i $
I s
<
, .
i s
s
XXXXXXX
E,L. DISEASE - EA EMPLOYEE S XXXXXXX
E.L, DISEASE - POLICY LIMIT S XXXXXXX
$2.000,000 UMIT PER LOCAT10N
$5.000 DED COMPICOLL
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POlICIES BE CANCELLED BEFORE THE EXPIRA TION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO 00 SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KINO UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
AODITlONAL INSURED; INSURER LETTER:
ACORD 25-5 (7/97)
(5) ACORD CORPORA nON 1988
Proposal to the City of Winter Spring~ Florida for the Operation of the Senior Transportation Program
.
B TECHNICAL PROPOSAL
B.l
.
B.2
.
VEHICLES
MV Transportation has many company-owned vehicles at various locations throughout the
country. In an effort to keep your initial costs as low as possible, we propose to relocate
two of our fully-depreciated wheelchair-accessible minibuses to the Orlando area to be the
primary and back-up vehicles for this service. While specific vehicles have not yet been
identified (and are negotiable), we are including the following picture as "a representative
vehicle" to show you what we have in mind.
'. ,.~, -';
We can also provide vans, minivans, or other types of vehicles if you desire. All aspects of
our proposal are negotiable.
DRIVERS
We currently employ over 200 qualified and fully-trained drivers in our Orlando operation.
Our minimum qualifications for drivers include:
. Valid active driver's license for tlle size & type of vehicle required
. Excellent safety record evidenced by MVR check and performance history
. Clean criminal record
. Drug & Alcohol Free as per our pre-employment and ongoing substance abuse
preventlOn program
All applicants are thoroughly screened to ensure they meet the minimum qualifications for
drivers. This criterion includes confirmation tllrough a Criminal Background Check that
tlle candidate has not been convicted of a felony involving a crime of violence, illegal drugs,
crime while using a commercial vehicle or a serious traffic violation. The candidate must
also have a satisfactory review of a 3-year check of tlleir driving record. Satisfactory review
means that tlle candidate can have no more than 3 moving violations and/or chargeable
accidents within tlle 3 year period prior to employment.
Our drivers are required to be in uniform during all hours of service. MV assures that our
staff will present a neat, professional appearance at all times. At MV, we understand and
teach to our staff the importance proper appearance and its impact on customer service.
3
Q;jb
Proposal to the City of Winter Springs, Florida for the Operation of the Senior Transportation Program
All office staff members are required to dress "business-casual".
Personnel with face-to-face passenger contact will be required to
wear a uniform provided by MV, must have a clean and neat
appearance, and must adhere to a code of personal grooming and
hygiene established by l'v1V in conjunction with City staff.
Personnel with face-to-face passenger contact will wear name tags
with their names and badge numbers clearly visible at all times.
As Drivers start their routes each service day the AM Dispatcher
ensures that all appearance requirements are met.
.
8.3
SUPERVISION &. SUPPORT
We have extensive support available through our current Orlando-based management team.
Please see the local Organization Chart presented below. This team includes upper-level
management, accounting & HR support, and vendors such as our fleet cleaning
subcontractor. All of these personnel will help to support the City's Senior Transportation
Program.
MV's Orlando Division Organizational Chart
.
Adem Adem
Operations Supervisor
,
Dispatchers I
(5.5 FTE) ,
,
,
Drivers
(200+/-)
I
.
4
<AiD
Proposal to the City of Winter Springs, Florida for the Operation of the Senior Transportation Program
.
8.4 TRAINING PROGRAMS
MV employs a comprehensive Professional Driver Training Program in place to assure
the consistent and effective training of all drivers. This all-inclusive program includes a
series of three training manuals as well as instructional PowerPoint slides and a Knowledge
Review Workbook to document the trainee's mastery of the material presented. These five
components work in concert with one another to provide a thorough, consistent and
effective training prob'Tam for new drivers.
All of our existing operators have successfully:'
completed the MV Professional Driver Training
Program.
.
5 Components of the MV Transportation
Professional Driver Training Program
The primary components of MV's Professional Driver Training Program include:
I ,
CLASSROOtJ! HR, BEHIND- THE-WHEEL HR
2.0 1.0
1.5 2.0
1.0
1.5 1.0
4.0 3.0
4.0 2.0
3.5 2.0
2.0 2.0
8.0 1.0
4.0 14.5
0.5 ortation 1.0
1.0 6.5
1.0 2.5
6.0 1.5
40 40
16
.
5
~
Proposal to the City of Winter Springs, Florida for the Operation of the Senior Transportation Program
.
PASSENGER ASSISTANCE TRAINING I
MV pays particular attention to driver sensitivity and customer service training. We utilize
proven modules from various segments of the industry to emphasize that we're here to
serve our passengers, no matter their economic or social status, disability, or reasons for
riding transit.
Our sensitivity training modules include elderly and/or disabled passengers, along with
agency staff, to build understanding and empathy among the drivers. We practice and role-
play with trainees to foster an understanding of what it's like to try to navigate the system
when you're visually impaired or in a wheelchair. We study many different types of
disabilities and mobility aids to learn how to handle each one professionally and with a
dignified, yet sensitive, demeanor.
We teach our employees that our customers are people first, and they usually have the best
information about how, or how much, to assist dlem. Above all, we teach the drivers to
communicate with dle passenger, talking them dlrough dle process and putting their minds
at ease with the assistance being offered.
ONGOING & REFRESHER TRAINING I
.
Ongoing refresher training is provided each time a driver receives an on-road ride check
with a Supervisor, which is programmed to occur at least twice annually for each driver.
Refresher training modules are also developed by our Safety Committee and the Safety &
Training Staff for presentation at each month's mandatory safety meeting. Specific training
modules may also be developed to address specific problems dle operation is having, or
may be tailored to "shore up" individual drivers' weaknesses.
8.5
FACILITY
We propose to manage and support this service from our facility located at 9313 Bachman
Road. This location has approximately 2.5 acres of secure & well-lit parking area; approx.
3,000 square feet of garage space including 4 bays; and approx. 2,000 square feet of
administrative space. MV already has all necessary shop equipment, computers, furniture,
training materials, and associated administrative equipment necessary to support dlis
servIce.
8.6 CUSTOMER SERVICE - OIN TIME PERFORMANCE
MV employs a number of strategies to make sure that our services are delivered on-time to
dle customer. These include dle following:
· Each day our General Manager or a designated supervisor is on-site to actively supervise
pullout. The staff is trained to be efficient about getting out of dle yard on time, and
monitored to make sure it happens consistendy.
.
To prevent service disruptions due to absenteeism, MV employs a number of extra
board drivers. If a scheduled employee calls in sick or doesn't show up for work, an
extra board driver is already on hand to take over the route and make sure it begins on
time.
.
To prevent service disruptions due to breakdowns or accidents, MV employs the use of
a "READY" vehicle that can leave dle facility at a moment's notice. This vehicle is
.
6
~
Proposal to the City of Winter Springs, Florida for the Operation of the Senior Transportation Program
already inspected and parked in a designated parking space reserved for ready vehicles.
If the Ready vehicle is deployed, anodler one is prepared to take its place.
An Extra-Board driver will immediately be dispatched to pick up a route dlat is delayed
for any reasons to ensure on-time performance is maintained.
Our Road Supervisors actively observe on-road operations throughout the day to assist
in dle coordination of service to ensure passengers receive safe and efficient
transportation.
.
.
.
B.7 CUSTOMER SERVICE - TRIP SCHEDULING
We understand that the City's current plan is to take dle reservations for daily trips and to
turn them over to us for scheduling. We are flexible in this regard.
Our Operations Supervisor will sit down each afternoon and create route manifests for the
drivers to handle all of dle pre-scheduled requests. Manifests will be finalized dle evening
before service is to be provided, and dle drivers will be notified of their work schedules for
the next day. We expect that any weekend and Monday transports can be scheduled before
the end of dle day on Fridays.
B.8
MAINTENANCE & CLEANING
We have established a fully staffed and equipped maintenance garage dnt currendy supports
over 200 vehicles. All necessary shop equipment is already in place.
We will maintain dle vehicle(s) in a first class condition, as this is critical to the safety and
comfort of our passengers and drivers. Required vehicle maintenance and general repairs
will be identified via our Preventive Maintenance (PM) Program and Daily Vehicle
Inspections (DVI). These are outlined briefly in dle paragraphs below.
.
I I
DAILY VEHICLE INSPECTIQNS I
Each driver is required to perform a complete
pre-trip and post-trip inspection prior to a
vehicle going into service each day. To ensure
drivers are properly performing dlis essential
element of our maintenance program, a ~oad
supervisor is in the yard observing that all
required tasks are completed during peak a.m.
pullout.
If the driver discovers a defect during these
inspections, dle driver reports it on dleir pre-
trip inspection form. If dle defect will cause
furdler damage or a safety hazard, dle driver
will not operate the vehicle and the vehicle will
be replaced. --'-'-'~-~"""--"~' ---'-'-'---"'_._'-'~'-~-'"
.
The Maintenance Director and his staff will
review, note and/or repair all DVI complaints.
When necessary, dle Maintenance Director will
immediately place a vehicle out of service and
generate a repair order to have the defect
corrected.
-~~:=,.;~==~..;::;.::.::..~.:.;c,-i:t,;,;';;;~;;;";;;;'-;;;';;;:~~r..;t,;;;;-..;';";;;~';;;;_"'M
l_~!_~_~._Qo-l"lH<fa,Ot""'t'fO'{"_~"'''''fIfI_~~__'.........t..Ir''''''''''''''''''''''''''
.............
,_..,.,...",,_flj.__t
lJ....__,....UIoo'~."_IIl;~~~...".,....~.....f'..._....,........,,.:..,., .
/;II,."....-_"'_"""~..~.:l:' .......-..o.-.-.......-.....""""'--"_-"_.~_.---....~
:-":,,..._S~'t'<::ut!':l;:J'.~~,4\...___
ie'::::1~~'" l""._...,~____
l~r_";'........._~ ~...........~......-'
:.d~L_...--_.___,...--.-_.. .......'..'__H.
ori.;.~,.. ~",,"': ("!!yh." tDpo,,f<om ~ .~;"'';:Inl"qo,.j"",,-j)oIy~..:s~._....,wNo. ifoll':'Otll (;~bol"""'Oli
7
Qijib
Proposal to the City of Winter Springs, Florida for the Operation of the Senior Transportation Program
.
PREVENTIVE MAINTENANC,E INSPECTION AND SERVICE!PROCEDURE
Preventative maintenance will be performed on
each vehicle every 3,000 miles. After 21,000 miles,
the vehicle will have a C Inspection completed at
which point the schedule re-starts at the beginning.
During. a PM inspection, the technician will
document all defects found and will have all defects
listed on a repair order and corrected prior to
returning the vehicle to service.
Preventative Maintenance Service Frequency
Each day, the odometer reading from the drivers A B A B
daily pre-trip inspection form is recorded. This data Service Level
will be used to monitor and schedule upcoming PM procedures. To confirm mileages, at
the beginning of each month MV staff will take odometer readings for 100% of the fleet.
No vehicle with a past due PM will be allowed to operate until the PM is completed.
A
B
c
PREVENTIVE MAINTENANCE INSPECTION (FRONT)
PREVENTIVE MAINTENANCE INSPECTION (BACK)
~L',~:.j)~,~.,
h.W~Tra~tfon.;~
, .w ., f. :~t~.:.;,t,~ /.
Preventlve'Mai~lenar\Ce l.ndp~Cllon Chcd<Jis.l
Circ.1e Sef'\llca Type; ABC .
';'T~~~~~~:>
Preventive Mainlenanclt hl.9pe.c1iori Checklist
Circle Service !ype: ABC
.
J.:.___"ullOCfl>(lollf/IIlv-.-
==-~:~~":d~~ ~~~-:::.~
-_.yW.-
T_...S'7......
--- ----
~.d1.~~ ...~_...i1 t/'~lflfqNall<;:~.'"I(!bring ,t,. ~''l'~~'"'' ~._"";"O"t;tto., 1lti-t.;'''C'Iei(f:''IlIYI
""""M'ltpo:::&1,C'-:Ie""'<:;~ll'cII;I:1, rt.~. ~~.'V'I'l",,~}.ot'Jeo1;~\'OIl\(l".tuI ~1O~"i"""""'"
~.l',j;otlteor~w-Jt,.Id..wodfl;f'~ "=k1b;o.1.lfl.~,"IlIr.l'1lJIl'hft,llreerJlt""'f-m.
~"'4I~~I:McolWt'.lllfZ.
FLEET CLEANING i
.
A significant component of service quality is the clean appearance of
the vehicle (s). MV has created a sense of pride in our drivers so that
they are now the most critical person in monitoring vehicle cleanliness.
Our Road Supervisors also check interior cleanliness during daily pull
out inspections.
MV currently contracts with a company that provides a staff of vehicle
service workers to perform all remaining cleaning functions for tlle
fleet. We will soon be purchasing our own automated fleet washer and taking this function
in-house. Our vehicle(s) will be kept clean according to tlle following schedule:
8
(.ijib
.
.
.
Proposal to the City of Winter Springs, Florida for the Operation of the Senior Transportation Program
__~umCleanln~___
I Upon Discovery I Daily Quarterly
_~I":,~~'~:':'':~~~'F::~~;ntL~_t_____L_-
=-_~~~~~S~;~_l-=-~==- -====b:=--=
._~____.___?weep-_f..!99L___-+___._ __.25____+_____________
= Qus~~~~;~~rS;~~ces ._-t--_.-1._-=-~ 1=-=-=--===
----~mP...tylt!0I~.?L.-.--f---.-,.-t -L------l-_---.--____,._
Clean the Windows: Remove I I I
Grease, Grime, Handprints, etc. I I X I
---~~~e~f~.r~~~~~.~f~~~~~~-t-.-----------l..----;.-.--.-+---.-----.-.-----.---..
Wind.9ws a'l9.JY.b..~~_._.L_____t_.__,_._L_._________
.~~~~n :~~~~:~_~~i~~c_~~~~._.__~...______l---~------I-------__...___
Exterior: Clean and Treat with I I 1
__:~~~~a~~~~;~~~~~~~r or ~~~L----J----t--~----
Detail-Clean the Vehicle Interior I t,
to Include: Clean Ceiling, I
Sidewalls, Windows, Ledges and I I I
Dash, Clean Interior Light Lenses; I I I
Treat Interior Vinyl Surfaces with j I 'I
protectant; Strip Old Wax from I
Floor, Clean Gum any other j I
Foreign Material, Apply a Light i I I
___....f9at of I'{~".Y Wax L ........ '.___'__. _....L_.._..____.._._...._.._.l..._....._n._....._.._..___...__
Interior Must be Maintained Free '
from Roaches and Other Vermin,
using a non-hazardous i
.____...Qr:..irritatillg..prod~.___J. __.._..___ ..._ .... __ ................. ........_ .......... ...._.__ ._.._____d.
