Loading...
HomeMy WebLinkAboutAgenda Report - March 5, 2008 E-03AGENDA ITEM E"3 CITY OF LODI COUNCIL COMMUNICATION TM AGENDA TITLE: Approve Scope of Work for Transit Operations Contract and Authorize Advertisement for Request for Proposals (GrapeLine, VineLine and Dial -A -Ride) MEETING DATE: March 5,2008 PREPARED B Y Public Works Director RECOMMENDED ACTION: Approve the Scope of Work for the Transit Operations contract and authorize staff to advertisefor Requestfor Proposals (RFP). BACKGROUND INFORMATION: The City's transit program began in January 1978 with a Dial -A -Ride type service through a contract with the local taxi company. The system was designed to meet the needs of seniors, disabled and economically disadvantaged persons who were unable to travel by car. The City took over the Dial -A -Ride program in September 1992 and added its Fixed Route service in November 1994. In 1996, the entire operation was contracted to a specialized provider. Services are currently provided by a contract with MV Public Transportation, Inc. The City of Lodi's current contract is five years old and has expired. It is time to re -bid the contract. In addition to the current scope of work, the proposalwill include ADA service reporting and tracking, computerized dispatching and the requirementthat all proposed Contractor employees be fingerprinted and pass a background check before they are eligible to drive under the contract. In addition to the Scope of Work, the RFP documents will require the submittal of references, experience, and a wage and benefits schedule. The RFP will be evaluated for "Best Value", which includes reviewing management, training, accident history and staffing, in addition to price. The proposals will include a flat monthly charge for administration and dispatch, plus an hourly rate per vehicle revenue hour. The contract term shall be for four years, with two one-year extensions possible. Staff has included in the RFP the current pay scale and benefits package and calls for a minimum starting salary that is to be no less than $1.00 lower than the existing starting salary. Setting the minimum pay levels has assisted in retaining and recruiting drivers. The issuance of the RFP for Transit Operations in Lodi also coincides with the timing for release of the RFP for services covering the City of Galt. Staff has met with the City of Galt and is bringing forward the idea of bidding the two services concurrently with an optional bid to allow for one contractor to provide both services. By issuing the optional bid, the Cities would allow for joint management, staffing and oversight of the contracts which is anticipated to result in reduced costs for both systems. In addition, the concurrent management of the services should facilitate ease in reporting requirements associated with the federal funding we receive. Currently, data on Galt's services is prepared by their contractor, submitted to Galt and then submitted to us. If the two systems utilized the same contractor, staff would have direct access to all applicable data. A copy of the RFP is on file in the Public Works Department. The RFP is scheduled to be released March 71 , with proposals due on April 9'r`. Staff intends to bring this item back to the City Council at the first meeting in Mayfor award. APPROVED: r--� Blair Kin4,JZty Manager KIWPITRAN51T\GRFP 2008 doc 212512008 Approve Scope of Work for Transit Operations Contract and Authorize Advertisement for Request for Proposals (GrapeLine, VineLine and Dial -A -Ride) March 5, 2008 Page 2 FISCAL IMPACT: This agreement will allow the City of Lodi to claim and receive Federal Transit Administration funding. These funds will pay for on-going operations and upcoming capital needs. Without a new contract, Federal funding can not be utilized for operations. The current contract amount is approximately $1.8 million per year and varies with the hours of service being provided. Staff believes that contracting the service provides the best value to the City. Transit service is very specialized and having a contractorwho can share overhead expenses (such as training, operation support and technology changes) with their other contracts is a benefit. Other than specialized districts, very few cities directly operate their own transit service. FUNDING AVAILABLE: Funding for this Transit Operations contract will be from Transportation Development Act (TDA) and Feder ransit Administration (FTA) funds. whiiudl C' Vii, Jr, Public Works Director Prepared by Tiffani M. Fink, Transportation Manager RCP/TMF/pmf cc: Transportation Manager K:IWPITRANSITICRFP 2008.doc 212512008 TABLE OF CONTENTS Section 1 - General Information PAGE 1.1 Introduction.................................................................................................................6 1.2 Organization of the RFP.............................................................................................6 1.3 City's Rights................................................................................................................7 1.4 Proposer's Responsibilities........................................................................................7 1.5 Restriction on Contacts...............................................................................................8 1.6 Consequence of Submission of Proposal..................................................................8 1.7 Cost of Submitting Proposals.....................................................................................9 Section 2 - Background 2.1 Demographics & Population Growth................................. ...............................10 2.2 Current Services...............................................................................................10 2.3 City -Provided Vehicles............................................... ...............................11 2.4 Fare and Pass Schedule .......................................... .......... ...........................11 Section 3 - Schedule & Submittal Instruction 3.1 Procurement Schedule ................................................................ .........12 3.2 Proposal Submission ............................... ................ ..................... ..........12 3.3 Proposal Content ......................................... ............................13 3.4 Pre -Proposal Conference............................................................................13 3.5 Written Questions .................... .................................................................14 3.6 Clarification/Interviews............... ............... ..........................................14 3.7 Accuracy in Reporting Requeste fo ............ .....................................14 Section 4 - Required E s of Pr al 4.1 Performance Re ......................................................................15 4.2 Content of Tec Propo ..........................................................................15 4.3 Content of Pr' roposal .... ...........................................................................18 4.4 Insurance ......... ......... .....................................................................18 4.5 Audited Financial...........................................................20 4.6 Prop ............................... ...............................................................20 4.7 P ance ............................................................................................20 4.8 gness to Ac Pro d Arrangements.......................................................20 5.1 Evalu ai 5.2 Evaluati 5.3 Final Selec Section 6 - Pro - 6.1 Definitions ... 6.2 Procedures.. ,rocea u res .................................................................................................. .................................................................................................. 21 22 23 24 24 APPENDICES Appendix A: Scope of Work A B. C. D. E. F. G. H. I. J. K General........................................................................................................... A-1 Equipment, Including Vehicles...................................................................... A-3 Maintenance and Maintenance Facilities...................................................... A-4 Marketing and Public Relations Program ...................................................... A-8 Administration, Reports, Accounting, and Audits .......................................... A-9 Service Quality Standards............................................................................... A Assessments for Non Compliance.............................................................. A-10 Assessments and Incentives for Performance...t................................ A Changes to Level of Service........................................................... A13 Employee Qualifications and Training Program............................ A14 GeneralRules............................................................................ A 18 Appendix B: Energy Conservation ........... Access to Records ............... Federal Changes ................. No Obligation by the Federal Program Fraud and Fal Civil Rights ..................... Reporting and Record Re Disadvantaged Business ...................................... ............. B-1 ....... ................ ..................... ........... B-1 ........... ............................................... B-1 Govern............................................. B-1 audulent S ents or Related Acts..............B-2 S .......................................................... B-2 do firemen ...................................... B-3 rpris........................................... B-3 er ........................................... B-4 Laws Regulations ................... B-4 t............................................................... B-5 .................................................................... B-5 fety dards Act ........................................... B-6 %poll B-7 ............................................................. B-8 ......................................................................... B-8 ......................................................................... B-8 Arrangements.................................................. B-8 ......................................................................... B-9 ....................................................................... B-10 ....................................................................... B-10 ....................................................................... B-10 Appendix C: Required Forms Form A - Lobbying Certification...........................................................................0-2 Form B - Certification Re: Debarment, Suspension, and Other Responsibility Matters.................................................................................................................0-3 ope o..........................................................D-3 Form C-1, C-2 - Price Proposal...........................................................................0-5 and quirement..........................................................................D-3 Form D-1, D-2 - Line Item Operating Budget......................................................0-7 Conerm......................................................................................D-5 Form E-1, E-2 - Staffing Levels & Wages/Salaries (Fixed -route, DART, and Paratransit)............................................................................................... C-9 Form F - Addendum Receipt.............................................................................0-11 Form G - Non -Collusion Affidavit for Contractor...............................................0-12 8 Form H -Certification of Eligibility (Labor Standards)..... ............................0-13 Form I -Certification of Primary Participant Regardin onsibility MattersC-14 Form J - Certification DBE Program/Equal Employ pportunity ..............0-15 Form K - Proposer's Bond................................... ..............................0-16 Form L - Willingness to Accept Proposed Arra ent ..........................0-18 Form M - Certification Regarding Alcohol � ' e and Pro Drug Use .... C-20 Appendix D: Transit Vehicle Inventory Appendix E: Services Brochures and Appendix F: Current EmployeeScale andlposed Minimum Starting Scale Appendix G: Agreement for the Pr ion o RoMaratransit and Demand�nse Se s act SECTION PAGE 1 Defini ........ D-1 2 ope o..........................................................D-3 3 and quirement..........................................................................D-3 Conerm......................................................................................D-5 Compen......................................................................................D-6 SpecialSe s....................................................................................D-8 Responsibili Unde This Agreement.....................................................D-8 8 ntractor P nnel..................................................................................D-9 9 cles..............................................................................................D-12 10 Ve ty Repairs.........................................................................D-12 11 [Inte Omitted]...............................................................................D-12 12 Materia and Equipment..........................................................................D-12 13 Inventory .................................................................................................... D-13 14 Maintenance and Operations Facility.......................................................D-13 15 Computer and Technology Requirements................................................D-14 16 Fare Collection..........................................................................................D-14 17 Service Changes.......................................................................................D-14 18 Operation During a Declared Emergency................................................D-15 19 Marketing and Advertising........................................................................D-15 20 Passenger Complaints..............................................................................D-15 21 Project Operation Records and Reports..................................................D-16 22 Inspection of Work....................................................................................D-18 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 Project Management and Assessments...................................................D-19 Insurance................................................................................................... D-20 HoldHarmless...........................................................................................D-26 Disclaimer of Liability................................................................................D-26 LaborProtection........................................................................................D-26 Certification Regarding Lobbying.............................................................D-27 Disadvantaged Business Enterprise.........................................................D-27 Compliance with Laws and Permits..........................................................D-28 No Federal Government Obligations........................................................D-28 Disputes....................................................................................................D-28 Assignment...............................................................................................D-29 Subcontracting....................................................................................D-30 Independent Contractor....................................................................D-30 Conflicts of Interest...........................................................................D-31 Debarment/Suspension Status.................................................D-31 ForceMajeure............................................ .......... ..........................D-32 Replacement Services ....................... .................. ......................D-32 Licensing, Permits, and Taxes ...... .......................... .................D-33 Audit and Inspection of Records ................................... .............D-33 Waiver of Terms and Conditio ............... ..................... .........D-34 Cancellation of Contract ............... ...... .......................................D-34 Termination for Convenience.......................................................D-34 Termination by Mutuaeement ....... .............................................D-36 Termination by Defau ............... .........................................D-36 Availability of Funds/Li io ontact....................................D-38 Severability...................... .......... ......................................... D-38 Interpretati %dict ion V.......................................D-38 Notices ceipt........................................................... D-38 Signa...............................................................................D-39 Section 1 General Information 1.1 Introduction The City of Lodi is issuing this Request for Proposals (RFP) to select a firm to operate the City of Lodi's (CITY) Transit System. The CITY is requesting proposals for the Fixed Route, ADA Paratransit and General Public Dial -A Ride services. The CITY has prepared a Scope of Work (see Appendix A) and Appendix D) that define the scope of services, performance compensation mechanism, insurance requirements, and otherg&tra The successful proposer will be asked to enter into years beginning on July 1, 2008 and ending June 30, two years (to be executed as either one two -ye r extending the term up to June 30, 2014 to be exerrA The contract will be based upon a fixec would be provided at award -of -contract. Proposer shall provide a clear, concise the requirements of this RFP. Ea and shall provide all pertinent in relating to operational and mainte management structure and key pe Section 4 or otherwise resin this F The City of I referred to as Section 2 coniT, current services an Agreement (see standards, term, aal issues. for a term of four is for an additional one-year options), all six years poser's capability to satisfy ted in the requested format iot limited to, information ence, financial resources, lrmation as specified in hereinafter sections and includes Appendices A through D. the introduction and purpose, RFP responsibilities, contact restrictions, Rfround information, including relevant CITY demographics, , CITY -provided fleet, and other related information. Section 3 identifies the procurement schedule and proposal submittal instructions. Section 4 provides instructions on the required content of the proposals. Section 5 describes the evaluation process and criteria. Section 6 identifies the protest procedures. The appendices contain additional information required for proposal preparation, including the Scope of Work, Federal Clauses and Other Requirements, Required Forms, and the Transit Service Agreement. 1.3 CITY's Rights The CITY's rights include, but are not limited to, the following: ❑ Issuing addenda to the RFP, including extending or revising the time line for submittals. ❑ Withdrawing, reissuing, or modifying the RFP. ❑ Requesting clarification and/or additional information from any PROPOSER at any point in the procurement process. Executing an Agreement with a PROPOSER on the basis of the original proposal and/or any other information submitted by the PROPOSER during the procurement process. A6 Rejecting any or all proposals, waiving irregularities i rejecting all or any part of any proposals, waiving may be deemed to be in the best interest of the CI70 ❑ Proposals will be evaluated as "Best Value" (FTA) Best Practices Manual and is definedA "Best Value" is a selection process'l qualitative components, and award is qualitative considerations. Qualitatit design, technical approac of plan. The award selection technical and price factors ete advantageous and.Qfthe great alul ❑ The CITY rr PROPOSER. u roposals, accepting or �,ments of the RFP, as it Administration's Pals contain blWprice and a combination of price and ions may include technical sonnel, and/or management .ration of a combination of the offer deemed most agency." a selected Fencing negotiations with a selected ► in the sole judgment of the CITY, and ified PROPOSER. and video record any and all live meetings, including ►s, potential and actual PROPOSERs and staff during RFP process. All recordings shall be deemed confidential e contract by the City Council with the exception of open PONSIBILITIES It is the responsibility of each PROPOSER to: ❑ Examine this RFP, including all enclosures and the attached Agreement thoroughly. ❑ Become familiar with local conditions that may affect cost, permitting, progress, performance, or services described in this RFP, including inspection of the City's terrain and streets. ❑ Consider all federal, state and local laws, statutes, ordinances, regulations and other applicable laws that may affect costs, permitting, progress, performance, or services. ❑ Each PROPOSER shall make a good faith effort to hire employees from the CITY's incumbent contractor. ❑ Clarify with the CITY any conflicts, errors, or discrepancies in this RFP in accordance with the deadlines specified herein. ❑ Agree not to collaborate or discuss with other PROPOSERs the content of the proposal or service fees proposed. ❑ Prior to submitting a proposal, each PROPOSER will, at his/her own expense, make or obtain any additional examinations, investigations, and studies; and obtain any additional information and data that may affect costs, permitting, progress, performance or furnishing of the project and that PROPOSER deems necessary to determine its proposal. W Each PROPOSER shall use mail, fax, email or other risk, and the CITY shall not be obligated to accept or is delayed due to delivery failures. 1.5 CONSEQUENCE OF SUBMISSION OF P The submission of a proposal will constitute the PROPOSER that the PROPOSER has in, proposal; that the PROPOSER is aware of t process, its procedures and requireme understands the RFP and has complied wit the proposal is premised upon performing an required by this RFP andthe ached A techniques, sequences or proced may and the Agreement; and that the convey understanding of all terms an on project. The submission PROPOSER anc perform services W W 0 mechanism at its own :o any submission that warranty by RFP and its to the RFP 1POSERread and it; that with exception services and equipment such means, methods, or required by this RFP nd detail to indicate and nce and furnishing of the deemed- an agreement between the contractual offer by the PROPOSER to )ecifically, the following provisions apply: to any proposal submitted nor be bound CITY obligates the PROPOSER to enter into an performance of the services chosen by the CITY at binding or valid against the CITY unless and until it is the selected PROPOSER, and the PROPOSER's and/or other surety guarantee have been accepted by The proposals received shall become the exclusive property of the CITY. At such time as an Agreement award is recommended to the Lodi City Council, all proposals submitted in response to this RFP shall become a matter of public record and shall be regarded as public records, with the exception of those elements in each proposal which are trade secrets as that term is defined in Government Code 6254.7 and which are so marked as "TRADE SECRET," "CONFIDENTIAL" or "PROPRIETARY". However, proposals that indiscriminately identify all or most of the proposal as exempt from disclosure with justification may be found technically unacceptable. The CITY shall not in any way be liable or responsible to any PROPOSER or other person for any disclosure of any such records or portions thereof, whether the disclosure is deemed to be required by law, by an order of a court, or occurs through inadvertence, mistake, or negligence on the part of the CITY or its officers, agents or employees. 