Loading...
HomeMy WebLinkAboutItem 6g - Authorization to Advertis Request for Proposals for Transit Operation and Maintenance Services Item 6g Department: Public Works Cost Center: 5201 For Agenda of: 11/18/2025 Placement: Consent Estimated Time: N/A FROM: Aaron Floyd, Interim Public Works Director Prepared By: Alex Fuchs, Mobility Services Business Manager SUBJECT: AUTHORIZATION TO ADVERTISE REQUEST FOR PROPOSALS FOR TRANSIT OPERATION AND MAINTENANCE SERVICES RECOMMENDATION Authorize advertisement of a Requests for Proposals (RFP) for qualified vendors to provide transit operation and maintenance services for San Luis Obispo (SLO) Transit. POLICY CONTEXT Per Section 202-A of the City’s Purchasing Policy Manual, any procurement of professional services with a cumulative cost of $150,000 or more requires Council approval and a formal Request for Proposal (RFP) process. Because the Transit Fund budgets for and expends more than $150,000 annually for contracted operations and maintenance services, both Council approval and an RFP are required to establish a new contract for these services. DISCUSSION Background The City’s public transit service, San Luis Obispo (SLO) Transit, is operated and maintained through a contract with a private vendor. Following a competitive RFP process, the City awarded the contract to Transdev North America on June 14, 2016. The contract established an initial four-year term with the option for up to three one-year term extensions. In May 2022, the City Council authorized the City Manager to approve a sole source procurement extending the agreement for one additional year (FY 2023-24) beyond the original extension options. Subsequently, in September 2023, the City Council approved another sole source procurement authorizing the City Manager to negotiate and execute an amendment extending the contract for another year (FY 2024-25), with an option for a future one-year extension (FY 2025-26). Those extension options have been exercised. These extensions were warranted by staff transitions, including the onboarding of a new Transit Manager, now the Mobility Services Business Manager, and the concurrent development of the Short-Range Transit Plan (SRTP), which was intended to inform the Page 61 of 509 Item 6g scope of services for a new operations and maintenance contract. The SRTP was adopted by City Council in April 2025, and staff has since prepared an RFP (Attachment A) that incorporates the SRTP’s recommended changes. With the current contract set to expire on June 30, 2026, and no additional term extension options remaining, issuance of an RFP for transit operation and maintenance services is necessary to ensure a new agreement is executed in time for the next contract term to begin on July 1, 2026, and to avoid any service disruptions. Request for Proposals The RFP process provides the City with a fair, competitive, and transparent method for solicitating operation and maintenance services from qualified Proposers. It also offers the opportunity for a “best value” analysis that balances cost, experience, and technical competence. The goal of this RFP is to select a qualified contractor that can safely, reliably, and cost-effectively operate and maintain the SLO Transit’s system in accordance with the City Standards, federal and state regulatory requirements, and rider needs and expectations. Primary Contract Terms The Scope of Services, which will be incorporated into the contract awarded to the selected contractor, is extensive, as it encompasses all aspects of the SLO Transit system’s operation and maintenance. Much has changed since the execution of the current agreement nearly a decade ago, and the new RFP includes proposed terms that reflect the City’s current priorities and needs. Table 1 summarizes and compares the primary contract terms between the current agreement and those proposed in the RFP. Notable differences are also discussed here:  The proposed RFP includes a four-year term with four one-year extension options to align the agreement with the current SRTP planning period and to allow time to update the SRTP for the next cycle.  Fuel costs are excluded from the Scope of Services as a pass-through expense, since the City pays directly for fuel through an agreement with its contracted fuel supplier, JB Dewar.  Under the proposed Scope of Services, the contractor will be responsible for bus stop maintenance and repairs, while the City will continue to oversee the planning and procurement of replacement parts. This division of responsibilities is intended to improve responsiveness to damage and repair needs.  Electric Vehicle charging station maintenance is also now included and will be a responsibility of the City, reflecting the addition of charging infrastructure since the current agreement was executed.  