Maintain the Interior so that it is i
Free from Exhaust Fume Odor I
x
At All Times
At All Times
9
(.ijib
.
.
.
Proposal to the City of Winter Springs/ Florida for the Operation of the Senior Transportation Program
C
PRICE PROPOSAL
Our entire proposal is completely negotiable. This includes the volume of service to be
provided, size and type of vehicles, and (of course) price.
If you would like to negotiate the aspects of this proposal, please contact our SE Regional
Business Development Manager, Mr. Tom Irvin, at (828) 251-9455 to set up an
appointment with one of our principals who can negotiate tlle scope and price of our
proposal.
Witll this in mind, our proposed pricing is as follows:
(NEGOTIABLE) PRICE PROPOSAL
ITEM DESCRIPTION EXTENDED PRICE
Winter Springs Senior Transportation Program UNIT COST
Minivan - 6 passenger ma.;;:imum - per houri route Not Proposed
Maxivan - 14 passenger maximum - per houri route Not Proposed
Wheelchair Van - per houri route $43.24 I hour
Minibus - 25 passenger m:L;;:imum - per houri route $43.24 I hour
Bus - 25+ passengers - per houri route Not Proposed
These prices are offered on the basis of a "one hour minimum" for each route scheduled.
Vehicle time will be billed from first pick-up to last drop-off, including all waiting time, in
actual minutes - subject to tlle 1 hour minimum billing time charge. Payment terms should
be negotiated as ''Net 30 Days" from the date of invoice.
10
(.ijib
Proposal to the City of Winter Springs, Florida for the Operation of the Senior Transportation Program
.
D
PROFESSIONAL QUAUFICATIONS
.
D.l INTRODUCTION OF MVTRANSPORTATION
MV Transportation, Inc. has been in the business of providing passenger transportation
services for over 26 years. We are proud of tlle humble origins of our company. In 1976,
the founders of the company purchased one van and began providing service in the San
Francisco Bay Area under the state Medicaid program. Soon after it's founding, tlle
company developed a reputation in tlle San Francisco Bay area for being an organization
with a very strong commitment to customer service.
In 1983, MV received its first contract with a public transit agency. We were awarded a
contract with San Francisco Muni to operate a large pre-ADA paratransit service for the
elderly and disabled citizens of San Francisco. MV continues to operate tllis service today,
now under the requirements of the ADA. MV continued to grow in tlle San Francisco Bay
area, adding contracts and vehicles as its reputation for providing great service and high
quality employees reached surrounding communities.
MV's experience with providing public transportation services is extensive and spans the
entire twenty-six years of tlle company's history. Today MV Transportation, Inc. is a
company of substantial resources and expertise, operating 73 transit contracts from
55 divisions in 17 states, and employing over 4,700 people throughout our company.
MV Transportation is still owned and operated by Feysan Lodde, who with her husband
Alex, continues to lead the organization. We are now the
largest woman/minority owned passenger transportation firm
in the nation.
.
In recent years, MV has expanded significantly to become a
national provider of contracted transportation services. In
order to achieve tllis, MV embarked on an aggressive
program of recruiting and retaining tlle very best transit
managers and Feysan & Alex Lodde began hiring a new team Feysan and Alex Lodde
of key executives to give tlle company more experience and a national presence. In 1999,
MV retained Jon Monson as CEO. Mr. Monson has 24 years experience in transit
management. During his career, he has been responsible for over 500 contracts in 27 states,
one Canadian province and one US Territory. MV has also retained Kevin I<J.ika as Chief
Operating Officer, Gary Richardson as Chief Financial Officer, and Keith Whalen as Vice
President of Business Development. We have also built up a national staff of support
specialists including area VP's, Regional Managers, and traveling Safety Professionals and
Training Instructors.
The addition of these key executives provides MV with a transit management experience
level much greater than any other firm in the nation. This national experience, combined
with our dedication to the customer and our familiarity witll the Orlando area, makes MV
tlle company most suited to provide your senior transportation services.
MV's philosophy is tllat while making a profit is important to tlle long-term viability of our
business, we will never place making a profit above service to the community or to our
employees. We have no need to send large profits to an international parent company.
This makes us truly different and has resulted in a large number of new contracts from
public agencies who are pleased to have dollars invested in service quality and employees.
11
(.ijib
Proposal to the City of Winter Springs/ Florida for the Operation of the Senior Transportation Program
.
.
D.2
.
The final unique element that defines MV is tllat most members of our management team,
including almost all of our senior executives and managers, began our careers as drivers.
This experience is irreplaceable to understanding of the challenges faced each day by our
employees who are out tllere serving our customers in the field. This perspective makes us
truly different from many of our internationally held competitors.
tiThe MV Difference creates a highly motivated work force...
... this results in safe, eflicient service with excellent service quality. "
We have many satisfied public transit client organizations today in ongoing contracts.
These clients all share your desire for top quality, safe and reliable transit service for tlleir
customers provided by a professional and innovative contractor at reasonable prices.
MISSION STATEMENT
dur'missi6hi~to be,
',). ' ,The Standard of Excellence ,
'Jh~he pro\lision,of passengettransportation services.
'.:: "Wevvill provide these services ~o
, " "bothpubHc:'andprivatl2 agen<::ies, nationwide.
We will ,ac:c()mplisQ,this'rnisSidl1 in'a safe, efficient al1d cost
effectiYI2 m"nri~r whiletreating quremployee$
as part of our family and our customers.
as'our mostimpdrt~mtasset.
QUALIFICATIONS OF MV TRANSPORTATION
CENTRAL FLORIDA REGIONAL TRANSPORTATION AUTHORITY (ORLANDO, FLORIDA)
~ MV currently serves as tlle primary carrier under tlle ACCESS LYNX
~ Paratransit Program. This contract began in tlle spring of 2002, and has
phased in over most of the past year to replace the previous multiple-provider
system. We leased and set up a large operations & maintenance facility. And we have been
recruiting, hiring, and training a large staff of operators tllroughout most of the past year.
This contract requires MV to provide vehicles, and we have brought in over 200 vehicles of
different sizes including sedans, vans, and minibuses to provide this service.
A serious crisis occurred shortly after MV began tlle first phase of tlle LYNX services.
Legislation was nearly passed tllat would have sif,'11ificantly fragmented tlle service delivery
system and caused serious confusion and misunderstanding for the system's customers.
MV worked closely with L l."NX to prevent tllis legislature from being passed and to keep
tlle service quality on track and performing reliably for the passengers during tllis trying
time. The following are some excerpts from a letter written by Edward 1. Griffin, LYNX's
Deputy Director of Operations for Paratransit.
12
(.ijib
Proposal to the City of Winter Springs, Florida for the Operation of the Senior Transportation Program
(~ . . The founders of your compaJ!), Ale:x:is and Frysan Lodde, lvere frequent visitors during this difjiClflt
period, meeting lvith LYNX rdficials, local elected riflicials and other kry figures to protect the partnership
that had been formed. Your prese/1(;e, Mr. Monson, as the CEO of the compal!J, lvas appreciated as you
continualfy assured our age11ry qf MV's commitment to first and foremost meet the needs of the commtl11iry,
and specificalfy the transportation disadvantaged individuals lve serve. ))
(~ . . When I lvas on site, it lvas evident lvhat respect and pride the compaJ!) took in their emplqyees. It lvas
made very clear that the drivers are the backbone of the entire operation, and the investment in training and
development that the compaJ!) put into these personnel made that fact evident. S tciff breakfasts, dn.ver
incentives and other benifits mated a positive lvorking environment. Whenever I visit, stciff and dn'vers are
professional and seem gemlinefy happy in their lvork. ))
.
. .... ." . ...... ,~J!i..~~
:~'iIl;W .' C,li,lI;IaJlll:.at. . S I!:L~O'J1':I::D' fiPo:lI.. PA:Il.&"f'II.AN'iIIHBTSifiIl:VIN:Jli!:i!
. "it~.tlNt4t{ G:Jtti./l\i.!f' ~t~X<'i.h::iaii!'...~t"~..Jl U!;,i~.F-"i ,.,;,,. ""'" ~1Ii1r..rIL~l\'.!it1i 5~llf.a'
!fi;!!!!~k!.t;Jtli ~'lii;;~S'i tM'~'i!f~lMIl'l""W" i~.,~iL~i..tlf"!ik4.t~~.~,;,~ l>
..w.ee!~':;l~!ti!>fi~~.n::i~,,~~ . . '. .
'~""~$~i4~ !W.?\:1'",~~~o II'!' 'ffi"5k-~~~l:<'F-'~..I;I~i~ b'l}.g; ~rll'..;lj [!<..w~,~
'''''!;!l~.;J;;;t !C,,~;<;ti"''1~~~.nw.i:1,S:J~! b LJfI~ ~-'8..,..g!l'll.:?1~ ~~ f.:"".~~i!r~~ .
. .r4~'l:.'fil~;Il1".:i;.:..ft"'.Jt:P. . . . . . . . .
.1f~~ ~v,: lJ:irn{:";"'il,!l::l'dtie.;~~~',,~
. Yi'(l. ?~~'t~Fll.i;!)#ll(oW;~il"" ul,t~l~ul'
I<#t?,l"tt.,~...."i-l,j'~:tiJFrl~~~
~~,~~'~~,liJ~b.~!;j*,-"i>i:=>"==1....j~,,!dJ'i>b,i.
~'cePfi~iill~ltiJ .i,.,'P""'i.=>g:j ,h;,cSm<fl~.
~i'n!4U~ .' .' .
.
~~<r,~nillul"!1k<l::D ~~~!?-,j:tt..-ors,i'i!;l~~>!Iib.,"'1fl
!~.~~'&l,~u.r.il!lrru!..~"'ffm/ ;;:rt,,1b~
.' ~'~"f,i;::i<l~iiill J~-:i1lCn"""'~~~i'1L
.ll~....;n,"'1l1!!l,~,~~~T;;iI~b !t-th,~;;
. liJ,....f:Ti~."'''"''''u...L'-;li1u..r;..-...!'<;#l~I~..~.'''j
.~''? Q ~~'!'il~ti'.l;:i,tt;,7,,'},;*'?~"~t'hb1.~~li~i>')
Jt~t' 1~.'::i!:C;c";t~, r':~*~ ~:i'J~'m.7ift:m,' .
um~~\P.1~~.""";;;:;H~;!;'ij r;.';'-~~jj(v-:G i!J7c.'~..tf.l
i~ .~~ '~":~ _~~fI.~~~\~~r.;,( ,c~r~~1: (~-ra ~~_~J-)',~~~~~
61) ~,tW ~7'<lIb:'lJ[l. y'\'!"1Ft:-'!~~.:;;;:r;I~~''''~'
lij-f.~?~(1IP.<b: f'~.M1;::"iii ~""(?$m~.@ f',l!::.~'
. ~t!l!!:j t't,e,!l1;;i1:~1 W!i::.::ID':'
~'~'*,,,,,,,..~,,,,B.iX;;,~ ~'ili~fio dil>-'~
. ;r=~~i=;Fi~;E~r~~
'~K~;-dEr~~;t!::....~ f~. m~~1.~Uli'I.~4'~ ,
iiZt~ ~r~,' fl-.i~i'!.::EIt\i'.iliT'.fi'~.!$:_:;.J~ IJi, ~~..
-::::'t~.itl(/""'~
.._-- ..,,_.~.._...._.. .~;._." ,'--'-
.
- - ~r- -- -- --.-- - --~--
c dJ. !l1 ~ il't~ 'M' ~ R (II F I L I!
MI !'I~~!lhe..
~.~ f-tftf!"~,ti.'~,l!:'.j};:;
Ifi.y....:,.tr;t.t:~ ~ _~of;l.It":f*'~[-r.-e
"$1:~ ~F"p~~"".r'J :;,,~
~~'.s."'('L!:b"a't::;:::,p".;;~,:;1
(-'W'!":C:'.1
~f'f)~,.~,;;;:;.~5!t:j:;;r.;,;i
~[ji..'~~;I;t.,.l.E>
~~""'1l ~~37,!iJf~.:r2!D
"'Y.;;iJIlll::';..~j<$::=Et:ir~
9C;~~i)ij, .
$v.~P~",,~~
~.~~!>>'A.!S!,Lii~Jy..r~'
~r~~6::,...~
Tr.:r'~
~rl~~~T~,
~~$.lGfii?~~~~~),
'ft~.iii'-~P.L~;*.1~~.
Err~~';;;l'lM"~~~~
~~Jt~/j;ti~>>.i!'~C<l..
.'t!:'Sft::t~~~f:;!!ttbl~
J~~-,"\,0(.>7dl~' '
~-
.~+~:
13
(Aijb
Proposal to the City of Winter Springs, Florida for the Operation of the Senior Transportation Program
.
. JACKSONVILLE TRANSIT AUTHORITY (JACKSONVILLE, FLORIDA)
W MV manages and partially operates paratransit services in Duval County, Florida. In
tlUs role, MV operates a paratransit call center using Trapeze software to accept reservations
and performs scheduling. In addition, MV provides centralized dispatching for the various
subcontractors that MV utilizes to provide tlle service; in addition to these subcontractors,
MV runs about 40% of the operating service. MV assumed the service from ATe, who
operated tlle program for many years previously.
While tllis operation initially started as a management contract only, MV took over
operating service as a carrier in an emergency situation when one of its subcontract carriers
was removed from tlle program. In just three days MV took over operating 40% of the
service, without any service disruption to tlle passengers.
The following is an excerpt from a letter of commendation received from tlle local state
representative discussing our response to tllis situation.
FLORIDA HOUSE tJP RI/PRI/8liNTA71VBS
Rq..._ M..Io Mo....
_J6
.
."We were all shocked when we learned of the Department of Labor's closing on March 7 of
Metro Mobility. Who would have thought that this soon after assuming the erc that JTA
would be faced with such a crisis in the paratransit service?
But I was even more amazed to sce how quickly the erc at JTA and MV Transportation went
to work on Plan B to avoid what most people thought would be a certain intemlPtion in
Jacksonville's service. When Danny Ours and his erc staff, and Mike Rademacher, Desiree
Painter, and their staff over at MV Transportation put their talents and energies to work, they
pulled off nothing short of an incredible fcat that rescheduled a thousand trips overnight, and
prevented a mass layoff of para transit drivers. Their efforts gave the tenn coordination a new
if-"
FASTRAN (FAIRFAX COUNTY, VIRGINIA)
~ - MV recently began tlle contract for operations of a 73-vehicle paratransit
A'. system serving elderly, disabled, and hwnan service agency passengers in
Fairfax County, VA which is part of the Washington, DC metropolitan
asran . ", ",.< '.',
area. .~ ':".:';:. )'
.