1.6 COST OF SUBMITTING PROPOSALS The cost of investigating, preparing, and submitting a proposal is the sole responsibility of the PROPOSER and shall not be chargeable in any manner to the CITY. The CITY will not reimburse any PROPOSER for any costs associated with the preparation and submission of a proposal, including but not limited to, expenses incurred in making an oral presentation, participating in an interview, or negotiating an Agreement with the CITY. Section 2 Background This section includes background information regarding the proposed procurement of public transit services. Please note that the data provided is for informational purposes only. The CITY does not certify the accuracy of the information provided. PROPOSER should not rely on this section for developing proposals and service costs. PROPOSER is responsible for an independent assessment of the CITY's needs and of the PROPOSER's ability to provide services to meet those needs. _ 2.1 Demographics and Population Growth The City of Lodi which constitutes the basic service ai the San Joaquin Valley in the central portion of the industries are agriculture, food processing, and son]& The CITY provides public transit services areas in northern San Joaquin County. Th. operates within the Lodi city limits. The Dial - limits, plus the unincorporated areas of We Acampo, and the Freeway MobileH me Par these unincorporated areas is pr nc CITY and San Joaquin County. Th A map of the service area is included Ap rbanized area located in Lplifornia. The primary services. Jaries a ited adjacent a fixed rou sit service, area consistslWe Lodi city Lrbor Mobile Home Park in of the city limits. Service to I arrangement between the proximately 19 square miles. os the GrapeLine, within the city limits. f the modal Station and are timed so that all me time and location. Fixed Route hours are as follows: 0 6:54 p.m.; Saturday and Sunday - 7:45 a.m. to 3:09 A s three (3) Express Routes as part of its fixed route > R s operate three (3) roundtrips in the mornings and moons weekdays with the exceptions of holidays. de Operations The General Publi -A Ride operates seven days a week and is dispatched out of the Lodi Station Mul i -modal station at 24 South Sacramento Street. General Public Dial -A Ride's hours are as follows: Monday thru Friday - 6:15 a.m. to 9:00 p.m.; Saturday - 7:45 a.m. to 6:00 p.m.; and Sunday - 7:45 a.m. to 6:00 p.m. The service operates on reservations with same day demand service available at a surcharge during Fixed Route hours. No surcharge is imposed after fixed route service ends. ❑ ADA Paratransit Operations (VineLine) In addition to Fixed Route and General Public Dial -A Ride services, the CITY operates an ADA Paratransit service known as the VineLine. The VineLine service is available to ADA certified passengers and is a reservations -only service. The CITY oversees and manages the certification process and once certified, the CITY will provide the CONTRACTOR with the passenger information to be included in the passenger database. ADA Paratransit service hours are: Monday thru Friday - 6:16 a.m. to 7:00 p.m., Saturday and Sunday- 7:45 a.m. to 3:15 p.m. ❑ Greyhound Ticket Sales Besides the CITY transit services, the CITY acts as the Contract Agent with Greyhound for ticket sales from the Lodi Depot. Under the terms of this agreement, PROPOSER shall staff the ticket sales counter (may be shared with transit service duties) during regularly posted lobby hours. CITY shall split all ticket commissions from Greyhound 50/50 with PROPOSER. A6, 2.3 City -Provided Vehicles The CITY will provide a fleet of accessible fixed -route is comprised of five (5) 40 -foot NABI buses andone which are used exclusively for fixed route service as a training vehicle. Twenty-six (26) paratransit vehicles are avAl ADA Paratransit services. In addition, para Express Route service and off-peak fixed route may be used on fixed route aessary maintenance schedules. During the contract period, includes replacement A listing of the curren vehicles. The fleet iplain replica trolley de is also available Weral Public Ride and are utilized to'Tprovide the needed. Paratransit vehicles service demands and cover N equipment, which paratransit coaches. dule,lpress Route schedule, and brochures A Paratransit service are attached. In adules transit services and Riders Guides have brochure attached as Appendix E. sfer policy and price of various fare instruments SECTION 3 SCHEDULE & SUBMITTAL INSTRUCTIONS 3.1 Schedule The CITY intends to adhere to the schedule provided in Table 1-1 for the procurement of transit operator services. This schedule may change at the CITY's sole discretion. i ame i -i Procurement Schedule Activity Date Issue RFP M 7, 2008 Pre -proposal conference/site visits March 18, 2008 (10 a.m.) Questions/clarifications submission deadline rch 21, 2008 (3 p.m.) City response to questions/clarifideadline Lcation7,2008 Proposal submission deadline Ap2008 (11 a.m.) Interviews April 21-22, 2008 Presentation of staff recommendation toMay 7, Council Agreement award e,&ay 7, 2008 Service initiationlv 1.2008 3.2 Proposal Submission t%shh, X Sealed proposals must be received by the Transit Manager's Office at the address below, no later than 11 a.m., Wednesday, April 9, 2008. u One (1) original and seven (7) copies of proposal must be received by the CITY no later than 11 a.m., April 9, 2008. Proposals must be sealed and marked "Request for ProposalsNrecaft outf ratransit and Demand Response Operations Contract". Proposalsspecified date and time shall be considered late and shall not be con 3.3 Proposal Content All proposals must include the following: ❑ Cover letter not to exceed four pages that provides the following information: a. Name, address, aid telephone and fax number of applicant and key contact person. b. Description of type of organization (e.g., corporation, partnership, including joint venture teams and subcontractors) submitting proposal. C. Name of entity that would sign an Agreement if one is negotiated for this project. d. A written statement warranting that the requirements of the project as described in this RFP, its enclosures, and all addenda, by listing all addenda and dates received hereto, have been reviewed and the PROPOSER has conducted all necessary due diligence to confirm material facts upon which the proposal is based. e. A written statement acknowledging validity of the proposal contents, costs, and services fees for a period of 180 days after the submission deadline. f. References from no less than five agencies for which the PROPOSER provides similar services as requested by the CITY. An officer or agent of the PROPOSER who is company to the proposal must sign the cove Executive summary (not to exceed five pages) th PROPOSER's qualifications and proposal, includii implementation plan and schedule. All info r manner. Responses to all required elements responses shall be organized in identifi RFP, so that all requested information can Completion and inclusion o PROPOSER shall complete, s Any proposal that does not c responsive and will be excluded Any pr( subject 3.4 1IF A pre-prq Council C writing, as the extent uthorized to bind the the major elements of tion of the proposed tion in a concise proposal 4 of this (as listed in Appendix C). aired forms in their proposal. krns shall be deemed non - Pi 'to PROPOSER's qualifications or the sub Mal as an appendix. described in this Section 3.3 is and eliminated from further ie held on March 18, 2008 at 10 a.m. in the Lodi City Pine Street, Lodi, California. Questions received in ;tions brought up at the conference, will be answered, to Questions of conseiTuence will be recorded at the conference, and questions and answers will be mailed to all parties that have received an RFP. Any changes, interpretations, or clarifications considered necessary by the CITY in response to PROPOSER questions will be issued in writing as addenda and mailed or delivered to all parties that have attended the pre -proposal conference. Only answers issued in writing by CITY will be binding on the CITY. Oral and other interpretations or clarifications including those provided at the pre -proposal conference will be without legal effect. 3.5 Written Questions PROPOSER must submit written questions and requests for clarification or additional information regarding the meaning or intent of the RFP content, its process and enclosures by 3 p.m. on March 21, 2008 to: City of Lodi Public Works Department Attn: Tiffani M. Fink, Transportation Manager P.O. Box 3006 (221 West Pine Street) Lodi, CA 95241-1910 (95240) Fax: (209) 333-6710 Email address: tfink@lodi.gov A& The CITY will not respond to questions received after 3 p.m., March 21, 2008. The CITY will respond to PROPOSER's questions in writing no later than 5 p.m., March 27, 2008. All communications between the CITY and the individual proposers will be documented and transmitted simultaneously to all proposers. 3.6 ClarificatioNlnterviews PROPOSER may be asked to clarify propos The clarification period will begin when the be required and shall be prepared to attend The proposed General Manager and Safety an answer questions at the interview may be choose, at its sole option, not to i II p reject any or all proposals submitte r the best PROPOSER without any inte ws. The interview, if requested, the PI Information subm informatia� are it 21 and 22, 2008. If an interview is e specific time and place. RNPJJJftgjL1WI be subject to verification. Inaccurate misfelWg will be, at the CITY's sole discretion, from further consideration. Should the company be It of this RFP, inaccurate or misleading information as LTY's sole discretion, grounds for default. through w or interviews. fitted. P SER may the Selectio t ommittee. nager must be available to J individually. The CITY may ROPOSERS. The CITY may kn, award the Agreement to it 21 and 22, 2008. If an interview is e specific time and place. RNPJJJftgjL1WI be subject to verification. Inaccurate misfelWg will be, at the CITY's sole discretion, from further consideration. Should the company be It of this RFP, inaccurate or misleading information as LTY's sole discretion, grounds for default. Section 4 Proposal Requirements 4.1 Performance Requirement The Contractor will be required, at all times during the terms of the Agreement, to perform all services diligently, carefully, and in a professional manner; and to furnish all labor, supervision, machinery, equipment, material, and supplies necessary therefore (other than equipment supplied by the CITY), as required under the Agreement. Any proposal submitted must be for the operation and upkeep (exterior and interior cleaning) of all revenue vehicles plus spares and all other labor, equipment, insurance, supplies, storage and facilities required to operate services under theA ent. The Contractor shall conduct all work in the Contractor's own name and a ndependent contractor (as provided in Section 2.12), and not in the name of, or a gent for the CITY. 4.2 Content of Technical Proposals The following items must be included inrOPOSER'sXprIor it to be considered complete and responsive. _ ❑ Documentation of Firm Background PROPOSER, or its management sh experience in providing fixed rou coaches with lengths of 35 feet or I r must include a minimum of three sep e and scope and in an op nviron Attach a brief n e desc 'on of operating both fi ute, gen public C size and scope an en ' imi is best qua ' to p se pages. all haveinimum of five (5) years recent ratransi ices with a minimum of 5 aratr vehicles. This experience an u ransit systems of a size Lodi. r firm's background and experience in -Ride and ADA paratransit services of a a the City of Lodi. Explain why your firm narrative should be limited to five (5) Aftconcise bu ple rrative describing the background and experience of each ber of you oposBWanagement team with respect to the following Position Regional M er, 2 General Manager, 3) Safety and Training Manager, 3) Custo ervice Man r, and 4) Lead Dispatchers and Road Supervisors (attach a 1 or 2 -page me for h person). PROPOSER shall include two organizational charts. The h all illustrate the firm's staffing structure, including shared duties/titles and th nd chart shall illustrate the names, reporting structure, brief job description, and nu er of years with PROPOSER's firm for each member of the proposed project team. A table shall also be included noting how many fulltime equivalents (FTEs) will be assigned to each title/job specification. Please clearly identify any positions intended to be filled by a person serving in two or more capacities. ❑ Project Approach and Methodology Describe your firm's approach, capacity, and management philosophy towards transit system operations. ❑ Proposed Number of Vehicles Required PROPOSER shall specify in the proposals how many vehicles they will require to operate the specified levels of service. System operations will be funded by fares, Transportation Development Act (TDA), and Federal Transit Administration funds allocated to CITY. As such, the entire operation shall be subject to applicable rules and regulations of all levels of government. ❑ Proposed Driver Training Plan Each PROPOSER shall outline a comprehensive Driver Training Plan that meets State and Federal requirements and is suitable for fixed -route and ratransit services. All drivers shall possess a California Class R or higher, licens orsed for operation of fixed -route and paratransit-type vehicles. Dial -A Ride s shall possess or be capable of possessing a General Public Paratransit Veh' se. Submit a description of hiring and formal employees. This description should satisfy ful Scope of Work, Minimum Driver Requirerng experience relevant to Agreement. ❑ Proposed Safety, Security and Risk M PROPOSER shall submit a de implemented to encourage safety description of any driver training p ❑ Proposed PROPOSER sh technology, and and quality control. PR SER shall s� deplo t of road sup assigne%oad super\handling emerge ❑ Proposed it a s of the i e o rove for itorin 1 of Dr ed 'rogramsMWdrivers and other imum requnWnts described in ,ify training pellftpel and their safety programs that will be leintenance areas. Include a Program performance monitoring measures, upkeep (exterior and interior cleaning) aality control program. n/Emergen-Ey Handling Program & Procedures cription of the formal procedures and plan for MjWonnel. Describe any other functions, which will be Submit a description of practices used by employees in that occur in the course of operations. and Dispatch Plan PROPOSER shall sTibmit a comprehensive system reservations and dispatch plan proposal for evaluation and approval by the CITY. Indicate staffing and provide sample forms used in other contract services your firm operates, pursuant to the requirements of the Scope of Work. Describe the relationship between these staff and those performing work in handling the scheduling, dispatching, and telephone communications. ❑ Proposed Computer Aided Dispatch System -Minimal Requirements PROPOSER shall submit the specifications for an automated scheduling system to develop, deploy and support customer information solutions for paratransit and fixed route services. The Computer Aided Dispatch System shall include: oo Real Time, Fixed Route On -Time Performance tracking and monitoring, with ability to drill down into non-compliant occurrences (profiling call data) oo Real Time, Paratransit On -Time Performance tracking and monitoring, with ability to drill down into non-compliant occurrences (profiling call data) oo Automated monitor and advisement of "late trips", with ability to drill down into non-compliant occurrences (profiling call data) oo Monitor and alert of passenger/trips that meet certain criteria oo Real Time ETA Updates for high volume pickup points (similar to airport flight advisement or BART station) oo Automated printing of No Call/No Show letters to consumers advising of their status Automated proactive calling of passengers for "next cancel the trip at the time of the call Ability to have fixed -route passengers call update of route and ETA Ability to have paratransit passengers call update of estimated ETA Reporting (in addition to current) o On -Time by Hour o On -Time by Operator o On -Time by daily pullouts and ro o On -Time Return to Y d Report o On -Time Performa ption ❑ Vehicle Locating and Tracking PROPOSER shall offers vehicle locati should be capablgd Offering reporting with option to line for real-time status for real-time status ition system (GPS) that . The proposed system system to provide real time updates to software to identify exact location of the vehicles at any accessible to the CITY at any ,nes of arrival and on -map locations to contractor staff, the through on-site kiosks (provided by the CITY) ❑ Proposed Telephone System — Minimal Requirements performance The CITY shall provide all phone lines needed for the reservations and dispatch functions of the Proposal. The PROPOSER shall provide a business telephone system that meets the following requirements: Proposed telephone monitoring system shall be capable of electronically recording all incoming and outgoing telephone calls from or to service's telephone reservation lines. Store said recordings for a minimum of 30 days and make recordings available, via exportable files, to the CITY within five business days of the request. In addition, PROPOSER shall provide a direct line for contact by CITY and other personnel. In addition, the General Manager shall have a private line available to the CITY with a mailbox capable of recording voicemail. The CITY may also conduct surveys of customers as a basis to determine the adequacy of the Contractor's reservations calls capacity. ❑ Proposed Vehicle Maintenance (exterior and interior cleaning) Each PROPOSER shall provide a detailed description and maintain the equipment used to provide the stipub include inspection schedules, staffing approach, clea Explain how CITY -scheduled maintenance labor will with routine delivery of daily scheduled transit s of change -out procedures. Describe any pro exceptions referenced above. Proposed Vehicle Fueling Each PROPOSER shall provide a fluids and fuel the equipment used Operations Facility The CITY shall pro% the contract. The comprised of thr reception and tick Monday thru Friday diwatchW91111111hoL, to adequately clean s. The plan should hing schedules, etc. o as to not interfere kd call and vehicle e requirements its plan to adequately check the 0 services. 'ons fa use by�ROPOSER for the duration of ty is to d at 24 South Sacramento Street and is main bu g includes the General Manager's office, Jobb all be open to the public and staffed The north building shall be used for iccommo the Safety and Training Manager, as well ning. The classroom space is accessible through a clocktower building houses the employee breakroom, odi Police Department officers on the Downtown shred space with access granted to employees of y Transit and the San Joaquin Regional Transit District !e buildings include restroom facilities. and Benefits Package Each PROPOSER shall submit a copy of their specific employee work rules and personnel policies to include, but not limited to, sexual harassment, discrimination, violence in the workplace, ADA, discipline, employee evaluations, training and development of employees. Additionally, each PROPOSER shall provide specifics regarding the benefit package provided to all proposed employees, including any and all eligibility requirements. This discussion should also include any incentive, motivational or awards program offered by the PROPOSER. ❑ Proposed Job Classifications, Wage Scales, and Benefits Package Each PROPOSER shall submit a detailed breakdown of staffing, including job descriptions and wage scales/salaries and benefits package. Include narrative if appropriate. (See Appendix C, Forms E-1, E-2.) ❑ Implementation Plan The PROPOSER shall include a detailed Implementation Plan. This plan shall address, at a minimum, the activities and procedures that will be followed to ensure the smooth start-up of the service to be operated by the PROPOSER, including, if necessary, transition from the current operator. The plan should also d ment recruitment and training schedules, start-up plan, and acquisition of nec equipment, permits, licenses and any other activities necessary to impleme ccessfuI transit service program. ❑ Safety Record PROPOSER shall submit a detailed break similar size and operating environment to t accident frequency rate (number of preventa three years. When calculating the accident fre the following National Transit Datal�W definition "NTD defines single event of security events that involves or equal to $7,500.;._ A "preventable acci as "preventable" W I Certifications, 9• h. i. J. k. I. m n. safety reco terminals of ROPOSERinclude the 50,000 mile r the past the PROPOSER will employ ent " as incidents for safety and Vty damages greater than ng the definition above) that is determined Debarment, Suspension, and other Responsibility NIte rating Budget els and Wages/Salaries (Fixed Route, Dart, Paratransit) Ad Receipt Non -Collusion Affidavit for Contractor Certification of Eligibility (Labor Standards) Certification of Primary Participant Regarding Responsibility Matters Certification DBE Program/Equal Employment Opportunity PROPOSER's Bond RFP Process Integrity Rules Willingness to Accept Proposal Arrangements Certification Regarding Alcohol Misuse and Prohibited Drug Use 4.3 Content of Price Detail in the Proposal The following items must be included in the PROPOSER's proposal for it to be considered complete and responsive. ❑ Price Proposal (Appendix C, Forms C-1, C-2) The PROPOSER shall provide price proposals (using Forms C-1 and G2) based upon PROPOSER's fixed monthly fee plus cost per revenue vehicle hour and the proposed annual total operating cost for the entire service. The PROPOSER shall provide a base cost that assumes the CITY will provide the liability insurance as outlined in Section 4.4 with the PROPOSER to pay 50% of the annual premium. ❑ Line Item Operating Budget (Appendix C, Forms D-1, The PROPOSER shall provide an operating budget (using Forms D-1 and D-2) identifying estimated operating costs. Items shall include personnel, executive, administrative and other costs. The PROPOSER shall consider that the CITY will provide all vehicles, vehicle storage, fuel and maintenance. 4.4 Insurance PROPOSER shall provide at its insurance with insurance comps evidence of such insurance to CI The policies or certificates thereo or material change in the policy, CITY by registered ^Mail,repolicies. All SelfInevidence of sufficie 1. Worker California, plus empl -ene $2, 0 for bo corn single limit. followi verages an operation oad form products an pletec C� own expense ain at all times the following ni ensed in th to of California and shall provide be requ y the Risk Manager of CITY. f s p hat thi ) days prior to cancellation noti of sa II be to the Risk Manager of ceipt es th following stated insurance n (SIR is sha disclosed to CITY along with with a mum of three times the SIR level. Ln co ance with the statutes of the State of of liability of $1,000,000. N e with a minimum limit of liability per occurrence of $2,000,000 for property damage or $2,000,000 ce shall indicate on the certificate of insurance the a policy aggregate limit applying to: premises and actual; independent contractors and subcontractors; and ations. 3. AutoM19j1jWiIj!y insurance premiums shall be split 50/50 with the CITY to cover the insurance sts for transit. Additionally, an accident which is found to be the fault of the driver due to, but not inclusive of, driver negligence or improper training shall be the responsibility of the CONTRACTOR. 4. Employee Dishonesty insurance with a minimum limit of liability per occurrence of $50,000. This coverage to insure all officials, agents and employees with access to funds received by CONTRACTOR. If at any time any of said policies shall be unsatisfactory to CITY, as to form or substance, or if a company issuing such policy shall be unsatisfactory to CITY, PROPOSER shall promptly obtain a new policy, submit the same to the Risk Manager for approval, and submit certificate thereof as hereinabove provided. Upon failure of PROPOSER to furnish, deliver or maintain such insurance and certificates as above provided, this Agreement, at the election of CITY, may be forthwith declared suspended, or terminated. Failure of PROPOSER to obtain and/or maintain any required insurance shall not relieve PROPOSER from any liability under this Agreement, nor shall the insurance requirements be construed to conflict with or otherwise limit the obligations of PROPOSER concerning indemnification. CITY, its agents, officers, employees, and volunteers shall be named as an additional insured on all insurance policies required herein, except Worker's Compensation. The Workers' Compensation insurer shall agree to waive all rights of subrogation against CITY, its agents, officers, employees, and volunteers for losses arising from work performed by PROPOSER for CITY. PROPOSER'S insurance policy(ies) shall include a provision that the coverage is primarily as respects CITY; shall include no special limitation &coverage provided to additional insured; shall be placed with insurer(s) with ac ce Best's rating of A:VII or with approval of the Risk Manager. PROPOSER shall require subcontractor to procure and to maintain during the term of the subcon urance in the amounts specified above, or shall insure the activities of sub act o the policy specified above. The limits of liability required may va #ending on type of permit or contract. �� 0 agents, officers, employees, defend and indemnify them and damages from person or property reasonable attorneyJa indirectly out of any act orarises PROP o aae or d he pe ance ❑ Reimburseme Oper se while, service. 4.5 Audi inancial All PROPOS h audited cash flo 4.6 Proposal Bond ess. PR OSER shall CITY, its olun , harmless fro and save, 3i d all claims, losses, liabilities cause, i ing but not limited to injury to ful dea ith the indemnity to include costs xpenses, arising directly or omi PR ER, whether or not the m li ence or other liability of rs, emp ees, or volunteers relating to obligations under this Agreement. be obli llWo reimburse suit four the negligence LITY vehicles, whether Flow Statement the CITY for the cost of all of PROPOSER's employees in revenue or non -revenue ►mit an audited financial statement and a United States for the two most recent years of operation. At the time a proposal is submitted in response to this RFP, each PROPOSER must submit a proposal bond, certified check or cashier's check, or other negotiable instrument as assurance the PROPOSER will, if the proposal is accepted, execute such contractual documents as may be required within the specified. The proposal bond shall be in the amount of $25,000. (See Appendix C, Form K — Proposer's Bond.) 4.7 Performance Bond The selected Contractor will be required to procure, at its expense, and keep in effect at all times during the term of the Agreement, a surety bond equivalent to 10% of the annual Agreement amount or the full amount of any Self Insurance Retention proposed whichever is greater, excluding capital cost, in favor of the CITY and executed by a corporate surety authorized to conduct business as a surety in the State of California. Each PROPOSER shall include in its proposal a letter from an admitted surety insurer stating PROPOSER's ability to be bonded. See Appendix D — Agreement for the Provision of Fixed Route and Paratransit Services, for further details regarding the Performance Bond. 4.8 Sul the Apl Apl An) to rev itract with of Work, orms, and Services). not agree proposed Section 5 Evaluation and Selection 5.1 Evaluation and Selection Process Proposals submitted in response to this RFP will be evaluated in accordance with the criteria set forth in Section 5.2 below. The Evaluation Committee shall score the proposals and make a recommendation to the Transportation Manager as to which PROPOSERS are within the competitive range. The Transportation Manager will notify PROPOSERS in writing whether or not they are in the competitive range. ❑ Interviews Interviews will be held by the Transportation Manager an r representatives with all PROPOSERS determined to be in the competitive ran Manager and/or her representatives shall have the right to con a co . e analysis, to review and audit all business records and related doc kpts of any all PROPOSERS (including any affiliate or parent company, part Lin int venture m er) to determine the fairness and reasonableness of the prop ntact any and a t references, and to conduct site visits and investigati nervi and prese may be required. At the conclusion of this process, Committee wi prepare its recommendation for Agreement award. ❑ City Council Makes Final Det*ftjj2n After the review and scoring, the TrE Committee's recommen for Ag and consideration of 1) award the Agre to the CITY, price other considered, or 2) any recommendation of t alr i orta age�ll submit the Evaluations r en a ity Council. After review ati ity Co shall have the discretion to: PO whose proposal is most advantageous to )n fa specified in Section 5.2 of this RFP Zopos The City Council is not bound by the Notwit ing ova CITY reserves the right to make the award under this RFP d upon the'qWI pals submitted. 