Finally, the Scope of Services removes the requirement for specific positions and, instead, describes the operational, maintenance, and management to be provided under the contract. Proposers’ staffing structure and training plans will be factors considered during the evaluation process. The contractor will remain responsible for all aspects of transit workforce management, including recruitment, training, retention, compensation, corrective actions, dismissals, and labor relations. Page 62 of 509 Item 6g As part of their proposals, Proposers must provide detailed information addressing the staffing requirements, including hiring and retention strategies, anticipated turnover rates, and employee incentive programs. Proposals must also include wage and benefit information for each position, along with the rates for all proposed benefits and incentives offered to transit employees. Table 1 - Primary Contract Terms Comparison Contract Item Current Contract Proposed for RFP Contract Length (Base) 4 Years 4 Years Term Options (Extensions) (3) 1-Year Extensions (4) 1-Year Extensions Variable Rate Cost Recovery Method Vehicle Revenue Hours Vehicle Revenue Hours Pass-Thru Costs: Fuel General and Auto Insurance Miscellaneous Purchases Yes Yes Yes No Yes Yes Maintenance Responsibilities: Vehicles Bus Yard and Bus Wash Facilities Bus Stop (Street Furnishings) Electric Vehicle Charging Stations Contractor Contractor City N/A Contractor Contractor Contractor City Required Management Positions: General Manager Operations Manager Maintenance Manager Safety and Training Manager Yes Yes Yes No No No No No Staffing Responsibilities Contractor Contractor Short-Range Transit Plan Implementation The RFP incorporates Short-Range Transit Plan (SRTP) service expansion recommendations (see Table 2 below) as part of the potential future service delivery beyond the existing service levels. These service expansion recommendations constitute a significant increase in operating hours (45 percent increase), miles, and costs. The RFP requires Proposers to submit a base cost proposal for delivery of existing service levels and an alternate cost proposal that includes the full implementation of the SRTP service expansion recommendations. Requiring proposers to submit both a base cost proposal and an alternate cost proposal provides the City with greater flexibility in evaluating options and aligning the final contract with available funding and desired service outcomes. Proposers are also encouraged to suggest changes to the Scope of Services including the implementation of the service expansion recommendations that they feel better align transit services with the City’s and the community’s needs. Page 63 of 509 Item 6g Table 2 - SRTP Service Expansion Recommendations Service Elements Vehicle Service Hours Percent Increase in Service Hours Existing Service Levels 39,608.8 N/A SRTP Service Expansion Recommendations 17,746.8 44.8% Increase Route 4A/B Service Frequency 618 1.6% Operate “B” Routes on Weekends 4,532.7 11.4% Revise Route 2A/B (45-minute headways) 7,407.7 18.7% Direct Service to Avila Ranch 5,188.3 13.1% Project Schedule The tentative schedule and key milestones for this procurement are provided in Table 3 below. Staff anticipate returning to Council on April 7, 2026, with a recommendation to award the contract to the selected vendor. The new contract term is expected to begin on July 1, 2026. Table 3 - Key Project Milestones Date Milestone November 18, 2025 Council approves issuance of RFP November 20, 2025 RFP is published December 15, 2025 Pre-proposal meeting January 9, 2026 Questions from prospective proposers due February 6, 2026 City responses to questions published February 20, 2026 Proposals due (3:00 p.m. PT) February 22, 2026 to March 2, 2026 Proposal review and initial screening March 6, 2026 Interviews April 7, 2026 Council approved contract award April 14, 2026 Agreement executed July 1, 2026 Start of service Start-up and Transition Plan Bid responses must include a Start-up and Transition Plan outlining the Proposer’s approach to assuming services including an implementation schedule, consideration of hiring and training, equipment acquisition, and other activities to ensure uninterrupted delivery of services. In accordance with California Labor Code Section 1072(b), a ten percent preference will be given to any Proposer that agrees to retain employees of the prior contractor for at least 90 days after the start of the new contract . This requirement promotes a smoother transition and continuity of employment. Evaluation and Selection Process This procurement will use a “Best Value” approach as defined by the Federal Transit Administration (FTA). Best Value is a competitive, negotiated pro curement process in which award is based on a combination of price and qualitative considerations, such that the City may select a proposal offering technical or management advantages even if it is Page 64 of 509 Item 6g not the lowest price. To achieve Best Value, proposals will be evaluated using factors that reflect the service requirements most important to the City including but not limited to operational approach, maintenance management, experience and qualifications of proposed personnel, past performance, safety record, and price. Table 4 lists all evaluation criteria and their respective weights. Table 4 - Proposal Evaluation Criteria Evaluation Criteria Weight Technical Factors Experience and Qualifications 10% Operational Approach 20% Maintenance 20% Safety and Training 10% Personnel 20% Reporting 5% Cost/Price Factor Cost Proposal Form 15% After completion of all reviews and interviews, staff may conduct a Best and Final Offer (BAFO) process with Proposers in the competitive range. If BAFOs are requested, each Proposer may amend its proposal and submit a BAFO by the date and time specified in the request. Proposers that do not submit a BAFO will have their prior proposal treated as their BAFO. The City reserves the right to award without requesting BAFOs, so Proposers are encouraged to submit their best initial proposal. Previous Council or Advisory Body Action 1. On June 14, 2016, the City Council approved execution of a four-year agreement with Transdev (then First Transit, Inc.) for transit operation and maintenance services. 