HomeMy WebLinkAboutAgenda Report - April 18, 2012 C-07AGENDA ITEM 7
(9)CITY OF LODI
COUNCIL COMMUNICATION
AGENDA TITLE: Adopt Resolution Authorizing City Managerto Execute Contract and Contract
Extensions for Fixed Route, ADA Paratransit, and Demand Response Operations
for Fiscal Years 2012/13 to 2014/15 with MV Transportation Inc., of Fairfield
($1,682,365 for Fiscal Year 2012/13)
MEETING DATE: April 18, 2012
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Managerto execute contract and
contract extensions for fixed route, ADA paratransit, and demand
response operations for Fiscal Years 2012/13 to 2014/15 with
MV Transportation, Inc., of Fairfield, in the amount of $1,682,365 for Fiscal Year 2012/13.
BACKGROUND INFORMATION: On June 18, 2008, City Council awarded the Transit Operations
contract to MV Transportation, Inc., for a four-year term through
2011/12 with two one-year extensions. I n October 2009, due to
reduced State funding, City Council approved reduced transit service hours and hours of operations.
With the service hour reduction, the contract price was renegotiated. The four-year contract ends
June 30, 2012. To receive more competitive price, City staff felt it would be advantageousto solicit
proposals and not exercise the one-year extensions.
Request for Proposals (RFP) for the Transit Operations contract were released on February 1, 2012, with a
March 12, 2012 submittal deadline. City staff solicited RFPs by advertising in two newspapers for three
days and distributing notifications by mail to several transit contractors. The City held a non -mandatory
pre -proposal conference on February 15, which was attended by six potential proposers. City staff
presented a summary of requested services and the contractor's responsibilities. All written questions and
comments were due February 22, 2012. Staff responded to the written questions via an addendum. Three
proposalswere received (Bauer Intelligent Transportation, MV Transportation, Inc., and StorerTransit
Systems) and found to be responsive.
The proposals were distributed to an evaluation panel for review and were scored based on the
evaluation factors provided in Attachment 1. The factors included Organization/Management (30%),
Financial (35%), and Technical (35%). The evaluation panel included the City's Transportation Manager
and Transit Managers from City of Manteca and City of Tracy. All three firms were interviewed, and the
two top firms were requested to provide their Best and Final Offer (BAFO) by March 26, 2012. The
BAFOs from the two firms were distributed to the evaluation panel for review, and the panel again scored
the firms using the same evaluation factors.
The evaluation panel unanimously scored MV Transportation's proposal as the most advantageousto the
City based on the evaluation factors. MV Transportation's proposal presented the lowest cost, proposed to
continue with the same General Manager and Safety and Training Manager, retained all current staff
(subjectto City's background check), and included all required elements of the RFP. The City Council shall
have the discretion to: 1) award the Agreement to the Proposer whose proposal is most advantageousto
APPROVED:
Konradt Bartlam, City Manager
KAWP1PROJECTSITRANS1*nRFP for Operations 20121CAward.doc
4/4/2012
Adopt Resolution Authorizing City Manager to Execute Contract and Contract Extensionsfor Fixed
Route, ADA Paratransit, and Demand Response Operations for Fiscal Years 2012/13 to 2014/15 with
MV Transportation Inc., of Fairfield ($1,682,365 for Fiscal Year 2012/13)
April 18, 2012
Page 2
the City, or 2) reject any and all proposals. The Council is not bound by the recommendation of the
evaluation panel.
A summary of the two BAFOs is provided below:
Best and Final Offer
Storer
MV
Year 1 Year 2
$1,792,271 $1,837,078
$1,682,365 $1,740,691
Year 3 Total
$1,883,005 $5,512,354
$1,787,597 $5,210,653
Difference $301,701
Attachment 2 provides MV Transportation's proposed hourly and fixed monthly costs for the three-year
term beginning July 1, 2012 and ending June 30, 2015. Similar to other City franchised contracts, pricing
for each of two one-year options is adjusted by a percentage amount equal to eighty percent (80%) of the
annual change in the Consumer Price Index (CPI) for all Urban Consumers for San Francisco -Oakland -
San Jose, California area. All items (1982-84=100) published by the U.S. Department of Labor, Bureau of
Labor Statistics for the 12 -month period ending December 31 of the preceding calendar year.
MV Transportation provided the City with a letter from the labor union representing the drivers, noting their
support of the contract renewal with MV Transportation.
FISCAL IMPACT: The proposed contract provides more annual operating hours at a better price
per hour than the current contract. There is an estimated savings of $200,000
per year over the present contract.
FUNDING AVAILABLE: Fundsfor this contract are from Transportation Development Act (TDA) and
Federal Transit Administration (FTA) funds and have been included in the
Fiscal Year 2012/13 Transit Operations (1250) budget.
i4d6hfiyers
Deputy City Manager/internal Services Director
P 6
�� F. Wally ndelin
Public Works Director
Prepared by Paula Fernandez, Transportation Manager/Senior Traffic Engineer
FWS/PJF/pmf
Attachments
oc: Transportation Manager
Fleet Services Supervisor
MV Transportation, Inc. (Mr. Pihl, Mr. Stewman, Mr. Kohlhepp)
KAWP\PROJECTS\TRANSIT\RFP for Operations2012\CAward.doc 4/4/2012
ATTACHMENT 1
PROPOSAL EVALUATION CRITERIA
Responsive proposals will be evaluated in accordance with the following criteria. Category A
will each receive thirty percent of the total value, and Categories B and C will be assigned thirty-
five percent.
CATEGORY A: ORGANIZATION AND MANAGEMENT (30%)
1. Demonstrated public transit management and operations capabilities and performance.
2. Qualifications and experience of the proposed General Manager, Safety Manager and
other personnel.
3. Commitment and approach to maximizing the safety, quality and efficiency of public
transit operations.
4. Demonstrated understanding and commitment to equitable labor management practices,
Equal Employment Opportunity, and non-discrimination in the selection of
subcontractors and in the provision of public transit services.
5. References.
CATEGORY B: FINANCIAL (35%)
1. Financial stability of proposer.
2. Reasonableness of proposed monthly and hourly rates, and allocation of contract
resources.
CATEGORY C: TECHNICAL (35%)
1. Demonstrated understanding of requirements.
2. Assessment of submitted programs and plans; equipment provided for computer aided
dispatch system, vehicle locating and tracking system, system reservations and dispatch
plan, and telephone system.
3. Demonstrated knowledge and experience related to the operation of technical
equipment such as automated fareboxes and cameras, vehicle locating/tracking systems
and computer aided dispatch system; and experience with use of Compressed Natural
Gas (CNG) fueling.
4. Availability of quality technical resources and personnel to assure equipment provided
by Contractor is properly maintained and fully utilized to provide required reporting
information.
ATTACHMENT 2
PROPOSAL FORM, Page 1
Section VII: CITY PROPOSAL FORM
This PROPOSAL FORM is to be used to submit the PROPOSER'S firm fixed price proposal for all work
described in the DRAFT AGREEMENT and EXHIBIT " A- SCOPE OF WORK.
The PROPOSER'S price proposal must consist of fixed hourly rates by mode of service, fixed cost per
mile, and fixed monthly rates, all in accordance with Section 9.1 - Price Formula, of the DRAFT
AGREEMENT. Such rates shall be proposed for each of the three years contemplated in this RFP, and
shall be based on the levels of service, in terms of vehicle revenue hours (VRH) for Dial-A-Ride/VineLine
and fixed route services, as stated below. In the event CITY exercises any option year(s) allowed
under this AGREEMENT, rates shall be adjusted for each option year in a percentage amount
equal to eighty percent (80%) of the annual change in the Consumer Price Index (CPI) for all
Urban Consumers for San Francisco -Oakland -San Jose, California area. All items (1982-
84=100) published by the US Department of Labor, Bureau of Labor Statistics (the Index) for the
twelve (12) month period ending December 31 of the preceding calendar year. The detailed
Budget Breakdown on pages 2 and 3 of the PROPOSAL FORM should be consistent with the rates
proposed. Refer to Vehicle Revenue Hour definition on page 2 of this PROPOSAL FORM.
LEVEL OF SERVICE
7/1/12 - 6/30/13
7/1/13 - 6/30/14
7/1/14 - 6/30/15
Dial -A -Ride/ ADA Paratransit
Vehicle Revenue Hours
15,000+15%
15,000±15%
15,000±15%
Fixed Route
(Vehicle Revenue Hours
18,000±15%
18,000±15% I 18,000±15%
Total Vehicle Revenue Hours
33,000+15%
33,000 ±15%
33,000+15%
PRICE FORMULA
Cost/ Vehicle Revenue Hour (Total 35.131 36.244 37.230
Cost from Proposal Form, Page 2
divided by Total VRH)
Monthly Fixed Expense 43,586.79 45,386.41 46,584.02
(Provide a detailed listing all fixed
costs using Proposal Form, Page
3)
TOTAL ANNUAL COSTS BASED
ON FIGURES ABOVE
7/1/12 - 6/30/13
7/1/13 - 6/30/14
7/1/14 - 6/30/15
Total CITY Cost/ Vehicle
Revenue Hour
1,159,323
1,196,054
1,228,589
Total Monthly Fixed Expense
523,041
544,637
559,008
1,682,365
11740,691
1,787,597
TOTAL ANNUAL COST
RFP - 19
PROPOSAL FORM, Page 2
BUDGET BREAKDOWN
VEHICLE REVENUE
HOURLY COST ELEMENTS
ANNUAL
7/1/12 - 6/30/13
7/1/13 - 6/30/14
7/1/14 - 6/30/15
Driver Wages
751,708
773,753
788,868
Driver Fringe Benefits
266,720
277,435
289,704
Scheduler/Dispatch Wages
94,948
96,847
98,784
Scheduler/Dispatch Benefits
35,621
37,410
40,328
Uniform
3,060
3,132
3,216
Hiring/ Training
7,267
7,476
7,687
TOTAL (ANNUAL)
1,159,323
1,196,054
1,228,589
Vehicle Revenue Hourly Cost Elements refers to combined cost for fixed -route,
ADA paratransit and demand response services and items listed above.
Vehicle Revenue Hour definition:
Fixed -Route
Vehicle Revenue Hours will be calculated based on the actual time that each revenue
vehicle is in service and available to passengers. This means from the first scheduled
pick up time point to the last scheduled time point. For fixed route services, Vehicle
Revenue Hours are defined as the scheduled hours of service, set forth in the current
"Grapel-ine Fixed Route Maps and Bus Schedules" as shown in Exhibit C, or any
revisions thereto, plus or minus adjustments for schedule deviations, trippers, or other
service level changes as specifically authorized by the CITY underArticle 6 of the DRAFT
AGREEMENT. See Attachment 11 for current Express route deadhead.
ADA paratransit/Demand Response
For Dial -A -Ride and VineLine ADA paratransit service, Vehicle Revenue Hours are
defined as the time from when a vehicle makes its first pick up through the time of its last
drop off, regardless of whether the first pick-up is a no-show. "No-show" is defined when
a passenger reserves a ride but does not meet the vehicle at the scheduled time and in
accordance with CITY'S DAR/VL Rider's Guide.
For all transit services, Vehicle Revenue Hours shall specifically exclude deadhead
hours, including time for travel to and from storage facilities, changing routes, downtime
for road calls, road tests, fueling, vehicle inspections, driver training, and driver lunches
and rest breaks but shall include layover time.