Prior to MV's involvement, tJlis contract had historically been
understaffed due to the previous contractor's inability to
recruit and retain enough qualified staff members to cover all
tlle runs. In fact, when MV was awarded tlle contract, the
incumbent was unable to cover 18-20 runs on a daily basis.
14
(.ijib
.
.
- ---=
-----
- =-------
.
Appendix A
Project Team Resumes
Proposal to the City of Winter Springs, Florida for the Operation of the Senior Transportation Program
Immediately upon contract award, MV embarked on an aggressive recruiting campaign and
began hiring and training operators. As tllese new operators were fully trained, tlle County
allowed us to put them into service immediately, tllereby lessening the understaffing of tlle
prior contractor. The phased-in start-up was completed by November 1 S\ and tlle system is
now fully staffed for tlle first time in many years.
This contract also called for MV to establish and outfit a full-service maintenance and repair
facility, in which we also created our own staff training space since County-provided space
for training was extremely limited.
.
Name:
Address:
Contact/Title:
Phone:
Fax#:
Name:
Address:
Contact/Title:
Phone:
Fax#:
.
Name:
Address:
Contact/Title:
Phone:
Fax#:
L l'NX, Central Florida Regional Transportation Authority
455 W. Amelia Street, Suite 800, Orlando, FL 32801
Ed Griffin, Deputy Director of Operations
(407) 841-2279
(407) 245-0328
Jacksonville Transit Authority
100 North Myrtle Avenue, Jacksonville, FL 32203
Danny Ours, Deputy Director, Mass Transit
(904) 265-8955
(904) 630-3166
County of Fairfax
12011 Government Center Pkwy, Suite 1040, Fairfax, VA 22035
Steven R. Yaffe, Planning Branch Manager
(703) 324-7075
(703) 803-8166
0.3.1
0.3 QUALIFICATIONS OF STAFF
LOCAL PROJECT STAFF
WC PIHL, GENERAL MANAGER
MV is proud to present Mr. W.e. Pihl as our General Manager for the
City's Senior Transportation Program. Mr. Pi hi began his career as a Driver
with tlle Unitrans system serving the students, faculty, and staff at tlle
University of California - Davis campus. Quickly proving to be one of tlle
system's best drivers, W.e. was selected to serve as a Driver Training
Instructor and trained new drivers. He tllen was promoted to the position
of Operations Supervisor for the system, during which he helped to manage all aspects of
the operation, training, road supervision, scheduling, and safety functions. Mr. Pihlleft tlle
Unitrans system following graduation and moved into tlle private sector to manage a
privatized transit contract with a $4M annual budget in Woodland, CA. He joined MV
Transportation in 2000 as our corporate Director of Safety and Training, moving on to
manage our large San Francisco paratransit division, and most recently moving to Orlando
to start up and manage tlle ACCESS LYNX operation over this past year.
Mr. Pihl has successfully managed our Orlando Division since March of 2002. Our client
has been particularly impressed witll Mr. Phil's performance in tllis division:
.
15
(.ijib
Proposal to the City of Winter Springs, Florida for the Operation of the Senior Transportation Program
.
': . . Mr. Pihl (project Manager) has ahvqys been cooperative, forthright and professionaL His enew and
commitmmt to this prqject is unending. I am personallY very impressed f?y his lvork ethic, and his recognition
of the Paratransit Partnership environment that lve have lvorked so hard to create. Mr. Pihl attmds all of
the meetings that are held lvith local advisory groups and other oversight groups, and works hand in hand
lvith us to gain the respect and tn/st of the individllals and agencies that lve serve. He also recognizes the
lInique roles and responsibilities that each qfollr organizations has in this partnership and ahvqys respects
those boundan.es.)) - EDWARD 1. GRIFFIN,
DEPUTY DIREcroR OF OPERATIONS FOR PARATRANSIT
ACCESS LYNX
.
Mr. Pihl's high energy, entlmsiasm and friendliness make him a successful General Manager
and well liked by his staff and his clients while managing our Central Florida Division. Mr.
Pihl is a dynamic leader who leads our Orlando division to high levels of success due to his
commitment, customer service, communication style and proven abilities to manage
operations. He has been dedicated to making our services the "Standard of Excellence'~ He
has held positions at all levels as Route Supervisor/Dispatcher, Bus Washer Supervisor,
Transit Driver, Driver Trainer, Operations Manager and General Manager. These
experiences have given him a very involved hands-on management style.
Oversight and management of day-to-day operations will be vested with Mr. Pihl. He will
be the designated key employee whose function is the direction and oversight of services
performed for the City's Senior Transportation Program. He will be the point of contact
for communication between City staff and MV regarding all aspects of the service and its
management. He will coordinate all necessary consultation, data collection, hearings, and
meetings with City staff. As required, tlle General Manager will not be replaced without
written notification to City staff. A copy of Mr. Pihl's resume is included in Appendix A-
Project Team Resumes.
PENNY FENNELL, ASSISTANT GENERAL MANAGER
Ms. Penny Fennell serves as our Assistant General Manager at tlle Orlando division. Penny
has been in the transit industry for more tllan 18 years. During tllis time she has worked in
every aspect of tlle industry. Her experience ranges from a private non-profit
operator/ coordinator, to a large public transit agency, to a for-profit broker and operator.
Having worked her way from the ground up has given her the advantage and perspective
necessary to relate with tlle experiences of everyone, from drivers to clients.
Ms. Fennell has an Associate Degree in Business from tlle University of Pennsylvania and
has received specialized Transportation training in:
· Transportation Management. · Diversity in tlle Workplace
· ADA Training · Wheelchair Training, Maintenance and Repair
· Personnel Management · Train tlle Trainer
· Trapeze Software Training · DDC Instruction
· Contracting Procedures · Drug and Alcohol Compliance and
· The Single Audit Act Supervisor Training
A copy of Ms. Fennell's resume is also included in Appendix A to tllis proposal.
ADEM ADEM, OPERATIONS SUPERVISOR
Mr. Adem Adem currently serves as our Operations Supervisor for tlle Orlando division.
Mr. Adem has served as Driver, Dispatcher, and Special Projects supervisor before joining
.
16
(.ijib
Proposal to City of Winter Springs, Florida for the Operation of the Senior Transportation Program
.
the MV team. Witll 7 years in the public transportation industry, and nearly 10 years in
supervisory roles, Mr. Adem's experience and diversity makes him a valuable resource to
our operations.
As Operations Supervisor, Mr. Adem is responsible for direct oversight of all day-to-day
operations including management of vehicles, drivers, supervisors, and dispatchers. He
directly oversees our Safety & Training department and Road Supervisors. He is also
involved in the interviewing and selection process for drivers. Mr. Adem is available to
support tlle operation at all times and will be responsible for ensuring adequate resources
are available to operate and support the City's Senior Transportation Program operation. A
copy of Mr. Adem's resume is also included in Appendix A to tllis proposal.
LINDA GRAY, SAFETY AND TRAINING MANAGER
Ms. Linda Gray currently serves as our Safety and Training Manager for tlle Orlando
division. With 10 years in tlle public transportation industry, Ms. Gray started her career as
a Driver and Dispatcher. In 1996, she moved into tlle role of trainer, and for the past four
years, Linda has served as Training Manager. Linda's familiarity and diversity within the
transit industry make her a valuable member of our team.
Ms. Gray is responsible for ensuring tlle safe and efficient training of all operations
personnel. Linda supervises all classroom training, behind-tile-wheel training and in-service
instruction personally. She is responsible for establishing tlle schedule and curriculum for
on-going training for veteran employees. She mainta.ins all training documentation for
employees and is responsible for confirmation that those records are clear, articulate and
accessible for viewing by appropriate staff.
Linda is 100% dedicated to tlle Training and Safety management for all drivers at our
Orlando Division. A copy of Ms. Gray's resume is included in AppendLx A.
MR. DAVID COLLINS, MAINTENANCE MANAGER
MV Transportation is pleased to present Mr. David Collins as our Maintenance Manager.
David holds an AA degree in Business Administration from Northwestern Business
College, is ASE certified in Heavy Duty Electrical, Brake and Auto Electronics, and has had
Ford and Chrysler Fleet training. He has over 11 years of maintenance experience, and
joined MV la.st March as tl1e Maintenance Manager in our Orlando Division.
From startup in Orlando, David's dedication to and expertise in vehicle maintenance has
been exceptional. David was able to start up all areas of tlle maintenance shop; from hiring
the maintenance staff to the coordination of equipment procurement, acquisition and
installation, David proved to be an efficient leader and valuable team member. David has
raised tlle bar on Quality Assurance testing within the maintenance shop, and while
managing tllis 200+ vehicle operation and a staff of 17, David has increased service
reliability, increasing miles between road-calls.
David's managerial expertise spans beyond vehicle maintenance, as he is responsible for
accounts payable and receivable for all shop purchasing, as well as all preventative
maintenance and work order tracking through tlle GarageKeeper software system. David
ensures that the shop remains tidy and well organized, witll constant attention to safety.
A copy of Mr. Collins's resume is also included in Appendix A to this proposal.
.
.
17
(.ijib
Proposal to City of Winter Springs, Florida for the Operation of the Senior Transportation Program
.
.
.
0.3.2
REGIONAL AND CORPORATE SUPPORT STAFF
MR. Russ TIESKOETTER, VICE PRESIDENT OPERATIONS - EASTERN REGION
MV Transportation is please to present Mr. Russ Tieskoetter as our Vice
President of Operations - Eastern Region. In tllis role, Mr. Tieskoetter will
oversee the contract and will serve as the company's primary corporate liaison
for tlle City on an ongoing basis. Russ is responsible for ensuring top-notch
service quality and overall client satisfaction on this contract, as well as for
providing support to our local management team. Our local General Manager, Mr. Pihl,
reports to Mr. Tieskoetter.
Mr. Tieskoetter brings 10 years of transit management experience to this project. Prior to
joining MV, Russ served as a Regional Manager for Laidlaw Transit Services. A copy of Mr.
Tieskoetter's resume is included in Appendi.'( A to tllis proposal.
MR. JON MONSON, CHIEF IEXECUTIVE OFFICER
Mr. Jon Monson is tlle Chief Executive Officer and President of MV
Transportation. Mr. Monson is available and will be on-site throughout tlle
procurement process and during the entire term of tlle contract as needed to
ensure that MV meets all of the commitments made in this proposal. He is
fundamentally responsible to tlle City to ensure that we exceed the service
quality levels you and your customers expect.
Mr. Monson has over 24 years of transit management experience. He originally began his
career as a bus washer and worked his way up serving as a driver, dispatcher, project
manager, etc. During his career, he has been tlle responsible executive for over 500 publicly
funded transportation operations from St. Thomas, US Virgin Islands to Honolulu, Hawaii.
Mr. Monson has extensive experience in large paratransit operations. He has been directly
responsible for the turnaround of poorly managed operations in a number of systems. A
few examples of Mr. Monson's experience include:
.
Mr. Monson was selected by the Metropolitan Council in MinneapolisjSt. Paul to
completely redesign dleir paratransit system after anodler firm had caused a total
disruption of tlle Metro Mobility program. In fact service had become so poor under
tlle prior operation that the Governor of Minnesota deployed the National Guard in
1993 to assume control of the operation and tlle disabled community won a large
settlement in an ADA lawsuit against tlle Metropolitan Council and tlle prior
contractor. Mr. Monson worked closely witll tlle Metropolitan Council, Trapeze@
software and the carriers to implement a new reservation, scheduling and dispatching
system that corrected the poor performance of the system. Mr. Monson received a
commendation for his work at tllis project.
In 1991, Mr. Monson worked witll the Los Angeles County Transportation
Commission Oater the Metropolitan Transportation Authority) in Los Angeles,
California to develop and implement a countywide ADA paratransit brokerage. This
program, now known as Access Services, is now one of the largest paratransit
operations in tlle nation and was a direct result of tlle project developed by Jon and the
staff of tlle LACTC. The system also won an award from the American Public Transit
Association in 2000 for tlle best operation of its size
.
18
~......
.....urJ
Proposal to City of Winter Springs, Florida for the Operation of the Senior Transportation Program
.
In addition, Mr. Monson has been directly responsible for large paratransit and transit
projects in Seattle, Portland, San Francisco, San Jose, Los Angeles, Phoenix, Tucson,
Denver, Pittsburgh, Boston, Chicago, Dallas, New Jersey, Richmond, San Diego and
many other communities.
Mr. Monson has unparalleled experience in paratransit operations and has personally
lead over 100 contract start-ups and implementations.
Jon will work with tlle City to ensure that MV lives up to each and every commitment we
make in this proposal and in the future.
MR. KEVIN A. KUKA, CHIEF OPERATING OFFICER
Mr. Kevin Klika is Chief Operating Officer of MV Transportation, Inc. Mr.
Klika also began his career driving and moved up to manage various transit
operations for over 6 years. Since moving into regional and executive roles,
Mr. Klika has overseen the operation of over 70 different transit and
paratransit contract operations.
Mr. Klika is very involved Witll tlle day-to-day operations of all of our
locations and will maintain tllat same level of involvement with the City. Kevin works with
the local management team, and with regional and corporate staff, to ensure that all
operational standards are achieved. He also meets with each client regularly to obtain
feedback on how we are doing. He ensures that tlle feedback is used to improve the
operation.. Mr. Klika is available seven (1) days a week, twenty-four (24) hours per day via
pager and/or cell phone as needed to provide active support to our local team and to
personally handle service issues.
MR. GARY RICHARDSON, CHIEF FINANCIAL OFFICER
Mr. Gary Richardson is Chief Financial Officer of MV Transportation, Inc.
Mr. Richardson has over 13 years of accounting and finance experience. Prior
to joining MV, Mr. Richardson served for 8 years as Area Controller for
Laidlaw Transit Services. Prior to tllat time, he served as an auditor for
Deloitte and Touche.
Mr. Richardson will be responsible for budgetary assistance, accounting
oversight, billing and reconciliation as well as for establishing security and fare reporting
procedures to the City's satisfaction.
MR. JOHN CALAME, VICE PRESIDENT OF MAINTENANCE & FACILITIES
Mr. John Calame serves as the VP of Maintenance & Facilities for MV
Transportation. As with the otl1er senior managers in our firm, John began
his career in a front line position and moved up tllrough tlle ranks. He has
over 25 years of experience in vehicle and facility maintenance. During his
career, John has been responsible for maintenance oversight for over 250
locations and over 12,000 buses. Prior to joining MV Transportation, John
served as an Area Director of Maintenance for Pace Suburban Bus, and National Director
of Maintenance for botll Mayflower Contract Services and Laidlaw Transit Services Inc.