2. On May 5, 2022, the City Council authorized the Mayor to execute the third and final option to extend the term of the agreement one additional year, as well as authorized the Mayor to execute a sole source procurement for one additional year extension beyond the original term of the agreement for fiscal year 2023 -24. 3. On September 19, 2023, Council approved a sole source procurement for transit operation and maintenance services and authorized the City Manager to negotiate and execute an amendment extending the term for one year (FY 2024-25) with an option for an additional one-year term (FY 2025-26). 4. On April 15, 2025, Council adopted SLO Transit’s FY 2026-30 Short-Range Transit Plan which includes service, fare and program change recommendations. Page 65 of 509 Item 6g Public Engagement This is an administrative item, so no outside public engagement was conducted. Public comment can be provided to the City Council meeting through written correspondence prior to the meeting and through public testimony at the meeting. The current vendor, Transdev, and the Teamsters Local 986, which represents the drivers and other transit worker positions, have been notified of the upcoming RFP advertisement. Significant outreach and engagement efforts occurre d during the development of the SRTP update. That process resulted in the inclusion of service, fare, and program changes designed to meet the community’s current and future transportation needs. These recommended changes were incorporated into the RFP Scope of Services. CONCURRENCE The City Attorney’s Office approves as to the form of the draft agreement included with the RFP. The City’s Purchasing Division of the Finance Department concurs with the release of the RFP to solicit proposals from qualified vendors for transit operation and maintenance services. The City’s Risk Manager concurs with the insurance requirements included with the RFP. ENVIRONMENTAL REVIEW The California Environmental Quality Act (CEQA) does not apply to the recommended action in this report, because the action does not constitute a “Project” under CEQA Guidelines Sec. 15378. FISCAL IMPACT Budgeted: Yes Budget Year: 2025-26 Funding Identified: Yes Fiscal Analysis: Funding Sources Total Budget Available Current Funding Request Remaining Balance Annual Ongoing Cost General Fund $ N/A $ 0 $ 0 $ 0 Transit Fund $ 0 $ 0 $ 0 $ 0 State $ 0 $ 0 $ 0 $ 0 Federal $ 0 $ 0 $ 0 $ 0 Total $ N/A $ 0 $ 0 $ 0 There is no fiscal impact resulting from the release of an RFP for transit operation and maintenance services. The project schedule includes a return to Council at the April 7, 2026, meeting with a recommendation to award the contract to the selected vendo r. Any fiscal impacts resulting from the recommended action to award the contract will be presented at that point for Council’s consideration. Page 66 of 509 Item 6g ALTERNATIVES 1. Council could decide not to authorize the advertisement of the RFP. Should Council pursue this option, the current agreement will need to be amended further to extend the term for an additional year, otherwise the agreement will expire on June 30, 2026, and the City can opt to extend the term on a month -to-month basis for up to six months per the agreement terms. 2. Council could direct staff to modify the Scope of Services and/or other RFP elements. Should Council pursue this option, staff will make the necessary changes and return to Council at a later date for authorization. ATTACHMENT A - Final Draft RFP for Transit Operation and Maintenance Services Page 67 of 509 Page 68 of 509 The City of San Luis Obispo is committed to including disabled persons in all of our services, programs and activities. Telecommunications Device for the Deaf (805) 781-7410. Notice Requesting Proposals for Transit Operation and Maintenance Services The City of San Luis Obispo is requesting sealed proposals for fixed route public transit operation and maintenance services. All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be required to complete a free registration using BidNet Direct (www.bidnetdirect.com/). All proposals must be received via BidNet Direct by February 20, 2026, at 3:00 p.m. PT, when they will then be opened electronically via BidNet Direct on the proposal end date and time. The preferred method for bid submission is electronic via BidNet Direct. However, if you wish to submit a paper copy, please submit it in a sealed envelope plainly marked “Proposal for Transit Operation and Maintenance Services,” to the Department of Finance, at 990 Palm Street, San Luis Obispo, CA, 93401, at or before 3:00 p.m. PT on February 20, 2026. Project packages and additional information may be obtained at the City’s BidNet Direct website at www.BidNetDirect.com. For technical help with BidNet Direct please contact BidNet Direct tech support at 800 -835-4603. Page 69 of 509 TABLE OF CONTENTS A. GENERAL INFORMATION ............................................................................................................ 