RFP - 20
PROPOSAL FORM, Page 3
PRICE PROPOSAL
YEAR 1
YEAR 2
YEAR 3
MONTHLY FIXED
COST ELEMENTS (ANNUAL)
7/1/12 - 6/30/13
7/1/13 - 6/30/14
7/1/14 - 6/30/15
Management Wages
101,576
103,608
105,680
Management Benefits
29,719
28,454
29,322
Administrative Wages
54,972
56,072
57,192
Administrative Benefits
19,114
20,077
21,651
Office Expense & Supplies
5,370
5,508
5,646
Insurance.
44,973
45,498
46,026
Marketing
6,000
6,150
6,304
Insurance Deductible/Expense
5,516
5,516
5,516
Performance Bond
3,125
3,125
3,125
Communications
7,290
7,476
7,662
Profit
42,059
52,221
53,628
Safety
6,494
6,631
6,779
Other/ Equipment
145,021
151,130
155,827
Maintenance Supplies
2,760
2,832
2,904
Start -Up
-
-
-
Utility Expenses
22,529
23,249
24,257
Other (Specify)
26,523
27,089
27,489
TOTAL (ANNUAL) 1523,041 544,637 559,008 I
PROPOSER shall provide itemized budget detail for each line item shown above.
RFP -21
PROPOSAL FORM, Page 4
Itemized Budget Detail for Hourly
Expense
Driver Wages
Revenue Wages
NewHireTraining
Wages
Retraining&Safety
Meetings
Driver Benefits
Vacation
Holiday
PTO
Medical/Dental
Insurance
Life Insurance
401(k)
Payroll Taxes
Workers' Compensatior
Sched/Disp Wages
Lead Dispatcher
Dispatchers
Sched/Disp Benefits
Vacation
Holiday
PTO
Med ical/Dental
Insurance
Life Insurance
401(k)
Payroll Taxes
Workers' Compensatior
PROPOSAL FORM, Page 4
(Cont'd)
Uniform
FY 2012/13 FY 2013/14 FY 2014/15
743,820
765,640
780,592
2,173
2,226
2,271
5,715
5,886
6,005
60,624
65,368
73,704
18,465
19,026
19,410
33,782
34,961
35,667
13,697
14,175
14,462
60,624
65,368
73,704
240
252
264
115
118
120
76,347
78,203
79,465
63,450
165,333
66,612
40,642 41,455 42,284
54,306 55,393 56,501
2,721
2,775
2,830
1,632
1,665
1,698
18,945
20,428
23,033
48
50
53
36
3738
9,002
9,154
9,309
3,237
3,302
3,368
3,060 3,132 3,216
RFP - 22
Hiring/Training Expenses
Recruiting
Background Checks
Physicals
Other (Specify)
1,433
1,474
1,516
3,825
3,927
4,029
2,009
2,075
2,142
Total Hourly Expenses 11,159,323 1 11,196,054 1 11,228,589
RFP - 23
PROPOSAL FORM, Page 5
Itemized Budget Detail for Monthly
Fixed Expense
FY 2012/13 FY 2013/14 FY 2014/15
Management Wages
Operations Manager 59,595 60,787 62,002
Safety&Training
Manager 41,981 42,821 43,678
Management Benefits
Vacation 2,910 2,969 3,028
Holiday 1,746 1,781 1,817
PTO - - -
Medical/Dental
Insurance 12,260 10,668 11,201
Life Insurance 38 40 42
401(k) 49 50 51
Payroll Taxes 9,251 9,414 9,579
Workers' Compensationj 3,463 13,532 13,603
Administrative Wages
Road Supervisors 14,034 145315 14,601
Accounting Manager
Vault Clerk
BTW Trainers
Farebox Clerk
Shuttle Inv Clerk
Transit Store 140,938 41,757 42,591
Administrative Benefits
Vacation 1,173 1,196 1,220
Holiday 704 718 732
PTO
Medical/Dental
Insurance 10,230 11,031 12,438
Life Insurance 26 27 29
401(k) 19 20 20
Payroll Taxes 15,108 5,195 5,283
Workers' Compensationj 1,853 1,890 1,928
PROPOSAL FORM,Page 5
(Cont'd)
RFP - 24
OfficeExpenses&
Supplies
Copier Toner & Paper
Postage
DSL Service
Misc. Office Supplies
Insurance
General Liability
Automobile Liability
FidelityBond/Crime
Insurance
Marketing
Insurance
Deductible/Expense
Performance bond
Communications
Cell Phone
Radio Usage
Telephone
Profit
Safety
Pull Notice Program
Safety&Training
Program
Drug& Alcohol Program
Other/Equipment
Trapeze Maint. Fees
Business License
Depreciation- DriveCam
Depreciation -Trapeze
Depreciation- Computers
3,000 3,072 3,144
240 252 264
2,130 2,184 2,238
841
50,436
870
894
44,132
44,628
45,132
4,116
5,049
1,361
6,000
6,150
6,304
5,516
5,516
5,516
3,125
3,125
3,125
42,059 1 152,221 1 153,628
301
50,436
301
301
4,832
1,224
4,939
4,116
5,049
1,361
1,391
1,152
1,429
49,200
50,436
151,696
1,224
3,072
4,116
1,335
1,152
965
RFP - 25
PROPOSAL FORM, Page 5 (Cont'd)
Depreciation-
CoinCounter
Depreciation-
PhoneUpgrade
Overhead
VehicleCleaning
Supplies
FacilityCleaning
Supplies
Facility Supplies
Other
Maintenance Supplies
Other Utility Expenses
Utility Supervisor
Utility Workers
Vacation
Holiday
PTO
Medical/Dental
Insurance
Life Insurance
401(k)
Payroll Taxes
Workers' Compensatior
Start Up - - -
Other (Specify)
Armored Car Service 4,644 1 14,764 4,884
TimePoint/IVR Costs 13,834 1 114,184 114,53
Interest Expense 8,045 1 18,141 8,068
Total Fixed Expense 1523,041 1 1544,637 1 1559,008
RFP - 26
PROPOSAL FORM, Page 6
Staffing Levels & Wages/ Salaries YEAR 1 YEAR 2 YEAR 3
(Full -Time)
Fixed Route, ADA Paratransit & Demand
Response
CONTRACTOR Definition of full-time Employee_
A full time employee is one that works an average of more than 35 hours a week.
FY 2012/13 FY 2013/14 FY 2014/15
Full -Time Employees 7/1/12 - 6/30/13 7/1/13 - 6/30/14 7/1/14 - 6/30/15
Job Classifications No. Scale No. Scale No. Scale
Drivers 6 17.59 6 18.03 6 18.39
Drivers 2 18.74 2 19.11 2 19.49
Drivers
Drivers
Drivers
Drivers
Dispatchers/Supervisors 1 18.37 1 18.74 1 19.11
Operations Manager 1 29.96 1 30.56 1 31.18
Office/Clerical Staff 1 18.50 1 18.87 1 19.25
Trainers 1 21.11 1 21.53 1 21.96
Utility Staff
Off -Site Personnel
Please list all benefits a full-time employee will be eligible to receive based on the terms of your price proposal. Include the
time frame at which an employee is eligible to receive such benefits.
_Vacation: varies by seniority with average of 130 vacation hours per FT Driver, 3 month probation.
Holiday: 10 days for both FT/POT drivers — begins accruing immediately; staff gets 6 paid Holidays.
PTO Days: Drivers average 13 days; Staff PTO is part of their wage calculation.
Medical/Dental/LifeMOIK Benefits are as outlined in the Proposal.
FY 2012/13 FY 2013/14 FY 2014/15
FTE for full-time employees: 112 12 12
*Please explain and justify any off-site personnel included in the price proposal.
Definitions: 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 salary. In the case of drivers, please indicate the number of
drivers at differing hourly wage rates.
RFP - 27
PROPOSAL FORM, Page 7
Staffing Levels & Wages/Salaries YEAR 1 YEAR 2 YEAR 3
(Part -Time)
Fixed Route, ADA Paratransit & Demand
Response
CONTRACTOR Definition of part-time Employee_
A part time employee is one that works an average of less than 35 hours a week.
Part -Time Eml
Job Classifications
Drivers
Drivers
Drivers
Drivers
Drivers
Drivers
Dispatchers/Supervisors
Operations Manager
Office/Clerical Staff
FY 2013/14
7/1/13 - 6/30/14
FY 2012/13
7/1/12 - 6/30/13
Scale
No. Scale
3
15.62
1
16.11
1
16.61
1
17.10
13
17.59
FY 2013/14
7/1/13 - 6/30/14
No.
Scale
3
16.01
1
16.51
1
17.02
1
17.52
13
18.03
FY 2014/15
7/1/14 - 6/30/15
No. Scale
3 16.33
1 16.84
1 17.36
1 17.87
13 18.39
3 116.36 13 116.69 13 117.02
Trainers _ 11 17,33 11 117 67 1 1 18.03 l
Utility Staff 1 10.62 1 10.83 1 11.05
Off -Site Personnel
Please list all benefits a part-time employee will be eligible to receive based on the terms of your price proposal. Include the time
frame at which an employee is eligible to receive such benefits.
Vacation: PT drivers are not eligible. Holiday: 10 days for both PT/FT Drivers — begins accruing
immediately; staff gets 6 paid Holidays. PTO Days: PT Drivers are not eligible and PT staff is covered as
part of their wage calculation. Medical/Dental/LifeMOI K Benefits are as outlined in the
Proposal.
FY 2012/13 FY 2013/14 FY 2014/15
No. of part-time employees: 124 24 24
*Please explain and justify any off-site personnel included in the price proposal.
Definitions: "Wage Scale" should either be the hourly wage or monthly salary. In the case of drivers, please indicate
the number of drivers at differing hourly wage rates.
PROPOSAL FORM, Page 8
ATTACHED TO THIS PROPOSAL FORM ARE THE FOLLOWING ITEMS:
1. Any and all Addenda which may have been issued by CITY in connection with this
RFP
2. Performance Security Requirement
3. RFP Forms and B — Non -Collusion Affidavit; Eligible Bidder Certification; Proposer's
Bond Form
4. Statement of Qualifications
5. Experience/References
6. Organization Description
7. Proposed Staffing Plan (including salary & benefit schedules, resumes)
8. Description of Management and Personnel Policies
9. Description of Accounting and Reporting System
10. Description of Insurance (including statement of loss experience and pending claims)
11. Financial Statement
12. Technical Requirement/ Contractor Furnished Equipment
13. Description of Safety Program
14. Description of Screening and Selection Program
15. Description of Training and Retraining Program
16. Time Schedule for Start-up/Transition
Proposer:
Address:
Signature:
RFP - 29
Phone:
Date:
AGREEMENT
BETWEEN
CITY
AND
MV TRANSPORTATION, INC.
This AGREEMENT is entered into in the City of Lodi, County of San Joaquin, State of
California, this day of , 2012 ("Effective Date") by and between the City
of Lodi, a municipal corporation, hereinafter referred to as "CITY and MV Transportation, Inc.,
of Fairfield, California, hereinafter referred to as "CONTRACTOR" (collectively the "PARTIES").