John has extensive experience in maintaining, operating and establishing maintenance
programs for all types of light, medium and heavy-duty transit buses. This includes
gasoline, diesel and alternative fueled buses. John also has broad experience in maintenance
.
.
.
.
19
<iijib
Proposal to City of Winter Springs/ Florida for the Operation of the Senior Transportation Program
facilities design and construction. His most recent projects include a $9M facility in Irvine
CA and a $3M facility in San Francisco, CA.
In his current position at MV, John is responsible for the oversight of all maintenance
programs at our various locations, which operate over 3,000 vehicles. These programs
include shop safety & training, vehicle preventative maintenance and facility maintenance
programs. In addition, he ensures that our shops are in compliance with all federal, state
environmental laws and tlle applicable state vehicle inspections. His responsibilities include
the procurement for all vehicles and shop equipment, as well as tlle development of shop
personnel training programs.
MR. DAVID SMITH, VICE PRESIDENT OF HUMAN RELATIONS AND SAFETY
Mr. David Smith serves as our Vice President of Human Relations and Safety.
Mr. Smith has over 15 years of public transit experience in both the public and
private sector. David is responsible for obtaining the necessary human
resources for the City Service and will support the General Manager. Mr.
Smith has extensive experience in transit management operations.
While employed witll DA VB Transportation, Mr. Smith was responsible for
many transit projects, including tlle Antelope Valley Transit Authority. He has direct
experience bargaining with Unions and handling issues arising from an organized
workforce. He and his staff are available to assist our local General Manager and staff as
needed to assist with recruiting, staffing, benefits, safety, and all employment matters.
KEITH WHALEN, VICE PRESIDENT OF BUSINESS DEVELOPMENT
Mr. Keith Whalen serves as our Vice President of Business Development. Mr. .
Whalen began his career as a driver at tlle University transit system for the '
University of California, Davis. He has extensive hands-on management
experience in transit operations. In fact, Mr. Whalen very successfully .
managed one of the largest privatized transit operations in the nation, Foothill ..
Transit. This contract required extensive interaction between tlle contractor and the client
agency to ensure the service met the extremely high service quality standards. In addition,
the interaction provided for an exchange of ideas on ways to improve the service.
Mr. Whalen is directly responsible for tl1e procurement process, and will remain involved
through the life of the contract. Mr. Whalen will lend his expertise as needed to provide
technical support and ensure the highest quality service is provided to the City's passengers.
TOM IRVIN, SE BUSINESS DEVELOPMENT MANAGER
Mr. Tom Irvin serves as our Business Development Manager for tlle
Southeast region of tlle country. He has over 22 years of experience in public
transit operations and has coordinated over 30 contract start-ups over his
career. He began as a driver at tlle University Transit Service at tlle University
of Virginia, and moved up through the ranks to manage a variety of systems.
His most recent position prior to joining MV was as the SE District VP for
Coach USA's Transit Services Division.
Tom will be involved in tIle procurement process including the proposal preparation,
presentations, and negotiations. He will also be available to assist our General Manager and
local staff witll operational issues as needed tllroughout the life of tlle contract.
.
.
.
20
(.ijib
.
'......(.'Ji......... _. .,("...1.......
":, ". . .;j.
'If'
Role
Experience
.
.
w.c. Pihl
General Manager,
MV Transportation, Inc.
1-
.~...~-..., ,,,,,,~- ~'" -"...-~ --'.~-~ ~.~
-1-...--.-." -., .-..
Mr. w.c. Pihl is our General Manager for our Orlando Division and is responsible for
LYNX paratransit services. If awarded the contract he will also be responsible for the
Winter Springs Senior Transportation Program.
2000 to Present MV Transportation, Inc. Fairfield, CA
Special Projects Manager
· Under the direction of the COO, administer special projects throughout the company.
2002 to Present MV Transportation, Inc. Orlando, FL
General Manager
· Full responsibility for managing Orlando Division, including 180 vehicles, a staff of 300
and a budget of approximately $12M. Coordinate over 160 daily routes, spanning 600,000
miles monthly over Orange, Osceola, and Seminole counties.
· Coordinate with CTC, local govemment officials, and passenger task forces to enhance
overall service to Central Florida Area,
2000 to 2002 MV Transportation, Inc. San Francisco, CA
Division Manager
· Full responsibility for managing San Francisco Division, including 4 separate client
contracts, over 85 vehicles, a staff of over 110 and a budget of approximately $5M. The
primary contract for this Division is for Muni ADA Paratransit Services, which provides
over 222,469 Trips/Year.
2000 to 2001 MV Transportation, Inc. San Francisco, CA
Director of Safety and Training
· Responsible for administration of corporate safety policy at all divisions.
· Support to all divisional trainers and managers for recruiting, safety incentive programs,
and all aspects of training for new and current employees.
· Structure national training and recruiting program.
1998 to 2000 Laidlaw Transit Services Woodland, CA
Project Manager
· Responsible for over $4M revenue, management of all staff at project.
· Create and administer annual budget.
· Maintain close relations with client and upper management.
· Responsible for hiring, morale, and discipline of all employees at project.
· Create safe, efficient working environment, while meeting fiscal goals.
1997 to 1998 Laidlaw Transit Services Woodland, CA
Operations Manager
· Responsible for daily operations of contract. Work closely with project manager to obtain
goals and meet client needs.
· Work with city and county officials to coordinate system.
· Oversee all dispatch operations. Responsible for morale and discipline of all employees.
.
.
.
Education &
Career
Development
1996 to 1997 ASUCD Unitrans Davis, CA
Operations Manager
· Responsible for all hiring, training, and discipline and staff morale.
· Supervise management of daily operations and dispatch staff. Supervise management of
Business Office, Payroll Supervisor, Advertising Sales Representative, and Marketing
Representatives.
· Created Human Resource Manager training program.
1994 to 1996 ASUCD Unitrans Davis, CA
Driver Trainer
· Responsible for the training and testing of new employees for Class B, VTT, and
passenger endorsement.
· Bachelor of Arts in Managerial Economics with emphasis on Human Resources,
University of California at Davis
.
Role
Experience
.
.
Penny Fennell
Assistant Project Manager
MV Transportation, Inc.
I"'" .'"
..,. ... \;_ ". _r__,~' ~,_. _,_^.___" _,._ ~__. __ .'
"--_.~
Ms. Penny Fennel is our proposed Assistant Project Manager for the Winter Springs
Senior Transportation Program.
.June 2002 to Presen1t MV Transportation, Inc.
Assistant General Manager
· Oversight of the daily operations and operations staff to include, dispatchers, Operations
Supervisor, drivers, cadets, vehicle assignments, on-time performance, road calls,
reporting, etc.
· Oversight of the Training and Safety Department, to include recruitment, training, accident
investigation, Drug and Alcohol testing and reporting, retraining, etc.
· Oversight of the Accounting department to include, payroll, accounts receivable and
payable, daily reports, etc.
· Complaint investigation and resolution
· Statistical Reporting
· Driver Counseling and Driver Recognition
· Ensure coordination between all departments, Operations, Safety and Training,
Maintenance and the Lynx
· Develop programs to assist in the daily operations, improve driver efficiencies, increase
driver awareness, etc.
· Develop procedures to ensure compliance with MV polices, compliance with the contract
and to increase efficiencies within the division
.January 2002 to .June 2002 MV Transportation, Inc.
Special Projects Manager
· As the Start-Up Manager, the responsibilities included, but were not limited to,
coordinating the start-up team to ensure compliance with federal, state and local
requirements, contractual compliance, assisting in the establishmen1 of policies and
procedures, coordination of travel for the remainder of the start-up team, development of
dairy status reports, oversight of computer and communications purchasing and
installation, monitoring and adherence to the critical time path
1998 to 2002 ATC/lntelitran
Operational Software Trainer
· While being responsible for a project, it became necessary to provide operational training
on A TC/lntelitran's proprietary software, MobilityMaster. Prior to December 2000, when
MobilityMaster was removed from the open market, many agencies had purchased this
software. After December 2000 only A TC project had MobilityMaster installed. The
Operational Software Trainer's duties included, but were not limited to training all levels of
staff, from reservations to schedulers, to billing agents, to the management how to
effectively utilize the software. The training and parameter files needed to be modified at
each site to meets the specific needs of the project and each specific customer contract.
Projects ranged in size from 250 trips per day to more than 4,000 trips per day; from four
employees to more than 50 employees
2000 to 2002 ATC/lntelitran, Ganesville, Florida
General Manager
· Coordinated the transportation services and eligibility of riders for multiple funding
agencies: Medicaid, Transportation Disadvantaged, ADA, seniors, MH/MR, and several
private contracts. Responsibilities include, but are not limited to, development of RFP and
negotiations of all service contracts, development and implementation of the
Memorandum of Agreement, Service Plans and the System Safety Plan, scheduling,
.
customer service, contractor billing, oversight of vehicle operations, driver assignments
and supervision and statistical and qualitative reports. Administrative functions include
supervision of staff, development and implementation of policies and procedures,
verification of contract compliance between transportation providers and A TC/lntelitran
and between A TC/lntelitran and the multiple funding agencies, statistical reporting and
analysis, grant writing, complaint resolution, development and delivery off public
education, and community and govemment relations.
2001 ATC/lntelitran, Jacksonville, FL
General Manager
· Coordinated the transportation services and eligibility of riders for multiple funding
agencies: Medicaid, Transportation Disadvantaged, ADA, seniors, MH/MR, and several
private contracts. Responsibilities include, but are not limited to, development of RFP and
negotiations of all service contract addendum, and implementation of the Memorandum of
Agreement, Service Plans and the System Safety Plan, scheduling, customer service,
contractor billing, oversight of vehicle operations, driver assignments and supervision and
statistical and qualitative reports. Administrative functions include supervision of staff,
development and implementation of policies and procedures, verification of contract
compliance between transportation providers and A TC/lntelitran and between A
TC/lntelitran and the multiple funding agencies, statistical reporting and analysis,
complaint resolution, development and delivery off public education, and community and
govemment relations.
· During this period, A TC was not awarded a new contract. The process of transitioning
from A TC to another agency was initiated Functions of the transition, included but were
not limited to; coordinating with incoming agency, developing programs to retain staff,
data transfer, finalization of all contracts, billing, correspondence, and maintaining
customer satisfaction and confidence, infonming riders, agencies and other stakeholders
of the process were required.
1998 to 2000 ,A TC/Dntelitran, Atlanta, GA
General Manager
· General Manager for A TC/lntelitran's North Georgia Medicaid Program, where
A TC/lntelitran has been contracted by the Department of Medical Assistance to act as the
administrator for the non-emergency transportation program (NET) in the region. Intelitran
successfully negotiated with 24 transportation providers to service the 44-county area.
Responsibilities include supervision of all aspects of operations, including -but not limited
to -eligibility determination, reservations, scheduling, customer service, contractor billing,
oversight of vehicle operations, driver assignments and supervision and statistical and
qualitative reports. Administrative functions include supervision of staff, development and
implementation of policies and procedures, verification of contract compliance between
transportation providers and ATC/lntelitran and between ATC/lntelitran and DMA,
statistical reporting and analysis, contract negotiations, complaint resolution, development
and delivery off public education, and community and govemment relations.
· ATC/lntelitran was awarded a contract with the Private Industry Council for the
transportation component of the Welfare to Work program in Atlanta's Empowerment
Zone. Requires contracting with service providers; monitoring of all service; education to
PIC, the riders and service providers; coordination and cooperation from MARTA; as we!1
as statistical reporting and analysis, and program development.
1999 to 2000 ,A TC/lntelitran, CharlestonJ SC
Regional Oversight Manager
· ATC/lntelitran was awarded the contract with CARTA to perfonm the ADA Eligibility to
potential riders. Responsibilities included but were not limited to -hiring and training staff
person, ADA requirement adherence, statistical analysis and reporting, developing and
instituting recertification program and reporting.
1998 ATC/lntelitran, Waterbury, CT
General Manager
· A TC/lntelitran was awarded the contract for the pilot project for the coordination of the
Greater Waterbury Transit District's (GWTD) service area. The contract is to administer
the complementary paratransit service for GWTD and to coordinate with other non-profit
entities for an efficient and cost effective paratransit program.
.
.
.
· Responsibilities included -but were not limited to -developing a plan and program for the
transition of all data, service, and equipment for a smooth transition; program expansion;
reservations; scheduling; customer service; contractor billing' oversight of vehicle
operations; driver assignments and supervision; development and delivery of public
education and outreach; statistical reporting and analysis; contract negotiations; complaint
resolution; and community and govemment affairs.
1996 to 1997 SEPTA Paratransit, Philadelphia, IPA
Acting Director of Service Operations
· SEPTA operates the second largest paratransit system in the U.S., using eight contract
carriers to provide more than 6,400 trips per day over a 5-county, 2,200-square mile
service area to seniors and persons with disabilities. The Director of Service Operations is
responsible for all aspects of paratransit operations management, service provision, and
planning. Responsibilities include -but are not limited to -the oversight and management of
contractor service provision, customer service functions, and MIS fyVAN and LAN
networked reservations, scheduling, rider information and accounting system linking eight
carrier sites to SEPTA), as well as scheduling and service planning, community and
govemment relations; education and outreach; rider registration; regulatory compliance;
service contracts development; and administration. Special projects included re-
certification of 7,000 disabled riders registered prior to ADA and development,
procurement and installation of a new software (Trapeze) and purchase of MOT's for
installation in almost 500 vehicles. The service operations department represents about
80% of the total divisional staff of 56.
1993 to 1996 SEPTA Paratransit, Philadelphia, PA
Contract Compliance Manager
· Responsible for accidenUincident monitoring, analysis and repot1ing. Invitation for bid
and request for proposal preparation, vehicle specification development and review.
Driver training and training development, driver records monitoring and reporting, report
preparation. Resolution of complex service problems for agencies and individual riders.
Perfom1 ed contractor service monitoring and vehicle inspections. Supervised driver
trainer and accident investigator.
1
1992 to 1993 SEPTA Paratransit, Philadelphia, PA
Quality Control Supervisor
· Responsible for contractor service monitoring, carrier facility oversight (dispatch, driver
and vehicle assignments, drug and alcohol testing, pre-trip and post-trip vehicle
inspections oversight), quarterly vehicle inspections of more than 350 vehicles,
accidenUincident review and analysis, driver training (performed direct training and
monitored training provided by contract carriers), vehicle specification development and
review, report preparation, and resolution of complex service problems for agencies and
individual riders. Developed driver training module and manual, customer-centered and
sensitivity training materials and programs, and train-the-trainer module to support and
implement these. Developed new suburban service module. Oversaw the Service
Monitoring department, which included same-day customer service resolution (quasi
dispatch) and scheduling review and revisions. Position required building professional
working relationships with contract carrier managers and staff who had not previously
worked with women managers in operations.