5.2 Evaluation Criteria The following items constitute the evaluation criteria (and their respective weights), which the CITY will use in evaluating proposals submitted in response to this RFP. Evaluation Weight Criterion Score Total Weighted Criteria Scoring Score Management, 4 0-100 Technical Competence Operations 3 0-100 Capability and Quality of Plans and Submittals Safety 3 0-100 Cost 2 0 Financial Viability 2 0 — ❑ Management and Technical The PROPOSER will bnk%) ted on ality technical resources and personnel to assuref tment s ices. This factor will include review and evalu seagement team, any record of the team working together rheSER's approach to management of the services, and the oncepts for enhancing service quality, productivity and perfo ❑ 0gjj§6nsZWZlityWQuality of Plans and Submittals The POSER will b alua the demonstrated capability and performance with Sir cts, Includin a PR OSER's record for on performance, its safety record an overall abili o meet the CITY'S performance requirements. This factor will include of clie ferences and past performance. The PROPOSEo be evaluated on the quality of the PROPOSER's programs and plans for mainfWnce, staffing, training, safety, employee incentives, start-up, and the sufficiency of submittals required under the RFP. This factor will include an assessment, based on the submitted programs and plans, of the PROPOSER's ability to enhance service quality, safety, reliability; to promote stability in the workforce; and to provide employee incentive programs for quality and safety of service. ❑ Safety The PROPOSER will be evaluated on their safety record including the Accident Frequency Ratio (AFR) as determined by utilizing the industry standard National Transit Database reporting threshold for a preventable accident. ❑ Cost The PROPOSER will be evaluated on the total cost of services and cost per vehicle hour, including an evaluation of the component elements, which make up the total price. ❑ Financial Viability The PROPOSER will be evaluated on the financial strength and capacity of the PROPOSER, as reflected in its certified financial statement, its assets, liabilities, net worth and its credit references. This factor will include an assessment of the risk of the PROPOSER being unable to fulfill the requirements of the Agreement due to bankruptcy, insolvency or other adverse financial conditions. A, 5.3 Un; suc mt to the Section 6 PROTEST PROCEDURES 6.1 Definitions The following terms as may be used in this section are defined below: a. "Proposal" refers to an offer or proposal as used in the context of this Request for Proposal. b. "Day" refers to working day of the CITY, as appropriate. "Date of Notification of Award" places in the U.S. Mail an PROPOSERS which bidding t was awarded the Agreement. "Interested Party" means arl direct economic interest would by failure to award Agreement. materials and C FAX) to the Tra 95241-19 April 9 r date that the CITY ng each submitting iershio or individual materials. ER whose reement or 4!m. Pr is regarding any aspect of the attached res mu a submitted in writing (via mail, email, or 0 006 (221 West Pine Street), Lodi, CA, c to , (FAX: 209-333-6710), by 10 a.m. PDT, Manager will respond to these protests by April 16, FP, by express mail, email and/or FAX. This action ILative protest remedy at the CITY level. regarding the CITY's pro d seIe of PROPOSER after proposal opening and award announcemen :Ste submitted in writing (via mail, email or FAX) to the Transportation M O. Box 3006 (221 West Pine Street), Lodi, CA 95241-1910 (95240), (EMAIL: t@-lodi.gov), (FAX: 209-333-6710), by 3:00 p.m. PDT, May 14, 2008. The Transportation Manager will respond to these protests by 5:00 p.m. PDT on June 4, 2008 by email and/or FAX. This action completes the opening/award announcement administrative protest remedy at the CITY level. Under certain limited circumstances, and after the protester has exhausted all administrative protest remedies made available to him at the CITY level, an interested party may protest to the Federal Transit Administration (FTA) the award of a contract pursuant to an FTA grant. The deadline for submitting protests to FTA prior to proposal opening is 12:00 p.m. PDT, April 18, 2008. The deadline for submitting protests to FTA after opening/announcement of award is 12:00 p.m. PDT, June 2, 2008. FTA's review of any protest will be limited to: (1) Violations of Federal law or regulations. Violations of State or local law shall be under the jurisdiction of State or local authorities. (2) Violation of CITY's protest procedures or CITY's failure to review a complaint or rp otest. The protest filed with FTA shall: (1) Include the name and address of the protester. (2) Identify CITY (ID # 9092) as the party responsible for the RFP process. (3) Contain a statement of the grounds for protest and any su Ong documentation. (The grounds for protest filed with FTA must be fully sup to the extent feasible. Additional materials in support of an initial protest will a considered if authorized by the FTA regulations.) (4) Include a copy of the protest filed with CITY, and y of decision, if any. (5) Indicate the ruling or relief desired from FTA. Such protests should be sent to: FTA Region IX 202 Missio Street, Suit San Fra A 94105 A copy of such protests should also n Manager for the CITY. Appendix A SCOPE OF WORK A. GENERAL 1. Service Provided. Schedules/response times shall be as defined in this Scope of Work. CONTRACTOR shall provide an annual total of approximately 60,000 vehicle hours of service. CONTRACTOR shall provide sufficient supervisory and dispatching personnel to adequately handle all services toermined faction of the CITY. CITY shall provide fuel for all City -provided vehicles at Municipal Service Center, 1331 South Ham Lane, Lodi, or other location(s) by CITY. 2. Passenger Fares. The fare schedules and are subject to change as d collect all farebox receipts in secure fare b instruments as required by CITY to be sold amount of receipts, and deposit into a desid backup paperwork to CITY's Finance Depart 3. DBE/EEO. CONTI compliance with the Disadvantage Opportunity (EEO) requirements as retraining, supervisory and State D agencies. empli of i Fed, more 6. work with the other fare instru attached fare ;ACTOR shall ues from fare Lit and record Sound forward affidavit certifying Equal Employment n4JJJh&hffl provide ongoing training, ierato maintenance personnel and n agency requirements, e.g., Federal a Highway Patrol and other applicable Te --MW CONTRACTOR shall provide pre- ile suspicion, and random drug and alcohol testing positions, pursuant to the requirements of the and/or the California Highway Patrol, as described nts (tickets, passes and transfers). CONTRACTOR shall . op a fare instrument program and will accept transfers and other transit systems as directed by CITY. 7. CONTRACTOR shall offer telephone information whenever a vehicle is in service. CONTRACTOR shall arrange work shifts which efficiently reflect the volume of telephone calls and provide sufficient staffing to the satisfaction of the CITY. CONTRACTOR shall provide a "Positive Contact Number" (PCN) where a live manager may be reached twenty-four hours a day, seven days a week. CONTRACTOR shall develop, implement and maintain a daily schedule of labor resources to handle passenger information telephone calls and trip scheduling. This schedule shall identify work assignments, specify non -telephone work assigned concurrently, and work shift times. 8. Dispatching. CONTRACTOR shall utilize a systematic method to schedule vehicles and transport passengers using CITY vehicles. The method should be capable of accommodating both fixed -route, and advanced and same day reservations for paratransit services and demand responsive services, and of integrating all demands for service into efficient vehicle tours, which maximize productivity and assure service quality to the levels prescribed in Agreement. Automated scheduling techniques are required. CONTRACTOR shall provide an adequate number of persons to staff the vehicle dispatch and passenger scheduling functions. These persons shall be responsible for maintaining communication with all vehicles in service and for maintaining the daily dispatch log to be developed and used by CONTRACTOR. Scheduling and dispatching personnel shall be trained in professional techniques, radio protocol, and in cooperative approaches with drivers and passengers. CITY shall provide CONTRACTOR with appropriate radio communication equipment. 9. Control and Distribution of Fi) maintain strict control of all transfers. The nu shall be documented and drivers shall returr being used in revenue service or issued 4 Whenever drivers are not in their assigned r( from vehicle and maintain the transfers in a si 10. Contact of CITY the right to make contact with and dispatch functions, as ne service, or operating or irrI�i 11. B with Greyhound CONTRACTOR duties) during re Greyhoug� and fueling A Maintenance of Transfers. 1 type of tran -s at end of shi . sha,I&e kept in ebiIIIIIIIIIIIIIRhev shall RACTOR shall sued to drivers transfers not re place. m e transfers ITY personnel shall have ar than the management .-rsonnel are in revenue ipment. the CITY acts as the Contract Agent pot. Under the terms of this agreement, ter (may be shared with transit service �Y shall split all ticket commissions from vide'Whicies. CITY shall provide CONTRACTOR with a nd paratransit vehicles for the performance of Agreement. es include, but are not limited to, operating, checking fluids, accordance with Agreement and this Scope of Work. icles shall be by CITY. 2. Warranties. CITY shall be responsible for maintaining all CITY -provided equipment including warranties. CONTRACTOR shall be liable for the cost of repairing or replacing any physical or mechanical damage caused by CONTRACTOR negligence and not caused by CITY. 3. Loss of Useful Life. CONTRACTOR shall be liable for the cost of replacing any equipment damaged beyond use as a result of CONTRACTOR's negligence (e.g. tires which cannot be recapped due to damage from improper use). 4. Availability. CITY shall store all equipment at its Multi -modal Transit Station, 24 South Sacramento Street, Lodi and/or other locations as determined by CITY, and CONTRACTOR shall be allowed to access equipment for service as determined by CITY. CITY shall make equipment available to CONTRACTOR no later than ten (10) weekdays prior to commencement of first day of revenue service. 5. Return of Equipment. CONTRACTOR shall return all equipment to CITY at 24 South Sacramento Street, Lodi, at the termination of Agreement in the same condition as accepted, allowing for ordinary wear and tear. Ordinary wear and tear shall be interpreted according to the equipment's use. CONTRACTOR shall be liable for the cost of repairing or replacing any physical or mechanical damage, and related expenses, caused by CONTRACTOR negligence and not caused by CITY. 6. Inventory. CITY and CON inventory of all CITY -provided equipmer conducted at the commencement and terrr be responsible for returning the vehicles wii and supplies (all less ordinary wear and tea it written shall be 'OR shall quipment 7. Alterations. CONTRACTOR shal ave the righ stall equipment or make any minor or major alterations to ITY-owned equip without prior written consent of both the Transportation ager and eet and Fac Manager. CONTRACTOR shall not post any notices, nce or other mate s in or on equipment unless approved by CITY. 8. Use. No CITY -provided equipment shall be operated beyond the limits established in the applicable policies of insurance as hereinafter set forth, and may only by used for the transportation of passengers as provided in Agreement or in services approved beforehand by CITY. CONTRACTOR agrees to use equipment in a careful and proper manner and to comply with all federal, state, local, or other governmental laws, regulations, requirements and rules with respect to the use, maintenance and operation of the vehicles subject to Agreement. CONTRACTOR shall not use equipment in any unlawful trade or for any unlawful purpose whatsoever, or in violation of Agreement. The CONTRACTOR may not use CITY provided equipment to train persons who are not working on services under this Agreement. 9. Liens. CITY shall not suffer, create or permit to be imposed upon the vehicles any lien or encumbrance which may interfere with CONTRACTOR's intended use of the vehicles. Neither CO CTOR ny of its agents shall suffer, create or permit to be imposed upon the vehi any or encumbrance whatsoever, and shall return equipment to CITY free of an aims or encumbrances resulting from its use of equipment. CONTRACTOR ag to notify any third party furnishing services, supplies or other necessaries to CONTRACTOR that neither CONTRACTOR nor any of its agents has the right to incur, create or permit to be imposed on the vehicles any lien whatsoever. 10. Permits, Charges, Taxes. CONTRACTOR shall be responsible for securing and maintaining licenses, permits and authorizations necessary for the intended operation, other than the basic licensing of the vehicles or other items specifically the responsibility of CITY. 11. Repossession. In the event of termination of Agreement, CITY shall have the right to take immediate possession of all CITY -provided equipment, vehicles and other assets; and CONTRACTOR shall reimburse CITY all expenses, including attorney's fees, incurred by CITY in effecting such repossession. In the event a suit or action is instituted by CITY, or those claiming by, through or under it, to recover possession of the any CITY equipment, vehicles, or other assets, to collect damage or to enforce any right possessed by CITY under the terms thereof, CONTRACTOR agrees and promises to pay such additional sum as the court may adjudge reasonable as attorney's fees in said suit or action. 12. Other Equipment. CONTRACTOR is responsible for providing all equipment, including service charges if applicable, needed to complete performance of the Agreement, which are not otherwise provided by CITY, 13. Physical damage to the exterior or interior such as tears in the seats, interior body panel cracks or cracked lamp lenses, shall be reported by the CONTRACTOR to the CITY, by either email and/or phone immediately and no later than 9am the next calendar day. C. MAINTENANCE AND MAINTENANC ILITIES 'A,, X 1. General. CITY shall be responsible for maintenance facilities and maintenance of all CITY -provided equipment not specifically assigned to CONTRACTOR by CITY to be maintained, with the exception of the interior and exterior cleanliness of all fixed -route and paratransit vehicles. CONTRACTOR shall use due diligence maintaining the cleanliness of all equipment. CONTRACTOR is responsible for general housekeeping and security of equipment when in CONTRACTOR's possession. CONTRACTOR is financially responsible for correcting any damage and paying for related expenses caused by the negligent maintenance of equipment or vehicles by CONTRACTOR's personnel. CITY shall be responsible for making repair or replacement. Agreement. it. Tshall have the right to inspect, at any OR shall correct any problems, within "4notification by CITY, if the problem can be corrected is not correctable within 24 hours, then arrangements d within said period. CONTRACTOR is responsible maintenance safety violations for correction. )NTRACTOR fails to correct a problem after receiving ;e, at its discretion, corrections and shall charge the ACTOR for these corrections. CITY may deduct these or that may become due to CONTRACTOR under CONTRACTOR will use due diligence to maintain CITY's vehicles in a clean, orderly, and safe manner and in accordance with CITY standards. CITY shall have the right to inspect at any and all times CITY -provided equipment to verify CONTRACTOR compliance with the foregoing. This provision shall also apply to any equipment, including leased equipment, used by CONTRACTOR for backup service. 4. Safety Inspections. CITY may request that the Motor Carrier Unit of the California Highway Patrol (CHP) annually prepare and submit to CITY a Safety Compliance Report (CHP -343). CONTRACTOR must attain satisfactory rating in the driver records category of the Safety Compliance Report. CONTRACTOR must expeditiously correct any deficiencies noted on California Highway Patrol's report. 5. Interior & Exterior Cleaning and Maintenance. CONTRACTOR shall maintain the exterior and interior cleanliness of all vehicles to the highest standards at all times. CONTRACTOR shall supply all materials and supplies for this purpose. CITY shall approve all cleaning materials or supplies prior to their use. All gum, litter, newspapers, graffiti or other foreign materials shall be removed in a professional manner and immediately upon their discovery. Physical damage to the exterior or interior not correctable with diligent cleaning methods, such as tears in the seats, interior body panel cracks or cracked lamp lenses, shall be reported by CONTRACTOR to CITY at the time of observance. AL, 6. Daily Servicing. All vehicles that have been in following items performed on a nightly basis: Floor Cleaning. Using each vehicle starting in trash from step wells inj Interior Vacuuming. vacuum hose through rear, collect ALash, floor. Parti driver's comp heavy articles discaEcied in a ce shall have the plete interior of e front. Sweep e, activate alb carry the e vehicle, and starting in the d other debris off the seats and be given to vacuuming the n dash areas. Any large or A i stic garbage bags and ct Ye vacuum hose from the L9WWipe dust off the driver's area inside the vehicle. receptacle located near the Check to ensure the accident kit is properly attached ; compartment. If the accident kit is missing, notify Using a clean damp and all operator controls. dashboard, irdalism/Graffiti Inspection. Inspect the vehicle interior to sure that no seat damage or graffiti exists. Seats that are found damaged should be reported to the CITY at the time of observance. CONTRACTOR should remove graffiti at the time of observance. No vehicle shall be put into revenue service with visible graffiti without approval by the CITY. g. Seat Securement. Inspect individual seat inserts to assure proper securement to the seat frame. If seat is not secure report it to CITY at the time of observance. h. Lights. All lights including the high beams will be checked daily upon the morning startup. Wheelchair Lift. The wheelchair lift on each vehicle shall be cycled one complete cycle prior to departure from CITY's corporation yard each day. If the wheelchair lift fails to complete the cycle, the failure must be reported to CITY and the vehicle repaired or another one assigned. Vehicle Storage. All vehicles shall be stored at the CITY's Multi- modal Station (24 South Sacramento Street) and/or other locations as determined by CITY, when not in service. CITY shall determine where and how CONTRACTOR shall store vehicles. All doors, windows and safety hatches of vehicle shall be closed and secured. AL, k. Obstacle Detection System sensors uipped, shall be cleaned daily. 7. Weekly Servicing. CONTRACTO aTl mainta ist of all vehicles. This list shall be used to assure that all vehicle had the acti ms listed below completed at the frequency described, or mo n as directed I If a particular vehicle was not available for revenue servi during anyrgiven week, TRACTOR shall so indicate on the list. Action Wash Exterior of Vehicle _ ice WeeRNINr More Often as Needed Mop Floors 'Admoh- _ O2d§PjRhLprM6re Often as Needed Wash Wheeler IWce Weekly or More Often as Needed Clean OpeWs Comp"ent q&e Weekly or More Often as Needed e W1118dV ice Weekly or More Often as Needed Sidel'Ws/0111fts Once Weekly or More Often as Needed Seat FrarnlWacks'V Once Weekly or More Often as Needed Graffiti M As Needed Wloors. Floors shall be wet -mopped starting at the rear of the . _1 working forward, assuring to also mop wheel -well inner extension areas and step well. Use of excessive amounts of water or other fluids shall not be allowed on the floors or other interior parts of the vehicle. b. Wash Wheels. Wheels shall be degreased and rinsed clean. C. Operators Compartment. Operator's compartments shall be thoroughly cleaned, including vacuuming of trash from around foot controls; wiping clean dashboard, operator's seat and all operator's controls. Upon completion, the dashboard shall be treated with anti -static spray. CAUTION: Do not spray anti -static spray on steering wheel or operator's seat. d. Remove Graffiti. Any graffiti on interior or exterior of any vehicle shall be removed immediately upon discovery. CONTRACTOR shall obtain approval of all graffiti removal materials prior to their use. No vehicle shall be allowed to begin its service day with graffiti visible. e Windows. Using the cleaner approved for use only on windows, the interiors of all windows shall be sprayed, squeegeed clean and wiped dry with a rag. Windows includewjshields, door windows and interior mirrors. � 8. Detailing. Each vehicle shall receive following each 3,000 -mile and/or monthly inspection. to be completed within five (5) days of completi inspection. CONTRACTOR shall provide Cl vehicles were detailed on a monthly basis. Tf preventative maintenance schedule used to thorough detailing shall include the following: and exterior detailing of these vehicles is He and/or monthly N dicating which III the monthly ailinule. Each Remove gum and other or, sidewalls, ceiling or interior and/or exterior of vehicle any and all foreign materials from the seats and other :rid as of the vehicle and clean the vehicle thoroughly, al cleaner, aerosol all-purpose cleaner, aerosol or con in jrated window cleaners. Rinse all washed areas e dry. Squeegee and dry all windows. Do not use a water the interior of the vehicle. ove all side and rear double and triple seat cushions, not uiring tools, for cleaning underneath. Replace seats. g. Clean interior of dome lights as necessary. h. Apply protective coating to bumpers, dashboard, rubber fender walls and tires to improve appearance of vehicle. Do not apply to steering wheel, seats or floors. 9. Records. CONTRACTOR shall submit proposed Daily Vehicle Reports, Checklists and Inspection Report and any other applicable reports to the CITY for approval prior to the service start-up date. D. MARKETING AND PUBLIC RELATIONS PROGRAM 1. Marketing Organization. During the term of Agreement, CONTRACTOR will cooperate in marketing and advertising efforts with CITY and other parties. 2. Marketing Identity. CITY shall determine the identity and approve all marketing material. CONTRACTOR shall not distribute any materials that can be directly or indirectly associated with CITY or the fixed -route or paratransit services identified in Agreement, without the written approval of CITY. All printed, audio, or visual materials dealing with fares, paratransit schedule(s)/pickup policies, promotional activities, public relations or othertmeting communications materials distributed on board any vehicle must be approvY. From time to time, CITY will supply CONTRACTOR with marketing mdistribution on the vehicles. CONTRACTOR shall distribute such materialles when asked to do so by CITY. 3. Media Referrals. CONTRACTOR shall refer all media requests for information on the fixed -route or paratransit services identified in Agreement to CITY. Under no circumstances shall CONTRACTOR make any contact with the media or offer comment regarding the services identified in the Agreement, without the written permission of the CITY. 4. Telephone Informat shall provide live and/or automated If CONTRACTOR elects to use an a the capability for callers ve a i reporting complaints, e system shall also a call w regular business , Monday c Telephone Transit Infi responsibleNd time schedul with prior writt CONTRACTOR agencies, outlets, Agreement, CONTRACTOR the satisfaction of the CITY. said system shall have a ons, information requests, 5efore use. The automated itch to a live person during id Morning (afternoon or evening), , How may I help You?" post CITY -provided and les, rochures, Maps, Etc. The CONTRACTOR shall be in ainta ring, printing and updating all printed material (e.g. maps, flyers, etc.), for use and/or distribution to the public rabe from the CITY and to the satisfaction of the CITY. responsible for distributing materials to passengers, on the vehicles, by mail or other means as directed by CITY. 7. Passenger Surveys. CONTRACTOR shall, when requested by CITY, distribute surveys to passengers, and/or otherwise provide reasonable assistance in CITY's monitoring and marketing activities. 8. On -vehicle Advertising and Postings. CONTRACTOR shall not post or otherwise distribute any materials on the vehicles unless specifically requested by CITY and CITY shall approve all materials prior to their distribution. Any revenue from posting or other distribution shall be CITY's. E. ADMINISTRATION, REPORTS, ACCOUNTING, AND AUDITS 1. Administration. CONTRACTOR shall employ adequate executive, administrative, supervisory, operational, and maintenance personnel. 