WITNESSETH
WHEREAS, CITY has determined that it requires operational services for its public
transit system, and
WHEREAS, CONTRACTOR has represented that it has the necessary expertise and
personnel and is qualified to perform such services;
NOW, THEREFORE, it is mutually understood and agreed as follows:
ARTICLE 1 - COMPLETE AGREEMENT
This AGREEMENT and the attachments and documents incorporated herein constitute the
complete and exclusive statement of the terms of the AGREEMENT between CITY and
CONTRACTOR and it supersedes all prior representations, understanding and
communications. The invalidity in whole or in part of any provision of this AGREEMENT shall
not affect the validity of other provisions. CITY'S failure to insist in one or more instances upon
the performance of any term or terms of this AGREEMENT shall not be construed as a waiver
or relinquishment of CITY'S right to such performance by CONTRACTOR. In the event of a
conflict between the various documents comprising this AGREEMENT, the document with a
later date shall prevail over a document with an earlier date.
ARTICLE 2` - HIRING OF THE CONTRACTOR
CITY hereby engages CONTRACTOR and CONTRACTOR agrees to perform the services,
hereinafter described, in connection with the operation of CITY'S GrapeLine Fixed route,
VineLine ADA complementary paratransit, and GrapeLine demand response/Dial A Ride
services.
ARTICLE 3 - INDEPENDENT CONTRACTOR
CONTRACTOR'S relationship to CITY in its performance of this AGREEMENT is that of an
independent contractor. CONTRACTOR agrees that it is not and will not become an employee,
partner, agent, or principal of CITY while this AGREEMENT is in effect. CONTRACTOR may,
at CONTRACTOR's own expense, use employees or subcontractors as CONTRACTOR deems
necessary to perform the services required by CONTRACTOR under this AGREEMENT. The
personnel performing services under this AGREEMENT shall at all times be under
Award final Agreement.DOC 1
CONTRACTOR'S exclusive direction and control and shall be employees of CONTRACTOR
and not employees of CITY. CITY shall not control, direct or supervise CONTRACTOR's
employees or subcontractors in the performance of those services.
CONTRACTOR shall pay all wages, salaries, and other amounts due its employees in
connection with the performance of this AGREEMENT and shall be responsible for all reports
and obligations respecting them, such as social security, income tax withholding,
unemployment compensation, workers compensation insurance, and similar matters. The
personnel performing services under this AGREEMENT shall not be entitled to the rights or
benefits afforded to CITY employees, including disability or unemployment insurance, workers'
compensation, medical insurance, sick leave, or any other CITY employment benefit.
CONTRACTOR shall provide its employees with written notice that any and all obligations in
connection with their employment are obligations of CONTRACTOR and not CITY.
The relationship between CITY and CONTRACTOR is non-exclusive. CONTRACTOR may
perform services for, and contract with as many other clients, persons, or companies as
CONTRACTOR, in its sole discretion, sees fit.
ARTICLE 4 - SCOPE OF WORK
CONTRACTOR will provide the services to be rendered as set forth in the Request for
Proposals issued by CITY on February 1, 2012, as amended by any addenda, which is
attached hereto as (Exhibit A — Scope of Work) and is hereby incorporated by this reference, as
supplemented or modified by CONTRACTOR'S Operations Service Proposal, which is attached
hereto as Exhibit H and is hereby incorporated by this reference.
ARTICLE 5 - CHANGES IN SCOPE OF WORK
It is understood and agreed by CITY and CONTRACTOR that it may be necessary, from time to
time during the term of this AGREEMENT, to modify its provisions or to revise the scope and/or
extent of CONTRACTOR'S work under this AGREEMENT for CITY transit operations. In each
such instance, CITY and CONTRACTOR shall consult with each other and shall come to a
mutually acceptable AGREEMENT as to the nature of the required modification or revision
desired. Each AGREEMENT to modify or revise the scope and/or extent of CONTRACTOR'S
work shall be reduced to writing, and when fully executed by both parties, shall constitute an
amendment to this AGREEMENT. Each amendment will be identified and sequentially
numbered as "Amendment No. V' "Amendment No. 2," and so forth, and shall be subject to all
of the other applicable provisions of this AGREEMENT. Until an amendment has been
approved by CITY in the foregoing manner, it shall have no force or effect.
Notwithstanding the above, CITY without invalidating this AGREEMENT may from time to time
order minor changes in the scope and/or extent of CONTRACTOR'S work involving CITY
GrapeLine routes, schedules, bus stop locations, and so forth to respond to demand, special
events and other occurrences without requiring an amendment pursuant to this ARTICLE 5,
provided that such changes do not result in a change in the number of annual vehicle service
hours of more or less than fifteen percent (15%).
In the event a federal, state or local government adopts any law, rule or regulation that requires
an increase in the minimum wages or benefits paid to or provided to employees of
CONTRACTOR subsequent to the date of execution of this AGREEMENT, then CITY and
CONTRACTOR agree to meet and negotiate an equitable adjustment to the compensation paid
to CONTRACTOR by CITY hereunder to allow CONTRACTOR to recover those costs.
Award final Agreement.DOC 2
ARTICLE 6 — CHANGES IN LEVEL OF SERVICE
The "baseline service level" is the amount of service, approximately 33,000 vehicle hours of
service annually during the initial term of this AGREEMENT (July 1, 2012 through June 30,
2015). CITY may increase, decrease, or otherwise change the service to be provided as set
forth below. Changes to service levels are provided as follows:
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 routing or scheduling under circumstances where there is no
opportunity for the parties to confer; provided, however, that such adjustments do not constitute
a "substantial change" as defined below.
The party initiating the emergency adjustment shall notify the other party immediately of such
occurrence. CITY shall specify steps to be taken by CONTRACTOR to notify patrons of the
change in routing and/or scheduling necessitated by such emergency adjustments, and/or
modifications to the emergency adjustments made by CONTRACTOR. In making temporary
emergency adjustments, should CONTRACTOR incur added expenses beyond those
compensated under the primary terms of this AGREEMENT, CITY and CONTRACTOR shall
negotiate a fair and equitable adjustment in compensation for service.
Substantial Chanaes in Service Level Any proposed change in the service level shall be
deemed "substantial" if such results in one or more of the following conditions:
An increase of 15% or more in revenue vehicle service hours, as computed from the
baseline service level.
• A decrease of 15% or more in total revenue vehicle service hours as computed from the
base line service level.
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.
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 the effective date
of such order. Such order shall not be effective sooner than thirty (30) days from the date of
issuance, unless mutually agreed otherwise in writing by both parties.
CONTRACTOR shall be compensated following any substantial change to the service level
according to the Article 9 of this AGREEMENT.
Non -Substantial Changes in Service Level. CITY may order non -substantial increases,
decreases or other alterations to the service upon written notice to CONTRACTOR. Said notice
shall specify the change(s) requested and the effective date(s). CONTRACTOR shall be
allowed thirty (30) days to implement non -substantial changes.
Changes in Subsidiary Duties. CITY may request change in CONTRACTOR'S reporting
requirements, training and safety programs, inventory requirements, testing procedures,
personnel practices, and/or other operating details that do not result in change to the service
level. If CONTRACTOR declines such requests, or such request would result in a material
increase in CONTRACTOR'S costs or in the time required for performance, CONTRACTOR
shall notify CITY within seven (7) days after receipt of such request and shall submit a claim
Award final Agreement DOC 3
detailing such objections and/or increases. The PARTIES shall negotiate an equitable
settlement of CONTRACTOR'S claim, which reflects actual increases or decreases in
CONTRACTOR'S total costs to perform AGREEMENT caused by the change in question.
ARTICLE 7 - INSURANCE; PERFORMANCE SECURITY
7.1 Insurance
a. CONTRACTOR'S Responsibilities - Minimum Types and Scope of
Insurance
The insurance requirements specified in this article shall apply to the
CONTRACTOR and any subcontractors, suppliers, temporary workers,
independent contractors, leased employees, or any other persons, firms or
corporations that CONTRACTOR authorizes to work under this Agreement
(hereinafter collectively referred to as "Agents"). The CONTRACTOR and all
Agents are required to procure and maintain at their sole cost and expense the
insurance coverage subject to all of the requirements set forth below. Such
insurance shall remain in full force and effect throughout the term of this
Agreement. To the extent that any Agent does not procure and maintain such
insurance coverage, the CONTRACTOR shall be responsible for said coverage
and assume any and all costs and expenses that may be incurred in securing
said coverage or in fulfilling CONTRACTOR's indemnity obligation as to itself or
any of its Agents in the absence of coverage. In the event CONTRACTOR or its
Agents procure excess or umbrella coverage to maintain certain requirements
outlined below, these policies shall also satisfy all specified endorsements and
stipulations, including provisions that the CONTRACTOR's insurance be primary
without any right of contribution from CITY. Prior to beginning work under this
AGREEMENT, CONTRACTOR shall provide CITY with satisfactory evidence of
compliance with the insurance requirements of this article.
Workers Compensation and Employers' Liability Insurance -
Workers Compensation with Statutory Limits, as required by Section
3700 et seq. of the California Labor Code, or any subsequent
amendments or successor acts thereto governing the liability of
employers to their employees.
1. Workers' Compensation coverage in compliance with the statutory
benefits as allowed by California law.
2. Employer's Liability coverage in the amount of $1,000,000 per
accident or disease.
3. The Workers' Compensation insurance shall include the following
endorsement as further detailed in the Endorsements Section
below:
a. Waiver of Subrogation.
i. This waiver of subrogation shall also include a waiver
of subrogation for any injuries to operators and drivers
of passenger transit service vehicles that occur on the
premises of CITY while operators or drivers are
outside of the passenger transit service vehicles.
Commercial General Liability Insurance - Commercial General Liability
insurance for bodily injury and property damage coverage of at least $5
Award fmalAgreement.DOC 4
million per occurrence and a general aggregate limit of at least $10
million. Such insurance shall cover all of CONTRACTOR's operations,
other than CITY's operations provided under this AGREEMENT. This
insurance shall include coverage for, but not be limited to:
1. Premises and operations;
2. Products and completed operations;
3. Contractual liability;
4. Personal injury;
5. Advertising injury;
6. Explosion, collapse, and underground coverage (xcu);
7. Employment Practices liability; and
8. Broad form property damage.
Such insurance shall include the following endorsements as further
detailed in the Endorsements Section below:
1. Additional Insured;
2. Cross Liability or Severability of Interests Clause;
3. Primary and Non -Contributory wording; and
4. Waiver of Subrogation.
iii. Automobile Liability Insurance - Automobile Liability insurance
providing bodily injury and property damage with a combined single limit
of at least $2 million per occurrence. This insurance shall include
coverage for the following types of vehicles, except while being used to
provide CITY's passenger transit service:
1. All Owned Vehicles;
2. Non -Owned Vehicles; and
3. Hired or Rental Vehicles.
Such insurance shall include the following endorsements as further
detailed in the Endorsements Section below:
1. Additional Insured;
2. Cross Liability or Severability of Interests Clause;
3. Primary and Non -Contributory wording; and
4. Waiver of Subrogation.
iv. Automobile Physical Damage Insurance - Automobile Physical
Damage insurance providing Comprehensive and Collision insurance
covering CONTRACTOR -owned vehicles. Such insurance shall include
the following endorsements as further detailed in the Endorsements
Section below:
1. Waiver of Subrogation,
v. Crime Insurance - CONTRACTOR will provide Crime insurance,
including coverage for dishonesty and theft of money and securities from
any inside location or outside messenger, by CONTRACTOR's officers,
employees or agents, with the following limits of liability:
Award final Agreement.DOC rJ
Employee Dishonesty
$50,000
Depositors Forgery
$50,000
Off and On Premises
$50,000
Computer Fraud
$50,000
Regarding these coverages:
1. CONTRACTOR shall reimburse CITY for any and all losses within
the deductible, for insured losses, the cost to prove the loss,
accountants' fees, defense costs, including attorney's fees and
costs, and any other fees associated with a claim for coverage
under this Section (a) (v).