1984 to 1992 Community Transit, Delaware Co., PA
Manager
· Community Transit operates one of the largest specialized transportation systems in the
Commonwealth. The County Coordinator for the Pennsylvania Shared-Ride Program and
DPWs Medical Assistance Transportation Program (MATP), it provides more paratransit
rides daily than many U.S. cities. While employed there, CTDC already had more than 85
vehicles and 125 drivers, and an annual ridership of about 448,000. The scope of this
position included program management, service planning, funding development, public
relations, contract management, regulatory compliance, and vehicle acquisition (including
specifications). Responsible for development and monitoring of contracts; proposal or
application preparation and budget monitoring for grants and funded programs such as
MA TP; financial reporting; development and monitoring of productivity and utilization
reports; vehicle inventory monitoring and reporting; and liaison between advocacy groups
and transportation providers. Served as an information resource for other counties'
.
.
.
.
.
Education
Professional
Affiliations
Coordinators on regulatory questions conceming the MA TP J Section 203, Act 49, etc.
Served as member of the 16b(2) review panels. Active participant in regional and
statewide training initiatives such as Penn DOT's PennTrain. Received operations training
in driver training, taking reservations, scheduling, dispatching, vehicle attendant,
emergencies, and driving.
· Associate Degree in Business, University, Chester, Widener Pennsylvania
· FT A In-Service Courses:
Transportation Management
Americans with Disabilities Act: Provisions and Implementation
Personnel Management Contracting
Single Audit Act
· Other Training/Certifications:
Diversity in the Workplace
Braun and Rican Wheelchair Maintenance and Repair
PA State Vehicle Inspection License
RSAM Train the Trainer
DOC Instructor
Drug and Alcohol -CFR 49 Compliance and Supervisor Training
A TC University
· Pact (Pennsylvania Association for Coordinated Transportation), 1983- 1992
· Pennsylvania Vehicle Grant Specification Task Force -1991 SAC (SEPTA Advisory
Council), 1992 -1997
· Gainesville Transportation Task Force -2000 to Present Ross Grant Advisory Committee -
2000 to Present
.
Role
Experience
.
.
Adem H. Adem
Operations Supervisor
MV Transportation, Inc.
~ .
Mr. Adem Adem is our proposed Operations Supervisor for the Winter Springs Senior
Transportation Program.
2002 to Present MV Transportation, Orlando, FL
Operations Manager
· Provides direct oversight of day to day operations, including scheduling
· Coordination of information with maintenance and safety to achieve our goal
· Assists on cost cutting programs including driver overtime
· Implementation of new techniques to increase on time performance and quality service
May 2000 to January 2002 900 Transit Inc, Orlando, FL
Part-time Driver
· Transported clients from point A to point B safely and on timely manner
· Assisted other drivers with their map, customer relations and safety matters
2001 to 2002 Puch Manufacturing Inc., Orlando, FL
Director of Sales and Engineering Support
. Performed cost, time, and scope of a project in timely manner,
· Assigned production schedules to fit the sales department and project management
1999 to 2001 Metals and Plastics Inc, Longwood, FL
Senior Project Engineer
· Managed the engineering department, designed new products, and Quality Control
1997 to 1999 Roctel Manufacturing Ltd., Guelph, Ontario
Production Supervisor
· Scheduling over 300 employees for Automotive Machining Company
· Implemented and improved the On Time Delivery Strategy for the company
1995 to 1997 Wheel trans. Canada, Toronto, Ontario
Special Project Supervisor, Scheduler, Dispatcher, Driver
· Reduction in operating cost and increase quality service to the community
· Negotiating for public and privet funding by strategic marketing
· Scheduling of drivers and vehicle availability
· Assisted drivers and other office personal on training and development
1995 to 1997 Pillar Plastics Inc., Woodbrige, Ontario
Quality Control Supervisor
· Assigned other CO-workers day to day responsibilities
· Operated CMM Machine, checked all SPC Charts, approved final release
.
.
.
Education &
Career
Development
1993 to 1994 E-Car Rental, Toronto, Ontario
Location Manager
· Managed day to day operations including personnel hiring, training, scheduling and
evaluation, policy and procedure
· Implemented strategies for advertising, promotions and community relations
· Rayarson Polytechnic University, Manufacturing Technology - four years Degree, plus
one year co-op at Bell creation institute Toronto, Canada, 1997
· Centennial College of Art and Technology, Toronto, Canada 1995
· Brampton Flying School, Commercial Pilot License 1995
. Intemational Correspondence School, Aircraft Mechanics Diploma with highest honors
1994
· Excellent knowledge of OS9000, ISO 9002, SPC and GD& T
· Excellent knowledge of CMM Programming (Zeiss Software)
.
Role
Experience
.
.
David Collins
Maintenance Manager
MV Transportation, Inc.
~-.,
- ....
...
,."
... ,. ,"
Mr. David Collins is our proposed Maintenance Manager for the Winter Springs Senior
Transportation Program.
March 2002 to Present MV Transportation, Orlando, FL
Maintenance Manager
· Shop start-up responsibilities which included permitting, shop equipment purchases,
Start-up inventory purchase, coordinating contractors to install shop equipment,
advertising for maintenance staff and hiring process
· Complete managerial responsibility for a full seNice van facility with 17 maintenance
employees and 200 revenue vehicles.
· Increased the seNice reliability, as measured miles between road calls
· Responsible for the accounts receivables and payables from the maintenance
department.
· Ensure accuracy of all preventive maintenance repair orders through the garage keeper
software. Promoted in house QC Inspections to ensure accuracy of inspections and
repairs.
· Responsible for inventory purchases, control and reconciliation.
1999 to 2002 Laidlaw Transit Services, Phoenix, AZ
Maintenance Manager
· Complete managerial responsibility for a full function bus maintenance facility with 22 FTE
employees and 65 diesel powered transit vehicles.
· Fiscal responsibility for an operating budget in excess of 2,000,000.00.
· Promoted enhanced technical and ASE training for all technicians.
Ensured the accuracy and accountability for all product and inventory using Vtrak
computerized inventory and repair order software.
· Managed the maintenance function's Accounts Payable and Receivables and generated
accurate forecasts for all budgets and monthly accruals.
· Increased fleet reliability, as measured in miles between roadcalls, while the seNice
experienced a 20% per year increase in revenue miles.
. Captured all engine and transmission warranty reimbursements.
1994 to 1999 Laidlaw Transit Services, Denver, CO
Division Maintenance Supervisor, then Division Maintenance Manager
· Began as a Lead "An Technician at our paratransit operation and was promoted to
Maintenance Manager with full departmental responsibility for all facets of the
maintenance function for 160 revenue vehicles.
· Was cross-trained in the supeNision and management of a maintenance function for 100
vehicles fixed route operation under the direct supeNision of the area maintenance
manager.
· Had direct supeNisory responsibility for 43 maintenance employees.
· Implemented training course for new hires increasing bus reliability.
· Established a competitive bid process where parts orders were sent to numerous vendors
and the vendor selection was made evaluating price, quality and timeliness.
· Competitively bid all needed body repairs and repaints.
.
.
.
Education &
Career
Development
1991 to 1994 Cooper Industries, Denver CO
Diesel Mechanic, then Supervisor
· Rebuilt all different types of industrial diesel engines and compressors.
· Promoted to Supervisor in recognition of the diligence and detail of my work efforts.
· Sent by the company to repair off-site industrial engines and enhance overall customer
satisfaction.
· Associate of Arts in Business Administration, Northwestem Business, 1989
· Ford and Chrysler Fleet training
· ASE certified in Heavy Duty Electrical, Brakes, Auto Electronics
· Computer literate with Word, Excel, and numerous MIS/Inventory programs.
.
Role
Experience
.
Certifications
.
Linda Gray
Safety & Training Manager
MV Transportation, Inc.
" -';'~''''''''''--'''''"l''l''-'''>'"-'~'-'--- .~~-_.- '~- . ~.,~
~~-
, ,
Ms. Linda Gray is our proposed Safety & Training Manager for the Winter Springs
Senior Transportation Program.
March 2002 to Present MV Transportation, Orlando, FL
Safety and Training Manager
· Startup and Training responsibilities of over 300 drivers, 205 routes
· Includes recruitment, selection training and retraining and accident investigations.
November 2000 to March 2002 MV Transportation, Denver, CO
Training Manager
· Responsible for recruitment, selection and training of all applicants.
· Responsible for re-training drivers and aides.
· Responsible for conducting all accident investigations.
1998
Laidlaw Transportation, Inc., Yolo County, CA
Driver Trainer
· Responsible for training employees of six divisions, including full-sized fixed-route buses
for the Yolo Bus contract.
· Certified by the State of Califomia Department of Motor Vehicles to sign-off trainees for
revenue service. This certification includes 40', full-size transit coaches with air brakes.
1996 Laidlaw Transportation, Inc., Yolo County, CA
Dispatch Trainer
· Trained Dispatchers, including new hires, refresher training and dispatchers at start-up
locations.
1994
Dispatcher
Ryder Transit, A TE, Yolo County, CA
1993 A TE, Yolo County, CA
Driver
· Transported both fixed route and paratransit passengers.
· Sacramento City College, Major Business
· Degree Nursing Yuba College, Marysville Calif.
· DOT, TSI training
· Red Cross-, CPR/First aid instructor certification..
· Master Trainer Certification
· PAT Certification (Patient assistance techniques)
· Transit Emergency Training Certification (DOT)
· State of Califomia Department of Motor Vehicles approval to certify Class "B" drivers'
Licenses
· California DL 170 Tester Certification
· Princeton Psychological Perceiver Certification # 1590
.
Role
Experience
.
.
Russ Tieskoetter
VP Operations East
MV Transportation, Inc.
. ~
... .-,...
Mr. Russ Tieskoetter is MV's VP Operations for the Eastern Area of the United States.
He will be responsible for the Winter Springs Senior Transportation Program.
2002 to Present
VP Operations East
MV Transportation, Inc. Eastern United States
1997 to 2002
Laidlaw Transit Services, Inc., Durham, NC
District Manager
· Responsible for ongoing management and operations of fixed route and paratransit
projects in North and South Carolina, Virginia, and Georgia encompassing 12 projects,
more than 200 employees, and nearly 300 vehicles. Main office is located in Durham at
the DATA facility on North Hoover Road.
· Serve as customer liaison and ensure that operations meet or exceed customer
expectations regarding service quality, efficiency and productivity. Manage budget and
staffing levels. Accountable for efficiency of personnel, communication, and level of
morale within the operational area. Perfomn contract appraisals including fleet
maintenance.
· Proficient in both DOS and Windows-based Trapeze scheduling software. Instrumental in
the successful conversion from DOS to Windows-based Trapeze scheduling system at
the Durham location, which is a 52-vehicle daily operation with three reservationists and
four dispatchers. The conversion started with training in May 1997 and went to full
implementation in July 1997. Critical areas of expertise gained in this process included
developing client files, establishing standing trips in system, geocoding locations on a GIS
system, updating map to create new streets that did not exist on base map, coordinating
fixed routes into the paratransit service, and coordinating fixed-routes into Trapeze
software to help utilize fixed routes.
· Additionally played a critical role in training individual reservationists, dispatchers and
other key personnel in using Trapeze for Windows. Implemented conditional eligibility
procedures in conjunction with the use of Trapeze for Windows. Worked closely with the
transit agency to develop trip-by-trip eligibility process for each person. Proficient in using
Crystal reporting function to develop productivity reports for such operational issues as
cancellations and no-shows.
· Also served key role at the Durham location in implementing a CT AA Project Action
mobility-training seminar. This seminar was to help train and convince the disabled
community to utilize the fixed route rather than paratransit system. Trained by CT AA on
how to effectively develop and implement an ADA eligibility process.
· Served as Laidlaw's District Manager in Tulsa, Oklahoma, overseeing contracts in
Kansas, Oklahoma, and Missouri, from April 1998 through September 1999.
1995 to 1997 Laidlaw Transit Services, Inc., Durham, NC
Project Manager
· Responsible for all aspects of the day-to-day operation of a 34-vehicle, fixed- route and
paratransit project. Oversight responsibilities included scheduling and dispatch functions,
driver training, vehicle maintenance, and safety programs. Implemented Laidlaw
programs including the Safety Manual, Laidlaw Contract Management System, and
Vehicle Maintenance Guide.
· Controlled all administration functions including a $1.5 million budget, payroll, and record
keeping. Accomplishments included improvements in vehicle scheduling, which resulted
.
.
.
Education &
Career
Development
References
in significant savings to the customer.
1994 to 1995 Mayflower Contract Services, Inc., Raleigh, NC
Operations Manager
· Responsible for the day-to-day operation of Human Services transportation for 45 drivers
and 42 vehicles. Provided oversight of all scheduling, dispatch and vehicle maintenance
functions.
· B.S., Business Management, Elon College, North Carolina, 1992
· Officer, United States Army
· North Carolina Army National Guard
Kevin Klika, COO, MV Steve Mancuso, Durham
Transportation, Inc. Area Transit, Transit
(707) 863-8980 Administrator
(919) 957-1336.
Diane Lackey, North Carolina
Department of Transportation,
Transit Coordinator
(910) 989-2424.
)
_ f
TRANSPORTATION DISADVANTAGED SERVICES
AGREEMENT
THIS AGREEMENT is made this ~ay of IlItrtA Wo) , by and between the
CITY OF WINTER SPRINGS, FLORIDA, a Florida Municipal Corporation, whose address is
1126East State Road 434, Winter Springs, Florida ("City"), andMV TRANSPORTATION, INC.,
a California Corporation registered and doing business in the State of Florida, whose principal
address is 360 Campus Lane, Suite 201, Fairfield, California, 94585 ("Contractor").
RECIT ALS:
WHEREAS, the City, on November 11, 2002, adopted Resolution No. 2002-34, which
acknowledged and recognized a present need to provide transportation services for those senior
citizens who, because of physical or mental disability, handicap, income status, or age, are unable
to transport themselves or purchase transportation in order to participate in a variety of social and
entertainment activities and programs offered by the City at the Winter Springs Senior Citizen
Center; and
WHEREAS, the City Commission is granted the authority, under S 2(b), Art. vrn of the
State Constitution, to exercise any power for municipal purposes, except when expressly prohibited
by law; and
WHEREAS, the City desires to design, develop and provide transportation services for its
senior citizens within its municipal boundaries pursuant to Chapter 427, Florida Statutes; and
WHEREAS, the Contractor desires to provide to the City certain transportation services in
order to further the City's needs and its goals under the terms and conditions set forth in this
Agreement.