3 B. SCOPE OF SERVICES .................................................................................................................... 8 C. PROJECT SCHEDULE .................................................................................................................... 8 D. PROJECT BUDGET....................................................................................................................... 8 E. GENERAL TERMS AND CONDITIONS .......................................................................................... 8 F. SPECIAL TERMS AND CONDITIONS ........................................................................................... 10 G. PROPOSAL CONTENT ............................................................................................................... 11 H. PROPOSAL EVALUATION AND SELECTION ............................................................................... 16 I. APPENDICES .............................................................................................................................. 23 APPENDIX A - Scope of Services ........................................................................................ 24 APPENDIX B - Draft Transit Operation and Maintenance Services Agreement ............... 48 APPENDIX C – Route Schedules and Statistics .................................................................. 73 APPENDIX D – Service Schedules ...................................................................................... 75 APPENDIX E – Fleet Roster ................................................................................................ 87 APPENDIX F – Short-Range Transit Plan Executive Summary ........................................... 88 APPENDIX G – Transit Facilities Description ..................................................................... 98 APPENDIX H – City-Provided Equipment ........................................................................ 101 APPENDIX I – Collective Bargaining Agreement 2023-2025 ........................................... 102 APPENDIX J – Penalties (Liquidated Damages) ............................................................... 127 APPENDIX K – Federal Proposal and Contract Certification Forms ................................ 132 APPENDIX L – Cost Proposal Forms ................................................................................ 148 Page 70 of 509 A. GENERAL INFORMATION B. 1 - Introduction The City of San Luis Obispo (City) is located along California’s Central Coast, halfway between San Francisco and Los Angeles along the Highway 101 corridor. The City is the county seat for San Luis Obispo County and as such, it is also the governmental, economic, medical, and educational hub for the other cities in the county. San Luis Obispo has a population of roughly 47,063 (Source: 2020 Census) with an estimated additional service population of 21,600 students when California Polytechnic State University (Cal Poly) is in session. A. 2 - Service Description The City operates San Luis Obispo (SLO) TRANSIT which is the local fixed-route transit service organized under the City’s Public Works Department. SLO TRANSIT operates 12 vehicles at peak service across eight fixed-routes, three tripper1 services, one evening express2 service, and one trolley3 service, within the 23 square miles of the city limits of San Luis Obispo and the Cal Poly campus. SLO TRANSIT service hours vary depending on the time of year, with extended operating hours when Cal Poly is in session (September to June). During the academic year, SLO TRANSIT service hours are generally 6:00 AM to 11:10 PM on weekdays and 8:15 AM to 8:10 PM on weekends. During the summer (July and August), service hours are generally 6:00 AM to 8:00 PM on weekdays and 8:15 AM to 8:10 PM on weekends. See Appendix C – Route Schedules & Statistics – for more information. SLO TRANSIT has seen steady increase in ridership over the last three years post-pandemic and transported over 660,000 riders in fiscal year 2025 (July 2024 through June 2025). While roughly 60 percent of trips are Cal Poly campus-related, SLO TRANSIT also serves seniors, persons with disabilities, K-12 students, working professionals, visitors, and other riders. Operation and maintenance of all fixed-route services are contracted out to a third-party vendor. Para-transit services within SLO TRANSIT’s service area are consolidated under the county-wide service provider known as Run-About that is operated by the San Luis Obispo Regional Transit Authority (RTA). RTA also provides inter-city services to the other cities and unincorporated areas of the county. This contract does not include the operations of paratransit, rather only local fixed route services. As such, the City is seeking to contract for professional services from a qualified firm (Contractor) to perform SLO TRANSIT’s fixed-route transit service operations and to maintain City-owned vehicles necessary for service delivery as described in the Scope of Services (Appendix A). 