2. The policy shall contain a Joint Loss Payee endorsement naming
CITY as further detailed in the Endorsements Section below.
vi. Endorsements
1. Additional Insured - The referenced policies and any Excess or
Umbrella policies shall include as Additional Insured's the City of
Lodi, its elected and appointed officials, officers, employees,
volunteers and agents while acting in such capacity, and their
successors or assignees, as they now, or as they may hereafter
be constituted, singly, jointly or severally.
2. Waiver of Subrogation - The referenced policies and any Excess
or Umbrella policies shall contain a waiver of subrogation in favor
of the City of Lodi and its elected and appointed officials, officers,
directors, employees, volunteers and agents while acting in such
capacity, and their successors and assignees, as they now, or as
they may hereafter be constituted, singly, jointly or severally.
3. Primary Insurance - The referenced policies and any Excess and
Umbrella policies shall indicate that they are primary to any other
insurance and the insurance company(ies) providing such
policy(ies) shall be liable thereunder for the full amount of any loss
or claim, up to and including the total limit of liability, without right
of contribution from any of the insurance effected or which may be
effected by the City of Lodi.
4. Severability of Interests or Cross Liability - The referenced
policies and any Excess or Umbrella policies shall contain either a
Cross Liability endorsement or Severability of Interests Clause
and stipulate that inclusion of the City of Lodi, and its elected and
appointed officials, officers, directors, employees, volunteers and
agents while acting in such capacity, and their successors or
assignees, as an Additional Insured shall not in any way affect
CITY's rights either as respects any claim, demand, suit or
judgment made, brought or recovered against the
CONTRACTOR. Said policy shall protect the CONTRACTOR and
the CITY in the same manner as though a separate policy had
been issued to each, but nothing in said policy shall operate to
increase the insurance company's liability as set forth in its policy
beyond the amount or amounts shown or to which the insurance
company would have been liable if only one interest had been
named as an insured.
Award final Agreement.DOC 6
5. Joint Loss Payee Endorsement - CITY shall be named as a
Joint Loss Payee on the CONTRACTOR's Employee Dishonesty
policy.
vii. Evidence of Insurance
Prior to commencing work or entering onto the Property, CONTRACTOR
shall provide the Risk Manager of CITY with a certificate evidencing
coverage, and upon request, a certified duplicate original of the policy. The
certificate shall also show that the CONTRACTOR's policy(ies) will not be
cancelled or have coverage reduced without 30 days prior written notice to
CITY's Transportation Manager and CITY's Risk Manager.
viii. General Provisions
1. Notice of Cancellation - The policies shall provide that the
CONTRACTOR's policies will not be cancelled or have limits
reduced or coverage altered without 30 days prior written notice to
CITY's Transportation Manager and CITY's Risk Manager.
2. Acceptable Insurers - All policies will be issued by insurers
acceptable to CITY (generally with a Best's Rating of A -X or
better).
3. Self-insurance - Upon evidence of financial capacity satisfactory
to CITY and the CONTRACTOR's agreement to
waive subrogation against CITY respecting any and all claims that
may arise, the CONTRACTOR's obligations hereunder may be
satisfied in whole or in part by adequately funded self-insurance.
4. Deductibles and Retentions — CONTRACTOR shall identify self
insured retention (SIR) limits. It is at the sole approval of CITY to
accept SIR limits. The CONTRACTOR shall be responsible for
payment of any deductible or retention on the CONTRACTOR's
policies without right of contribution from CITY. If for whatever
reason, CONTRACTOR is unable or unwilling to pay its SIR to
obtain the necessary liability coverage(s) required under this
AGREEMENT, CITY will have the option, to the fullest extent of
the law, of paying the SIR on behalf of CONTRACTOR from any
source, so as to maintain the liability coverage(s).
b. CITY's Insurance Responsibilities - Minimum Types and Scope of
Insurance
CITY, at its own cost and expense, will maintain in full force and effect during the
entire term of this AGREEMENT and any extension period, unless otherwise
agreed by the Parties, the following insurance:
i. General Liability
CITY currently has general liability and physical damage insurance
coverage under the California Transit Insurance Pool (CaITIP). CITY will
continue to provide general liability and physical damage insurance on all
CITY owned transit vehicles and property with a minimum limit of liability
per occurrence of $20 million for bodily injury and for property damage.
Award final Agreement.DOC 7
CONTRACTOR shall be a Covered Party on the liability coverage
provided by CaITIP. CITY shall be responsible for any deductible or self
insured retention. This insurance shall include coverage for, but not be
limited to:
1. Premises and operations;
2. Products and completed operations;
3. Contractual liability;
4. Personal injury;
5. Advertising injury;
6. Explosion, collapse, and underground coverage (xcu); and
7. Broad form property damage.
Such insurance shall include the following endorsements as further
detailed in the Endorsements Section below:
1. Cross Liability or Severability of Interests Clause;
2. Primary Wording; and
3. Waiver of Subrogation.
Automobile Physical Damage Insurance for Vehicles
CITY will maintain at its own cost and expense an automobile physical
damage insurance program to cover CITY -owned vehicles and
equipment and CONTRACTOR shall be a Covered Party on the physical
damage coverage provided by CaITIP. CONTRACTOR will cooperate
fully with CITY in filing claims with and recovering payments due from
CITY's insurers. CONTRACTOR shall be responsible for payment of the
deductible up to $5,000 for any claim arising out of an incident deemed to
be a preventable accident on the part of CONTRACTOR or its
subcontractors or employees. Such insurance shall include the following
endorsement as further detailed in the Endorsements Section below:
1. Waiver of Subrogation.
iii. Endorsements
1. Waiver of Subrogation - The referenced policies and any Excess
or Umbrella policies shall contain a waiver of subrogation in favor
of CONTRACTOR to the extent of the indemnification by CITY in
this AGREEMENT.
2. Primary Insurance - The referenced policies and any Excess and
Umbrella policies shall indicate that they are primary to any other
insurance and the insurance company(ies) providing such
policy(ies).
3. Severability of Interests or Cross Liability - The referenced
policies and any Excess or Umbrella policies shall contain either a
Cross Liability endorsement or Severability of Interests Clause
and stipulate that inclusion of CONTRACTOR as a Covered party
shall not in any way affect CITY's rights either as respects any
claim, demand, suit, or judgment. Said policy shall protect
CONTRACTOR and CITY in the same manner as though a
separate policy had been issued to each, but nothing in said
Award final Agreement.DOC $
policy shall operate to increase the insurance company's liability
as set forth in its policy beyond the amount or amounts shown or
to which the insurance company would have been liable if only
one interest had been named as an insured.
iv. Evidence of Insurance
Prior to commencing work, CITY shall provide CONTRACTOR with a
certificate of insurance evidencing coverage, and upon request, a
certified duplicate original of the policy: The certificate shall also show
that CITY's policy(ies) will not be cancelled or have coverage reduced
without 30 days or 60 days prior written notice to CONTRACTOR,
whichever applies.
v. General Provisions
1. Notice of Cancellation - CITY shall use its best efforts to obtain
60 days' written notice to CONTRACTOR. However, in no event
will such policy provide for less than 30 days' prior written notice
of cancellation to CONTRACTOR except for non-payment of
premium. In the event said insurance policy is cancelled for any
reason, then CITY shall replace said policy during the notification
period with another policy which complies with the requirements of
this AGREEMENT.
2. Retentions and Self-insurance - CITY shall have the right to
maintain self-insured retentions at any level or levels of up to the
CaITIP limit. Currently, CITY has no SIR with CaITIP.
3. Filing and Payment of Claims - CONTRACTOR will cooperate
fully with CITY in the investigation and processing of any and all
claims of whatever nature against the CONTRACTOR and CITY,
including cooperation with CaITIP's Contract Third Party Claims
Administrator, and in CITY's attempts to recover payments from
CITY's insurers. If CITY fails or refuses to pay losses incurred
within any self-insured retention, CONTRACTOR shall have the
right to terminate this AGREEMENT upon 30 days' written notice.
This right of termination, however, applies only to failure or refusal
by CITY to pay losses incurred within self-insured retentions, and
not to failures or refusals to pay losses falling within gaps or
shortfalls in insurance coverage created by previous payment of
losses which depleted or exhausted the annual aggregate limits
applicable to such insurance. Nothing contained in this subsection
should be deemed to foreclose or limit CITY's rights to defend
against any claims.
c. General Insurance Provisions Applicable to Both CONTRACTOR and CITY
The Parties further agree as follows:
i. Failure to Procure or Maintain Insurance - The failure of either party to
procure or maintain required insurance and/or an adequately funded self-
insurance program will constitute a material breach of this AGREEMENT.
ii. Claims Costs - Each of the Parties, at its sole cost and expense, will be
Award final Agreement.DOC 9
responsible for the investigation, administrative handling, and settlement
of claims for injury, death, or damage arising out of the performance of
this AGREEMENT for which it is responsible. Each party shall respond to
reasonable requests by the other party as to the status of all claims
presented for which the requesting party is responsible. The Parties
agree that the furnishing of such information is for the purpose of keeping
each other informed, as potential co-defendants, with respect to such
claims, is a privileged co-defendant communication, does not waive the
attorney-client, attorney work product or any other applicable privilege
and shall not be admissible in any action or proceeding of any kind
whatsoever as an admission or concession of liability or for any other
purpose whatsoever, nor shall any such information exchanged be
admissible as evidence of liability to, or damages allegedly suffered by
any claimant.
iii. Claims Made Coverage
If any insurance specified above shall be provided on a claim -made
basis, then in addition to coverage requirements above, such policy shall
provide that:
1. Policy retroactive date coincides with or precedes the start of work
(including subsequent policies purchased as renewals or
replacements).
2. Every effort will be made to maintain similar insurance for at least
three (3) years following completion of work, including the
requirement of adding all additional insured's.
3. If insurance is terminated for any reason, the party agrees to
purchase an extended reporting provision of at least three (3)
years to report claims arising from work performed in connection
with this AGREEMENT.
4. Policy allows for reporting of circumstances or incidents that might
give rise to future claims.
7.2 Performance Security
As a condition precedent to the effectiveness of this AGREEMENT, CONTRACTOR shall
furnish to CITY a Performance Security in the amount equal to Two Hundred Fifty Thousand
Dollars ($250,000). The Performance Security shall be in a form acceptable to CITY and shall
be held by CITY throughout the term of this AGREEMENT to guarantee performance by
CONTRACTOR.
Award final Agreement.DOC 10
ARTICLE 8 - INDEMNIFICATION
CONTRACTOR shall, to the extent permitted by law, indemnify, defend, and hold harmless
CITY, its elected and appointed officials, officers, agents, employees, and volunteers, and
CITY's Liability pool (CaITIP) and its insurers, from any liability imposed for injury (as defined by
California Government Code Section 870.8), claims or demands, including reasonable
attorney's fees, costs, and expenses, whether arising before or after completion of the work
hereunder, or in any manner directly or indirectly caused, occasioned or contributed to, or
claimed to be caused, occasioned or contributed to, in whole or in part, by reason of any act or
omission, of CONTRACTOR, or of anyone acting under CONTRACTOR'S direction or control
or on its behalf, in connection with or incident to or arising out of the performance of this
AGREEMENT, except to the extent that such liability arises from or is caused by the sole
negligence or willful misconduct of CITY, its elected and appointed officials, officers, agents„
employees or volunteers.