2. Reports. CONTRACTOR shall provide CITY the following reports, based upon the identified schedule and in a form and format prescribed by CITY: a. Daily Driver Log Summary. Daily written summary of all fixed - route and paratransit activity by program or mode based upon daily passenger count logs. CONTRACTOR shall provide reports no later than three business days followin he date of service. b. Daily Status and Passenger Com Report. Daily written status report includes driver c rst departure log and describes anything out of the o t particular operating day, including any passeng o plaints. NTRACTOR shall file report daily by elec facsimile (F t end of each operating day. t � NEL C. Daily Operational Report. Contractor shall provide written report no later than the third (3rd) business day following the end of the reporting period for example — Monday's daily report would be due on Thursday). The report shall be developed using the latest version (or other versions as determined by CITY) of the computerized spreadsheet software called "Excel" and shall be provided in print and electronic formats. The electronic copy may be sent via the internet, if approved by CITY. d. onthly S maty R rt. CONTRACTOR shall provide written eport n er than fifth (5th) business day of the month w' th eporting period. The report shall be d usin atest version (or other versions as det ed by CITY) of the computerized spreadsheet software led el" and shall be provided in print and electronic ats. electronic copy may be sent via the internet, if �ry of Schedules/Transfers. CONTRACTOR shall provide a monthly inventory of all schedules, brochures, transfers, other marketing materials by the third (5th) business day of month. f. Fare Revenue. CONTRACTOR shall document all fares received and deposited in bank of CITY's designation, using CITY- approved ITYapproved process. CONTRACTOR shall deposit fares and provide written report by electronic facsimile (FAX) or email no later than one business day following the date of service. g. Gate Key/Fuel Card Inventory Report. CONTRACTOR shall maintain an up-to-date written Gate Key/Fuel Card Inventory Report consisting of gate key and fuel card assignments by employee. The Gate Key Inventory Report shall be provided to the CITY whenever there is a change in employee key assignments. h. Other Reports. CONTRACTOR shall provide other written reports (i.e., daily departure logs, unusual incident summaries, etc.) as defined by CITY. CONTRACTOR shall provide reports on a daily basis. Dissemination of Data. CONTRACTOR shall not disseminate ridership, farebox, or other data or information to any party without prior written approval from CITY or as required by law. 3. Accounting Practices. During the shall maintain its accounting records as they Agreement consistent with Generally Accepted approved format. 4. Compliance with Regulatory under Agreement shall conform to all the regulatory agencies, including the Californ Commission, and U.S. Department of Trans F. Service Quality Sta In an effort to ensure that the CO quality service throughout the cc minimum standards tha COI CONTRACTOI pe measures, the Cl y, at it the program of i Ives and/ and Incentives", o ocum term of ent, CONTRACTOR relate t programs identified in Acco inciples, and in CITY - 't rvices provided ents of Federal, and/or local sway Pmol, Californi lic Utilities in, if able. rovidegWCITY with acceptably high per CI1Ws established a set of O e ed to meet. Should the ablishe tandards on any of these n, implement or discontinue all or part of n described in Section E, "Assessments The ass and es p�Will be invoked when, in the judgment of the Cl a ake action, short of terminating the Contract, to correct inad a perform by ONTRACTOR. The intent of the Program's standards is t rly communic he expectations to the CONTRACTOR. The program of ass ents is desi to f compensate the CITY when the CONTRACTOR fails to a service ting minimum expectations. The incentives program is designed to rd the C TRACTOR for delivering performance, which demonstrates a commendab el rt, care or skill. The incentives program is also intended to provide motivatio inuing improvement in the CONTRACTOR's service delivery if identified problems a been corrected. The financial structure of the assessments and incentives program will remain unchanged throughout the remainder of the Contract, however, the standards which define acceptable limits are subject to annual revision by mutual consent of the CITY and CONTRACTOR. Vehicles and Maintenance 1. Miles between preventable road calls which cause delays in excess of 10 minutes shall not fall below 15,000 in-service miles for City of Lodi Transit Services. A "preventable road call" is defined as any occasion when the road call could have been prevented by due diligence or proper applications of established procedures, or any occasion that unnecessarily involves City Maintenance staff to respond to a non- mechanical road call, that significantly delays or terminates a scheduled run. The CITY will exempt road calls caused by mechanical failures, manufacture defects or warranty items. 2. Wheelchair Lift Failures. Wheelchair lifts shall be cycled once each day prior to in-service use. Lift failures shall be reported to dispatch and reported to the CITY in the following Monthly Management Report. Lift failures shall not delay a passenger's trip more than one hour. Manual operation of the lift is considered a failure. Ah, 3. Safety Inspection Reports. Must achieve a categories of annual California Highway P or spot check. On -Time Departures. It is tl no more than 5 minutes la (ADA or General Public Dial leave any point p ' r to CONTRACTOR sh departures from pu criteria. Periods to b e between the -CITY and t y rating in all compliance report Y that buse II depart duled stop o I -a -ride ✓indow time and shall not departure time. The minimum of 95% of all ime points meet these king will be negotiated - Fixed Route Services. No bus uled departure time. CN 7todispatch R shall, at a minimum, complete ;eor ulea event of an in-service breakdown, od problem, the CONTRACTOR shall mevehicles in such a fashion as not trips. Any fixed route trip operating 20 ore cheduled time shall be considered a Any demand response vehicle that is more than 30 dor a pickup period shall be considered a Missed Trip. exempted from monitoring will be negotiated between CONTRACTOR. CONIMACTOR shall not fail to pickup any passenger once a pickup time has been scheduled for them (unless it is the fault of the rider). Productivity 8. Dial -A -Ride (DAR) and VineLine Productivity shall not fall below 3.0 passenger trips per service hour for two consecutive months and shall not drop below 2.25 passenger trips in any single month. The CONTRACTOR is expected to maintain an overall average above 2.5 passengers per hour and anything above 2.75 passengers per hour is considered a preferred level of productivity. 9. Dial -A -Ride (DAR) Americans with Disabilities (ADA) Denials. The goal of the CITY is to have zero ADA denials. 10. Subscription/Periodic Rate for ADA service or General Public Dial -A Ride shall not exceed beyond 50% of any service hour. Reporting Requirements 11. Monthly Management Reports shall be provided in accordance with Section E, 2. of this Scope of Work. All monthly reports and operating statistics from the CONTRACTOR shall be checked for accuracy before they are presented to the CITY. 12. Accident & Incident Reporting. In addition a reports mentioned in Section E above, CONTRACTOR shall d implement and maintain procedures to respond to emergencie ro problems which from time to time occur in the course of pr i g trans ice. The CITY will be immediately notified, whene actical, any an emergency situation occurs. Such occurr to be addressed de passenger disturbances, passenger inju ' and vehic accidents. TRACTOR shall interview the driver in to a the clarity, racy and comprehensiveness of the rep T ONTRACTOR shall provide copies of all incident d accident o the CITY within two business days of the occurre Accidents V� 13. Prevent ents preve (e)�total vehicle miles between ac is sha ater tha 50,000 miles. This standard Customer Co is (System -Me). The total number of valid, non - me ' al aints shall not exceed 10 per month. Call Ho es; ed/Abandoned calls. Average call hold times shall not excee min es measured daily and less than 2% of calls weekly shall be dr d/abandoned. G. ASSESSMMWFOR NON-COMPLIANCE 1. In this Sections G. and H., an "occurrence" is the action of violation whereas "incident" is the recordation of the violation. 2. CONTRACTOR shall be assessed by the CITY a total of $50.00 per occurrence for any of the following: a. CONTRACTOR personnel operating a revenue vehicle in revenue service without interior lights on in the vehicle. b. The replacement of gate key or fuel card lost by CONTRACTOR personnel. C. Vehicle keys left unsecured (not returned to the designated secured place) or not in possession of CONTRACTOR personnel. e. Failure of CONTRACTOR personnel to properly store wheelchair securements after each use. f. Failure of CONTRACTOR personnel to replace wheelchair lift cover while lift is not in use. g. Failure of CONTRACTOR personnel to close windows of CITY vehicle at the end of each operating day. 3. CONTRACTOR shall be assessed by the C for any of the following: a 0 c II e. per occurrence Non-compliance with vehicle4vpe a and cleanliness standard. . CONTRACTOR personnel not following general rules as listed in Section K of this Scope of Work (e.g., smoking, eating, drinking, playing music on vehicle, possession of pager, cellular phone, or any other communication device, etc.) CONTRAC sonnel o uniform including unapproved attire, unkem ce (e. in un -tucked, dirty uniform, etc.). TOR not ing and cleaning vehicle at en each duled service day, as required in this Agreeme N rs I failure to remove transfers from ed ve end of a shift or break, or at the end of a f.T OR personnel deviating from established route a ent3refined by CITY. Fair of CONTRACTOR personnel to contact dispatch prior to e ing the rear gear of a revenue vehicle. h. ilure of any fixed -route vehicle to depart any timed service point (i.e., bus stop) of each operating day on-time/unless delayed by circumstances beyond control of CONTRACTOR. 4. CONTRACTOR shall be assessed by the CITY a total of $200.00 per occurrence for any of the following: a Failure of CONTRACTOR to adhere to posted speed limit, and/or any action that results in the issuance of a moving violation by a law enforcement agency. b. Failure of CONTRACTOR to adhere to traffic control devices (i.e., stop signs, traffic signals, etc.) which results in a moving violation and the issuance of a citation by a law enforcement agency, or the violation is reported by City management staff (i.e. City Manager, Transportation Manager, Transportation Planner, etc). C. Failure of CONTRACTOR to open Transit lobby during established business/operating hours. d. Failure of CONTRACTOR to complete Daily Vehicle Inspection (DVI) report each time operator takes possession and releases control of the vehicle (i.e., start of day at yard, change of operators at shift change, etc.) All operators are required to inspect vehicle and complete DVI report prior to and after operating vehicle. _1W e. Failure of CONTRACTOR personnel to report to City staff any new damage to CITY vehicles. Note: Recording damage on the DVI does not constitute reporting damage to the CITY. The damage must be reported to the Vehicle Maintenance Manager and Transportation Planner, by phone or email. f. CONTRAC ersonnel ing unscheduled stops (i.e., stopping to ersonal a calls, speak to friends, purchase fm , while venue service, even if on - route. g.enable re R p�el to notify dispatch when to LLard t person with disabilities/mobility-impaired per el r, etc.) at fixed -route bus stop. h. Failure of CONTRACTOR personnel to notify CITY of any accident or incident, as defined under the terms of this Agreement, within 15 minutes of CONTRACTOR personnel being made aware of accident or incident. 5. TRACTOR s be assessed by the CITY a total of $500.00 per occurrence for an a followin a. Failure of CONTRACTOR to maintain sufficient fuel in vehicle. All other costs in moving the vehicle shall be the responsibility of the CONTRACTOR. 6. CONTRACTOR shall be assessed by the CITY a total of $4,500.00 per occurrence for the following: a. Any instance resulting in the detachment of the fueling hose, nozzle and/or damage to the fueling dispenser or fueling system. H. ASSESSMENTS & INCENTIVES FOR PERFORMANCE The following program of assessments and incentives includes measures considered most important to the CITY in maintaining high quality of service. From the nature of the services to be rendered, it is extremely difficult to fix actual damages which may result from failure on the part of the CONTRACTOR to perform any of its obligations as outlined in this Scope of Work. Assessments that are proposed as part of this program reflect that the program will only be implemented in the event of substandard performance by the CONTRACTOR. The program will not be invoked unless CONTRACTOR fails to meet expectations outlined in Section F, "Service Quality Standards", of this document. The amounts assigned to assessments are set at levels considered necessary to protect the interests of the CITY should the CONTRACTOR perform below expectations. The incentives proposed are intended to provide motivation to the CONTRACTOR to perform beyond minimum expectations of the CITY. Vehicles and Maintenance Standard: Fifteen Thousand (15, preventable road calls per m minutes. Assessments/Incentive: dollars forany mon road calls fails bel billing actual staff tim charges). A bonus of if averagey"iLs betweE of 10 Three Hundred ($300) amiles between preventable files be assessed in addition to Lop rat ch could include overtime ($19111111kdollars may be granted cPOs exceed 35,000 miles ON R to properly train staff iue burden on CITY Maintenance staff rges and may result in termination of logs and/or evaluation of bus Failure and Passenger Accommodation eelchair lifts shall be cycled once each day prior to in - as Lift failures shall be reported to dispatch and CITY Fimmediately then reported to the CITY in the following nagement Report. Lift failures shall not delay a ,r's trip more than one hour. The CONTRACTOR shall service frequency to determine the most efficient and timely alternative transportation available to the passenger(s). Manual operation of lift is considered a failure and should also be reported to the CITY. Assessments: One Hundred fifty ($150) dollars in assessments may be assessed if a lift failure occurs due to operator negligence. Three Hundred ($300) dollars in assessments may be assessed per incident for failure to report an inoperable lift to Maintenance that results in a known lift failure being put on route. Failure to provide a wheelchair passenger with an alternative means of transportation within one hour of failure may result in Seven Hundred Fifty ($750) dollars in assessments per incident. Monitoring: The monthly management report shall list all in-service wheelchair lift failures that occur each month. All such failures shall be listed including date, time, route, vehicle and location. Detail shall be given on the alternative transportation provided to the passenger(s) and the length of time the passengers' transportation was delayed. 3. Safety Inspection Reports Standard: Must achieve a satisfactory rXtort y category of the annual California Highway Patrol safety creport or any spot check. Copies of all CHP reports regardinsit vehicles must be provided to the CITY Vehicle MaiManager within 2 business days of CONTRACTOR's rec by the CHP. Assessments: Assessments may sessed at th a of Five Hundred ($500) dollars per occ e, per vehicle, if sfactory rating is not received. Asses s may be assessed a ate of fifty dollars ($50) per occurre copies P reports a t provided to the CITY within the ti riod. Monitoring: CHP Codilgtce reports` On -Time Performance 4. On TimeBIMMrtures Sta It is t oal of CITY that buses shall depart no more th a (5) min late fro ny scheduled stop or dial -a -ride pick up w ti and II not leave any point prior to the sched CONTRACTOR shall strive to see mi of 95% o epartures from published or scheduled I int s et this criteria. Periods to be exempted from monit su during severe winter storms, traffic accidents, etc will be n iate een the CITY and the CONTRACTOR on an as needed b ssessme Incentives: If the average percentage of on-time rtur Is at or below 90%, assessments of Three Hundred ($300) d month may be assessed. If the average falls below 85%, asse ents of Five Hundred ($500) dollars may be assessed. If on-time performance is above 98% or above for the combined service for three consecutive months, a bonus of One Hundred Fifty ($150) dollars may be granted. Monitoring: The CITY will use monthly reports, vehicle tracking logs, random field observations, radio checks and road supervision to monitor departures of scheduled trips. 5. Operating Ahead of Schedule (HOT) - Fixed Route 6. Standard. No bus shall leave any time point prior to its scheduled departure time. Assessments: Assessments of One Hundred Fifty ($150) dollars per incident may be assessed when a vehicle in revenue service is determined by the CITY to have left a scheduled time point prior to its scheduled departure time. Monitoring: The CITY will use random field observations, and valid customer input to monitor HOT trips. Missed Trips Standard. The CONTRACTOR shall, at a m igW, complete 100% of all scheduled trips on a monthly basis. I event of an in-service breakdown, driver's absence or ted problem, the CONTRACTOR shall provide adequ t ans patch vehicles in such a fashion as not to miss subs ntly sched rips. Any fixed route trip operating 20 minutes ore behind the eduled time shall be considered a "misse Any dial -a -ride v which is more than 30 minutes late ick up d shall be c ered a "missed trip". Periods to b em rom monitorin will be negotiated between the CITY and CTOR. may be assessed forh' Monitorin monthl dispatc d the used onitor ed trig 7. Fa to pick- rider failur e Hundre 00) dollars in assessments TripF. IM. ehicle tracking logs, ndo observations will be Ly reserved Dial -a -Ride trip (unless OR shall not fail to pickup any passenger once scheduled for them (unless it is the fault of the Assessments of Five Hundred ($500) dollars per be levied for a passenger whom CONTRACTOR fails hissed passengers are subject to discussion between )NTRACTOR. )atch records, vehicle tracking logs, Computer Added Dispatch records, random field observations and valid customer complaints. Productivity 8. Dial -a -Ride Productivity Standard: Dial -A Ride productivity shall not fall below 2.15 passenger trips per service hour for two consecutive months and shall not drop below 2.0 passengers in any single month. The CONTRACTOR is expected to maintain overall average above 2.25 passengers per hour, and anything above 2.5 passengers per hour is considered a preferred level of productivity. Assessments/Incentives: Assessments dollars per month may be levied if Dial-A- 2.15 ial-A2.15 passenger trips per hour for two or r 2.0 passengers per hour in a single mon ($100) dollars per month may be giv passengers per hour in any single 1 for 2 consecutive months or more Reporting Requirements Monthly Summary 1q Section E, 2. of the P Hundred ($500) luctivity falls below ;ecutive months, or us of One Hundred exceeds 2.25 1kngers per hour rts. in Accordance with ind TiWating statistics from the within five (5) business days of the d for accuracy before they are ess reportZO�fing statistics are found to be incorrect Cl sessments of One Hundred ($100) dollars may be asse for error, up to a maximum of One Thousand ($1,000) dollars mon If reported financial information is found to be incorrect he C ,assessments of Three Hundred ($300) dollars may be as ed for each error, up to a maximum of Fifteen Hundred 1,500) d s per month. If additional errors, missing information or up entation, other than those identified above, are found b in the CONTRACTOR's Monthly Management Reports, asse ents of One Hundred ($100) dollars may be assessed for each occurrence, up to a maximum of One Thousand ($1,000) dollars per month. Monitoring: CITY staff will perform checks of monthly reports. Statistics on missed trips, "hot" routes, late trips and other route related problems will be checked by random field observations and remote sensing. Note: In the event of omissions from, or falsification of operating statistics used to monitor standards used in the 10. assessments/incentives program, Contract is subject to immediate termination. Daily Operational Report, Shall Be Provided in Accordance with Section E, 2. of the Project Scope of Work Standard. All daily reports and operating statistics from the CONTRACTOR shall be submitted within three (3) business days of the end of each month and checked for accuracy before they are presented to the CITY. Assessments: If reported operating statistics ar and t2,e incorrect by the CITY, assessments of Fifty ($50) dolla y be essed for each error, up to a maximum of Five H ($500) dollars per month. If reported financial information i be incorrect by the CITY, assessments of Three Hun ($ dollars may be assessed for each error, up to aximum ' een Hundred ($1,500) dollars per month. If ad al errors, miss formation or backup documentation, other hose identified ab re found by the CITY in the CON T Operatio eports, assessments of Fifty ($50) rs a assessed r each occurrence, up to a maximum ndred ($500) dollars per month. Ash, Monitoring: CITYDerform ks ofmonthly reports. Statistics on missedtes, rips and other route related pro s will b o field observations and remote the em of om ns from, or falsification of operating usegN to mqWr standards used in the Its/' mgr Contract is subject to immediate Reporting Standar In tion to the above mentioned reports, the CONTRA R s II develop, implement and maintain formal rocedures respond to emergencies and routine problems which Wm time me occur in the course of providing transit service. The w' immediately notified, whenever practical, any time an e situation occurs. Such occurrences to be addressed 4inclu , but are not limited to, passenger disturbances, passenger injuries, and vehicle accidents. The CONTRACTOR shall interview the driver involved to ensure the clarity, accuracy and comprehensiveness of the report. The CONTRACTOR shall provide copies of all incident and accident reports to the CITY within three business days of the occurrence, including pictures of the damage and general conditions, if applicable. Assessments: Assessments of Three Hundred ($300) dollars may be assessed per occurrence of failure to notify the CITY of injury accidents within 24 hours or property damage and disturbances within 48 hours of occurrence. Assessments of Two Hundred ($200) dollars Accidents 12. may be assessed per occurrence of failure to submit pictures with an accident/incident intake form within three (3) business days of accident/incident. Assessments of One Hundred ($100) dollars may be assessed per occurrence of failure to submit an accident/incident intake form within one hour of accident/incident. Preventable Accidents - Systemwide Standard: be greater quarterly. The total vehicle miles between preventable accidents shall than 50,000 miles. This standard shall be measured Assessments/Incentive: If total accidents falls below 50,000 in Hundred ($1,500) dollars pe CONTRACTOR averages me preventable accidents, in two or Two Hundred Fifty ($250) doll Monitoring: Monthly Reports, a Department of Motor Vehicles. Customer Service Valid Complaints - on preventable ents of Fifteen assessed. If Iles between . a bonus of the anical complaints shall Five: Ass ments in the amount of Twenty Five sse r complaint over the allotted number III ts. If the number of non-mechanical, mains er 10 per month for two consecutive One Hundred ($100) dollars may be given. electronic complaint ; Dropped/Abandoned Calls Call hold times; dropped/abandoned calls. Average call s shall not exceed 10 minutes measured daily and less than Is weekly shall be dropped/abandoned. Assessments/Incentive: Assessments in the amount of One Hundred ($100) dollars may be assessed each day call hold times average greater than 10 minutes. Assessments in the amount of Fifty ($50) dollars may be assessed per percentage of dropped/abandoned calls. Monitoring: CITY staff will perform random checks and monitor via electronic phone records. I. CHANGES TO LEVEL OF SERVICE 1. Baseline Service Level. The "baseline service level" is the amount of service, approximately 50,000 vehicle hours of service annually during the initial term of the Agreement (July 1, 2008 through June 30, 2012). CITY may increase, decrease, or otherwise change the service to be provided. Changes to service levels are provided as follows: a Emergency Adjustments. Temporary emergency adjustments in service may be initiated either by CITY or CONTRACTOR only in the event of an emergency or circumstance which requires a detour or an adjustment in routin or scheduling under circumstances where there is no op ity for the parties to confer; provided, however, that suc stments do not constitute a "substantial change" as defined The party initiating the a ncy adju t shall notify the other party immediately h occurrence. shall specify steps to be taken by TRACTOR to not trons of the change in routing or sche 'ng necessi by such emergency adjustmen d/or cations to th mergency adjustments made by OR. In making temporary emergency stments, s CONTRACTOR incur added expenses bd§lllMWa§e comp ed under the primary terms of Agreement, TRA shall negotiate a fair and equitable adjus nt in sati service. b.eservice ntial C in Sery Level. CITY may order non- tanti increas in or other alterations to the u written ce to CONTRACTOR. Said notice shall ify e(s) ested and the effective date(s). CTOR sMMe allowed thirty (30) days to implement tantial changes, however, CITY shall endeavor to J NTRACTOR with earlier notice whenever possible. ma time -to -time, request very minor miscellaneous (i.e., ur of City for new CITY employees, group of seniors go on a field trip, etc.) and endeavor to provide one (1) otice, however, at times, notice may be shorter. 2. Substantial Changes in Service Level. Definition: Any proposed change in the service level shall be deemed "substantial' if such results in one or more of the following conditions: a. An increase of 15% or more in revenue vehicle service hours, as computed from the baseline service level. b. A decrease of 15% or more in total revenue vehicle service hours as computed from the base line service level. C. The cumulative total of non -substantial service changes over a period of time that results in a service level either more than 15% above or 15% below, the established baseline service level. d. CONTRACTOR shall be given no less than thirty (30) days written notice of the intent to order such substantial changes, and shall have an opportunity to be heard prior to adoption of such order. Such order shall not be effective sooner than thirty (30) days from the date of adoption, unless mutually agreed otherwise in writing by both parties. e. CONTRACTOR shall be compensated following any substantial change to the service level according to the "City -Accepted Price Proposal" (as will be included in the Agreement for the Provision of Fixed -Route and Paratransit Services). 