IN CONSIDERATION of the mutual covenants and provisions hereof, and other good,
diverse, and valuable considerations, the receipt and sufficiency all or which is hereby
acknowledged, the parties desiring to be legally bound do hereby agree as follows:
ARTICLE I
GENERAL PROVISIONS
1.1 Definitions. For purposes ofthis Agreement, the following terms and words shall have
the meaning ascribed to them, unless the context clearly indicates otherwise.
(a) "Agreement" or "Contract" shall be used interchangeably and shall refer to
this Agreement, as amended from time to time, which shall constitute
authorization for the Contractor to provide the services stated herein to the
City.
(b) "City" is the City of Winter Springs, Florida, a Florida Municipal
Corporation.
. .
, '
r
(c) "Contractor" shall mean MV Transportation, Inc. and any employees, contractors,
or agents thereof.
(d) "Effective Date" shall be the date on which the last signatory hereto shall
execute this Agreement, and it shall be the date on which this Agreement
shall go into effect. The Agreement shall not be effective against any party
until said date.
(e) "Public Record" is as described in Section 119.011(1), Florida Statutes.
(f) "Services" shall include the performance of the Services outlined in Article
2 of this Agreement.
1.2 Eneaeement. The City hereby engages the Contractor and the Contractor agrees to
perform the Services outlined in this Agreement for the stated fee arrangement. No prior or present
agreements or representations shall be binding upon any oftheparties hereto unless incorporated in
this Agreement.
1.3 Due Dilieence. The Contractor acknowledges that it has investigated prior to execution
of this Agreement and satisfied itself as to the conditions affecting the Services, the availability of
equipment and labor, the cost thereof, the requirements to obtain necessary insurance and satisfy all
operational requirements as set forth herein, and the steps necessary to complete the Services within
the time set forth herein. The Contractor warrants unto the City that it has the competence and
abilities to carefully and faithfully complete the Services within the time set forth. The Contractor
will perform its Services with due and reasonable diligence consistent with sound professional
practices.
1.4 CCNA Services. The Contractor warrants unto the City that the Services being
performed pursuant to this Agreement does not constitute professional services as defined by Section
287.055(2)(a), Florida Statutes.
ARTICLE 2
DESCRIPTION OF SERVICES TO BE PERFORMED
2.1 Scope of Services. Contractor shall provide transportation services within the
municipal limits of the City of Winter Springs for those persons age fifty-five (55) or older
participating in the City of Winter Springs, Florida Senior Transportation Program and such services
shall be limited to and from the Winter Springs Senior Citizen Center and the eligible residents'
homes. A full description and scope of the Services to be performed under this Agreement is
attached as Exhibit "A", a copy of which is hereby incorporated by reference to this Agreement.
2.2 Professionalism. The Contractor shall do, perform and carry out in a professional
manner all Services required to be performed by this Agreement.
2.3 Submittal of Proeress Reports. Upon request by the City, Contractor shall submit
a written progress report as to the status of all Services set forth in this Agreement. The report shall
Page 2 of 11
. ' I.
. in a siifficient manner demonstrate what services were performed under this Agreement. Ifthe detail
is not sufficient in the City Manager's reasonable discretion to permit the City to determine the
Services performed or the manner in which it is being performed, the City may seek more detail from
the Contractor.
2.4 Warranty of Professional Services. The Contractor hereby warrants unto the City that
it has sufficient experience to properly complete the Services specified herein or as may be
performed pursuant to this Agreement. In pursuit of any Services, the Contractor shall supervise and
direct the Services, using its best skill and attention and shall enforce strict discipline and good order
among its employees. The Contractor shall comply with all laws, ordinances, rules, regulations, and
lawful orders of any public authority hearing on the performance ofthe Services, including but not
limited to compliance with any applicable rules or regulations required by the community
transportation coordinator pursuant to its authority under Chapter 427, Florida Statutes, for the
provision of disadvantaged transportation services. The Contractor shall pay all taxes, fees, license
fees required by law, including but not limited to occupational fees and withholding taxes and
assume all costs incident to the Services, except as provided herein.
ARTICLE 3
COMPENSATION. PAYMENT TERMS
3.1 Compensation. For the performance and full completion of the Services specified
herein, City agrees to pay an hourly rate not to exceed $43.24 per hour with the total amount of
compensation to Contractor not to exceed $20,000.00 during the term of this Agreement. There
shall be no other compensation due Contractor for the Services provided under this Agreement,
unless specifically agreed to by the City in writing.
3.2 Invoices and Payment Terms. Contractor shall submit to the City detailed invoices for
all Services incurred under this Agreement and shall be due and owing Contractor "Net 30 Days"
from the receipt of invoice by City.
3.3 Calculation of Hourly Compensation. Contractor shall be entitled to the hourly rate
set forth herein and calculated on the basis of a "one hour minimum" for each route performed by
Contractor. Route time will be billed from the first scheduled pick-up to the last drop-off, including
all waiting time but in no event shall any time calculation include driving time from pullout of
Contractor's facilities to the first scheduled pick-up or return from the last drop-off to Contractor's
facilities, which are located at 9313 Bachman Road. All work hours and schedules shall be arranged
and approved in advance by City.
ARTICLE 4
GENERAL CONDITIONS OF SERVICES
4.1 City Inspection. Subject to a right of appeal to the City Commission of the City of
Winter Springs, the City Manager shall have authority to reject Services as not conforming to this
Agreement.
Page 3 of 11
1
4.2 Services is a Private Undertaking. With regard to any and all Services performed
hereunder, it is specifically understood and agreed to by and between the parties hereto that the
contractual relationship between the City and the Contractor is such that the Contractor is an
independent contractor and not an agent of the City. The Contractor is an independent contractor
and not an employee of the City. Nothing in this Agreement shall be interpreted to establish any
relationship other than that of an independent contractor, between the City, on one hand, and the
Contractor, during or after the performance of the Services under this Agreement.
4.3 City's Responsibilities. The City shall cooperate with the Contractor by:
(a) Designating a person with authority to act on the City's behalf on all matters
concerning the Services being provided hereunder;
(b) Furnish to the Contractor a copy of all available reservation logs, special
requests, reports, and other data pertinent to the Services and in the
possession of the City;
(c) Arrange for access to public and private property by the Contractor as
necessitated by the Services.
(d) Arrange for and provide personnel to undertake reservation and scheduling services
at the City of Winter Springs Senior Citizen Center and transmit such information
to Contractor the day prior to the requested transportation to be performed by
Contractor.
4.4 Permits. Licenses. Certifications. The Contractor shall be responsible, at its sole
expense, to obtain any and all local, state, or federal permits, licenses or certifications required for
the performance ofthe Services to be provided under this Agreement and shall provide a copy of
same to the City prior to the commencement of this Agreement.
ARTICLE 5
SUBCONTRACTS: ASSIGNMENT
5.1 Assignment and Subcontracting. Unless otherwise specifically required by this
Agreement, the Contractor shall not assign, sublet, or transfer any rights or Services under or interest
in (including, but without limitations, monies that may become due) this Agreement without the
written consent ofthe City, except to the extent that any assignment, sublet, or transfer is mandated
by law or the effect of this limitation may be restricted by law. Unless specifically stated to the
contrary in any written consent to any assignment, no assignment will release or discharge the
assignor from any duty or responsibility under this Agreement. Further, the Contractor shall not
subcontract any portion or all ofthe Services without the written consent ofthe City. Nothing under
this Agreement shall be construed to give any rights or benefits in this Agreement to anyone other
than the City and the Contractor, and all duties and responsibilities undertaken pursuant to this
Agreement will be for the sole and exclusive benefit of the City and the Contractor and not for the
benefit of any other party.
Page 4 of 11
5.2 The City reserves the right to perform any Services related to this Agreement.
5.3 Any costs caused by defective or ill-timed Services shall be borne by the party
responsible therefor.
ARTICLE 6
MISCELLANEOUS PROVISIONS
6.1 Governine Law: Venne. This Contract shall be governed by the law of the State of
Florida. Venue of all disputes shall be properly placed in Seminole County, Florida. The parties
agree that the Agreement was consummated in Seminole County, and the site of the Services is
Seminole County. If any dispute concerning this Contract arises under Federal law, the venue will
be Orlando, Florida.
6.2 Contractor's Representative. The Contractor shall designate an individual to act as
a representative for the Contractor under this Agreement with the authority to transmit instructions,
receive information, and make or interpret the Contractor's decisions. This person shall be the
Contractor's contract administrator. The Contractor may from time to time designate other
individuals or delete individuals with the authority to act for the Contractor under this Agreement
with the authority to transmit instructions, receive information, and make or interpret the Contractor's
decisions. All deletions or designation of individuals to serve as a representative shall be given by
written notice.
6.3 Notices. All projects hereunder, all notices, demands, requests, instructions, approvals,
and claims shall be in writing. All notices of any type hereunder shall be given by U.S. mail or by
hand delivery to an individual authorized to receive mail for the below listed individuals, all to the
following individuals at the following locations:
TO THE CITY:
Mr. Ronald W. McLemore
City Manger
City of Winter Springs
1126 East State Road 434
Winter Springs, Fl. 32708-2799
407-327-5957 (Phone)
407-327-6686 (Fax)
wlcopy to:
Anthony A. Garganese
City Attorney
Brown, Ward, Salzman & Weiss, P.A.
225 E. Robinson S1., Ste. 660
P.O. Box 2873
Orlando, FL. 32802-2873
407-425-9566 (Phone)
407-425-9596 (Fax)
Page 5 of 11
. TO THE CONTRACTOR:
MY Transportation, Inc.
Jon Monson, President and CEO
360 Campus Lane, Ste. 201
Fairfield, CA 94534-1400
707-863-8980 (phone)
707-863-8944 (Fax)
Notice shall be deemed to have been given and received on the date the notice is physically received
if given by hand delivery, or if notice is given by first class U.S. mail, postage prepaid, then notice
shall be deemed to have been given upon the date said notice was deposited in the U.S. Mail
addressed in the manner set forth above. Any party hereto by giving notice in the manner set forth
herein may unilaterally change the name ofthe person to whom notice is to be given or the address
at which notice is to be received.
6.4 Public Record. It is hereby specifically agreed that any record, document, computerized
information and program, audio or video tape, photograph, or other writing ofthe Contractor related,
directly or indirectly, to this Agreement, may be deemed to be a Public Record whether in the
possession or control of the City or the Contractor. Said record, document, computerized
information and program, audio or video tape, photograph, or other writing of the Contractor is
subj ect to the provisions of Chapter 119, Florida Statutes, and may not be destroyed without the
specific written approval ofthe City. Upon request by the City, the Contractor shall promptly supply
copies of said public records to the City. All books, cards, registers, receipts, documents, and other
papers in connection with this Agreement shall at any and all reasonable times during the normal
working hours of the Contractor be open and freely exhibited to the City for the purpose of
examination and/or audit.
6.5 Reuse of Documents. All documents, including but not limited to, proposals,
specifications and data, or programs stored electronically or otherwise, prepared by the Contractor
pursuant to this Agreement or related exclusively to the services described herein (if any) may be
reused by the City for any reason or purpose at anytime.
6.6 Ownership of Documents. The City and the Contractor agree that upon payment offees
due to the Contractor by the City for a particular design, report, inventory list, compilation, drawing,
specification, model, recommendation, schedule or otherwise, said design, report, inventory list,
compilation, drawing, specification, technical data, recommendation, model, schedule and other
instrument produced by the Contractor in the performance of this Agreement, or any Services
hereunder (if any), shall be the sole property ofthe City, and the City is vested with all rights therein.
The Contractor waives all rights of copyright in said design, report, inventory list, compilation,
drawing, specification, technical data, recommendation, model, schedule and other instrument
produced by the Contractor in the performance of this Agreement, and hereby assigns and conveys
the same to the City whether in the possession or control of the Contractor or not.
Page 6 of 11
I 6.7 Interpretation. Both the City and the Contractor have participated in the drafting of all
parts of this Agreement. As a result, it is the intent of the parties that no portion of this Agreement
shall be interpreted more harshly against either of the parties as the drafter.
6.8 Amendment of Agreement. Modifications or changes in this Agreement must be in
writing and executed by the parties bound to this Agreement.
6.9 Severability. If a word, sentence, or paragraph herein shall be declared illegal,
unenforceable, or unconstitutional, the said word, sentence, or paragraph shall be severed from this
Contract, and this Contract shall be read as if said illegal, unenforceable, or unconstitutional word,
sentence, or paragraph did not exist.
6.10 Additional Assurances. The Contractor certifies that:
(a) No principal (which includes officers, directors, or executive) or individual
holding a professional license and performing Services under this Agreement
is presently debarred, suspended, proposed for debarment, declared ineligible
or voluntarily excluded from participation in the provision of transportation
activities by any Federal, State, or local governmental commission,
department, corporation, subdivision, or agency;
(b) No principal (which includes officers, directors, or executive), individual
holding a professional license and performing Services under this Agreement,
employee, or agent has employed or otherwise provided compensation to, any
employee or officer of the City; and
(c) No principal (which includes officers, directors, or executive), individual
holding a professional license and performing Services under this Agreement,
employee or agent has willfully offered an employee or officer ofthe City any
pecuniary or other benefit with the intent to influence the employee or
officer's official action or judgment.
6.11 Attornev's Fees. Should any litigation arise concerning this Agreement between the
parties hereto, the parties agree to bear their own costs and attorney's fees.
6.12 Entire Aereement. This Agreement represents the entire and integrated Agreement
between the parties and supersedes all prior negotiations, representations, or Agreements, either oral
or written, and all such matters shall be deemed merged into this Agreement.
6.13 Sovereign Immunity. Nothing contained in this Agreement shall be construed as a
waiver of the City's right to sovereign immunity under Section 768.28, Florida Statutes, or other
limitations imposed regarding the City's potential liability under state or federal law.
Page 7 of 11
ARTICLE 7
TIME
7.1 Time of the Essence. The Contractor acknowledges and agrees that time is of the
essence for the completion of the Services to be performed under this Agreement.
7.2 Timely Performance. Contractor shall timely perform all scheduled pick -up and drop-
off services in accordance with any schedule provided by City to Contractor under this Agreement.
In the event Contractor fails to conduct any pick-up or drop-off services within fifteen (15) minutes
of the scheduled time for such services, Contractor shall be deemed late or below standard in
providing such services. If City determines in its sole discretion and based upon a comparison of
logs, schedules or manifests that Contractor is below standard on more than five percent (5%) ofthe
pick-up/drop-off services provided to City under this Agreement during any quarterly period (90
days), such failure tc perform shall constitute a default under this Agreement upon written
notification of same being provided to Contractor. Upon receipt of such notification by City,
Contractor shall have thirty (30) days to cure such default by providing City with affirmative
documentation that the default has been cured within said time period and shall enter into
discussions with City to determine the proper methods to cure such default. Such documentation
shall be delivered to City and, in its sole discretion, City shall determine whether the default has been
cured.