1 Defined as, “Additional capacity added to an existing public transit route to meet the demands of traveling students. The additional service is open to the general public.” 2 Defined as, “Service with limited stops, designed to reduce travel time between residential area(s) and major activity center(s).” 3 Service provided using a rubber-tired replica trolley. Page 3 of 155 Page 71 of 509 A. 3 – Fleet and Facilities City-Provided Fleet SLO TRANSIT provides a fleet of fixed-route vehicles for use in this contract. As of September 2025, SLO TRANSIT’s fleet consists of fifteen (15) diesel-powered low floor buses, two (2) battery electric low floor buses, one (1) diesel-powered double-decker bus, one (1) gasoline-powered replica trolley, and one (1) gasoline-powered cutaway bus. In May 2025, the City took delivery of six (6) battery electric buses which will replace existing diesel-powered buses that are beyond their useful life. The buses are on schedule to enter revenue service by early 2026. The City also has two (2) additional battery electric buses on order that are scheduled to enter production in February 2026 with an anticipated delivery date of April 2026 and then entering service August 2026. One (1) shop truck is also provided and one (1) accessible minivan for road supervision and driver change-outs. A detailed vehicle list is included in Appendix E – Fleet Roster. Like many agencies within the State of California, the City is currently transitioning from fossil - fuel powered vehicles to zero-emission vehicles. The City has selected battery electric as the preferred zero-emission technology for its fleet. The adopted Zero-Emission Bus Rollout Plan details the SLO TRANSIT’s planned replacement schedule and transition to 100 percent zero- emissions. All SLO TRANSIT buses are Americans with Disabilities Act (ADA) accessible, have bike racks on the front of the vehicle, and air conditioning. Based on the service change recommendations of the recently adopted Short-Range Transit Plan, the City anticipates the fleet size will increase from twenty (20) to twenty-four (24) by 2030. This will be accomplished through a combination of new purchases for expansion services and through the refurbishments of existing fleet vehicles. The City expects fleet changes and/or additions over the life of the contract to be accommodated within the terms of the agreement. City-Provided Facilities The CITY provides a public Transit Center, located adjacent to City Hall at 990 Palm Street and a Bus Operation and Maintenance Facility located at 29 Prado Road. The Transit Center is the main transfer hub for all SLO TRANSIT services and includes five bus bays, four passenger structures, hydration station, security cameras, and informational kiosks. The Operation and Maintenance Facility includes a bus wash facility, 24 bus parking bays, charging infrastructure, and an employee and guest parking lot. A. 4 - Administration and Funding The City of San Luis Obispo is a charter city governed by five (5) elected officials, including one (1) Mayor. The City maintains a City Manager, administrative team, and ten other departments to carry out the policy direction of the City Council decisions. The City’s Public Works Department and its Transit Program oversee SLO TRANSIT and its operations in the City and in the adjacent university campus. The public has direct access for participating in the improvements and management of SLO TRANSIT services. By direction of the San Luis Obispo City Council, a Mass Transportation Committee (MTC) was formed in 1972 to provide Council with input on matters related to public transit services. The MTC is an advisory body comprised of nine-member citizen volunteers Page 4 of 155 Page 72 of 509 representing communities with Disabilities, Seniors, Students, Cal Poly University, Business, Technical, At-Large, and two Alternatives. Their purpose is to gather input and representation of the general public on matters of setting transit-related priorities and planning processes. The Contractor is encouraged but not required to attend MTC meetings. Funding for SLO TRANSIT comes from a combination of Federal, State, and Local sources. SLO TRANSIT currently receives Federal Transit Administration (FTA) funding under the Sections 5307 program as well as non-federal sources including Local Transportation Fund (LTF) revenues and State Transit Assistance (STA) funds allocated to SLO TRANSIT. Approximately 40 percent of the proposed operating budget is funded from federal sources, 40 percent from state and local transportation fund sources, and 20 percent from passenger fares. A. 5 - Short-Range Transit Plan Implementation In April 2025, the City Council adopted SLO TRANSIT’s Short-Range Transit Plan update for fiscal years 2025-26 through FY 2031-32; five years of which are considered financially constrained , meaning that the recommendations can be implemented based on current and projected future funding sources; however, adoption of the plan in no way requires or commits the City to implement any of the recommendations if it is determined to be financially un sustainable. See Appendix F for a copy of the Short-Range Transit Plan’s Executive Summary. The