CITY maintains a policy of automobile liability insurance for the operation of the vehicles to be
used in accordance with the terms of this Agreement. Therefore, CITY agrees that
CONTRACTOR'S duty to indemnify CITY shall not include nor extend to any claim, loss, liability
or damage from any cause, including but not limited to injury to person, property, or wrongful
death, including payment of reasonable attorney'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 (unless it is the
direct result of CONTRACTOR'S gross negligence or willful misconduct) and that CITY and
CITY's liability pool and insurer waives any subrogation rights.
With respect to those claims arising from a professional error or omission, as well as
employment practices liability, CONTRACTOR shall indemnify, defend and hold harmless CITY,
its elected and appointed officials, officers, agents, employees, and volunteers, and CITY's
Liability pool (CaITIP) and its insurers, from any liability arising from the professionally negligent
acts, errors or omissions of CONTRACTOR.
This indemnity and hold harmless provision, insofar as it may be adjudged to be against public
policy, shall be void and unenforceable only to the minimum extent necessary so that the
remaining terms of this indemnity and hold harmless provision may be within public policy and
enforceable.
ARTICLE 9 - PAYMENT
CITY agrees to pay CONTRACTOR for the performance of services set forth in this
AGREEMENT as follows:
9.1 Price Formula
For services rendered under Article 4 of this AGREEMENT, entitled "Scope of Work", and
detailed in Exhibit A, which is attached hereto and made a part hereof, payment shall be based
on the following rates for the periods of July 7, 2072 through June 30, 2073 (2072-73); July 7,
2073 through June 30, 2074 (2073-74); and, July 7, 2074 through June 30, 2075 (2074-75).
Award final Agreement.DOC 11
A. FIXED HOURLY RATE, per Vehicle Revenue Hour:
• $35.131 for CITY fixed route and VineLine/DAR during 2012-13.
• $36.244 for CITY fixed route and VineLine/DAR, during 2013-14.
• $37.230 for CITY fixed route and VineLine/DAR, during 2014-15.
In the event CITY exercises any option year(s) allowed under this AGREEMENT
(Section 11.3), the fixed hourly rate shall be adjusted for each option year in a
percentage amount equal to eighty percent (80%) of the annual change in the
Consumer Price Index (CPI) for all Urban Consumers for San Francisco -Oakland -San
Jose, California area. All items (1982-84=100) published by the US Department of
Labor, Bureau of Labor Statistics (the Index) for the twelve (12) month period ending
December 31 of the preceding calendar year.
Vehicle Revenue Hours will be calculated based on the actual time that each revenue
vehicle is in service and available to passengers. This means from the first scheduled
pick up time point to the last scheduled time point. For fixed route services, Vehicle
Revenue Hours are defined as the scheduled hours of service, as set forth in the current
"GrapeLine Fixed Route Maps and Bus Schedules", which is available upon
CONTRACTOR'S request from CITY, or any revisions thereto, plus or minus
adjustments for schedule deviations, trippers, or other service level changes as
specifically authorized by the CITY under Article 6 of this AGREEMENT.
For Dial -A -Ride and VineLine ADA paratransit service, Vehicle Revenue Hours are
defined as the time from when a vehicle makes its first pick up through the time of its
last drop off, regardless of whether the first pick-up is a no-show. "No-show" is defined
when a passenger reserves a ride but does not meet the vehicle at the scheduled time
and in accordance with CITY'S DAR/VL Rider's Guide.
Vehicle Revenue Hours shall specifically exclude deadhead hours, including time for
travel to and from storage facilities, changing routes, downtime for road calls, road tests,
fueling, vehicle inspections, driver training, and driver lunches and rest breaks but shall
include layover time.
The fixed hourly rates specified herein shall compensate CONTRACTOR for all fixed
hourly rate cost elements detailed in CONTRACTOR'S Operations Service Proposal,
which is attached hereto as Exhibit H and is incorporated herein by this reference.
B. FIXED MONTHLY RATE
• $43,586.79 per service month during 2012-2013.
• $45,386.41 per service month during 2013-2014.
• $46,584.02 per service month during 2014-2015.
In the event CITY exercises any option year(s) allowed under this AGREEMENT
(Section 11.3), the fixed hourly rate shall be adjusted for each option year in a
percentage amount equal to eighty percent (80%) of the anni gal change in the
Consumer Price Index (CPI) for all Urban Consumers for San Francisco -Oakland -San
Jose, California area. All items (1982-84=100) published by the US Department of
Labor, Bureau of Labor Statistics (the Index) for the twelve (12) month period ending
December 31 of the preceding calendar year.
Award final Agreement.DOC 12
9.2 Invoices; Payment
On or before the fifth day of each month, CONTRACTOR shall submit an invoice to CITY,
Attention: Transportation Manager, itemizing CONTRACTOR'S full and complete performance
under this AGREEMENT for the previous one-month period. Invoices shall be in such form and
shall incorporate such supporting documentation as CITY may from time to time require.
All payments by CITY shall be made in arrears after the service has been provided by
CONTRACTOR. CITY shall pay CONTRACTOR'S invoice within 30 days following receipt of
such invoice. If CITY disputes any item on an invoice for a reasonable cause, CITY may
deduct the disputed item from the payment, but shall not delay payment for the undisputed
portions. The amounts and reasons for the disputed item(s) shall be stated in writing by CITY
and sent to CONTRACTOR within fifteen (15) working days after receipt of invoice by CITY.
CONTRACTOR and CITY shall then resolve payment disputes pursuant to Section 15.13
herein.
9.3 Greyhound Commission
In accordance with the Scope of Work, the CONTRACTOR shall staff the Greyhound ticket
sales counter (currently shared with CITY sales counter and transit service duties) during
regularly posted lobby hours. CITY shall provide ticket commission (currently 83.3°/x) to
CONTRACTOR from Greyhound commission sales. CONTRACTOR shall submit an invoice to
CITY for Greyhound commission sales within five (5) business days after receipt of amount for
Greyhound commission sales.
9.4 Failure to Perform
CITY recognizes that the operation of a public transit service is subject to circumstances and
variables beyond the control of CONTRACTOR. However, a properly run service will take steps
to reasonably accommodate such circumstances without compromising the safety or reliability
of the service.
CITY and CONTRACTOR will monitor service performance of the operation to assure that strict
adherence of routes and schedules are being maintained. If performance is found to be
substandard, CITY may request, in writing, adequate assurance of performance as defined in
the Scope of Work (Exhibit A).
CONTRACTOR understands that continual substandard performance, including, but not limited
to service runs departing ahead of schedule, missed service runs, service runs departing
scheduled stops fifteen minutes or more after the scheduled time, frequent accidents, safety
violations, frequent vehicle failure, frequent public complaints regarding driver behavior, or dirty
vehicles are grounds for termination of this AGREEMENT.
Penalties for Non Compliance and Performance of this AGREEMENT will be assessed in
accordance with the Scope of Work. CITY will deduct penalty assessments from monthly
payments by CITY to CONTRACTOR.
ARTICLE 10 - OPERATING REVENUES
All operating revenues collected by CONTRACTOR are the property of CITY. For purposes of
this AGREEMENT, operating revenues shall include, but are not necessarily limited to, farebox
receipts, pass and ticket sales revenue, and advertising revenues. CONTRACTOR shall be
Award final Agreement.DOC 13
responsible for handling farebox receipts, and pass and ticket sales revenues in the manner
provided for in CONTRACTOR'S Scope of Work, attached hereto as Exhibit A, and as
necessary for CITY to meet the requirements of State and federal funding sources.
ARTICLE 11 -TERM OF AGREEMENT
11.1 Base Term
This AGREEMENT shall become effective July 1, 2012 and shall continue in full force and
effect through June 30, 2015 unless earlier terminated as herein provided.
11.2 Month -to -Month Extensions
Upon completion of the full term of this AGREEMENT, CITY at its sole discretion may extend
the term of this AGREEMENT on a month-to-month basis up to a maximum of three (3)
months. CITY shall notify CONTRACTOR of such extensions at least thirty (30) days prior to
the termination date of this AGREEMENT. The compensation rates in effect during the last
monthly period of the full term of this AGREEMENT shall remain in effect and be applicable to
any extensions.
11.3 Option Term
In consideration of this AGREEMENT, CONTRACTOR hereby grants the below options,
exercisable in writing at CITY'S sole election, any time on or before the date specified herein
and as follows:
A. Description - CITY may extend the services provided by CONTRACTOR under this
AGREEMENT for the terms specified hereafter.
B. Price - In the event CITY exercises any option year(s) allowed under this AGREEMENT,
rates shall be adjusted for each option year in a percentage amount equal to eighty
percent (80%) of the annual change in the Consumer Price Index (CPI) for all Urban
Consumers for San Francisco -Oakland -San Jose, California area. All items (1982-
84=100) published by the US Department of Labor, Bureau of Labor Statistics (the Index)
for the twelve (12) month period ending December 31 of the preceding calendar year.
C. Option Exercise Date - On or before April 1, 2015 for an initial one (1) -year extension, and
on or before April 1, 2016 for a second 1 -year extension.
D. Term — Two (2) one (1) -year extensions, July 1, 2015 through June 30, 2016, and July 1,
2016 through June 30, 2017.
It is mutually understood and agreed by the PARTIES that all work performed and services
provided under the exercised option shall be in strict compliance with all of the requirements of
this AGREEMENT as such may be amended from time to time, in writing, by mutual
AGREEMENT of the PARTIES.
It is mutually understood and agreed that CITY is under no obligation whatsoever to exercise an
option and that no representations have been made by CITY committing it to such exercise.
The exercise of an option may be made by amendment of this AGREEMENT. Should CITY
elect to exercise an option, upon CONTRACTOR'S acceptance of CITY's election to exercise
Award final Agreement.DOC 14
the option herein described, the PARTIES shall execute a written amendment to this
AGREEMENT.
ARTICLE 12 —CITYACCESS TO VEHICLES
CITY shall be permitted access to all vehicles and equipment identified in Exhibit TBD during
the hours of operation and at all other times which may be acceptable to CONTRACTOR for
the purpose of conducting inspections, surveys, maintenance, or related activities as CITY may
deem necessary for the proper administration of the provisions of this AGREEMENT. Exhibit
TBD is attached hereto and incorporated by this reference.
ARTICLE 13 - COMPLIANCE WITH FEDERAL LAWS AND REGULATIONS
This AGREEMENT is financed in part with funding received under Section 5307 of the Federal
Transit Administration ("FTA"). All services performed by CONTRACTOR pursuant to this
AGREEMENT shall be performed in accordance and full compliance with all applicable federal
laws and requirements including, but not limited to:
13.1 Drug and Alcohol Testing
CONTRACTOR agrees to establish and implement a drug and alcohol testing program that
complies with 49 U.S.C. §5331 and 49 Code of Federal Regulations ("CFR") Parts 653 and
654, produce any documentation necessary to establish its compliance with Parts 653 and 654,
and permit any authorized representative of the United States Department of Transportation or
its operating administrations, the State Oversight Agency of California, or CITY, to inspect the
facilities and records associated with the implementation of the drug and alcohol testing
program as required under 49 CFR Parts 653 and 654 and review the testing process.
CONTRACTOR further agrees further to certify annually its compliance with Parts 653 and 654
on or before March 15 and to submit the Management Information System (MIS) reports on or
before March 15 to the CITY Transportation Manager. To certify compliance 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.