ARTICLE 8
PROTECTION OF PERSONS AND PROPERTY: INSURANCE
8.1 Worker's Compensation. Upon the effective date ofthis Agreement, Contractor shall
provide proof of worker's compensation insurance in the minimum amounts required by law (if
required).
8.2 Motor Vehicles. Upon the effective date ofthis Agreement and in order to perform the
Services required hereunder, Contractor shall provide proof of automobile /fleet insurance to cover
claims for damages because of bodily injury or death of any person or property damage arising out
of the ownership, maintenance or use of any motor vehicle for the purposes of this Agreement. The
insurance shall have minimum limits of coverage of five hundred thousand dollars ($500,000.00)
per occurrence combined single limit for bodily injury liability and property damage liability and two
million dollars ($2,000,000.00) aggregate coverage.
8.3 General Liability/Owner's Protective Liability. Upon the effective date of this
Agreement, Contractor shall submit proof of general liability and owner's protective liability
insurance to cover claims for general liability because of bodily injury or death of any person or
property damage arising out of this Agreement or any Services provided hereunder. The insurance
shall have minimum limits of coverage of one million dollars ($1,000,000.00) per occurrence and
two million dollars ($2,000,000.00) general aggregate coverage.
8.4 This paragraph shall be applicable to Sections 8.1,8.2 and 8.3. The insurance required
by this Article shall include the liability and coverage provided herein, or as required by law,
whichever requirements afford greater coverage. All of the policies of insurance so required to be
Page 8 of 11
. purcHased and maintained for the certificates (or other evidence thereof) shall contain a provision
or endorsement that the coverage afforded will not be canceled, materially changed or renewal
refused until at least thirty (30) days' prior written notice has been given to the City and the
Contractor by certified mail, return receipt requested. All such insurance shall remain in effect until
final payment. Unless agreed to by the City to the contrary, the City shall be named on the foregoing
insurance policies as "additional insured." The Contractor shall cause its insurance carriers to
furnish insurance certificates specifying the types and amounts of coverage in effect pursuant hereto,
the expiration dates of such policies, and a statement that no insurance under such policies will be
canceled without thirty (30) days' prior written notice to the City in compliance with other provisions
of this Agreement. For all Services performed pursuant to this Agreement, the Contractor shall
continuously maintain such insurance in the amounts, type, and quality as required by Sections 8.1,
8.2, and 8.3. In the event Contractor fails to maintain said insurance, City, at its option, may elect
to terminate this Agreement by written notice to Contractor.
8.5 Indemnification and Hold Harmless. For all Services performed pursuant to this
Agreement, the Contractor agrees to the fullest extent permitted by law, to indemnify and hold
harmless the City and its employees, officers, and attorneys from and against all claims, losses,
damages, personal injuries (including but not limited to death), or liability (including reasonable
attorney's fees), directly or indirectly arising from the negligent acts, errors, omissions, intentional
or otherwise, arising out of or resulting from Contractor's performance of any Services provided
pursuant to this Agreement.
The indemnification provided above shall obligate the Contractor to defend at its own
expense or to provide for such defense, at the option of the City, as the case may be, of any and all
claims ofliability and all suits and actions of every name and description that may be brought against
the City or its employees, officers, and attorneys which may result from the Services under this
Agreement whether the Services be performed by the Contractor or anyone directly or indirectly
employed by them. In all events the City shall be permitted to choose legal counsel of its sole
choice, the fees for which shall be reasonable and subject to and included with this indemnification
provided herein. This paragraph 8.5 shall survive termination of this Agreement.
8.6 Standard of Care. In performing its professional services hereunder, the Contractor
will use that degree of care and skill ordinarily exercised, under similar circumstances by reputable
members of its profession practicing in the same or similar locality.
ARTICLE 9
TERMINATION OF THE CONTRACT
9.1 Termination or Suspension By City. The City may, at its sole discretion terminate or
otherwise suspend the services provided under this Agreement for convenience, at any time, without
penalty whatsoever, by providing written notice of termination to Contractor. Upon termination of
this Agreement, the City shall pay the Contractor, as full payment for all Services performed and all
expenses incurred, sums due and owing to the Contractor for payment of all Services completed to
the City's satisfaction through the termination date as provided in this Agreement. Any payment due
shall be subject to the Contractor supplying the City with detailed invoices as described in this
Agreement. Upon notice of termination, the Contractor shall cease all Services being provided
Page 9 of 11
. hereunder unless otherwise directed by City in writing. In the event the City does not appropriate
sufficient funding in its annual budget for the continuation of services under term of this Agreement
or any renewal thereof, the City shall be permitted to terminate this Agreement without any penalty
whatsoever.
9.2 Termination by Contractor. With at least five (5) days written notice to the City,
Contractor may terminate this Agreement ifthe City fails to make any payment of compensation due
Contractor under this Agreement.
9.3 Waiver. Failure ofthe City to insist upon performance within any time period or upon
a proper level or quality of performance shall not act as a waiver of the City's right to later claim a
failure to perform on the part of the Contractor.
ARTICLE 10
TERM OF AGREEMENT
10.1 Term. The term of this Agreement shall commence on April 1, 2003 and end on 12:01
midnight of September 30, 2003.
10.2 Renewal. Contractor may, upon approval of City, elect to renew this Agreement for
one (1) additional one (1) year term or as otherwise modified and agreed upon in writing by City and
Contractor, by providing written notice to City not later than sixty (60) days prior to the expiration
of this Agreement. The City Manager may approve a renewal of this Agreement provided the
Contractor has remained in full compliance with its terms and has not committed any default or
breach of any term, obligation or other responsibility under the Agreement. Any renewal ofterm is
contingent upon the City allocating sufficient funding in its annual budget for the continuation of
services to be provided hereunder. Nothing contained herein shall be construed to obligate the City
to renew this Agreement in the event the City does not appropriate sufficient funds in its annual
budget for the continuation of transportation services under this Agreement.
[THIS PAGE INTENTIONALLY LEFT BLANK]
Page 10 of 11
. IN WITNESS WHEREOF, the parties hereto caused this Agreement to be executed by
their duly authorized representatives as of the date first written above.
CITY:
CITY OF WINTER SPRINGS, FLORIDA
By:
;{cMAI c.;. .~
Ronald W. McLemore
City Manager
Dated: March 27, 2003
CONTRACTOR:
MV TRANSPORTATION, INC.
~0
J(:0/L/ // I'ir/C/I
f h,.l' f- OIt'rkh.IV7 LJ I-/J t-r";/
President and CEO
Dated: 3 - 1$""-03
Page 11 of 11
EXHIBIT" A"
SCOPE OF SERVICES
Pursuant to the terms and conditions ofthe Agreement, Contractor shall provide Services in
accordance with the following minimum requirements as set forth herein:
1. General Service Parameters
(a) Provide transportation services for the City of Winter Springs, Florida Senior
Transportation Program ("Program") within the City limits of Winter Springs and
shall be further limited to providing such services to and from the Winter Springs
Senior Citizen Center and the homes of those residents eligible to participate in the
Services being provided.
(b) Provide transportation to and from the Winter Springs Senior Citizen Center shall be
limited to allowing participation in senior citizen programs held at the Winter
Springs Senior Citizen Center, provided the programs are sponsored by either the
City of Winter Springs or the Winter Springs Senior Center, Inc.
( c) Adhere to and strictly follow those service policy guidelines, service parameters and
eligibility requirements set forth in City of Winter Springs Resolution 2002-34, a
copy of which is attached hereto and incorporated herein as Exhibit "B."
2. Provision of Equipment and Personnel
(a) Operate the Program utilizing, at the sole discretion of the City, either a 15+
passenger and wheelchair accessible wheelchair van or minibus together with
sufficient drivers, dispatch and supervisory services, maintenance, fuel, and
msurance.
(b) Dedicate upper-level management, accounting, human resources support, and
vendors to assist and support the provision of services by Contractor for the Program.
3. Qualified Drivers and Contractor Staff.
(a) Provide qualified drivers for the Program who possess and maintain an active, valid
driver license issued by the State of Florida for the size and type of vehicle desired
to be used by the City.
(b) Conduct a criminal background history screen, at its sole expense, on each driver
participating in the Program and prohibit the use of any driver whose criminal history
reflects any felony conviction for any crime involving controlled substances, violence
or any crime or traffic violation involving the use of a commercial vehicle, whether
adjudication is withheld or not, under the laws of the State of Florida or any other
state.
Exhibit "A"
Page 1 of 4
(c) Drivers shall have no more than three (3) moving violations or any chargeable traffic
accident with the three (3) year period prior to participating as a driver in the
Program.
4. Drue and Substance Abuse Proerams.
(a) Require the participation of all drivers in Drug & Alcohol Free and Substance Abuse
Prevention Programs offered by the Contractor and any other applicable drug
screening procedures required by local, state or federal law, rule or regulation.
5. Appearance and Groomine.
(a) Ensure that all Contractor staff, including drivers, having face-to-face contact with
any rider or participant of the Program, shall be in uniform and conspicuously wear
a name tag at all times, which contains the person's name and badge number. All
Contractor staff shall be courteous and present a neat, professional appearance at all
times and shall adhere to a code of personal grooming and hygiene as established and
agreed upon by City and Contractor.
(b) Contractor's dispatcher shall ensure that the requirements set forth under this
subsection are complied with each service day prior to providing transportation
services for the Program.
6. Continuing Training Requirements
(a) Ensure that all Drivers participating in the Program have successfully completed the
Professional Driver Training Program, totaling ninety-six (96) hours of classroom
and "behind-the-wheel" training offered by Contractor prior to participating in the
Program and any other applicable training required by local, state or federal law, rule
or regulation.
(b) Provide continuing and refresher training during the term of the Program for any
personnel participating therein, including but not limited to passenger and customer
assistance, sensitivity, on-road, and other training intended to improve the overall
quality of service to be provided by Contractor.
(c) Timely perform transportation services under the Program and shall designate
supervisory staff to ensure on-time services to customers ofthe Program.
7. Service Disruptions and Breakdowns
(a) Use its "best efforts" to prevent service disruptions due to absenteeism and shall
provide "back-up" or extra board drivers to undertake any scheduled services, routes,
pick-ups to be performed under the Program..
Exhibit "A"
Page 2 of4
. (b) Use its "best efforts" to prevent service disruptions due to breakdowns or accidents.
In furtherance, Contractor shall employ the use of "ready" or "back-up" vehicles to
immediately undertake the interrupted route or service being provided to ensure their
completion.
(c) Utilize road supervisors to monitor and observe "on-road" operations throughout the
service period in order to assist in the coordination of services and to ensure the safe
and efficient transportation of passengers.
..g. V ehicle Maintenance and Repairs
(a) Provide for the timely and efficient scheduling of services by creating a daily route
manifest in order to handle all pre-scheduled requests for services. The manifests
shall be finalized the day before the services are to be provided and all participating
drivers shall be notified by a dedicated operations supervisor of each route schedule.
(b) Properly maintain and equip all vehicle to be used for transportation services for the
Program to ensure the health, safety and comfort of the passengers utilizing the
Program. In furtherance, Contractor shall provide required vehicle maintenance and
general repairs in addition to daily vehicle inspections to further this purpose and
shall comply with all safety and sanitation standards as required by local, state, or
federal, law, rules or regulations relating to providing transportation disadvantaged
servIces.
(c) Ensure that each driver performs a daily vehicle inspection (pre-trip and post-trip)
prior to a vehicle entering into service each day, which shall be supervised and
documented by a road supervisor prior to pullout at Contractor's facilities.
(d) Ensure that no vehicle is utilized under the Program if any defect or damage is
discovered that may jeopardize or compromise the safety and comfort of the
passengers to be transported and shall immediately document such defect or damage
and, if necessary, immediately place the vehicle "out of service" until such repairs are
made to remedy or correct the defect or damage.
(e) Provide preventive maintenance inspections and service to each vehicle used or
intended to be used for the Program. Such inspections and service shall be
performed every 3,000 miles. After 21,000 miles of service, Contractor will ensure
the vehicle undergoes a "C Inspection". Any damage, defects, or required repairs
shall be documented and thereafter corrected prior to returning a vehicle to service
and no vehicle shall be permitted to operate without the performance of a scheduled
preventive maintenance inspection.
(t) Maintain the interior and exterior of its vehicles to ensure the health, safety and
comfort of passengers utilizing the Program and shall perform necessary inspections
to ensure compliance therewith.
Exhibit "A"
Page 3 of 4
. 9. Records and Reportin~.
(a) Contractor shall provide, upon request of City, any papers, documents, reports or
repair orders, reflecting the repair history, maintenance or breakdown of any vehicle
used by Contractor for the Program.
(b) Contractor shall maintain and make available, upon the request of City, all reports,
records, documents, logs or papers required to be maintained pursuant to applicable
local, state, or federal law, rules or regulations in order to comply with the City's
reporting requirements pursuant to Chapter 427, Florida Statutes.
(c) Shall promptly notify the City of any person utilizing the Program who fails to abide
by the service policy operating guidelines in accordance with City of Winter Springs
Resolution No. 2002-34.
(d) Maintain a log and document odometer readings for each vehicle to be used under
the Program and provide such documentation to City at its request.
Exhibit "A"
Page 4 of 4
Sent B.y: BROWN. WARD. SALZMAN&WEISS. P. A..j 407 425 9596 j
Mar-14~03 2:53PM;
Page 317
:..-...
EXHIBIT "BI!
,--.
RESOLUTION NO. 2002-34
A RESOLt)'fION OIi' TilE CITY COMMISSION 0:14' THt;
<-TrY OF WINTER SPRINGS, FLORIDA, RELATING TO
THE CITY OF WINTER SPRINGS, FLORIDA SENIOR
TRANSPORTATION PROGRAM; PROVIDING FOR TllE
ESTABLISHMENT OF THE SENIOR TRANSPORTATION
PROGRAM; PROVIDING ELIGJBltn'Y REQUIREMENTS;
PROVIDING SERVICE PARAMETERS; PROVIDiNG FOR
RULES OF SERVICE; PROVIDING fi'OR THE REPEAL OF
PRIOR INCONSISTENT RESOI ,UTIONS; AND PROVIDING
.f'OR AN EFFECTIVE DATE.