3. Changes in Subsidiary Duties. CONTRACTOR reporting requirements, training requirements, testing procedures, personnel practi that do not result in change to the service level. requests, or such request would result in a mated in the time required for performance,CONTRA days after receipt of such request and sh n and/or increases. The parties shal goti CONTRACTOR's claim, which reflects actual a total costs to perform Agreement caused by the J. EMPLOYEE QUALIFICAT RAININ 1. Employee Qualificatio Th required of those person loyed in fixe a. ver In tors: V Class "B' & ii alid a rtific, rua test. CITY request change in and y programs, inventory 3s other operating details O TOR declines such �rease in RACTOR costs or shall notify IlLywithin seven (7) t a claim detailinljlkch objections :eequitable ement of 's creases in COWRACTOR question. m qualifications will be ansit services: Bus Drivers License. and passage of pre-employment ear recent experience in public transit or school bus drive or one year recent experience as public transit or school bus training instructor; Valid instructor training certificate consistent with "Train -the -trainer" or other formal training program recognized by the State of California as having met State requirements. Drivers: Valid California Class "B" or school bus driving license. Safe driving record. Valid Medical Certificate and passage of pre-employment drug test. Minimum of three years of recent experience safely driving a motor vehicle with a valid license. v) Completion of CONTRACTOR driver training program. C. Dispatchers: i) Six (6) months recent experience as a fixed -route or paratransit driver. ii) Completion of the driver -training program. (Compliance with Section b. above.) iii) Completion of CONTRACTOR's Customer Service Skills course. 'A� 2. Criminal History Background Checks. CO CTOR shall coordinate with the CITY to ensure that all safety sensitive el as identified in the CONTRACT complete a Criminal History Background k. shall make available to the CONTRACTOR locations for fingerprintin a CI on receipt of the reports, CITY shall review the results and f to CONT R a list of all employees and whether they were a pass Anyone failing t iminal history background check shall not be eligible to w der contrgQt to the CI 3. Driver Training. CONTRACTOR shall p g for all personnel employed through this agreement. It is th le response CONTRACTOR to ensure that all drivers are fully knowledgea it duties esponsibilities and can operate a fixed -route or paratransit vehic anner. also the CONTRACTOR's responsibility to provide additiona nin ainin uirements specified by the CITY are insufficie t a mini , tr ' co ly with the following requirements: a. Class "C" drivers, firs time Class "B" drivers and "B"/school bus drivers who have not had prior public transit/school bus training and at least nine (9) months actual transit/school bus driving experience over the previous two (2) years; uisition of a valid Class "B" (or school bus driver's) Ii and Medical Certificate. ii) Minimum sixteen (16) hours classroom instruction regarding CONTRACTOR policies, procedures, defensive driving, vehicle code, driver notices, vehicle components, bike rack use, radio procedures, vehicle inspection, pickup lists and schedules, transfer policies, fare collection, accident procedures, state rules and regulations, accident report writing, passenger handling and empathy. iii) Minimum eight (8) hours classroom and supervised "hands-on" training regarding wheelchair lift components, handicapped passenger handling, operation of lift with/without power, loading/tying down procedures and emergency procedures. 0 iv) Minimum sixteen (16) hours individual behind -the -wheel instruction from a qualified driving instructor while out of service. v) Minimum sixteen (16) hours individual behind -the -wheel instruction from a qualified driving instructor while in service. vi) Completion of driving at least two days before being allowed to drive in service unsupervised. Class "B"/school bus drivers (with a me ' I certificate) who have had at least nine (9) months' public tr or school bus driving experience over the previous two s, as well as proof of training and good references. i) Minimum sixteen regarding CONT driving, vehicle bike rack u schedules, ro accident procedur repo riting, r emp ii) Minimu ency hours sroom instruction policiesp ures, defensive tR ver notices, ve components, io pro dures, veh inspection, tran policies, far collection, Wles and regulations, accident er handling and passenger room 'sengelRWbndling, loading/tying down ures. and supervised iir lift components operation of lift procedures, and t�3) hours individual behind -the -wheel structio qualified driving instructor while out of m eight (8) hours individual behind -the -wheel ion from a qualified driving instructor while in service. Completion of driving all routes at least twice before being allowed to drive unsupervised. ling required for all drivers regardless of experience: i) Written Route Knowledge Test. No driver shall be allowed to operate in revenue service until he or she has successfully completed a written test demonstrating full knowledge of his or her assigned route. ii) Written Fare Structure Test. No driver shall be allowed to operate in revenue service until he or she has successfully completed a written test demonstrating full knowledge of the system fare structure and fare instruments. sha iii) Vehicle -type Training. No driver shall be allowed to operate equipment until he has been trained and signed off by qualified instructor as to his or her successful attainment of the skills necessary to properly operate the vehicle type to which he or she has been assigned. iv) Minimum two (2) hours safety/ongoing training every two months for every driver employed. CONTRACTOR to present proposed meeting agenda for CITY's approval prior to each session. v) Driver Evaluations. Eachtriemployed shall be evaluated by a qualified instleast once every six (6) months, including in-sere'ation and license and medical certificate checks vi) Accidents. Whenev diver is in d in a preventable accident and whe a driver is in in fih or more non-preventabI dents in any twe onth period, CONTRACT ualified i ructor shal with that driver and pe an uation and raining, if necessary. vii) Drive Award. NTRACTOR shall institute a driver progr o be approved by CITY) to be con d a ce six (6) months, including , �e provi of ba es and the preparation of i) C RACTCWshall comply with State of California tr requir nts, including Verification of Transit \ h eauired certifications. Dress Code, Appearance & Courtesy. CONTRACTOR identical uniforms, to be approved by CITY for all IqWnce code, also subject to approval by CITY. inimum, uniform requirements shall include the following for ers: Clean, identical, solid color permanent press, button-down shirts. ii) Clean, identical, solid color jackets for all divers for use during cold or rainy weather. iii) Clean, identical, professionally made, clip -on company/employee identification tags. b. CONTRACTOR shall also strictly enforce the following dress and appearance requirements: i) Males: Clean, dark, solid color, full-length pants or trousers; clean, dark, matching socks; and clean, dark, solid -color shoes for all male drivers. ii) Females: Clean, dark, solid color, full-length pants/trousers, and clean, dark, solid -color shoes for all female drivers. iii) All drivers operating in revenue service shall comply with uniform and dress requirements and shall be clean and well groomed. CONTRACTOR shall supervise all courteous to all patrons at all ti questions regarding use of the, systems accurately. J 6. Employee Work Rules. CONTRA rules, subject to modification by CITY: R6 ensure that they are d respond to patrons' system or connecting employee at all times when on duty. tags subject to CITY h shall -'o into farebox without being handled by the Driver shall collect fares consistent with the most fare structure adopted by CITY. Services/Fare Structure: Drivers shall have a thorough knowledge of the service and fare structure prior to driving for that service unsupervised. ii) Drivers shall also have a basic knowledge of transfer locations with connecting systems and knowledge of connecting systems. K. GENERAL RULES 1. No employee will be permitted to smoke within twenty (20) feet of a bus or bus stop; eat, drink or employ any device that plays music or amplifies sound aboard buses at any time, nor be in the possession of or use cellular telephones, pagers, or other communication devices. 2. Boisterous language, profanity, or incivility to anyone shall not be allowed while in uniform, on or off duty. 3. While in uniform, or at work, no employee shall purchase, consume, or be under the influence of any narcotic, intoxicant, harmful drug, or prescription drugs that impair performance. 4. Drivers shall be responsible for keeping all vehicles clean and sanitary during their shift. 5. All employees are responsible for reporting immediately any defects a vehicle may have. Drivers shall conduct a "walk around" pr trip inspection of their vehicle, as well as a post -trip inspection, and fill out a "dail cle inspection" sheet. Drivers shall have CONTRACTOR supervisor personnel a any doubt about the safety of a vehicle prior to operating the vehicle in servic Q duties. Employees may use vehicles 7. Employees must conduct courteous manner at all times. 8. No one shall be personnel specifically authorized Q No item longer than 10. No an unless otherwise auth their assigned a safe and vehicle with the exception of on the vehicle. permitted on the vehicle, 11. All information regarding accidents shall be confidential. Employees shall refrain from speaking to anyone concerning any accident unless it is to the police, CITY supervisory personnel, the CITY's Insurance Carrier or other person(s) involved in the accident as required by law. why eqL par ice of any intoxicant, narcotic, or harmful drug, r, other passengers, him or herself, or vehicle vehicle. at an unsafe location. Whenever practical, 14. Backir7g of a vehicle is prohibited unless specifically authorized by dispatch. Drivers must request the option to back a vehicle from dispatch prior to beginning the backing movement. 15. No vehicle shall be operated when its condition is unsafe or uncertain. 16. No driver shall operate the wheelchair lift a. Until he has received the mandated training; and b. If there is any doubt whatsoever about the mechanical condition of the lift or safety of the passenger as a result from using the lift. Wheelchair lift operation shall be in compliance with the methodology recommended by the OEMs. 17. Drivers shall utilize the farebox system properly, recording ridership data in the format required by CITY. 18. Drivers shall not be allowed to leave their vehicle unattended when passengers are on -board, except when needing to use a restroom, and the transmission is placed in park, the parking brake is set and the engine is turned off. Drivers shall take the key with them when disembarking the vehicle. Doors on ttended vehicles shall be kept closed and locked at all times. Drivers must infor confirm with dispatch before leaving a bus unattended. 19. Paratransit drivers shall provide 'T for boarding and unloading purposes if requested 20. Door -to -Door service shall or ADA Paratransit passenger upon requi 21. Drivers shall not bE electronic paging or communicatio revenue service, and contact from and no direct contact bviWmma shE ce to disabled riders kksenger aide. c Dial -A Ride phones, pagers or other or in the vehicle while in ed only through dispatch Appendix B Federal Clauses and Other Requirements 1. Energy Conservation CONTRACTOR agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act, 42 U.S.C. §§ 6321 et seq. 2. Access to Records Upon request, CONTRACTOR agrees to permit, and require its SUBCONTRACTORS to permit, the U.S. Secretary of Transportation, the Comptroll eneral of the United States, and, to the extent appropriate, the State, or their a ed representatives, to inspect all Contract work, materials, payrolls, and other and to audit the books, records, and accounts of the CONTRACTOR and its S CTORS pertaining to the Agreement. 'Ilk CONTRACTOR agrees to permit any of th means whatsoever or to copy excerpts ancw CONTRACTOR agrees to maintain all bo under this agreement for a period of not le termination or expiration of this agreement, e; of claims arising from the performs agrees to maintain same until the their duly authorized representativ ha claims or exceptions related thereto. 3. Federal oing parties to oduce by any )tions as reasona eded. The ds,unts and -r required (3) years after he date of event of litigation or settlement in which case CONTRACTOR optroller General, or any of ed I such litigation, appeals, CONTRACTOR s t all tim omply all applicable FTA regulations, policies, procedures and tives, i ing wit limitation those listed directly or by reference in the De en ati Federal Transit Administration, Master Agreement FTA MA (13 dated October 2006)) (the Master Agreement), between City and FT be nded or prom .ilgated from time to time during the term of this ct. CO T 'lure to so comply shall constitute a material breach of thi ract. 4. 1�bligation bAb Federal Government. (a) The of and CONTRACTOR acknowledge and agree that, notwithstanding urrence by the Federal Government in or approval of the solicitation or awa he contract, absent the express written consent by the Federal Government, the Fe eral Government is not a party to this contract and shall not be subject to any obligations or liabilities to the City of Lodi, CONTRACTOR, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (b) The CONTRACTOR agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the SUBCONTRACTOR who will be subject to its provisions. 5. Program Fraud and False or Fraudulent Statements or Related Acts. (a) The CONTRACTOR acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seg. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Contract. Upon execution of the contract, the CONTRACTOR certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the CONTRACTOR further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the pens ,& of the Program Fraud Civil Remedies Act of 1986 on the CONTRACTOR extent the Federal Government deems appropriate. (b) The CONTRACTOR also acknowledges false, fictitious, or fraudulent claim, statement, s Government under a contract connected with with Federal assistance originally awarded 5307, the Government reserves the right t and 49 U.S.C. § 5307(n)(1) on the CO Government deems appropriate. _ (c) The CONTRACTOR agrel subcontract financed in whole or in further agreed that the clauses SUBCONTRACTOR where sul 6. Civil Rig The following requires tral, F�iakes, auses to be made, a on, or ce on to the Federal hat is financ whole or in part A under the authori 49 U.S.C. § se the alties of 18 C. § 1001 QCT o the extent a Federal two clauses in each e provided by FTA. It is except to identify the (a) ion accordance with Title VI of the Civil Rights Act, as are , 42 U.S. 00 ection 303 of the Age Discrimination Act of 1975, as am , 42 U.S.C. 2,s 202 of the Americans with Disabilities Act of 1990, 42 U. 12132, an deral nsit law at 49 U.S.C. § 5332, the CONTRACTOR agrees t will not dis inate against any employee or applicant for employment because o color, d, national origin, sex, age, or disability. In addition, the CONTRACT ree mply with applicable Federal implementing regulations and other implements ments FTA may issue. (b) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the contract: (i) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the CONTRACTOR agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the performance of the Contract. The CONTRACTOR agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the CONTRACTOR agrees to comply with any implementing requirements FTA may issue. AL, (ii) Age - In accordance with section4 Age Discrimination in Employment Act of 1967, as amended, 29 U.S and Federal transit law at 49 U.S.C. § 5332, the CONTRACTOR a to r from discrimination against present and prospective employe r reason . In addition, the CONTRACTOR agrees to comply with plementing re ents FTA may issue. (iii) Disabilities - In accordance ec ' 02 of the Americans with Disabilities Act, as amendId42 U.S.C. § e CONTRACTOR agrees that it will comply with the rents of qua Employment Opportunity Commission, "Regulations nt the E mployment Provisions of the Americans with Disabilitie' 2 Part pertaining to employment of persons with disabilities. In dition N TOR agrees to comply with any implem�Lquirem F a (c) The CON TOR a agree include these requirements in each subcontract fir in whole in part Federal assistance provided by FTA, modified only if nec to ' ,ec parties. 7. or Th wing access ord irements apply to this Agreement: (a) Nto ller eral of the United States or any of his or her authorized representhav cess to any books, documents, papers and records of the Contractoe y pertinent to this Agreement for the purposes of making audits, exrpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 63 e the FTA Administrator or his or her authorized representatives including any PMO Contractor access to CONTRACTOR's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. (b) The CCONTRACTOR agrees to maintain all books, records, accounts and reports required under this Agreement for a period of not less than three (3) years after the date of termination or expiration of this Agreement , except in the event of litigation or settlement of claims arising from the performance of this Agreement , in which case CONTRACTOR agrees to maintain same until the CITY, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.36(1)(11). (c) The CONTRACTOR agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. FTA does not require the inclusion of these requirements in subcontracts. 8. Disadvantaged Business Enterprise The CONTRACTOR agrees to take the following measure§iWcilitate participation by disadvantaged business enterprises (DBE) in its perform f the Contract: (a) The CONTRACTOR agrees to comply with s MW 110 f TEX21, 23 U.S.C. § 101 note, and U.S. DOT regulations, "Part' ion by Di ntaged Business Enterprises in Department of Transportation F' al Assistance ms," 49 C.F.R. Part 26. (b) The CONTRACTOR agrees that it color, national origin, or sex in the Ane sub -agreement supported with Fe administration of its DBE progra CONTRACTOR agrees to take all Part 26 to ensure nondiscrimination contracts and sub-agre uppo DOT. The CONT E approved by the OT, is i pc Implementation DBE pr m terms shall be tr as t ' inate on the basis of race, and pe a of any third party contract, or is a for under ince ed from the U.S. DOT or in the :quirem of 49 C.F.R. Part 26. The ;!jj4teps set forth in 49 C.F.R. a stration of all third party ason stance derived from the U.S. as requir d by 49 C.F.R. Part 26 and reference and made part of the Contract I obligation, and failure to carry out its Contract. Upon notification to the roved DBE program, the U.S. DOT may C.F.R. Part 26 and may, in appropriate lent under 18 U.S.C. § 1001, and/or the Program §§ 3801 et seq. 1 D Terms The precedin visi nclude, in part, certain Standard Terms and Conditions required by DO , or not expressly set forth in the preceding contract provisions. All contractual pro s required by DOT, as set forth in FTA Circular 4220.1 E, dated June 19, 2003, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA -mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Contract. The CONTRACTOR shall not perform any act, fail to perform any act, or refuse to comply with any CITY request, which would cause the CITY to be in violation of the FTA terms and conditions. 10. Application of Federal, State, and Local Laws and Regulations (a) Federal Laws and Regulations. Federal law or laws authorizing Contract approval control Contract implementation. The CONTRACTOR acknowledges that Federal laws, regulations, policies, and related administrative practices applicable to the Contract on the date the authorized FTA official signs the Master Agreement or other awarding agreement may be modified from time to time. In particular, new Federal laws, regulations, policies, and administrative practices may be promulgated after the date when the CONTRACTOR executes the Master Agreement or other awarding agreement, and might apply to such agreement. The CONTRACTOR agrees that the most recent of such Federal requirements will govern the administration of the Contract at any particular time, unless FTA issues a written determination otherwise. FTA's written determination may be issued as a Special Condition, Requirement, or Provision or Condition of Award, a change to an FTA directive, or a letter signed by the Federal Transit Administrator, the language of which modifies or otherwise conditions the text of a specific provision of the Master Agreement. To accommodate changing Federal requirements, the CONTRACTOR agrees to include notice i44rements agreement with each SUBCONTRACTOR and each third party CONTRACTORpating in the Contract that Federal requirements may change and the changed will apply to the Contract as required, unless the Federal Govern rmines otherwise. All standards or limits within the Master Agreement a inequirements, unless modified by FTA. (b) State, Territorial, and Local Law. E pre-empts State, local, or territorial law, Contract shall require the CONTRACTORlanyy provision, perform any other act, or do territorial, or local law. Thus if ai vision or Master Agreement or Contract viol territori CONTRACTOR to violate State, ter is , al I notify FTA immediately in writing. Sho this o to make appropriatitiouse ents t o Contract exped) 11. Covenan inst Con ent Fee Bonus or Commissi O ffir hat it has not paid, and agrees not tc of its Federal assistance application ien a Federal staMWor regulation sion the Ma., ter401keementMa.,or force compliar�e with any g in contravention of State, nce with any provision of the ocal law, or would require the CONTRACTOR agrees to Le CONTRACTOR agree i necessary, terminate the pay, any r co to for the 12.4111111Wrohibition o (a) of EthicCONTRACTOR agrees to maintain a written code or standards duct that;II govern the performance of its officers, employees, board members, or is in the award or administration of third party contracis or sub-agreementsy Federal assistance. This code or standards of conduct shall provide that RACTOR officers, employees, board members, or agents may neither solicit nor accept gratuities, favors, or anything of monetary value from any present or potential CONTRACTOR or SUBCONTRACTOR. The CONTRACTOR may establish minimum rules where the financial interest is not substantial, or the gift is an unsolicited item of nominal intrinsic value. This code or standards of conduct shall also prohibit the CONTRACTOR officers, employees, board members, or agents from using their positions in a manner that constitutes a real or apparent personal or organizational conflict of interest or personal gain. As permitted by State or local law or regulations, the code or standards of conduct shall include penalties, sanctions, or other disciplinary actions for violations by the CONTRACTOR officers, employees, board members, or their agents, or by the CONTRACTOR, any SUBCONTRACTORS, or their agents. (b) Personal Conflicts of Interest The CONTRACTOR's code or standards of conduct shall prohibit CONTRACTOR employees, officers, board members, or agents from participating in the selection, award, or administration of any third party contract or sub -agreement supported by Federal funds if a real or apparent conflict of interest would be involved. Such a conflict would arise an employee, officer, board member, or agent, including any member of his or her immediate family; partner; or organization that employs, or intends to employ, any of the above. (c) Organizational Conflicts of Interest The CONTRACTOR's code or standards of conduct must include procedures for identifying and preventing real and apparent organizational conflicts of interest. An organizational conflict of interest exists when the nature of the work to be performed under a proposed thir arty contract or sub - agreement may, without some restrictions on future a ' result in an unfair competitive advantage to the third party CONTRACT SUBCONTRACTOR or impair its objectivity in performing the contract work. Contract Work Hours and Safety Sta The CONTRACTOR agrees to comply, CONTRACTOR and each SUBCONTF employee protection requirements for ci (a) Overtime requirements contracting for any I employment of labor( mechanic in any work excess of forty hours compensation at a rat( hours worked in excer (b) Violation violation of the cla any SUBCQ66W the compliancd .r the_ Contract, third party following or SUBCONTRACTOR iy require or involve the ,rmit any such laborer or �on such work to work in r or mechanic receives the basic rate of pay for all Dr aid wa assessments - In the event of any h of this section the CONTRACTOR and si shall be liable for the unpaid wages. In and SUB TRACTOR shall be liable to the United ssessments shall be computed with respect to each C, ding watchmen and guards, employed in violation of 3ph f this section, in the sum of $ 10 for each calendar was required or permitted to work in excess of the standard out payment of the overtime wages required by the clause its section. (c) Withholdiunpaid wages and assessments — The CONTRACTOR shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the CONTRACTOR or SUBCONTRACTOR under any such contract or any other Federal contract with the same prime CONTRACTOR, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime CONTRACTOR, such sums as may be determined to be necessary to satisfy any liabilities of such CONTRACTOR or SUBCONTRACTOR for unpaid wages and assessments as provided in the clause set forth in paragraph (2) of this section. (d) Subcontracts - The CONTRACTOR or SUBCONTRACTOR shall insert in any subcontracts the clauses set forth in this section and also a clause requiring the SUBCONTRACTORS to include these clauses in any lower tier subcontracts. The prime CONTRACTOR shall be responsible for compliance by any SUBCONTRACTOR or lower tier SUBCONTRACTOR with the clauses set forth in this section. (e) Payrolls and basic records - (i) Payrolls and basic records relating thereto shall be maintained by the CONTRACTOR during the course of the Contract work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fi fringe benefits or cash equivalents thereof, daily and weekly number of hours wor deductions made and actual wages paid. Whenever the Secretary of Labo found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic ' e amount of any costs reasonably anticipated in providing benefits, the CO CT all maintain records which show that the commitment to provide such fi s is en le, that the plan or program is financially responsible, and that the r program has communicated in writing to the laborers or mechanics aff and records whic w the costs anticipated or the actual cost incurred in viding su benefits. C CTORS employing apprentices or trainees under a ved ms shall ma ain written evidence of the registration of apprenticeship s and certification of trainee programs, the registration of thea tices and tr s, and the ratios and wage rates prescribed in the applicable progra� 14. Environmental Requirem The CONT CTO s that Federal and State laws imposing environmental an urce ervatio quirements may apply to the Contract. Some, but not a the major deral la hat may affect the Contract include: the Clean Air Act, as ded, §§ 1 et seq. and scattered sections of 29 U.S.C.; the Federal P s amended, 33 U.S.C. §§ 1251 et seq.; the Res rva d Recove , as amended, 42 U.S.C. §§ 6901 et seq.; and t pre a nmental Response, Compensation, and Liability Act, as am , 42 U.S.C. 960 seq. The CONTRACTOR also recognizes that U.S. EPA, A and other eral cies have issued, and in the future are expected to issue, tions, guide s, sta ards, orders, directives, or other requirements that may affec Contract. s, the CONTRACTOR agrees to comply, and assures the compliance ch SUB TRACTOR and each third party CONTRACTOR, with any such Federal re as the Federal Government may now or in the future promulgate. is w are requirements of particular concern to FTA and the CONTRACTOR. Th CONTRACTOR agrees that those laws and regulations do not constitute the CONTRACTOR's entire obligation to meet all Federal environmental and resource conservation requirements. (a) Clean Air (1) The CONTRACTOR agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq. The CONTRACTOR agrees to report each violation to the CITY and understands and agrees that the CITY will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The CONTRACTOR also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. (b) Clean Water (1) The CONTRACTOR agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The CONTRACTOR agrees to report each violation to the CITY and understands and agrees that the CITY will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Ofk. (2) The CONTRACTOR also agrees to include these exceeding $100,000 financed in whole or in part wit FTA. 15. Recycled Products To the extent applicable, the CONTRA regulations, "Comprehensive Procurement Recovered Materials," 40 C.F.R. Part 247, im Conservation and Recovery Act ,nded, a competitive preference for produ r protect the environment and are ene e 16. Lobby! The CONTRA! (a) Refrain (b) tier ach Re ons or 1352. (c) Co use of Feder legislature on I in each subcontract !stance provided by comply 041IWU.S. EPA for Products Containing section 6002 of the Resource §6962, and otherwise provide Dnserve natural resources and to support lobbying, iliance of each third party CONTRACTOR at any at any tier, with U.S. DOT regulations, "New Part 20, modified as necessary by 31 U.S.C. § statutory provisions to the extent applicable prohibiting the nds for activities designed to influence Congress or a State appropriations, except through proper, official channels. 