13.2 Buy America Requirements- Not Applicable
13.3 Charter Bus Requirements
CONTRACTOR agrees to comply with 49 U.S.C. §5323(d) and 49 CFR Part 604, which
provides that recipients and subrecipients of FTA assistance are prohibited from providing
charter service using federally funded equipment or facilities if there is at least one private
charter operator willing and able to provide the service, except under one of the exceptions at
49 CFR Part 604.9. Any charter service provided under one of the exceptions must be
"incidental" (i.e., it must not interfere with or detract from the provision of mass transportation).
13.4 School Bus Requirements
M.._�..�.-1 t_ A!1 11 C� /l ��]�/i\ ,J AA PCO �.�.4 aAi. rn inv�4p nr�r�l pi� rgnir�iq c
rui�uaitL w s+v v..�.0 §5JGJ`1� ailu -tom C. I1 1 all QVJ, IcCipIG11�J CAI JIAbIl+cipien s of FTA
assistance may not engage in school bus operations exclusively for the transportation of
students 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 subrecipients may not use federally funded equipment, vehicles, or
facilities.
Award final Agreement.DOC 15
13.5 Energy Conservation Requirements
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.
13.6 Clean Water Requirements
A. 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 seg. CONTRACTOR agrees to report each violation to CITY and
understands and agrees that CITY will, in turn, report each violation as required to
assure notification to FTA and the appropriate EPA Regional Office.
B. 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.
13.7 Lobbying
Byrd Anti -Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act
of 1995, 2 U.S.C. § 1601, et seq., as amended, contractors who apply or bid for an award of
$100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on
Lobbying." Each tier certifies to the tier above that it will not and has not used Federal
appropriated funds to pay any person or organization for influencing or attempting to influence
an officer or employee of any CITY, a member of Congress, officer or employee of Congress,
or an employee of a member of Congress in connection with obtaining any Federal contract,
grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of
any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on
its behalf with non -Federal funds with respect to that Federal contract, grant or award covered
by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient.
13.8 Federal Changes
CONTRACTOR shall at all times comply with all applicable FTA regulations, policies,
procedures and directives, including without limitation those listed directly or by reference in the
AGREEMENT (Form FTA MA (18) dated October, 2011) between CITY and FTA, as they may
be amended or promulgated from time to time during the term of this AGREEMENT.
CONTRACTOR'S failure to so comply shall constitute a material breach of this AGREEMENT.
13.9 Clean Air
A. CONTRACTOR agrees to comply with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act, as amended, 42 U.S.C.J§7401 et seq.
CONTRACTOR agrees to report each violation to CITY and understands and agrees
that CITY will, In turn, report each violation as required to assure i otifiM.CM in lir F a1 I-
the appropriate EPA Regional Office.
B. 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.
Award final Agreement.DOC 16
13.10 Recycled Products
Recovered Materials — CONTRACTOR agrees to comply with all the requirements of Section
6002 of the Resource Conservation and Recovery Act (RCRA), as amended, 42 U.S.C. §6962,
including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order
12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part
247.
13.11 No Government Obligation to Third Parties
No Obligation by the Federal Government.
A. CITY and CONTRACTOR acknowledge and agree that, notwithstanding any
concurrence by the Federal Government in or approval of the solicitation or award of the
this AGREEMENT, absent the express written consent by the Federal Government, the
Federal Government is not a party to this AGREEMENT and shall not be subject to any
obligations or liabilities to CITY, CONTRACTOR, or any other party (whether or not a
party to this AGREEMENT) pertaining to any matter resulting from this AGREEMENT.
B. 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.
13.12 Program Fraud and False or Fraudulent Statements and Related Acts
A. CONTRACTOR acknowledges that the provisions of the Program Fraud Civil Remedies
Act of 1986, as amended, 31 U.S.C. §§3801 et seq., and United States Department of
Transportation ("U.S. DOT) regulations, "Program Fraud Civil Remedies," 49 C.F.R.
Part 31, apply to its actions pertaining to this AGREEMENT. Upon execution of this
AGREEMENT, 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 this
AGREEMENT or the FTA assisted project for which this work is being performed. In
addition to other penalties that may be applicable, 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 penalties of the Program Fraud Civil Remedies Act of 1986 on
CONTRACTOR to the extent the Federal Government deems appropriate.
B . CONTRACTOR also acknowledges that if it makes, or causes to be made, a false,
fictitious, or fraudulent claim, statement, submission, or certification to the Federal
Government under a contract connected with this AGREEMENT that is financed in
whole or in part with Federal assistance originally awarded by FTA under the authority of
49 U.S.C. §5307, the Government reserves the right to impose the penalties of 18
U.S.0 §1001 and 49 U.S.C. §5307(n)(1) on CONTRACTOR, to the extent the Federal
GO .yrn111 rvlcn+ rlccme-nmr-imnri9fiC
C. CONTRACTOR agrees to include the above two clauses in each subcontract financed
in whole or in part with Federal assistance provided by FTA. It is further agreed that the
clauses shall not be modified, except to identify the subcontractor who will be subject to
the provisions.
Award final Agreement.DOC 17
13.13 Privacy Act
Contracts Involving Federal Privacy Act Requirements - The following requirements apply to
CONTRACTOR and its employees that administer any system of records on behalf of the
Federal Government under any contract:
A. 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, as amended, 5 U.S.C_-�552a. Among other things, CONTRACTOR agrees to
obtain the express consent of the Federal Government before CONTRACTOR or its
employees operate a system of records on behalf of the Federal Government.
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 this
AGREEMENT.
B. CONTRACTOR also agrees to include these requirements in each subcontract to
administer any system of records on behalf of the Federal Government financed in
whole or in part with Federal assistance provided by FTA.
13.14 Civil Rights Requirements
The following requirements apply to this AGREEMENT:
A. Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42
U.S.C. §2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42
U.S.C. §6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C.
§12132, and Federal transit law at 49 U.S.C. §5332, CONTRACTOR agrees that it will
not discriminate against any employee or applicant for employment because of race,
color, creed, national origin, sex, age, or disability. In addition, CONTRACTOR agrees
to comply with applicable Federal implementing regulations and other implementing
requirements FTA may issue.
B. Equal Employment Opportunity - The following equal employment opportunity
requirements apply to this AGREEMENT:
(1) 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, 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 performance of this
AGREEMENT. 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,
Award final Agreement.DOC 18
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.
(2) Age - In accordance with section 4 of the Age Discrimination in Employment Act
of 1967, as amended, 29 U.S.C. §623 and Federal transit law at 49 U.S.C.
§5332, CONTRACTOR agrees to refrain from discrimination against present and
prospective employees for reason of age. In addition, CONTRACTOR agrees to
comply with any implementing requirements FTA may issue.
(3) Disabilities - In accordance with section 102 of the Americans with Disabilities
Act, as amended, 42 U.S.C. §12112, CONTRACTOR agrees that it will comply
with the requirements of U.S. Equal Employment Opportunity Commission,
"Regulations to Implement the Equal Employment Provisions of the Americans
with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons
with disabilities. In addition, CONTRACTOR agrees to comply with any
implementing requirements FTA may issue.
C. CONTRACTOR also agrees to include these requirements in each subcontract financed
in whole or in part with Federal assistance provided by FTA, modified only if necessary
to identify the affected parties.
13.15 Transit Employee Protective Agreements
A. CONTRACTOR agrees to comply with applicable transit employee protective
requirements as follows:
(1) General Transit Employee Protective Requirements - To the extent that FTA
determines that transit operations are involved, CONTRACTOR agrees to carry
out the transit operations work set forth in this AGREEMENT 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
AGREEMENT and to meet the employee protective requirements of 49 U.S.C.
§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 the FTA Recipient's project from which
Federal assistance is provided to support work on this AGREEMENT.
CONTRACTOR agrees to carry out that work in compliance with the conditions
stated in that U.S. DOL letter. However, the requirements of this subsection (1),
do not apply to any contract financed with Federal assistance provided by FTA
either for projects for elderly individuals and individuals with disabilities
authorized by 49 U.S.C. §5310(a)(2), or for projects for non -urbanized areas
authorized by 49 U.S.C. §5311. Alternate provisions for those projects are set
forth in subsections (2) and (3c) of this clause.
(2) Transit Employee Protective Requirements for Projects Authorized by 49 U.S.C.
§5310(a)(2) for Elderly Individuals and Individuals with Disabilities - If this
AGREEMENT involves transit operations financed in whole or in part with
Federal assistance authorized by 49 U.S.C. § 5310(a)(2), and if the U.S.
Secretary cf Transportation has determined or determines in the future that the
employee protective requirements of 49 U.S.C_U333(b) are necessary or
Award final Agreement.DOC 19
appropriate for the state and the public body subrecipient for which work is
performed on this AGREEMENT, CONTRACTOR agrees to carry out the
performance of this AGREEMENT in compliance with the terms and conditions
determined by the U.S. Secretary of Labor to meet the requirements of 49
U.S.C. §5333(b), U.S. DOL guidelines at 29 C.F.R. Part 215, and any
amendments thereto. These terms and conditions are identified in the U.S.
DOL's letter of certification to FTA, the date of which is set forth Grant
Agreement or Cooperative Agreement with the state. CONTRACTOR agrees to
perform transit operations in connection with the underlying contract in
compliance with the conditions stated in that U.S. DOL letter.
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.
13.16 Disadvantaged Business Enterprises (DBE)
A. This AGREEMENT is subject to the requirements of Title 49, Code of Federal
Regulations, Part 26, Participation by Disadvantaged Business Enterprises in
Department of Transportation Financial Assistance Programs. CITY has not established
a specific DBE goal for this AGREEMENT, however, CONTRACTORS are encouraged
wherever possible to include DBE owned and operated sub contractors.
B. The CONTRACTOR shall not discriminate on the basis of race, color, national origin, or
sex in the performance of this AGREEMENT. The CONTRACTOR shall carry out
applicable requirements of 49 CFR Part 26 in the award and administration of this DOT -
assisted AGREEMENT. Failure by the CONTRACTOR to carry out these requirements
is a material breach of this AGREEMENT, which may result in the termination of this
AGREEMENT or such other remedy as CITY deems appropriate. Each subcontract the
CONTRACTOR signs with a subcontractor must include the assurance in this paragraph
(see 49 CFR 26.13(b)).
C. CONTRACTOR is required to report its DBE participation obtained through race -neutral
means throughout the period of performance.
D. CONTRACTOR is required to pay is subcontractors performing work related to this
AGREEMENT for satisfactory performance of that work no later than 30 days after
CONTRACTOR'S receipt of payment for that work from CITY. In addition,
CONTRACTOR may not hold retainage from its subcontractors.
E. CONTRACTOR must promptly notify CITY whenever a DBE subcontractor performing
work related to this contract is terminated or fails to complete its work, and must make
good faith efforts to engage another DBE subcontractor to perform at least the same
amount of work. CONTRACTOR may not terminate any DBE subcontractor and
perform that work through its own forces or those of an affiliate without prior written
consent of CITY.
13.17 Incorporation of Federal Transit Administration (FTA) Terms
The preceding provisions include, in part, certain Standard Terms and Conditions required by
DOT, whether or not expressly set forth in the preceding contract provisions. All contractual
provisions required by DOT, as set forth in FTA Circular 4220.1 F are hereby incorporated by
Award final Agreement.DOC 20
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
AGREEMENT. CONTRACTOR shall not perform any act, fail to perform any act, or refuse to
comply with any CITY requests which would cause CITY to be in violation of the FTA terms and
conditions.