WDEREAS, lhe City of Winter Springs provides a variety of educational, social, and
enlerLainment programs for the benefit of its senior citizens at the Winter Springs Senior Citizen
Center; and
WHJ;REAS., the City Commission believes such programs arc important and advantageous
to the social, mental, and physical health of its senior citizens; and
WHEREAS, the City Commission recognizes that many ofits senior citizens no longer can
provide their own transportation, and as such may be unable to enjoy and benefit from the programs
provided allhe Winter Springs Senior Citi:r.en Center; and
WHEREAS, in acknowledgment ofthe foregoing, the City Commission instructed City st(lff
to open lines of communication with the City's senior citizens to delermine if a need existed for the
City to provide transportation for its seniors: and
. WHEREAS. on or about March 27,2002, Ii meeting was held at the Winter Springs Senior
Center., attended by various City departments, a representative of the State Board lor the
Transportation Disadvantaged, rcprcsentati yes ofTuskawilla Trails, Hacienda Village, Winter Springs
Se.nior Center, Inc. and various other interested parties; and
WHEREAS, the consensus of the meeting was that t.here was a definite 'need for
transportation services for seniMs from their homes to the Winter Springs Senior Citizen Center am!
back to ensure that all seniors who desired to participate in the programs provided would have the
ability tn do so; and
WHEREAS, the City Commission has determined it to be in the best interest of the health,
safety.. and welfare of the citizens of the City of Winter Springs to' establish the City of Winter
Springs, Florida Senior Transportation Program.
City of Winter SpringJI, Flnri.J4
Regolulion 112002-)4
Page I of S
Received Time Mar.14. 11:41AM
Sent By: BRO~NJWARDJSALZMAN&WEISSJP.A.; 407 425 9596;
Mar-14-03 2:54PM;
Page 4/7
--
NOW, THli:REFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF WINTER S PRlNGS, SEMINOLE COUNTY, 14'LORIDA, AS FOLLOWS:
Section 1.
resolution.
SeCtion Z.
Recitals: The foregoing n:citals are affinned and incorporated as part of this
Winter Sprinli:s Senior Transportation Prugrant:.
A. ll:stablishrnent . of nle City of Winter Springs. Florida Senior
Transportation I'rogram:
The City Commission of the City of Winter Springs hereby establishes the City of Winler
Springs, Florida Senior Transportation Pn.>gram.
B. Eligibility:
All residents of the City of Winter Springs, who arc fifty-five (55) years orage or older, are
eligible to participate in the City of Winter Springs, Florida Senior Transportation Program.
c. Service Paramett!:,{;.
1.
The City of Winter Springs shall only provide transportation within the City
limits of Winter Spl'ings.
2.
Transportation shall be limited to and from the Wintt:r Springs Senior Citizen
Center and the eligible residents home:
3.
Transportation shall be lirnitedto senior citizen programs held at the Winter
Springs Senior Citizen Center, provided the programs are sponsored by either
the City of Winter Springs or the Winter Springs Senior Center, Inc.
4.
The Winter Springs City Commission reserves the absolute right, at its sole
discretion, t9 suspend or cancel the Winter Springs Senior Transportation
Program at any time, without notice and for any reas.on.
, .
..
D. Serviee Policv:
1 . Transportation to and from the Winter Springs Senior Citizen Center will be
available before and after, moriiing, aftemoun, and full~day programs.
2. AU transportation must be scheduled in advance. To schedule traTl~portatior:J
the requesting senior must call the Winter Springs Senior Citizen Center, one
City of Witltet Springs. FhlrilAA
Resolution # 2002-34
rage 2 or ~
Received Time Mar.14. 11:41AM
Sent By: BR~WN,WARD,SALZMAN&WEISS,P.A.;
407. 425 9596;
Mar-14-03 2:54PM;
Page 517
'-
(1) business day h~forl;: a required pick-up, between the hours of8:00 A.M.
and 10: A.M., Monday through Friday, excluding City recognil:ed holidays,
and indicate whether they will bo attending a morn.ing, afternoon, or full-day
program.
3. Due to a limited number of seats, and routing requirements, transportation
will only be available as scheduled.
a. For transportation tO'the Winter Springs Senior Citizen Center,
seniors mu!;t be prepared for pick-up fifteen minutes in advance ofthe
scheduled time. lithe senior is not prepared for pick-up at the time
of arrival, the driver may wait no more than five (5) minutes, after
which the driver must proceed to the next pick-up. if a senior is
unprepared at the appointed time, and the vehicle must leave without
. the senior, the scheduled ride shall be noted as a "no-show."
b. For transportation from the Winter Springs Senior Citizen Center, the
vehicle will leave only at the conclusion of the morning, afternoon or
full-day program, as scheduled by the senior. If a senior must leave
the program prior to its conclusion, the !>enior must. arrange their own
transp01tation home.
e. Seniors should be prepared to take all necessary items with them, such
as medication and dietary needs, which may be needed during the
scheduled programs.
4. If the senior decides to cancel or reschedule a trip, the senior must notify the
Winter Springs Senior Citizen Center at least one (1) hour betore the
scheduled transport, . Failure to cancel a scheduled transport will be
considered a "no-show, ", .
5. Ifa participating senior accrues live (5) "m)-show" notations, within a twelve
(12) month period, the sel1.;Q("s eligibility for the City of Winter Springs
Senior Transportation Program will be suspended for six (6) months.
6. Behavior, such as but not limited to, abusive language and conduct, fighling,
arguing, or violence of any kind will not be tolerated.
7. No weapons, including but not limite~ to, guns or knives shall bt: allowed to
be carried by any participating senior upon the vehicle.
8. No pets, except seeing eye dogs shall be allowed to accompany the
participating senior.
Cily of Winler Springs. Florida
R~Sl)lutil)n # 2002-34
Page 3 of S
Received Time Mar.14. 11:41AM
jent By.: BROWN J WARD J SALZMAN&WEISS J P. A. j
407 425 9596j
Mar-14-03 2:54PMj
Page 517
"--
(1) business day h~fort, a T~4uiT~d pick-up, between the hours of8:00 A.M,
and 10: AM,. Monday through Friday, excluding City recogni~ed holidays,
and indicate whether they will be attending a morning, afternoon, or full-day
program.
3. Due to a limited number of seats, and routing requirements, transportation
will only be available as scheduled.
a. For transportation tO'the Winter Springs Senior Citizen Center,
seniors mu~t he prepared for pick-up fifteen minutes in advance ofthe
scheduled time, If the senior is not prepared for pick-up at the time
of arrival, the driver may wait no more than five (5) minuteS,after
which the driver must proceed to the next pick-up. If a senior is
unprepared'at the appointed time, and the vehicle must leave without
the senior, the scheduled ride shall be noted as a "no-show."
b. For transportation from the Winter Springs Scn,ior Citizen Center, the
vehicle will leave only at the conclusion of the morning; afternoon or
full-day program, as scheduled by the seruor. If a senior must leave
the program prior to its conclusion, the ~enior must arrange their ()wn
transp01tation home,
c. Seniors should be prepared to take all necessary items with them, such
as medication and dietary needs, which may be needed during the
sCheduled programs,
4, If the senior decides to cancel or reschedule a trip, the scnior- must notify the
Wintcr Springs Senior Citi7.en Center at least one (1) hour betore the
scheduled transport. Failure to cancel a scheduled transport will be
considered a "no-show,"
5. Ifa participating senior accrues five (5) uncJ-show" notations, within a twelve
(12) month peri()d, the senim-'g eligibility for the City of Winler Springs
Senior Transportation Program will be suspended for six (6) months.
6, Bchavior, such as but not limited to, abusive language and conducl, L'ighling,
arguingJ or violence of any kind will not be tolerated.
7_ No weapons, including but not limited to, guns or knives shall bt: allowed to
be carried by any participating senior upon the vehicle.
8. No pets, except seeing eye dogs shall be allowed to accompany the
participating senior.
City of Winter Springs, Floricla
R~sol\ltion It 2002-34
Pllge 3 of" 5
Received Time Mar,14, 11:41AM
Sent By: BRqWN,WARD,SALZMAN&WEISS,P.A.; 407 425 9596;
Mar-14-03 2:55PM;
Page 617
, . .
"-"...
"'-..-"
9. No luggage or other carry-on baggage shall be allowed, other than handbags
or umbrellas,
1 0, Smoking shall not be allowed on the senior transportation vehicles.
11. 1f a senior if{ in need of assistance t.o and fi"om the vehicle, the senior may
bring an aide. Such an aide shall act as a personal care assistant and not
merely a companion, and mllst be picked-up and dropped-oft" at the home of
the senior.
12. No unscheduled stops will be permitted by the driv~T. The use of the
t.ransportation is for the specific: purpose of attending and returning fi'om
programs at the Winter Spdngs Senior Citizen Center. Examples Of!>LOps not.
permitted under this program include drugstore, grocery store, restaurants,
doctors and dental offices, or the residence of a friend- or family member.
13, 1 fan emergency occurs while a senior is being transported under this program
and medical attenti"on is required.. the driver will call 9-1-1, the transportation
provider's oflice,.and the Winler Springs Senior Citizen Cenler to report the.
incident. . "
14. Any violation of the polides ~slablished by this Resolution by any
participating senior could result in the' suspension or revocation of that
participating senior's privilege to use the Winter Springs Senior
Transportation 'Progra.m.
Section 3. ;Administrative Rulesl The City Manager is hereby authorized to adopt
written administrative rules to implem~nt the policies and procedures set forth in this
Resolution. Such administrative rules shall not be in conflict with this Resolution.
Section 4. Repeal of Prior Inconsistent Resolutions: All prior inconsistent resolutions
adopted by the City Commission are hereby repealed.
. See.tion 5. Severability: Tf any section, clause, phrase, word, or provision is tOt any
reason held invalid or unconstitutional by a court of competent juri!>diction, whether for
substantive or procedural reasons, such portion shall be deemed a sepa..rate, distinct, and
independent provision, and such holding shall not affect the validity of the remaining portions
Of this resolution.
Section 6. EfTecth~e Date: This resolution shall become effective immediately upon
pas~age hy t.he City Commission oflhe City of Winter Springs, Florida, and pursuant to the
City Charter. . .
City of Winter Spring!;, Florida
KC50lution # 2002-34
Page 4 of S
Received Time Mar.14. 11 :41AM
Sent By: BROWN,WARD,SALZMAN&WEISS,P.A.j 407425 9596j
I...
'-'
Mar-14-03 2:55PMj
-'-
Page 7!7
--------
.DONE AND ADOPI'ED in regular session of Lhe City Commission of the City of Winter
Springs, Florida this) 1 th day of November 2002.
AS TO FORM AND
IClENCY:
,.
ANIDONY A. GA RGANESE, City Attorney
F:\Lawycr\j cfI1,r'.Cily ur Winter Spring&\l{cllOlu1i ons\Seniur"[ 'rllnsporProg_ Final.-wpd
cit). ofWinlcr Spring!:. Fluridll
l<coolution /J 20lJ2':14
Page 5 of S
Received Time Mar.14. 11:41AM
CO DATE (MMlDDIYY)
A ~DTM CERTIFICATE OF LIABILITY INSURANCE 12/31/2003 03/26/2003
PRODUCER. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Lockton Companies ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
444 W. 47th Street, Suite 900 CA Lie #0554167 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Kansas City M064112-1906 lT E VERA FF RD Y E Ol BEL
(816) 960-9000
INSURED'
MV TRANSPORTATION, INC.
1027496 ATTENTION: JULIE HARRIS
360 CAMPUS LANE
SUITE 201
FAIRFIELD CA 94585
COVERAGES TD
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
I~;;~ TYPE OF INSURANCE POLICY NUMBER ~~,;!2Y EFFECTIVE p_O.IJ\;Y EXPIRATION LIMITS
~ERAl LIABILITY EACH OCCURRENCE ~ I 000 000
A X COMMERCIAL GENERAL LIABILITY OPIOO02928 12/3112002 12/3112003 FIRE DAMAGE (Anv one fire' ~ . 50 000
I CLAIMS MADE ~ OCCUR MED EXP IAnv one person\ $ 5000
- PERSONAL & ADV INJURY ~ I 000 000
I--- GENERAL AGGREGATE $ 2 000 000
~'L AGGREM LIMIT APn PER: PRODUCTS - COMP/OP AGG ~ 1.000000
X POLICY ~.EW.; LOC
~OMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000
A ~ ANY AUTO OPIOO02928 12/31/2002 12/31/2003 (Ea accidenl)
- ALL OWNED AUTOS BODILY INJURY
$ XXXXXXX
- SCHEDULED AUTOS (Per person)
'--- HIRED AUTOS BODILY INJURY
NON.OWNED AUTOS (Per accident) $ XXXXXXX
-
X $100.000 SIR ..
PROPERTY DAMAGE $ XXXXXXX
(Per accident)
lRAGE LIABILITY AUTO ONLY - EA ACCIDENT $ XXXXXXX
ANY AUTO NOT APPLICABLE OTHER THAN EA ACC ~ XXXXXXX
AUTO ONLY: AGG I~ XXXXXXX
EXCESS LIABILITY EACH OCCURRENCE $ 4,000000
B ~ OCCUR 0 CLAIMS MADE XLOOO17388 12/3 1/2002 12/3112003 AGGREGATE $ 4 000 000
~ 0 UMBRELLA 1$ XXXXXXX
DEDUCTIBLE FORM ~ XXXXXXX
RETENTION $ ~ XXXXXXX
WORKERS COMPENSATION AND NOT APPLICABLE I~~~,~~~,~,:" I IS>~H.
EMPLOYERS' LIABILITY XXXXXXX
E.L. EACH ACCIDENT $
E.L. DISEASE. EA EMPLOYEE $ XXXXXXX
E.L. DISEASE - POLICY LIMIT $ XXXXXXX
A OTHER OPIOO02928 12/3112002 12/3112003 $2.000,000 LIMIT PER LOCATION
AUTO PHYSICAL DAMAGE $5.000 COMP.lCOLL. DEDUCTIBLE
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
THE CITY OF WINTER SPRINGS, FLORIDA IS ADDED AS ADDITIONAL INSURED AS RESPECTS CONTRACT TO PROVIDE TRANSPORTA nON
SERVICES TO SENIOR CITIZENS TO THE CITY OF WINTER SPRINGS SENIOR CITIZEN CENTER.
(,~DTIJ:I(,.I\TE HOLDER I I ADDITIONAL INSURED' INSURER LETTER: ('AN........ I AT,ON
1731135 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
CITY OF WINTER SPRINGS, FLORIDA DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL .3..0.- DAYS WRITTEN
A FLORDIA MUNCIPAL CORPORATION
A TTN: RONALD MCLEMORE, CITY MANAGER NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL
1126 EAST STATE ROAD 434 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
WINTER SPRINGS FL 32708-2799 REPRESENT A TIVES.
AUTHORIZED REPRESENTATIVE ~ ..?/ ~
I
ACORD 25-5 7/97 c ACORD Ch'RPORATION 1988
@