17. Debarment and Suspension. The CONTRACTOR agrees to comply, and assures the compliance of each third party CONTRACTOR and SUBCONTRACTOR at any tier, with Executive Orders Nos. 12549 and 12689, "Debarment and Suspension," 31 U.S.C. § 6101 note, and U.S. DOT regulations, "Government wide Debarment and Suspension (Nonprocurement)," within 49 C.F.R. Part 29. 18. Transit Employee Protective Arrangements. The CONTRACTOR agrees to comply with applicable transit employee protective requirements as follows: (a) General Transit Employee Protective Requirements - To the extent that FTA determines that transit operations are involved, the CONTRACTOR agrees to carry out the transit operations work on the underlying contract in compliance with terms and conditions determined by the U.S. Secretary of Labor to be fair and equitable to protect the interests of employees employed under this contract and to meet the employee protective requirements of 49 U.S.C. A 5333(b), and U.S. DOL guidelines at 29 C.F.R. Part 215, and any amendments thereto. These terms and conditions are identified in the letter of certification from the U.S. DOL to FTA applicable to t TA Recipient's project from which Federal assistance is provided to support wor a underlying contract. The CONTRACTOR agrees to carry out that work in c nce with the conditions stated in that U.S. DOL letter. The requirements of thi n (a), however, do not apply to any contract financed with Federal ass' t pro by FTA either for projects for elderly individuals and individuals w' abilities a ed by 49 U.S.C. § 5310(a)(2), or for projects for nonurban zed authorized by S.C. § 5311. Alternate provisions for those projects are rth in subsections ( d (c) of this clause. � (b) Transit Employee Protective Requirements cts Authorized by 49 U.S.C. § 5310(a)(2) for Elderly Individual involves transit operations finan authorized by 49 U.S.C. § 5310(a determined or determines in the fu U.S.C. § 5333(b) are ry subrecipient for whic i agrees to carry o Project by the U.S. Sec of Labor DOL guidelines at F.R. conditions entifie is set A ent CON OR a to rm co in compliant th (c) Tra mployee Pr tive Requirements for Projects Authorized by 49 U.S.C. § 5311 in anized A - If the contract involves transit operations fnanced in whole or in with eral assistance authorized by 49 U.S.C. § 5311, the CONTRACTO omply with the terms and conditions of the Special Warranty for the Nonurbani a Program agreed to by the U.S. Secretaries of Transportation and Labor, dated M 31, 1979, and the procedures implemented by U.S. DOL or any revision thereto. Individual h Disabilities - If the contract ole or rt with Federal assistance )( n U.S. tary of Transportation has tur at the ee ctive requirements of 49 or r state and the public body ormed underlyi contract, the CONTRACTOR omplia with the terms and conditions determined meet the uirements of 49 U.S.C. § 5333(b), U.S. nd mendments thereto. These terms and of cert ification to FTA, the date of which or Co rative Agreement with the state. The transit operations in connection with the underlying ditions stated in that U.S. DOL letter. (d) The CONTRACTOR also agrees to include the any applicable requirements in each subcontract involving transit operations financed in whole or in part with Federal assistance provided by FTA. 19. Substance Abuse The CONTRACTOR agrees to comply with the following Federal substance abuse regulations: (a) Drug -Free Workplace. U.S. DOT regulations, "Drug -Free Workplace Requirements (Grants)," 49 C.F.R. Part 29, Subpart F, as modified by 41 U.S.C. §§ 702 et seq. (b) Alcohol Misuse and Prohibited Drug Use. FTA regulations, "Prevention of Alcohol Misuse and Prohibited Drug Use in Transit Operations," 49 CFR Part 655, to the extent applicable. The CONTRACTOR agrees to establish and implement a drug and alcohol testing program that complies with 49 CFR Part 655, produce any documentation necessary to establish its compliance with Part 655, and permit any authorized representative of the United States Department of Transportation or its operating administrations, the State oversight agency of California, or the CITY, to inspect the facilities and records associated with the implementation of the drug and alcohol testing program as required under 49 CFR Part 655 and review the testing process. The CONTRACTOR agrees further to certify annually its compliance with Part 655 before each February 15th, to submit quarterly Management Information System (MIS) reports, and to submit annual MIS reports. To certify compliance the CONTRACTOR shall use the "Substance Abuse Certifications" in the "Annual List of Certifications and Assurances for Federal Transit Administration Grants and Cooperative Agreements," which is published annually in the Federal Register. L 1W The CONTRACT which provides tt providing charter one privat the ex U.S.C. 5323(d) and 49 CFR Part 604, ; of FTA assistance are prohibited from :quipment or facilities if there is at least rovide the service, except under one of r service provided under one of the not interfere with or detract from the Pursuant to S .3(f) and 49 CFR Part 605, CONTRACTORS and sub - recipients of FT may not engage in school bus operations exclusively for the transportations and school personnel in competition with private school bus operators unless qualified under specified exemptions. When operating exclusive school bus service under an allowable exemption, recipients and sub -recipients may not use federally funded equipment, vehicles, or facilities. 22. Privacy Act The following requirements apply to the CONTRACTOR and its employees that administer any system of records on behalf of the Federal Government under any contract: (a) The CONTRACTOR agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. § 552a. Among other things, the CONTRACTOR agrees to obtain the express consent of the Federal Government before the CONTRACTOR or its employees operate a system of records on behalf of the Federal Government. The CONTRACTOR understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. (b) The CONTRACTOR also agrees to include these requirements in each subcontract to administer any system of records on behalf of th deral Government financed in whole or in part with Federal assistance provided A. Appendix C Required Forms Form A Lobbying Certification The undersigned or her knowledge and belief, that: certifies, to the best of his (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, gr loan, or cooperative agreement. (2) If any funds other than Federal appropriated fun een paid or will be paid to any person for making lobbying contacts to an offs r e ee of any agency, a Member of Congress, an officer or employee of C ss, or an oyee of a Member of Congress in connection with this Federa ract, grant, or cooperative agreement, the undersigned shall complete a mit Standard For , "Disclosure Form to Report Lobbying," in accords ith its i tructions [a ended by "Government wide Guidance for New Restr son ying," 61 Fe . eg. 1413 (1/19/96). Note: Language in paragraph (2) here n modified in accordance with Section 10 of the Lobbying Discl Act of 1 .L. 104-65, to be codified at 2 U.S.C. 1601, etseq.)] (3) The undersigned shall requir b age o certification be included in the award documents for all subawa lu subcontracts, subgrants, and contracts under loans,pe agreements) and that all SUBCONTRACTO I c and dccording This certification ' material r esentatRWof fact upon which reliance was placed when this transac as m entere o. Submission of this certification is a prerequisite for maki saction imposed by 31, U.S.C. § 1352 (as ame a Lo Disclosu of 1995). Any person who fails to file the requir is all ubject to a civil penalty of not less than $10,000 and not mor $100,00 ac h failure. [Note. suant to 31 C. § 2(c)(1) -(2)(A), any person who makes a prohibited expends r fails to fil amend a required certification or disclosure form shall be subject to H penalty of less than $10,000 and not more than $100,000 for each such expendi r fail The CONTRAC certifies or affirms the truthfulness and ac cy of each statement of its certification and disclosure, if any. In addition, the CONTRACTOR understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Signature of CONTRACTOR'S Authorized Official Date Name and Title of CONTRACTOR'S Authorized Official Form B Certification Regarding Debarment, Suspension, and Other Responsibility Matters Instructions for Certification 1. By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an eous certification, in addition to other remedies available to the Federal Govern ity of Lodi may pursue available remedies, including suspension and/or debarme 3. The prospective lower tier participant shall ode im to written notice to City of Lodi if at any time the prospective lower ti icipant lea at its certification was erroneous when submitted or has be erroneous by n of changed circumstances. 4. The terms "covered transaction," "deba covered transaction," "participant," " rsons," "I "proposal," and "voluntarily exclud used in the Definitions and Coverage se [49 CFR Part 29]. You may contact of those regulations. " " nded," "ineligible," "lower tier i overed transaction," "principal," in thi use, have the meanings set out es imp ting Executive Order 12549 kwor a nce in obtaining a copy of 5. The prospec ' ower partici agrees by submitting this proposal that, should the propo vered tr ction b tered into, it shall not knowingly enter into any lower tier co transac ' with a pe who is debarred, suspended, declared ineligible, or volunta xc ici on in this covered transaction, unless authorize7includle by odi. 6. a pr sped owe participant further agrees by submitting this proposal tha ill he use "Certification Regarding Debarment, Suspension, Ineligi lunt Excl n - Lower Tier Covered Transaction", without modificaower covered transactions and in all solicitations for lower tier covered tramtions. 7. A particia covered transaction may rely upon a certification of a prospective particiMW in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List issued by U.S. General Service Administration. 8. Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. Form B, page 2 9. Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal Government, City of Lodi may pursue available remedies including suspension and/or debarment. 10. The prospective lower tier participant certifies, by ission of this bid or proposal, that neither it nor its "principals" [as defined C.F.R. § 29.105(p)] is presently debarred, suspended, proposed for debar declared ineligible, or voluntarily excluded from participation in this transacti ederal department or agency. 11. When the prospective lower tier partici s unable to certi he statements in this certification, such prospective pa ' t shall a tach an ex tion to this proposal. I certify (or declare) under penalty SIGNATU , that the going is true and correct. TITLE / >• MCMPANY NAME Form C Price Proposal Form Fixed Route, Paratransit and Demand Response FY 2008/2009 Monthly Fixed Expense $ Cost Per Revenue Vehicle Hour $ Liability Insurance (General & Auto) $ TOTAL ANNUAL COST $ FY 2009/2010 Monthly Fixed Expense $ Cost Per Revenue Vehicle Hour $ Liability Insurance (General & Auto) $ TOTAL ANNUAL COST $ FY 2010/2011 Monthly Fixed Expense $ Cost Per Revenue Vehicle Hour $ Liability Insurance (General & Auto) $ TOTAL ANNUAL COST FY 2011/2012 Monthly Fixed Expense $ Cost Per Revenue Vehicle Hour Liability Insurance (Gen uto) TOTAL ANNUAL CO $ C,]aIW`► FY 2012/ Month e $ Cos evenue e $ Liab surance (Ge I & $ TOTA UAL COST $ FY 2013/20 Monthly Fixed ns $ Cost Per Revenu Hour $ Liability Insurance eral & Auto) $ TOTAL ANNUAL COST $ Form D-1 Line Item Operating Budget Fixed Route, Paratransit and Demand Response FY 2008/200 1 FY 2009/201 FY 2010/201 1 FY 2011/201 FY 2012/201 1 FY 2013/201 9 0 1 2 3 4 FIXED OVERHEAD EXPENSES Management Wages Management Benefits Administrative Wages Administrative Benefits Office Expense & Supplies General Liability Ins. Workers Compensation Ins. Fidelity Bond/Crime Ins. Insurance Deductible Expense Performance Bond Communications ADA Certification Start -Up Other Expenses (Specify) Other Expenses (Specify) Profit TOTAL FIXED EXPENSE HOURLY EXPENSES Driver/Fueler Wages Driver/Fueler Benefits Sched/Disp Wa Sched/DispCafety Uniform Hiring/Trac Other Expen(Specify) TOTAL HOURL EXPENSE Hiring/Training Expenses Maintenance Supplies Other Expenses (Specify) TOTAL MILEAGE EXPENSE TOTAL OPERATING EXPENSE Expense/Revenue Vehicle Hour (GRAND TOTAL) C.6 \\cvcfnp01\cityclerkshare$\publicworks\DRAFT Transit Operations RFR DRAFT Transit Operations RFP.doc 02/29/2008 FORM D-2 Itemized Bi Fixed Roub Response Managemei Operatio Safety & Manager Managemei Vacation Holiday PTO Medical/I Insuranc Life Insu 401(k) Payroll T Workers' Compen Administrai Road Su Accountii Vault CIE C.7 \\cvcfnp01\cityclerkshare$\publicworks\DRAFT Transit Operations RFP\DRAFT Transit Operations RFP.doc 02/29/2008 BTW Tr Farebo; Shuttle Transit Administr; Vacatioi Holiday PTO Medical Insuran Life Ins 401(k) Payroll Worker Compei Office Exp Supplies Copier' Paper Facility Postag( Facility DSL Se Utilities Misc. O Insurance C.8 \\cvcfnp01\cityclerkshare$\publicworks\DRAFT Transit Operations RFP\DRAFT Transit Operations RFP.doc 02/29/2008 General Liability Automobile Liability Fidelity Bond/Crime Insurance Marketing Insurance Deductible/Expense Performance bond Communic. Cell Phol Radio U: Telephor ADA Certifi Other Expe Utility Su Utility We Other Expenses Vacation C.9 \\cvcfnp01\cityclerkshare$\publicworks\DRAFT Transit Operations RFP\DRAFT Transit Operations RFP.doc 02/29/2008 Holiday PTO Medical/Dental Insurance Life Insurance 401(k) Payroll Taxes Workers' Compensation Profit Liability Insurance Driver Wages Revenue Wages New Hire Training Wages Retraining & Safety Meetings Driver Ben Vacatior Holiday PTO Medical/ Insuranc Life InSI 401(k) Payroll l WorkerE C.10 \\cvcfnp01\cityclerkshare$\publicworks\DRAFT Transit Operations RFP\DRAFT Transit Operations RFP.doc 02/29/2008 Compensat Lead Dispa DispatcherE Sched/Disp Bi Vacation Holiday PTO Medical/Del Insurance Life Insurar 401(k) Payroll Taxi Workers' Compensat Uniform Hiring/Trainin,, Recruiting Backgrounc Pull Notice Safety & Tr Program Drug & Alcc Program Physicals Other C.11 \\cvcfnp01\cityclerkshare$\publicworks\DRAFT Transit Operations RFP\DRAFT Transit Operations RFP.doc 02/29/2008 Non -Rev Ve Fuel/Maint Trapeze Mai Business Li( Depreciation DriveCam Depreciation Trapeze Depreciation Computers Depreciation Counter Depreciation Upgrade Overhead Hiring/Traininc Expenses Maintenance S Vehicle Clea Supplies Other C.12 \\cvcfnp01\cityclerkshare$\publicworks\DRAFT Transit Operations RFP\DRAFT Transit Operations RFP.doc 02/29/2008 ORM E-1 taffing Levels & Wages/Salaries (Full -Time) ixed Route, Paratransit and Demand Response :ONTRACTOR definition of full-time employee: ull-time Employees Db Classifications: 'rivers 'rivers 'rivers 'rivers 'rivers 'rivers 'ispatchers/Supervisors ►perations Manager ftce/Clerical Staff rainers utility Staff 0 --Site Personnel* Option FY 2008/09 FY 2009/10 FY 2010/11 FY 2011/12 FY 2012/13 FY 2013/14 No. Scale No. Scale No. Sca No. Scale Scale No. 'lease list all benefits a full-time employee ligible to receive such benefits. FY 2008/09 TE for full-time employees: on the terms of your price proposal. Include the time frame at which an employee is FY 2010/11 FY 2011/12 'lease explain and justify any off-site personnel included in the price proposal. C.13 \\cvcfnp01\cityclerkshare$\publicworks\DRAFT Transit Operations RFR DRAFT Transit Operations RFP.doc 02/29/2008 Option FY 2012/13 FY 2013/14 Scale lefinitions: Full-time Equivalent (FTE) is calculated by dividing the total number of person hours by 2,080. "Wage Scale" should either be the hourly wage or monthly alary. In the case of drivers, please indicate the number of drivers at differing hourly wage rates. C.14 \\cvcfnp01\cityclerkshare$\publicworks\DRAFT Transit Operations RFP\DRAFT Transit Operations RFP.doc 02/29/2008 FORM E-2 Staffing Levels & Wages/Salaries (Part -Time) Fixed Route, Paratransit and Demand Response CONTRACTOR definition of part-time employee: Part-time Employees Job Classifications: Drivers Drivers Drivers Drivers Drivers Drivers Dispatchers/Supervisors Office/Clerical Staff Trainers Utility Staff Off -Site Personnel* FY 2008/09 No. Scale Please list all benefits a part-time e employee is eligible to receive such benefits. FY 2008/09 No. of part-time employees: FY 2009/10 FY No. Scale No. Option FY X011/12 2012/13 FY 2013/14 �� Scale Scale No. Scale be eligOWrec�ased on the terms of your price proposal. Include the time frame at which an 0 FY 2010/11 *Please explain and justify any off-site personnel included in the price proposal. Option FY 2011/12 FY 2012/13 FY 2013/14 Definitions: "Wage Scale" should either be the hourly wage or monthly salary. In the case of dri\,ers, please indicate the number of drivers at differing hourly wage rates. Form F Addendum Receipt (Name of CONTRACTOR) acknowledges it has received and read the following Addenda: Addendum # Addendum # Addendum # Addendum # Addendum # Addendum # - eiill/_,101:19 19194 Signature Signature Form G Non -Collusion Affidavit for Contractor STATE OF CALIFORNIA COUNTY OF SAN JOAQUIN 1. That he/she is the (owner, partner, representative, or agent) of A (contractor) or (SUBCONTRACTOR). 2. That he/she is fully informed regarding the for certain work in the City of Lodi, State of Cal 3. That his/her proposal is genuine and is sive or a sham 4. That any of its officers, owners, agents, se interest, including its this affiliate, has not in an agreed, directly or indirectly, with ther CON collusive or sham proposal in con th such c proposal in connection with such c s in sought by unlawful agreement or co ance person to fix the prMropos in conspiracy, connivanul a t an person interested iontrac , d, 5. That the price by any collusion, Dated thi? California. Signed: Title: declares and says: nafter referred to as nts of this proposal r, employees, RF parties in uded, conspired, connived or OR, firm, or person to submit a ct or to refrain to submitting a directly or indirectly, o%nner, CONTRACTOR, firm, or Wto'secure through collusion, antage against City or any I are fair and proper and are not tainted nlawful agreement on the part of the representatives, employees, or parties in ry, that the foregoing is true and correct. 2008, at , Form H Certification of Eligibility (Labor Standards) included on the United States Firms currently Debarred for Labor Standard Provisions. SIGNATURE _ (Name of CONTRACTOR) hereby certifies that it is not Comptroller General's Consolidated List of Persons or Violations of Various Public Agreements Incorporating DATE TITLE COM Form I Certification of Primary Participant Regarding Responsibility Matters The Primary Participant (Name of CONTRACTOR) certifies to the best of its knowledge and belief, that it and its principals: a. Have not within a three year period preceding this proposal been convicted or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state or local) transaction or contract under a public transaction; violation of Federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolgn property; b. Are not presently under indictment for or otherwise Crim' or civilly charged by a governmental entity (Federal, state or local) with comm' of any of the offenses enumerated in paragraph (a) of this certification; and c. Have not within a three-year period precedi transactions (Federal, state or local) terminated If the primary participant is unable to certify, the participant shall attach an explanation to THE PRIMARY PARTICIPANd CONTRACTOR) CERTIFIES OR OF THE CONTENTS OF THE S' CERTIFICATION AND UNDERST, SECTIONS 3801 ET SFMENEAPF or more public cation, (Name of LNESS AND ACCURACY VON OR WITH THIS VISIONS OF 31 USC secretary) for the _ has authority under state and That the certification above has local been Form J Certification Disadvantaged Business Enterprise Program/Equal Employment Opportunity In accordance with Title 49, Code of Federal Regulations, Part 26, California Public Contract Code Section 10115, and other applicable Disadvantaged Business Enterprise ("DBE") and Equal Employment Opportunity ("EEO") rules and regulations, the CONTRACTOR declares that it had made a good faith effort to comply with established DBE goals, and that it has made a good faith effort meet established EEO goals, as evidenced below: CONTRACTOR'S overall DBE participation rate: 2. Names/Locations of DBE's contacted by 3. Names/Locations of DBE's selected by 4. CONTRACTOR'S work force breakdo race ender: TOTAL EMPLOYEES as of JOB CATEGORI ES Male Female VA k I& IWIMMMMM Officials & Managers %h, 1r1"4%A1EEEEE al Note: The above DBE/EEO Affidavit is part of CONTRACTOR'S Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this DBE/EEO Affidavit. SIGNATURE DATE TITLE COMPANY NAME Form K PROPOSER'S Bond Form KNOW ALL MEN/WOMEN BY THESE PRESENTS, THAT we, , as Principal, and as Surety, are held and firmly bound unto the City of Lodi, hereinafter called CITY, in the penal sum of $25,000, submitted by said Principal to CITY, for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, administrators, and executors and successors, jointly and severally, firmly by these presents. In no case shall the liability of the Surety hereunder exceed $ THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the Principal has submitted the above-mentioned proposal to operation of fixed -route, dial -a -ride and ADA paratransit services, for which are to be opened at Lodi, California, on the 9th day of April 2008. NOW, THEREFORE, if the aforesaid Princi time and manner required under the Sp presented to him/her for signature, enters int in accordance with the proposal, then this obli shall be and remain in full force andiffigue. In the event suit is brought upon the Surety shall pay all costs inCL attorney's fee to be fixedJ1NJ6&o NOTES: CITY, for proposals the contr d within the the presc forms are Fact, in the pre ribed form, null and void; otherwise, it nd judgment is recovered, Wit including a reasonable our hands and seals on this day of 1. Signature of those executing for the Surety must be properly acknowledged. 