13.18 Access to Records and Reports
CONTRACTOR agrees to provide CITY, the FTA Administrator, the Comptroller General of the
United States or any of their authorized representatives access to any books, documents,
papers and records of CONTRACTOR which are directly pertinent to this AGREEMENT for the
purposes of making audits, examinations, excerpts and transcriptions. CONTRACTOR also
agrees, pursuant to 49 CFR 633.17 to provide the FTA Administrator or his/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.
CONTRACTOR agrees to permit any of the foregoing parties to reproduce by any means
whatsoever or to copy excerpts and transcriptions as reasonably needed.
CONTRACTOR 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 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 18.39(1)(11).
13.19 Suspension and Debarment
This AGREEMENT is a covered transaction for purposes of 49 CFR Part 29. As such,
CONTRACTOR is required to verify that CONTRACTOR, nor any of its principals, as defined at
49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as
defined at 49 CFR 29.940 and 29.945.
CONTRACTOR is required to comply with 49 CFR 29, Subpart C and must include the
requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters
into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows:
The certification in this clause is a material representation of fact relied upon by CITY. If it is
later determined that CONTRACTOR knowingly rendered an erroneous certification, in addition
to remedies available to CITY, the Federal Government may pursue available remedies,
including but not limited to suspension and/or debarment. The bidder or proposer agrees to
comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout
the period of any contract that may arise from this offer. The bidder or proposer further agrees
to include a provision requiring such compliance in its lower tier covered transactions.
Award final Agreement.DOC 21
13.20 Access Requirements for Persons with Disabilities
CONTRACTOR agrees to comply with all applicable requirements of the Americans with
Disabilities Act (ADA) of 1990, as amended, 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.
13.21 Alcohol Abuse
To the extent CONTRACTOR or any subcontractor at any tier, or their employees, perform a
safety -sensitive function under this AGREEMENT, CONTRACTOR agrees to comply with, and
assures the compliance of each affected subcontractor at any tier, and their employees with 49
U.S.C. 5331, and FTA regulations, "Prevention of Alcohol Misuse in Transit Operations," 49
C. F. R., Part 654.
13.22 Fly America
CONTRACTOR agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in accordance
with the General Services Administration's regulations at 41 CFR Part 301-10, which provides
that recipients and subrecipients of Federal funds and their contractors are required to use U.S.
Flag air carriers for U.S. Government -financed international air travel and transportation of their
personal effects or property, to the extent such service is available, unless travel by foreign air
carrier is a matter of necessity, as defined by the Fly America Act. CONTRACTOR shall
submit, if a foreign air carrier was used, as appropriate certification or memorandum adequately
explaining why service by a U.S. flag air carrier was not available or why it was necessary to
use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly
America requirements. CONTRACTOR agrees to include the requirements of this section in all
subcontracts that may involve international air transportation.
13.23 Prompt Payment
A. Prompt Progress Payment to Subcontractors Attention is directed to the provisions in
Federal Regulations (49 CFR 26.29) concerning payment to subcontractors.
CONTRACTOR shall make prompt and regular incremental acceptances of portions, as
determined by CITY of the contract work and pay retainage to the prime contractor
based on these acceptances.
B. Prompt Payment of Payment of Withheld Funds to Subcontractors CONTRACTOR
shall return all monies withheld in retention from all subcontractors within thirty (30) days
after receiving payment for work satisfactorily completed and accepted including
incremental acceptances of portions of the contract work by CITY. Federal Regulation
(49 CFR 26.29) requires that any delay or postponement of payment over 30 days may
take place only for good cause and with CITY'S prior written approval. Any violation of
this provision shall subject the violating contractor or subcontractor to the penalties,
sanctions, and other remedies specified in Section 7108.5 of the California Business
and Professions Code.
This requirement shall not be construed to limit or impair any contractual, administrative,
or judicial remedies, otherwise available to the contractor or subcontractor in the event
of: a dispute involving late payment or nonpayment by the contractor; deficient
Award final Agreement.DOC 22
subcontractor performance; and/or noncompliance by a subcontractor. This provision
applies to both DBE and non -DBE subcontractors
13.24 Contract Work Hours and Safety Standards Act
CONTRACTOR agrees to comply, and assures the compliance of each third party contractor
and each subcontractor at any tier, during the term of this AGREEMENT, with the following
employee protection requirements for contract employees.
A. Overtime requirements No contractor or subcontractor contracting for any part of the
contract work which may require or involve the employment of laborers or mechanics
shall require or permit any such laborer or mechanic in any workweek in which he or she
is employed on such work to work in excess of forty (40) hours in such workweek unless
such laborer or mechanic receives compensation at a rate not less than one and one-
half times the basic rate of pay for all hours worked in excess of forty (40) hours in such
workweek.
B. Violation: liability for unpaid wages; liquidated damages In the event of any violation of
the clause set forth in paragraph A of this section the contractor and any subcontractor
responsible therefore shall be liable for the unpaid wages. In addition, such contractor
and subcontractor shall be liable to the United States for liquidated damages. Such
liquidated damages shall be computed with respect to each individual laborer or
mechanic, including watchmen and guards, employed in violation of the clause set forth
in paragraph A of this section, in the sum of $10 for each calendar day on which such
individual was required or permitted to work in excess of the standard workweek of forty
hours without payment of the overtime wages required by the clause set forth in
paragraph A of this section.
C. Withholding for unpaid wages and liquidated damages 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 any 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 liquidated
damages as provided in the clause set forth in paragraph B 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.
ARTICLE 14 -TERMINATION
A. Termination for Convenience CITY may terminate this AGREEMENT, in whole or in part,
at any time by written notice to CONTRACTOR when it is in CITY'S best interest.
CONTRACTOR shall be paid its costs, including contract close-out costs, and profit on
work performed up to the time of termination. CONTRACTOR shall promptly submit its
termination claim to CITY to be paid to CONTRACTOR. If CONTRACTOR has any
Award fmal Agreement. DOC 23
property in its possession belonging to CITY, CONTRACTOR will account for the same,
and dispose of it in the manner CITY directs.
B. Termination for Default If CONTRACTOR fails to perform in the manner called for in this
AGREEMENT, or if CONTRACTOR fails to comply with any other provisions of this
AGREEMENT, CITY may terminate this AGREEMENT for default. Termination shall be
effected by serving a notice of termination on CONTRACTOR setting forth the manner in
which CONTRACTOR is in default. CONTRACTOR will only be paid the contract price for
services performed in accordance with the manner of performance set forth in this
AGREEMENT.
If it is later determined by CITY that CONTRACTOR had an excusable reason for not
performing, such as a strike, fire, or flood, events which are not the fault of or are beyond
the control of CONTRACTOR, CITY, after setting up a new delivery of performance
schedule, may allow CONTRACTOR to continue work, or treat the termination as a
termination for convenience.
C. Opportunity to Cure CITY in its sole discretion may, in the case of a termination for
breach or default, allow CONTRACTOR an appropriate period of time, to be determined in
the sole discretion of CITY, in which to cure the defect. In such case, the notice of
termination will state the time period in which cure is permitted and other appropriate
conditions.
If CONTRACTOR fails to remedy to CITY'S satisfaction the breach or default of any of the
terms, covenants, or conditions of this AGREEMENT within ten (10) days after receipt by
CONTRACTOR of written notice from CITY setting forth the nature of said breach or
default, CITY shall have the right to terminate this AGREEMENT without any further
obligation to CONTRACTOR. Any such termination for default shall not in any way
operate to preclude CITY from also pursuing all available remedies against
CONTRACTOR and is sureties for said breach or default.
D. Waiver of Remedies for any Breach In the event that CITY elects to waive its remedies for
any breach by CONTRACTOR of any covenant, term or condition of this AGREEMENT,
such waiver by CITY shall not limit CITY'S remedies for any succeeding breach of that or
of any other term, covenant, or condition of this AGREEMENT.
E. Termination for Convenience CITY, by written notice to CONTRACTOR, may terminate
this AGREEMENT, in whole or in part, when it is in CITY'S interest. If this AGREEMENT
is terminated, CITY shall be liable only for payment under the payment provisions of this
AGREEMENT for services rendered by CONTRACTOR before the effective date of
termination.
F. Termination for Default If CONTRACTOR fails to deliver supplies or to perform the
services within the time specified in this AGREEMENT or any extension thereof, or if
CONTRACTOR fails to comply with any other provision of this AGREEMENT, CITY may
terminate this AGREEMENT for default. CITY shall terminate by delivering to
CONTRACTOR a written Notice of Termination specifying the nature of the default.
CONTRACTOR will only be paid the contract price for services performed in accordance
with the manner or performance set forth in this AGREEMENT.
If, after termination for failure of CONTRACTOR to fulfill its obligations under this
.AGREEMENT, it is determined that CONTRACTOR was not in default, the rights and
Award final Agreement. DOC 24
obligations of the PARTIES shall be the same as if the termination had been issued for
the convenience of CITY.
ARTICLE 15 - GENERAL PROVISIONS
15.1 Conflict of Interest
CONTRACTOR covenants that it presently has no interest and shall not acquire any interest,
direct or indirect, which would conflict in any manner or degree with the performance of service
required to be performed under this AGREEMENT. CONTRACTOR further covenants that in
the performance of this AGREEMENT, no person having such interest shall be employed by
CONTRACTOR.
15.2 Conflict of Transportation Interests
CONTRACTOR shall not divert any revenues, passengers or other business from CITY to any
taxi or other transportation operation of CONTRACTOR.
15.3 Conflicting Use
CONTRACTOR shall not use any vehicle, equipment, personnel or other facilities which are
dedicated to CITY for performing services under this AGREEMENT for any use whatsoever
other than provided for in this AGREEMENT without the prior written approval of CITY.
15.4 Audit; Retention of Records
CONTRACTOR shall allow authorized representatives of CITY, the U.S. Department of
Transportation, the Comptroller General of the United States, and the California State
Controller's Office to inspect and audit all data and records of CONTRACTOR relating to
performance under this AGREEMENT. Such audit shall be allowed upon reasonable notice to
CONTRACTOR. Further, CONTRACTOR shall maintain all required records for three (3) years
after final payment under this AGREEMENT and until all other pending matters are closed.
15.5 Compliance with Laws, Rules, Regulations
All services performed by CONTRACTOR pursuant to this AGREEMENT shall be performed in
accordance and full compliance with all applicable federal, state, or local statutes, and any rules
or regulations promulgated thereunder.
CONTRACTOR shall pay all taxes required to be paid by it by any applicable federal, state, or
local statute, including the Business License Tax levied by CITY. Further, CONTRACTOR shall
secure, on its own behalf, or on behalf of CITY if requested, any and all licenses and permits
required by law to perform the services set forth in Exhibit A, Scope of Work. CONTRACTOR
shall assure that all of its employees operating CITY vehicles possess a valid, current Class B
California Driver License with appropriate endorsements.
CONTRACTOR shall not be required to obtain licenses for CITY owned or leased vehicles, for
the CITY -provided facility, or any other CITY -provided equipment.
Award final Agreement.DOC 25
15.6 Liaison
Contractor shall assist and cooperate with CITY in meeting the objectives of providing quality
public transportation services. CONTRACTOR shall perform close liaison activities,
coordination and cooperation with CITY on matters related to transit operations, monitoring,
reporting and service performance measurements.