2. CITY shall retain bid bonds until City Council has accepted proposal and awarded Agreement to successful CONTRACTOR. Following award CITY shall return bid bonds within ten (10) working days. Form L RFP Process Integrity Rules The City pledge is for the procurement process for public transit operations services to be open, objective, carefully monitored, and understandable to all. The following rules will be adhered to and enforced. BEGINNING ON THE DATE OF THE ISSUANCE OF THE RFP FOR PUBLIC TRANSIT OPERATIONS SERVICES, AND ENDING ON THE DATE OF THE AWARD OF THE AGREEMENT FOR PUBLIC TRANSIT OPERATIONS SERVICES, ALL COMMUNICATION INITIATED BY PROPOSERS OR REPRESENTATIVES OF PROPOSERS AND THE CITY SHALL BE THROUGH TIFFA . FINK OF THE PUBLIC WORKS DEPARTMENT AND SHALL BE IN WRIT Y FAX, EMAIL OR LETTER). THE CONTACT INFORMATION IS AS FOLL City Of Lodi Public Works Department Attn: Tiffani M. Fink, Tr P.O. Box 3006 Lodi, CA 95241-191 Physical Address: 22 Email: tfink@lodi.gov Fax: (209) 3�W10 OFFICIAL FOR THE PURPOSE OF WILL RESULT IN DISQUAhAEICATI ALL COMMUNIi WILL BE DOCU PROPOSERS. Company Name: Date: Company Representative: Title: TION PROCESS N PROCESS. Y AND INDIVIDUAL PROPOSERS SMITTED SIMULTANEOUSLY TO ALL RECURME OR UTILIZE THIS PROCESS OF IFIED OF ITS VIOLATION AND MAY BE SUBJECT ]e a?rd sign this statement as part of the RFP process. ned copy of this statement with the RFP submittal. I understand and accept the rules established in this Form M Willingness to Accept Proposed Arrangements PROPOSER is in complete agreement with the proposed arrangements described in this RFP and the attached Agreement, except as noted on attached pages. Please note that in the event exceptions are taken, suggested specific language changes to the RFP or the Agreement requirements must be submitted. Business term exceptions taken without providing specific suggested language changes will result in disqualification. Individuals authorized to commit the PROPOSER to this Agreement must be listed and sign below. S T T C S T T C S T T C Form M Willingness to Accept Proposed Arrangements, page 2 RFP or Agreement Exception Suggested Changes Form N Certification Regarding Alcohol Misuse and Prohibited Drug Use Certification Regarding Alcohol Misuse and Prohibited Drug Use 1) As required by FTA regulations, "Prevention of Alcohol Misuse and Prohibited Drug Use in Transit Operations," at 49 CFR part 655, subpart I, the undersigned certifies that it has established and implemented an alcohol misuse and anti-drug program, and has complied with or will comply with all applicable requirements of FTA regulations, "Prevention of Alcohol Misuse and prohibited Drug Use in Tran t Operations," 49 CFR part 655. x 2) The undersigned shall at all times comply with policies, procedures and directives, including withot reference in the Department of Transportatioeu Agreement (FTA MA (13)), between CITY promulgated from time to time during the tercto so comply shall constitute a material bre a FTA regulations, listed directly or by iinistration, Master &amended or ianed's failure Form O Acknowledgement of "Best Value" Selection Process PROPOSER hereby acknowledges that the selection process under this RFP will evaluate Proposals on a "Best Value" basis, which the Federal Transit Administration's (FTA) Best Practices Manual defines as follows: "Best Value" is a selection process in which proposals contain both price and qualitative components, and award is based upon a combination of price and qualitative considerations. Qualitative considerations may include technical design, technical approaAaus " f proposed personnel, and/or management plan. The an is based upon consideration of a combination of techfactors to determine (or derive) the offer deemed most and of the greatest value to the procuring agency. As a result, PROPOSER further ac upon which Proposals are evaluated. An individual authorized to bind the PROPOSE Signature Type Name Title Date sole basis must sign below: Form P Insurance Broker Certification of Compliance with Insurance and Bond Reauirements For each insurance coverage, the broker of record shall complete this form. Copies of this form should be completed if more than one broker of record exists for placement of all the required coverages. NAME/FIRM NAME OF INSURANCE BROKER: TELEPHONE, FAX, the coverages marked below: ❑ ProposelWond ❑ Performance Bond I have read the Request for Proposal, specifically Sections 4.4, 4.6, 4.7, regarding bonding and insurance coverages, and the City's Insurance conditions described in Appendix D, Section 24. 1 attest that the coverages purchased by Proposer comply with the requirements of Appendix D, Section 24, and that the insurer and/or broker is obligated to supply insurance and bid documents in full compliance with the requirements set forth in Appendix D. Indicate the premium rate for Automobile Physical Damage insurance coverage and deductible below: Exceptions to the insurance requirements may be indicated below. Specifically list the section to which exception is stated, the nature of the exception, and the alternate means of satisfying the requirement. The City reserves in its sole discretion whether to accept or reject such exceptions. The listing of exceptions shall not serve as City acknowledgement or acceptance of the listed exception. Exception(s): By my signature below, I attest to the ura info n provided above, and that the insurance require nts will be t if t r is arded the contract. I further acknowledge th oser a is security or bond should the insurance requir s no compli h as set forth in Appendix D. Broker By Agnature belo�es� best of my knowledge that the information Drovi�bove is true a orrec Proposer Sig Form Q Safety Record Certification PROPOSER hereby certifies that the above information is true and correct. Signature: Name: Title: Date: APPENDIX D CITY TRANSIT VEHICLE INVENTORY Current Transit Vehicle Inventory *Note: City anticipates delivery of 2 additional Ford E-450 in Spring 2008 )01 1994 FORD F350 TURTLE -TOP DAR BUS )02 1994 FORD E350 TURTLE -TOP DAR BUS )12 2007 FORD E450 STARCRAFT )13 2007 FORD E450 STARCRAFT )14 2007 FORD E450 STARCRAFT )15 2007 FORD E450 STARCRAFT )16 2007 FORD E450 STARCRAF )17 2007 FORD E450 STARC )18 2007 FORD E450 STAR )19 2007 FORD E450 STA F )20 2007 FORD E450 S FT ML )21 2007 FORD E450 CRAFT )22 2007 FORD E450 ARCRAFT )23 2002 ELDORADO AEROTECH ELDO DAR BUS )24 2002 ELDORADO AEROTECH LDO DAR BUS )25 2002 ELDORADO AEROTECH O DAR BUS )26 2002 ELDORADO AEROTEC E DO DAR BUS )27 2002 ELDORADO AEROTEC EL D O DAR BUS )28 2002 ELDORADO AEROTECH LDO DAR BUS )30 1995 FORD E-350 LE- DAR BUS )31 1995 FORD E OP DAR BUS )32 1995 FORD TURTL OP DAR BUS )33 1995 FORD -350 TURTLE -TOP DAR BUS )34 1995 FORD E-350 TURTLE -TOP DAR BUS )41 1991 AMTRAN 351 MTRAN GRAPELINE BUS )44 2000 NAB' GRAPELINE BUS )45 2000 NAB 04 GRAPELINE BUS )46 2000 N 0.1 GRAPELINE BUS )47 2000 11 GRAPELINE BUS )48 2000 NA 0 1 GRAPELINE BUS )50 2001 CHA I 16 T277 I TROLLEY CNG APPENDIX E SERVICE BROCHURES, SCHEDULES AND SYSTEM MAP s { . �' rt ` -h `a $, i I I V T 1 I ( i': I �, 1 ,. 5 § I Al �ont R!0 U I� A w w w 000 S' 2 ri CL f m a -i # -i o " -i as 8 � s Ph _13 a dT -R -M {n aLn 3 1 3 i i O {A Lh O 6 S71 Q• g� +l f7, YI V� Y� CI 91 9! Cm CD = Z m g ck w m a -i # -i o " -i as 8 � s Ph _13 w X34 rn 4 tidC � 6y.� 41 19 O epi - 46 ii a u µ µ �� L7 Flong�y a EL 7 o '4 a 8 t a i -0[�0 ;I iJl CII O iA 4 O SJI G jai R m 3 y� IS Q +i qi N i 'd iV V N ir fir• � Q � a 1 I�►� � � U � �I . i Fir, f! r� Sa tidC � 6y.� 41 19 O epi - 46 ii a u µ µ �� L7 Flong�y a EL 7 o '4 Up IL IL _w!.-- ff � - I - ATTACHMENT F CURRENT EMPLOYEE WAGE SCALE AND PROPOSED MINIMUM STARTING SCALE ATTACHMENT G Agreement for the Provision of Fixed -Route, Paratransit and Demand Response Services Operations Contract CITY OF LODI FIXED ROUTE, PARATRANSIT AND DEMAND RESPONSE DRAFT CONTRACT THIS AGREEMENT is entered into in the City of Lodi, County of San Joaquin, State of California, this day of , 2008, by and b2&n the CITY OF LODI, a municipal corporation of the State of California, heri of as CONTRACTOR. This Agreement is made with reference to A. CITY has determin�ai response Dial-A-Ri the to as CITY, and knafter referred to for paratransit, demand - rice in the City of Lodi. FOR PR1e capability to provide such of Lodi, and CONTRACTOR is willing with CONTRACTOR to provide such has read and understands the terms and conditions of for Proposals dated March 2008, and this contract and certifies that he/she can perform the duties detailed therein. NOW, THEREFORE, in consideration of the mutual covenants, promises, and agreements herein contained, the parties hereto mutually agree as follows: GENERAL TERMS AND CONDITIONS "TRANSPORTATION MANAGER" means the Transportation Manager of the City of Lodi. "RFP" means the Request for Proposals (RFP 08/09 —13/14) for Fixed Route, Paratransit and Demand Responsive Services Operations Contract with the City of Lodi. "FTA" means the Federal Transit Administration, U.S. Department of Transportation. "RFP" shall mean the Request for Proposals including all or DOT" shall mean the United States Department of T mean the City of Lodi's demand -response and and Fixed Route" shall mean the City of Lodi "VineLine and Paratransit" shall mean the "Deadhead" shall refer to non -revenue time for Municipal Service Center for fuel upkeep, training and travel between Dial -A Ride). TERM OF AGRE 18 herein, this Agree andto ing by t at least 31 CITY ma ire C( set forth herei , to it. "U.S. DOT n. "Dial -A Ride" shall "Grapeline nt of vehicles to the for bus washing and off at the Station (for of Paragraphs 14, 15, 16, 17, and commencing on July 1, 2008 two (2) one (1) year options which may be exercised end of the contract term or an extension thereof. R to continue after such expiration of term, on the terms onth basis not to exceed three (3) additional months. CONTRACTOR shall utilize vehicles as provided by the CITY unless otherwise needed by the CITY for expansion of service or use during a prolonged shortage of vehicles due to accident or maintenance. The CITY shall be responsible for all maintenance to said vehicles as outlined in the Request for Proposals and any appendices, as well as for performing repairs to said vehicles in the case of accident. CONTRACTOR shall be responsible for the cost of vehicle repairs as outlined in the Request for Proposals and any appendices. SERVICE. CONTRACTOR agrees that for the term of this Agreement CONTRACTOR will supply customer information, telephonists/dispatchers, bus drivers, supervision and management personnel, to operate CITY's system in a diligent required in Appendix A - Scope of Work attached to this herein by this reference as if fully set forth. CITY reserves the right to unilaterally a Agreement, and in the event that CITY so "Payments to Contractor' provisions days of the week in road supervision to negotiate an equ careful manner as and incorporated of this hours, CONTRACTOR e rates set forth under the hours of the day or the addition of r staff, CITY and CONTRACTOR agree s fixed monthly rate. CITY shall administer the provisions of this CONTRACTOR agrees and warrants that if any approval of a State or Federal regulatory agency, such as the California Public Utilities Commission, is necessary for the validity or effectiveness of this Agreement, or for the provision of any of the services specified herein, CONTRACTOR shall obtain such approvals and advise CITY immediately of all actions or orders of the regulatory agency affecting CONTRACTOR'S operation under the terms of this Agreement. CONTRACTOR shall conduct all operations in strict compliance with all pertinent rules and regulations, including those of the California Public Utilities Commission, including but not limited to, General Order Number 98-4 "Rules and Regulations Governing Passenger Stage Corporations and Charter -Party Carriers" and all supplements and amendments thereto, to the extend that CONTRACTOR is subj to these regulations. CITY shall not be responsible or liable for any penalty occ d by CONTRACTOR'S violation or failure to comply with any pertinent rules efforts to obtain such approvals shall be at CON]A COPARTNERSHIP DISCLAIMER. The parties this Agreement is intended or sha the relationship of copartners CONTRACTOR or its am any manner whatdWer. The hereunder is that of EMPSYEE pa as M93MMOKOW S sole and agree that nothing in way creating or establishing ng of CITY, for any purpose in the relationship between them RACTOR shall be exclusively responsible for satisfactialWall obligatioWhat may be owed to its employees, whether derived from statutes, regulraents, or any other source both during and subsequent to the term of this Agrend any carryover thereto. As further consideration for the compensation to be paid by CITY to CONTRACTOR for the provision of services called for by the Agreement, CONTRACTOR agrees to, and will, defend, indemnify, and hold harmless CITY and its Council members, officers, agents, and employees from and against the payment of any dismissal allowances, displacement allowances, or any other costs, benefits, or expenses, including attorneys' fees, arising from any claims, demands, or liabilities under Sections 13(c), 15(n) (1), or any other provision of the Federal Transit Act of 1964, as said law now exists or hereafter may be amended, or under any comparable provision of Federal, State, or local law, or pursuant to the terms of any collective bargaining agreement to which CONTRACTOR is a party, or pursuant to any personnel policie opted by CONTRACTOR pertaining to its employees, asserted agai for the dismissal, displacement, or other alleged injury owed to any em SALARY AND BENEFITS. of the CITY's current transportation contractor, the same or greater salary and ben s the Request for Proposals and any ap dice, requirement, nothing AVIAhkment s i) Hire any existin4 fployee employment FTA d a reiorv�nv oi� re ope?gyp a motor veh available'01hork without I employee wh citation or accident Neray 11 hirII hir-managem�ployees nsportation, Inc. (MV), at curren MV as further set forth in the above require CONTRACTOR to: position who fails to pass a pre- employee who has been convicted of abuse of alcohol or controlled substances while ii) HlWy existing employee when such employee is not at the start of this Agreement, or iv) Hire any existing CONTRACTOR's minimum standards for motor vehicle Nothing contained in this Agreement shall be construed to limit CONTRACTOR'S right to manage its workforce (including existing employees), including its right to promote, demote, hire, discipline, discharge, train, retrain or otherwise make personnel decisions, subject to limitations imposed by law or any collective bargaining agreements. CONTRACTOR shall not be required to assume any liability for pre-existing wages, benefits, outstanding labor grievances or any other costs for existing employees where such liability exists or was incurred prior to the start of this Agreement. RELATIONSHIP OF PARTIES AND CONDUCT OF LABOR RELATIONS. The parties intend that the relationship between them created by this Agr nt is that of CITY and independent contractor. No agent, employee, subcontr ant, or volunteer of CONTRACTOR will be deemed to be any employe ent, sery r volunteer of CITY. Except as expressly provided herein spect to the contra c tandards set forth, the manner and means of conducting th ice der the contro CONTRACTOR, and CONTRACT ill be solel entirely responsible for its acts and the acts of its agents, employee a nd vol rs during the performance of the Agreement. CON OR will ct c of all its personnel, agents, employees olunt CON CTOR shall be solely responsible for the conduct of its labo tions a 'n s wit y unions or employee organizations which IniodIIIIIIIIIIIIIN=Psen f CONT 'S employees. CONTRACTOR ack dges that i bje he jurisdiction of the National Labor Relations Board and, w spect to the j iction f the National Labor Relations Board and, with respect to a im for r nition, allegation of unfair labor practice, or petition for certification, it wi est the jurisdiction of the National Labor Relations Board to entertain and resolve such matters, will submit to the jurisdiction of the National Labor Relations Board, and will cooperate in expeditiously resolving any disputes brought before the National Labor Relations Board concerning its employees; provided that, this covenant shall not preclude CONTRACTOR from raising issues or defenses (including CONTRACTOR's right to appeal) concerning any such claims, charges, or petitions. It is understood by both CONTRACTOR and CITY that this Agreement shall not under any circumstances be construed or considered to create any employer-employee relationship or joint venture. CONTRACTOR, its agents, officers, and employees are and, terms of this Agreement, shall represent and conduct therm contractors and not as employees of CITY. CONTRACTOR shall determine the meth and services to be provided by CONTRACTOR If in the performance of this Agreem CONTRACTOR, suchAtlftkall supervision, and wages, workin emp It is unde CITY neither times during the as independent e work under the direction, terms of employment including hours, �fdischarging or any other terms of shall be determined by the CONTRACTOR. as an independent contractor and not an employee of OR or CONTRACTOR'S assigned personnel shall have any entitlement as a'WffY employee, right to act on behalf of the CITY in any capacity whatsoever as an agent, or to bind the CITY to any obligation whatsoever. It is further understood and agreed that CONTRACTOR must issue W-2 forms or other forms as required by law for income and employment tax purposes for all of CONTRACTOR'S personnel. As an independent CONTRACTOR, CONTRACTOR hereby indemnifies and holds CITY harmless from any and all claims that may be made against CITY based upon any contention by any third party that an employer-employee relationship exists by reason of this Agreement. EMPLOYEE CONDUCT. CONTRACTOR will assure that neat appearance and conduct themselves in a cou will have the right to inspect the performance of times. In the event that any employee is performing properly the services required by necessary corrective measures n agreement between CONTRACTOR employees. CITY ACCESS TO hours the r-ni i =fr nOMCD' oyees present a The CITY at all CONTRACTOR will initiate plicable provisions of any representing its access to all vehicles during the times which may be acceptable to CONTRACTOR for surveys or related activities as CITY may deem inistration of the provisions of this Agreement. shall supply a call recording system for use with the receptionists/dispatching. Said recording system shall be utilized to monitor all incoming and outgoing telephone calls. All recordings shall be made available to the CITY upon request. CONTRACTOR shall maintain taped recordings for six (6) months unless otherwise directed by CITY staff. BILINGUAL DISPATCH. CONTRACTOR shall utilize the bilingual capabilities of existing staff to ensure the maximum level of service is provided to Transit patrons. CONTRACTOR shall attempt to increase bilingual capabilities during future hiring (as needed) for the dispatching/receptionist positions. will provide and maintain an adequate supply of printed i limited to, for distribution on vehicles and throughout ti CONTRACTOR shall provide all necessary Zublic /c Contract term. Tickets shall be available tot business hours as well as on vehicles as appli available to the City of Lodi Fi fare media shall be at the sole di CONTRACTOR shall through any adveq ordered by CITY. Cl info CO Me exc for L F,I? NG. CONTRACTOR (including, but not fare medi3qkWse during the Vdi Station regular nally, tickets shall be made ,y changes to tickets and/or nager for the CITY. ate bus ridership promal effort or campaign directed and �` ht to place advertising or rider for or exterior of vehicles. If required by CITY, ove such material as directed by CITY. I any advertising material inside or outside the vehicles INSURANCE AND INDEMNIFICATION A. Insurance CONTRACTOR shall provide at its own expense and maintain at all times the following insurance with insurance companies licensed in the State of California and shall provide evidence of such insurance to CITY, naming the CITY as additional insured, as may be required by the Risk Manager of CITY. The policies or certificates thereof shall provide that, thirty (30) days prior to cancellation or material change in the policy, notices of same shall be given to the Risk Manager of CITY by certified mail, return receipt requested, for all of the following stated insurance policies. 1. Workers' Compensation —in compliance with the s tes of the State of California, plus employer's liability with a minimum of liabili 500,000. The Workers' Compensation insurer shall agree to waive all rights of�roglWagainst CITY, its agents, officers, employees, and volunteers for CONTRACTOR for CITY. 2. General Liabilitv insurance with a $2,000,000 for bodily injury and single limit. This insurance shall ind coverages and ind broad form completed minim for property retention. of liability per occurrence of age or $2,000,000 combined rance the following premises and operations; and subcontractors; and products and of $20,000,000 for bodily injury and $5,000,000 The insurance premiums for the automobile liability and property damage policy shall be split 50/50 with the CITY to cover the insurance costs for transit. The policies shall be placed with such insurance carriers as required by CITY. CITY shall notify CONTRACTOR of the coming year's premium and the CONTRACTOR's portion as soon as that information is presented to the CITY. CITY shall issue a bill to the CONTRACTOR. CITY will make one payment to the California Transit Insurance Pool (CaITIP) for the total payment. 4. Employee Dishonesty insurance with a minimum limit of liability per occurrence of $50,000. This coverage to insure all CONTRACTOR officials, agents and employees with access to funds received by CONTRACTOR. Q If at any time any of said policies shall be to form or substance, or if a company issuing such pol unsatisfactory to CITY, CONTRACTOR shall pr same to the Risk Manager for approval, an mit ce provided. Upon failure of CONTRACTOR to fur and certificates as above provided,*4&W_ement, a� forthwith declared suspended, or to maintain any requi this Agreement, r� otherwise limit the ob C. atisfactory to CITY, as all asonably i a new , submit the thereof as nabove or maintain such insurance ection of CITY, may be 6RACTOR to obtain and/or I11WTOR from any liability under be construed to conflict with or concerning indemnification. , and volunteers shall be named as additiona reds o/alli rance policies required herein, except Worker's Compensation. OR'S insurance policy(ies) shall include a provision that the coverage is primarycts CITY; shall include no special limitations to coverage provided to additional insured; shall be placed with insurer(s) with acceptable Best's rating of A:VII or with approval of the Risk Manager. CONTRACTOR shall either require any subcontractor (if necessary) to procure and to maintain during the term of any subcontract all insurance in the amounts and on the terms specified above, or shall insure the activities of subcontractors in the amounts and on the terms specified above. D. Indemnification and Hold Harmless. CONTRACTOR shall hold CITY, its elected and appointed officials, agents, officers, employees, and volunteers, harmless from and save, defend against any and all claims, losses, liabilities and damages but not limited to injury to person or property or include reasonable attorney's fees, and all indirectly out of any act or omission of omission arises from the sole negligence or agents, officers, employees, or vol obligations under this Agreement, damage, cost or and agents. CITY ins ope of the CITY sha in cause, includin nify them cause, including the indemnity to y or CONTRACTOR, or its ng the performance of its , loss, liability, ITY, its employees, officials bile liability and property damage insurance for the JEY agrees that CONTRACTOR'S duty to indemnify to any claim, loss, liability or damage from every to injury to person or property or wrongful death, including reasonablaWtorney's fees, and all costs and expenses, arising directly or indirectly out of any act or omission of CONTRACTOR, whether or not the act or omission arises from the sole negligence or other liability of CONTRACTOR, or its agents, officers, employees, or volunteers relating to the operation of passenger buses and support vehicles pursuant to this Agreement and that CITY and CITY's insurer waives any right of subrogation with respect to automobile liability and property damage. BANKRUPTCY, ETC. The parties agree that the appointment of a receiver to take possession of all or substantially all of the assets of CONTRACTOR, or a general assignment by CONTRACTOR for the benefit of creditors, or any action taken by or suffered by CONTRACTOR or its creditors under any insolvency or bankruptcy act shall constitute a breach of this Agreement by CONTRACTOR and sl�l at the option of CITY terminate this Agreement and the rights and privileges gragferein. INTERRUPTION OF SERVICE. In the event CONTRACTOR under this Agreement is intlq cause, and service is discontinued in whole or hours, CITY or another contractor take temporary possession of CONT all equipment suppl required to'Werformed by by a eq dispute oelWny other than forty-eight (48) I have the right forthwith, to located therein, and continuing the service which CONTRAC4W has agreWo providW order that CITY can preserve and protect the public intelillftprM1§11INW111111111MMi&dWrit of a service interruption, CITY ine if continuation of the service in the manner above best s'Ws thaWlic interest and welfare. CITY shall provide insurancerage or its Wivalent for all CONTRACTOR'S items temporarily acquired by CITY equal'lWt gamed by CONTRACTOR prior to CITYtaking control of said items. CITY aareesWreat CONTRACTOR as an additional insured and hold CONTRACTOR harmless to the same extent as provided by CONTRACTOR to CITY under paragraph 12 of this Agreement. In the event CITY or another contractor takes possession of said CONTRACTOR -supplied equipment, CONTRACTOR shall be reimbursed by CITY for the actual cost of the temporary use of said facilities and equipment. CITY shall have the right to possession of such facilities and equipment and to render the required service until CONTRACTOR can demonstrate to the satisfaction of CITY that required services can be reliably resumed by CONTRACTOR, provided, however, that such temporary assumption of CONTRACTOR'S obligation under this Agreement shall not be continued by CITY for more than one hundred twenty (120) days from the date such operations were undertaken. Should CONTRACTOR fail to demonstrate to the sole satisfaction of CITY that required servicescan be reliably resumed by CONTRACTOR prior to the expiration of the algWentioned one hundred twenty (120) days, this Agreement shall terminate and-FighiW privileges granted in this Agreement shall be cancelled. During assumed the obligations of CONTRACTOR/ and expenses applicable to said period, and receive payment as provided for b CONTRACTOR for performance and is part of any month shaJ�CON Employees of CONTPWgil 4 in whi e TERMIN FOI Agreement ar defaults in the perfo in which C114fts temporarily this AgWLment, CITY1NJILpay costs shall not be entitled to 22 herlq&4ny payments due forces rendered during any employed by CITY during any period the DAR or Fixed -Route service under this section. II the terms, conditions, and covenants of this and in the event CONTRACTOR breaches or ce of any such terms, conditions, or covenants which are to be kept, done or performed by it, CITY shall give CONTRACTOR ten (10) days written notice either by certified mail or by personal service, describing such breach or default, and if CONTRACTOR fails, neglects or refuses for a period of more than ten (10) days thereafter to remedy, or cure such a breach or default, then CITY without further notice, may terminate this Agreement. In the event of termination of this Agreement as here in above specified, CITY shall have the right to take immediate possession of all equipment and facilities provided to CONTRACTOR by CITY and of the facilities and equipment supplied by CONTRACTOR under the provisions of this Agreement. In the event CITY does take possession of CONTRACTOR -supplied facilities and equipment, CONTRACTOR shall be reimbursed by CITY for the actual cost of the temporary use of said facilities and equipment. 