15.7 Service Performance Measures
CITY and CONTRACTOR agree to a system of Service Performance Measures (Assessments
and Incentives) included in Exhibit A, Scope of Work, to ensure the performance required under
this AGREEMENT. CITY will deduct and/or add assessment and incentive amounts, as set
forth in the Scope of Work, to monthly payments by CITY to CONTRACTOR.
15.8 Stop -Work
CITY may stop work on its transportation system upon forty-eight (48) hours of written notice to
CONTRACTOR. CITY shall be liable for all relevant costs defined under Section 9 incurred
prior to the stop -work period and for restart, if any.
15.9 Sale or Transfer
CONTRACTOR agrees that it will not sell, assign or transfer in whole or in part any right, title or
interest it possesses by reason of this AGREEMENT to any other person or entity without first
obtaining the written consent of CITY to such sale, assignment, or transfer. In the event of any
violation of this Section 14.9, CITY may immediately terminate this AGREEMENT.
15.10 Binding
This AGREEMENT shall be binding on the assigns, transferees, successors, heirs, trustees,
executors and administrators of the parties hereto.
15.11 Severability
In the event any provision of this AGREEMENT is declared or determined to be unlawful,
invalid, or unconstitutional, such declaration shall not affect, in any manner, the legality of the
remaining provisions of this AGREEMENT, and each provision of this AGREEMENT will be and
is deemed to be separate and severable from each other provision.
15.12 Waiver/Jurisdiction/Venue
Neither CITY'S review, approval, or acceptance of payment for the services required under this
AGREEMENT shall be construed to operate as a waiver of any rights under this AGREEMENT
or of any cause of action arising out of the performance of this AGREEMENT, and
CONTRACTOR shall be and remain liable to CITY in accordance with applicable law for all
damages to CITY caused by CONTRACTOR negligent act, error or omission in the
performance of any o i the services iurnisnea under this AGREEMENT. The PARTIES agree
that CITY shall have the final authority to require the discharge by CONTRACTOR of any
employee of CONTRACTOR performing services under this AGREEMENT. The waiver by
CITY of any breach of any term, covenant, condition or AGREEMENT herein contained shall
not be deemed to be a waiver of any subsequent breach of the same or of a breach of any
other term, condition or agreement herein contained.
Award final Agreement.DOC 26
This AGREEMENT shall be governed by the laws of the State of California. Jurisdiction of
litigation arising from this AGREEMENT shall be venued with the San Joaquin County Superior
court.
15.13 Dispute Resolution - Mediation
CITY and CONTRACTOR agree to mediate any dispute or claim arising between them out of
this AGREEMENT or any resulting transaction before resorting to court action. Mediation is a
process by which parties attempt to resolve a dispute or claim by submitting it to an impartial,
neutral mediator, who is authorized to facilitate the resolution of the dispute, but who is not
empowered to impose a settlement on the parties. Mediation fees, if any, shall be divided
equally among the parties involved. Evidence of anything said, any admission made, and any
document prepared, in the course of the mediation, shall not be admissible in evidence, or
subject to discovery in any court action, pursuant to California Evidence Code §1152.5. IFANY
PARTY COMMENCES COURT ACTION BASED ON A DISPUTE OR CLAIM TO WHICH THIS
PARAGRAPH APPLIES WITHOUT FIRST ATTEMPTING TO RESOLVE THE MATTER
THROUGH MEDIATION, THEN IN THE DISCRETION OF THE COURT, THAT PARTY SHALL
NOT BE ENTITLED TO RECOVER ATTORNEY'S FEES, EVEN IF THEY WOULD
OTHERWISE BE AVAILABLE TO THAT PARTY IN ANY SUCH COURT ACTION.
15.14 Attorney's Fees
In the event any dispute between the PARTIES arises under or regarding this AGREEMENT,
the prevailing party in any litigation of the dispute shall be entitled to an award of reasonable
attorney's fees and costs incurred therein from the party that does not prevail, as determined by
the San Joaquin County Superior Court.
15.15 Notice
All notices hereunder and communications with respect to this AGREEMENT shall be effected
upon the mailing thereof of registered or certified mail return receipt requested and addressed
as follows:
FOR CONTRACTOR:
MV Transportation, Inc.
4620 Westamerica Drive
Fairfield, CA 94534
ATTN: WC Pihl
15.16 Time of Performance
FOR CITY:
CITY OF LODI
221 W. Pine Street
(P.O. Box 3006)
Lodi, CA 95240 (95241-1910)
ATTN: Public Works Director
Time is of the essence in the performance of services under this AGREEMENT and the timing
requirements set forth herein shall be strictly adhered to unless otherwise modified in writing in
accordance With tflis AGREEMEN I, CVIVTRAC IOn shall commence performance on iiia
Effective Date. Any services for which times for performance are not specified in this
AGREEMENT shall be commenced and completed by CONTRACTOR in a reasonably prompt
and timely manner based upon the circumstances and direction communicated to the
CONTRACTOR. CONTRACTOR shall submit all requests for time extensions to CITY's
Transportation Manager in writing.
Award final Agreement. DOC 27
15.17 City Business License
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires
CONTRACTOR to obtain a city business license and CONTRACTOR agrees to secure such
license prior to commencement of any work under this AGREEMENT, pay the appropriate fees,
and keep such license in good standing at all times during the term of this AGREEMENT.
15.18 Shortages and Delays
CONTRACTOR shall not be held responsible for losses, delays, failure to perform, or excess
costs caused by events beyond the control of CONTRACTOR. Such events may include, but
are not limited to, the following: Acts of God (fire, epidemics, earthquake, flood, or other natural
disaster); acts of government or public, riots, war, civil disorder, strikes, labor disputes or fuel
shortages. However, CONTRACTOR shall not receive payment for the revenue vehicle
mileage rate and only the mutually agreed direct and indirect monthly fee during the period of
time that service is not provided. CONTRACTOR also grants CITY the right to provide these
services through other means on a temporary basis should CONTRACTOR be unable to
perform said services.
Section 15.19 Captions
The captions of the sections and subsections of this AGREEMENT are for convenience only
and shall not be deemed to be relevant in resolving any question or interpretation or intent
hereunder.
Section 15.20 Integration and Modification
This AGREEMENT represents the entire understanding of CITY and CONTRACTOR as to
those matters contained herein. No prior oral or written understanding shall be of any force or
effect with respect to those matters covered hereunder. This AGREEMENT may not be
modified or altered except in writing, signed by both the PARTIES.
Section 15.21 Contract Terms Prevail
All exhibits, the Request for Proposal dated February 1, 2012 (RFP) and this AGREEMENT are
intended to be construed as a single document. Should any inconsistency occur between the
specific terms of this AGREEMENT, the attached exhibits, or the RFP, the terms of this
AGREEMENT shall prevail.
Award final Agreement.DOC 28
Section 15.22 Authority
The undersigned hereby represent and warrant that they are authorized by the party they
purport to represent to execute this AGREEMENT.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this AGREEMENT as of
the date first above written.
CITY OF LODI, a municipal corporation CONTRACTOR
By: By:
KONRADT BARTLAM Name:
City Manager Title:
ATTEST:
RANDIJOHL
City Clerk
APPROVED AS TO FORM:
D.STEPHEN SCHWABAUER, City Attorney
JANICE D. MAGDICH, Deputy City Attorney
in
Award final Agreement.DOC 29
Exhibits to be attached
prior to execution of contract
RESOLUTION NO. 2012-36
A RESOLUTION OF THE LODI CITY COUNCIL
AWARDING CONTRACT FOR FIXED ROUTE,
ADA PARATRANSIT, AND DEMAND RESPONSE
OPERATIONS FOR FISCAL YEARS
2012/13 TO 2014/15
WHEREAS, in answer to notice duly published in accordance with law and the
order of this City Council, sealed proposals were received and opened on
March 12, 2012, for fixed route, ADA paratransit, and demand response operations,
described in the request for proposals therefore distributed on February 1, 2012; and
WHEREAS, said proposals have been compared, checked, tabulated, and
evaluated by an evaluation committee and a report thereof filed with the City Manager as
follows:
Proposer
MV Transportation, Inc.
Storer Transit Systems
WHEREAS, the evaluation committee
contract for fixed route, ADA paratransit,
MV Transportation, Inc., of Fairfield, California.
0
unanimously recommends award of the
and demand response operations to
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
award the contract for fixed route, ADA paratransit, and demand response operations for
Fiscal Years 2012/13 to 2014/15 to MV Transportation, Inc., of Fairfield, California, in the
amount of $1,682,365 for Fiscal Year 2012/13; and
BE IT FURTHER RESOLVED that the City Council does hereby authorize the
City Managerto execute the contract and up to two one-year contract extensions.
Dated: April 18, 2012
I hereby certify that Resolution No. 2012-36 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held April 18, 2012, by the following vote:
AYES: COUNCIL MEMBERS —Hansen, Johnson, Nakanishi, and
Mayor Mounce
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS— Katzakian
ABSTAIN: COUNCIL MEMBERS— None
OHL
City Clerk
2012-36
C�l111�'LK�1�P►Nll�
JOANNE L. MOUNCE, Mayor
ALAN NAKANISHI,
Mayor Pro Tempore
LARRY D. HANSEN
BOBJOHNSON
PHIL KATZAKIAN
CITY OF LODI
PUBLIC WORKS DEPARTMENT
CITY HALL, 221 WEST PINE STREET
P.O. BOX 3006
LODI, CALIFORNIA 95241-1910
(209) 333-6706
FAX (209) 333-6710
EMAIL pwdept@lodi.gov
http:\\www.lodi.gov
April 11 , 2012
KONRADT BARTLAM
City Manager
RANDI JOHL
City Clerk
D. STEVEN SCHWABAUER
City Attorney
F. WALLY SANDELIN
Public Works Director
MV Transportation, Inc. MV Transportation, Inc. MV Transportation, Inc.
Attn: Mr. Pihl Attn: Mr. Stewman Attn: Mr. Kohlhepp
4620Westamerica Drive 1944 Williams Street 24 S. Sacramento Street
Fairfield, CA 94534 San Leandro, CA 94577 Lodi, CA 95240
SUBJECT: Adopt Resolution Authorizing City Manager to Execute Contract and
Contract Extensions for Fixed Route, ADA Paratransit, and Demand
Response Operations for Fiscal Years 2012/13 to 2014/15 with
MV Transportation, Inc., of Fairfield ($1,682,365 for Fiscal Year 2012/13)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, April 18, 2012. The meeting will be held at 7 p.m. in the
City Council Chamber, Carnegie Forum, 305 West Pine Street.
This item is on the consent calendar and is usually not discussed unless a
Council Member requests discussion. The public is given an opportunity to address
items on the consent calendar at the appropriate time.
If you wish to write to the City Council, please address your letter to City Council,
City of Lodi, P. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the
mail. Or, you may hand-deliverthe letterto City Hall, 221 West Pine Street.
If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's
card (available at the Carnegie Forum immediately prior to the start of the meeting) and
give it to the City Clerk. If you have any questions about communicating with the
Council, please contact Randi Johl, City Clerk, at (209) 333-6702.
If you have any questions about the item itself, please call Paula Fernandez,
Transportation Manager/Senior Traffic Engineer, at (209) 333-6800, extension 2667.
n F. Wally Sandelin
-t0Y • Public Works Director
FWS/pmf
Enclosure
cc: City Clerk
NCAWARD.DOC