1&.� CONTRACTOR shall not be deemed in default of any 4We p ns of this Agreement in the event of interruption or diminutio rvice ifs ondition is solely the result of earthquake, flood, fire, riot, strike or disruption, w act of terrorism, insurrection, or similar cause beyo control of CONT R and which renders performance impossible. ijah, in part at any time by giving written personal delivery. A. If CJ�Iects to tIMinate th in TY may telWate this Agreement in whole or certified mail or for convenience during the the date of commencement of this to Proceed, CITY shall give CONTFWTORW (30) days' prior written notice of said termination. CONTRACWR shall promptly submit its termination claim to CITY for has any property in its possession belonging to C1.CONTRACTOR shall account for the same and shall dispose of it in the manner directed by CITY. B. If CITY elects to terminate this Agreement for convenience at any time after the expiration of the three (3) years immediately following the date of commencement of this Agreement as specified in the Notice to Proceed, CITY shall give CONTRACTOR one hundred twenty (120) days' prior written notice of said termination. CONTRACTOR shall promptly submit its termination claim to CITY for payment. If CONTRACTOR has any property in its possession belonging to CITY, CONTRACTOR shall account for the same and shall dispose of it in the manner directed by CITY. CONTRACTOR compensation shall be governed by paragraph 22. WAIVER OF CLAIMS. Upon expiration or earlier termiW6n old shall have the right to provide the services by equipment, or pursuant to contract with othe, agrees to forever waive any claim, of any sort CITY'S operation, or contracting fo�a In addition, as further f4 right that it otherwise trans n c U.S. 602(e)), as i hereby fo waive; and further wa n mentioned provision its own e reement, CITY buses, or se. C011ACTOR inst CITY based upon or any portion of it. tidlWbe paid by CITY to er, CONTRACTOR waives any Whent to benefits afforded to private mass ,,Section 3(e) of the Federal Transit Act of 1964 (49 C hereafter may be amended. CONTRACTOR also fims of unfair competition that it otherwise might assert, that otherwise might accrue to it under the above - under any other similar or comparable provisions of the law. NONASSIGNABILITY. This Agreement shall not be assigned by CONTRACTOR without the prior written consent of CITY. BUSINESS LICENSE. CONTRACTOR shall obtain all pertinent and required business licenses, pay all fees and taxes required for such licenses, and keep such licenses and tax accounts in good standing at all times. FAITHFUL PERFORMANCE. The faithful performance by CONTRACTOR of each and every term, condition, and provision of this Agreement i4su made a condition precedent for the payment of any sums agreed herein tCONTRACTOR by CITY. CONTRACTOR shall post with the City Clerk ato approval of CITY'S City Attorney and Director of Finance a r other accepNanrety ity for use of CITY. Such bond or security shall be ex d by CON CTO company licensed to do business as such in the alifornia. Such bond or security shall be in the amount of ed Fifty and and No/1001h Dollars ($250,000.00) and shall at all times b t in an ct. The bond and/or security may be a ren (1) yea r secu and shall be renewed annually before i iration da rovide wever, that such bond or security must remain in full force an e ate CITY makes any demands for paym e r s until CITY releases such claim. CONTRACTOR's sure all not be hel on hould surety fail to renew bond, however, in this event, C CTOR m ubstitute a letter of credit drawn on a US Bank, in favor of the CITY, in a mo o assure CITY of CONTRACTOR's performance hereunder. Provision of such bdWor its equivalent, approved by CITY is a material covenant of this Agreement. VEHICLE SERVICE HOURS. For purposes of this Agreement, "vehicle service hour" is defined as one (1) vehicle providing revenue passenger service for one (1) hour during the hours of service herein specified. A vehicle service hour shall be deemed to have commenced when a vehicle enters the DAR service area boundary as shown in Appendix A of the Scope of Work for the purpose of providing passenger transportation pursuant to the requirements of the Scope of Work. A vehicle service hour shall not include any out -of -service vehicle time used for vehicle operator breaks or lunches. A vehicle service hour shall end when a vehicle terminates the provision of DAR and/or Fixed Route service by either exiting the DAR and/or Fixed Rou service area boundary, or by returning to the CITY'S storage yard. PAYMENTS TO CONTRACTOR_ 40V 14 Basic Consideration: In consideration of the performance of the agrees to pay to CONTRACTOR the following set forth P1ftp, CITY A RIDE and FIXED Year Five Year Six Payment for Additional Services: Additional services are those services which are described in Exhibit I — Scope of Work as potential future services for which CONTRACTOR payment will be adjusted should CITY require CONTRACTOR to provide said services or those services not covered in the Agreement or Scope of Work which CITY and CONTRACTOR mutually agree shall be performed by CONTRACTOR. In the event that additional services are undertaken by CONTRACTOR, either at the direction of CITY or as the result of an agreement between CITY and CONTRACTOR, payment to CONTRACTOR shall be adjusted to compensate CONTRACTOR for actual cost incurred to provide said additional services plus five percent (5%). CONTRACTOR shall provide documentation of costs incurred satisfactory to CITY. Invoice: Within ten (10) days following the end of each furnish to CITY an invoice for service provided du monthly report required by the Scope of Work by CITY, which may revise said format at its' CONTRACTOR shall be based upon said mo modified by (b), (c), (d), (f), and (g)*%he� days following the receipt and approvM saidl subject to certifi Agreement have and Fixed Route NTRACTOR shall and the Fe shall be in th at specified disc6.retio Payments t vehicle service hours as be made within fifteen (15) ly report by CITY, of the conditions of this paid to CONTRACTOR pursuant to the terms hall be adjusted to compensate CONTRACTOR for the number of vehicle service hours operated by the number of vehicle service hours for Dial -A Ride (25,000) After the end of each twelve (12) month period of this Agreement (the "adjustment date"), the number of vehicle service hours operated during the previous twelve (12) month period by the CONTRACTOR will be determined. If the difference in vehicle service hours (either positive or negative) between said vehicle service hours and 25,000 for Dial -A Ride and 25,000 for Fixed Route is greater than twenty percent (20%) of 25,000 for Dial -A Ride and/or twenty percent (20%) of 25,000 for Fixed Route, the CONTRACTOR'S consideration during the ensuing twelve (12) month period shall be adjusted (increased or decreased). If the difference in vehicle hours is less than twenty percent (20%) for Dial -A Ride and/or twenty percent (20%) for Fixed Route, no adjustment will be made. If an adjustment is necessary, the CONTRACTOR'S consideration for each of the ensuing twelve (12) payments shall be increased or decreased, as appropriate, by an amount equal to e -twelfth (1/12`") of the total adjustment amount. If agreed upon by both parties, t ustment will be made in one (1) lump sum. The adjustment amount shall be neIrteeen the CITY and the CONTRACTOR. A& PERFORMANCE PENALTIES. Through the awcontract, CITY and CONTRACTOR agree to a system*"tLes inclu Appendix A: Scope of Work to ensure the performance required ink ag DISADVANTAGE BJ ESS EMERPRIMME n that disadvantaged business ent s as defin 49 Part 23 and 26 shall have the maximum opportunity to parte a in the perfo nce o ontracts financed in whole or part with Federal funds under'WgreemgM Consequently the DBE requirements of 49 C.F.R Part 23 and 26 apply to twment. EQUAL EMPLOYMENT OPPORTUNITY/GENERAL REQUIREMENTS. In connection with the execution of this contract, CONTRACTOR shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, or national origin. CONTRACTOR shall take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, age, or national origin. Such action shall include, but not be limited to, employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. CONTRACTOR further agrees to insert a similar provision in all subcontracts, e t subcontracts for standard commercial supplies or raw materials. If CONTRACTOR is required to submit and Equal Employment Opportunity (EEO) pro that E Federal Government is incorporated by referenc Failure by CONTRACTOR to as a violation of the Agreement. U carry out the a appropriate, in req Section Environ I Govern Afta m)roval of its aoorBW by the part of the Agreement. program shall be treated of its failure to remedies, as it considers shall comply with all applicable standards, orders, or IJ06 of the Clean Air Act (42 U.S.C. 1857 (h)), Act (33 U.S.C. 1368), Executive Order 11738, and regulations (40 C.F.R., Part 15), which prohibit the use under non-exempt FWeral contracts, grants, or loans of facilities included on the EPA List of Violating Facilities. CONTRACTOR shall report violation to FTA and to USEPA Assistant Administrator for Enforcement (EN -329). TITLE VI CIVIL RIGHTS ACT OF 1964. During the performance of this Agreement, CONTRACTOR, for itself, its assignees and successors in interest, agrees as follows: Compliance with Regulations: CONTRACTOR shall comply with the Regulations relative to nondiscrimination in Federally assisted programs of the Department of Transportation (49 C.F.R.), as they may be amended from time to time ("the Regulations"), which are herein now incorporated by reference and made a part of this Agreement. Nondiscrimination: CONTRACTOR, with regard to Agreement, shall not discriminate on the groun national origin in the selection and retention materials and leases of equipment. or indirectly in the discrimination employment practices when the co Regulations. Solicitations for Su solicit eit wor a perform of equip eact CONTRACTO relative to nondisci origin. by it during the age, or including IVment of participate either directly of Regulations, including rth in Appendix B of the of Materials and Equipment: In all bidding or negotiations made by CONTRACTOR for including procurement of materials or leases or supplier shall be notified by R'S obligations under this contract and the Regulations on the grounds of race, religion, color, sex, age, or national Information and Reports: CONTRACTOR shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by CITY or Federal Transit Administration, as appropriate, and shall set forth what efforts it has made to obtain the information. Sanctions for Noncompliance: In the event of CONTRACTOR'S noncompliance with the nondiscrimination provisions of this contract, CITY shall impose such contract sanctions as it or the Federal Transit Administration may determine to be Apropriate, including, but not limited to: Withholding of payments to CO CONTRACTOR complies, alq Cancellation, termination or su (a) through (f) in materials and leases means however, that litigation with a su until contract, in whole or in provisions of paragraph subcontract, including procurement of by the Regulations, or directive R shall take such action with respect to any or Federal Transit Administration may direct as a sions including sanctions for noncompliance; provided, NTRACTOR becomes involved in, or is threatened with, or supplier as a result of such direction, CONTRACTOR may request CITY, and, in addition, CONTRACTOR may request the services of the Attorney General, in such litigation to protect the interest of the United States. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT. Overtime Requirements. No CONTRACTOR or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers shall require or permit any such laborer in any work week in which he or she is employed on such to work in excess of forty (40) hours in such work week unless such laborer receives compensation at a rate not less than one and a half (1 '/2) times the basic rate of pay for all hours worked in excess of forty (40) hours in such Violation: Liability for Unpaid Wages, Liquidated Dama= of the clauses set forth in paragraph (a) of this s CO subcontractor responsible therefore shall b e for the i such CONTRACTOR and subcontractor shall be aA damages. Such liquidated damag com laborer employed in violation of the cl se the sum of ten dollars �ch cal v or permitted to wqJW excess payment of the ove secti In1iftvent of any violation any )aid id wages. dition, United States for liquidated respect to each individual ara�h (a) of this section, in on w such individual was required < week of forty (40) hours without fuse set forth in paragraph (a) of this Unpaid WMs and Liquidated Damages. The CITY shall upon its own action or upon n r st of an authorized representative of the Department of Labor withhold or c e to be withheld, from any money payable on account of work performed by the CONTRACTOR or subcontractor under any such contract or any other Federal Contract with the same prime contract, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime CONTRACTOR, such sums as may be determined to be necessary to satisfy any liabilities of such CONTRACTOR or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b) of this section. Subcontracts. The CONTRACTOR or subcontractor shall insert in any subcontracts the clauses set forth in this section and also a clause requiring the subcontractor to include these clauses in any subcontractor or lower tier subcontractor in this section. A PROHIBITED INTEREST. No official, officer, o tenure or one (1) year thereafter shall have Agreement or the proceeds thereof. INTEREST OF MEMBERS OF, OR U.S.C. Section 431, shall be ad coninterest, is 019 debarred rs' list mai CO or defib, the the clauses set forth his or her CONEIRESS. In accordance with of the United States orA;; his A ement or to any benefit arising therefrom. RACTOR, including any of its officers or holders of a ed orm CITY whether or not it is or has been on any �ed by the United States Government. Should on such a list during the performance of this project, it shall promptly so inform OW. CONTRACTOR shall not award a contract of any amount to any party included on said debarred bidders' list. CARGO PREFERENCE. CONTRACTOR shall abide by 46 U.S.C. Section 1241 (13)(1) and 46 C.F.R. Part 381 which impose cargo preference requirements on shipment of foreign made goods. FEDERAL GRANT CONDITIONS. This Agreement is subject to a financial assistance contract between CITY and the United States Department of Transportation (DOT), Federal Transit Administration (FTA). CITY and DOT agree to comply with all terms and conditions respectively required of them by reason of that contract. If FTA requires any change to this Agreement to comply with its requirements, both rt=es agree to amend this Contract as required by FTA. If such changes cause ease or decrease in the work to be performed by CONTRACTOR or in the tim compensation to be paid to CONTRACTOR ando adjusted. agrees that, absent the Federal Goverl Government shall notAMP&o any connection with t4Wrformance]the req hen the ;quitably CONTRACTOR nt, the Federal or IMMies to CONTRACTOR in of this Agreement. CONTRACTOR recognizes uirements off@ Pro7fflft Fraud Civil Remedies Act of 1986, as amended, apply to itWions pertain= to this Agreement. Accordingly, the CONTRACTOR certifies or affiMWe !MWIness and accuracy of any statement it has made, it makes, or it may make pertc'Wg to the actions covered by this Agreement. In addition to other penalties that may be applicable, CONTRACTOR also acknowledges that if it makes a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986, as amended, on CONTRACTOR to the extent the Federal Government deems appropriates. REPORTING, RECORD RETENTION, AND ACCESS. At a minimum, CONTRACTOR agrees to provide to FTA those reports required by U.S. DOT's grant management rules and any other reports the Federal Government may require. IAL CONTRACTOR agrees that, during the course of the thereafter, it will maintain intact and readily acc records, contracts, and supporting material ing 1 Government may require for the project. Wrct a r three (3) years all data, doc ts, reports, theiroiect as the ral Upon request, CONTRACTOR agree per crefNWf Transportation and the Comptroller General o States autho representatives, to inspect all project work Is, payrol nd oth ta, and to audit the books, records, and accounts of CONT rs pertaining to the project. In accor i C. 25(a), CONTRACTOR agrees to require each sub ctor whose c ct a is not based on competitive bidding procedures as defined b Secretary ransportation to permit the Secretary of Transportation and Comptroller G lo nited States, or their duly authorized representatives, to inspect all work, ma Is, payrolls, and other data and records involving that contract and to audit the books, records, and accounts involving that contract as it affects the project. AIR QUALITY. CONTRACTOR agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. CONTRACTOR agrees to comply with applicable requirements of U.S. Environmental Protection Agency (EPA) regulations, "Conformity to Stateorod, al Implementation Plans of Transportation Plans, Programs and Projects DevFunded or Approved Under Title 23 U.S.C. or the Federal Transit Act," 40 "Determining Conformity of Federal Actions to 40 C.F.R. Part 93. To support the requisite CONTRACTOR agrees to implement each air q incorporated in the project. CO applicable State Implementation Plan wholly consistent described in the CO Subpart T; and Plans," project, on and control measure project identified in an Control Measure, will be scope of the project and require each subcontractor to any tier to report any Ling from any project implementation activity of and the appropriate U.S. EPA Regional Office. R agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. § 1251 et seq. CONTRACTOR agrees to report and require each subcontractor at any tier to report any violation of these requirements resulting from any project implementation activity of a subcontractor or itself to FTA and the appropriate U.S. EPA Regional Office. DRUG AND ALCOHOL TESTING. CONTRACTOR agrees to establish a drug and alcohol testing program that complies with C.F.R. Parts 653 documentation necessary to establish its compliance with any authorized representative of the United States operating administrations, the State Oversight the facilities and records associated with of California, , produce any and 654, and permit or its to inspect the drug dl Icohol testing program as required under 49 C.F.R. Pa 654 and review the testing process. CONTRACTOR agrees ertify an its compliance with Parts 653 and 654 before March 1 of each year to s Ma�pment Information System (MIS) reports h 1 of r to C Transit Manager. To certify complianc CONTRA R shat the "Substance Abuse Certifications" in the "Annual List of Ce for Federal Transit Administration nts," which is published annually in the Federal CONTRACTOR agrees to comply w?WII applicable requirements of the Americans with Disabilities Act of 1990 (ADA), 42 U.S.C. § 12101 et seq., Section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794; 49 U.S.C. § 5301(d); and all regulations promulgated to implement the ADA and Section 504 of the Rehabilitation Act of 1973, as amended, as may be applicable to CONTRACTOR. CHARTER SERVICE OPERATIONS. CONTRACTOR agrees that while performing work in connection with this Agreement it will not engage in charter service operations, except as permitted by 49 U.S.C. § 5323(d) and FTA regulations, "Charter Service," 49 C.F.R. Part 604, and any amendments thereto that may be issued. Any applicable charter service agreement required by these regulations is incorporated by reference and made part of this Agreement. SCHOOL BUS OPERATIONS. CONTRACTOR ag subcontractor performing work in connection bus operations for the transportation of competition with private school bus operators, 5323(f) and FTA regulations, amendments thereto that may be i by these regulations FEDERAL. STATE shall ord DISPUTE RESOL age in school to rmitted by 49 U.S.C. § C.F.R. Part 605, and any bus agreement required part of this Agreement. R warrants and covenants that it with all applicable Federal, State, and local laws and and regulations issued by any authority of of its performance of this agreement. CLAUSE. All claims, controversies or disputes arising out of or relating to this contract, or the breach, termination, enforcement, interpretation or validity of the contract, including the determination of the scope or applicability of this clause shall be determined by binding arbitration in Lodi, California, by one (1) arbitrator. The American Arbitration Association shall administer the arbitration under its Rules then in effect, subject to the modifications of those rules contained in this clause. This Agreement to Arbitrate shall be specifically enforceable under the prevailing law of any court having jurisdiction, and the award rendered by the arbitrator may be entered in any court having jurisdiction. The appropriate venue for any arbitration under this clause shall be in San Joaquin County, California. This clause is not intended to and does not waive the claim fil California Government Code Section 900 et seg. In the sufficient claim is filed by CONTRACTOR with CITY, or in part by CITY, this clause shall result in the of all the issues presented in the claim. Cla CONTRACTOR to arbitration pursuant to the Association within ninety (90) days CONTRACTOR. Otherwise, the cla entirety. 4 The "fast track" rules count es DO S. In arbitrE have the r to on CITY and CO C three (3) deposition n quirements found at at a timely and legally s rejected in whole ial an ing resolution TY shall be itted by erican Arbitration rejection by CITY to klged finally waived in their d�Association shall apply to any claim or DRIED FIFTY THOUSAND AND 00/100 ($150,000.00) ding under the "fast track" rules, the arbitrator shall epositions be taken and other discovery be made. Both II have the right, upon written notice, to take no more than the other as a matter of right. Whether or not CONTRACTOR and CITY may be engaged in interstate commerce, any controversy or dispute mentioned above shall be determined by and the parties shall be bound by the substantive law of the State of California, and not the Federal Arbitration Act at 9 U.S.C. Section 1 et seq. The arbitrator may grant any remedy or relief deemed just and equitable under the circumstances, whether or not such relief could be awarded in a court of law. The arbitrator shall be empowered to award monetary sanctions against a party. The arbitrator shall, in the written award, allocate all the costs of the arbitration, including the fees of the arbitrator and the reasonable attorney fees of the party who did not prevail. The prevailing party shall be majority of the central issues in the case are resolved. Notwithstanding anything in this clause to power to award punitive damages or other damages (excluding litigation cost arbitrator's powers under this of punitive damages court with res CO failure to do ling party, against the in whose favor the Fine by the party's actual rty. This limitation of the exclusion of the issue to vest jurisdiction in a all subcontracts, if any, a clause whereby the in an arbitration between CITY and work of the subcontractor to be joined. CONTRACTOR'S The parties to any contract of which this clause is made a part by reference or otherwise shall, and hereby do, waive any rights provided by Title 9.2 of the California Code of Civil Procedure, Section 1296. The arbitrator's award shall be deemed final, conclusive and binding to the fullest extent allowed by California law. WAIVER. The waiver by CITY of any breach or violation of any term, covenant, or condition of this Agreement or of any provisions, ordinance, or law shall not be deemed to be ordinance, or law. ENTIRE AGREEMENT. This contract consists of this City of Lodi Fixed Route, Paratransit and Demand -Response Operations Contract Scope of Work incorporated by this reference as if fully set forth herein); and CITY'S Requ Proposals for City of Lodi Fixed Route, Paratransit and Demand -Response s Contract (the "RFP"); CONTRACTOR'S proposal submitted in respt e RFP, CONTRACTOR'S Best and Final Offer. Should conflicts exi4teP hese documen s Agreement and Exhibit I shall control over the RFP; r:ial Offershal ntrol over CONTRACTOR'S Proposal. representation between CITY and NOTICES. Any Agreement shall States maw any other oral or written iven under the provisions of this W personally or by deposit in the United Ci Lodi Works Director Box 3006 21 West Pine Street Lodi, CA 95241-1910 (95240) TO CONTRACTOR Or at such other addresses as the parties may file with each other for such purpose. IN WITNESS WHEREOF, the City of Lodi, a municipal corporation, has caused this Agreement to be executed in duplicate by its City Manager and attested by its City Clerk under authority of Resolution No. , adopted by Council of the City of Lodi on the day of , 2008, and CONTRACTOR has caused this Agreement to be executed. CIT By:. By: By: Corporations — signature of two (2) officers required or one (1) officer plus corporate seal Partnership — signature of partner required Sole Proprietorship — signature of proprietor required