service change recommendations detailed in the plan constitute a significant increase in operating hours, miles, and costs. However, adoption of the plan itself is in no way a guarantee or a commitment on behalf of the City that the service, fare, and program recommendations contained within the plan will be implemented. As such, the Cost Proposal Forms (Appendix L) for this RFP is separated into a base cost proposal and an alternate cost proposal whereby the base cost proposal is for the existing levels of transit services and the alternate cost proposal is for both the existing service levels AND the full implementation of the Short-Range Transit Plan service change recommendations. See Appendix C – Route Schedules & Statistics for existing service levels and actual schedule information. Any significant service changes greater than or equal to twenty (20) percent change (up or down) in Revenue Service Hours in effect at the time of execution of the Contract may be cause for either the City or the Contractor to reopen the contract for negotiation. Any system changes will be coordinated with the Contractor as part of the administration of this Contract. A. 6 – Cal Poly Schedule Changes Cal Poly is directly served by Route 3A/B, Route 4A/B, Highland Tripper, and 6 Express. Cal Poly students, faculty, and staff account for roughly two-thirds of SLO TRANSIT’s ridership. Beginning with the 2026-27 academic year, Cal Poly is implementing two significant changes to their calendar. Cal Poly is transitioning from a quarter-based system to a semester-based system which means fall term will begin four weeks earlier (Mid-August versus Mid-September), there will be a slightly longer winter break, spring term will end two weeks earlier, and a summer term will be implemented. Page 5 of 155 Page 73 of 509 The implementation of Cal Poly’s year-round semester-based system may eliminate the need for SLO TRANSIT to operate a non-academic service schedule; however, Cal Poly has yet to release an academic calendar for year-round operation. SLO TRANSIT is tentatively planning to operate its academic service schedule year-round except for the winter break period (Mid-December to Mid-January). This change to Cal Poly’s academic calendar is built into the existing service levels as shown in Appendix C – Route Schedules & Statistics. Cal Poly has a current policy that classes and meetings are to begin 10 minutes or 40 minutes after the hour; referred to as “Cal Poly Time.” Cal Poly will also be eliminating “Cal Poly Time,” effective fall term of 2026. The City plans to use service planning software and Contractor assistance to adjust route timetables as needed to ensure students, faculty, and staff can continue to reliably rely on SLO TRANSIT’s services to arrive on campus on time. A. 7 – Capital Projects The City has multiple transit-related capital projects funded and/or budgeted over the next five years to either replace or improve existing infrastructure and assets. Listed below are a brief description of the key projects and anticipated schedule (schedules are current as of the RFP issuance date). Open-loop Payment System Implementation The City has partnered with the other operators in the region to implement an open -loop payment system through the California Integrated Travel Project (Cal-ITP). An open-loop payment system allows riders to pay with contactless payment options like chip-enabled bank cards as well as with Google Pay and Apple Pay through on-board payment acceptance devices. Funding was secured through Senate Bill (SB) 125 as approved by the San Luis Obispo Council of Government’s (SLOCOG) board. Agreements were executed for hardware and software and, as of September 2025, the project team was awaiting an installation schedule from the hardware provider. The City anticipates this project will be completed and launched by February 2026. Transit Yard Parking Lot Rehabilitation The employee and guest parking lot at the Operation and Maintenance Facility (also referred to as the Transit Yard), located at 29 Prado Road, needs to be repaved and restriped. This project will add parking spaces needed to support service expansions as recommended in the Short - Range Transit Plan. This project is under design review and is anticipated to be completed by June 2026. Bus Charging Infrastructure and Site Improvements In 2024, the City completed a project for groundwork, bus parking redesign, and installation of two charging stations to support the City’s transition to zero-emission technologies. The second phase of the project includes installation of four (4) dual port charging stations, two (2) power blocks, transformer upgrades, and other miscellaneous site improvements. The second phase will support the next eight (8) battery electric buses that will enter service over the coming year. This project is scheduled to go before Council for award in December, 2025, with construction beginning in January 2026 at the earliest. Intelligent Transportation System Replacement Page 6 of 155 Page 74 of 509 The City has secured funds to replace the existing Computer Aided Dispatch (CAD) and Auto Vehicle Locator (AVL) systems on all fleet vehicles. The project includes new routers, mobile device terminals, associated systems integrations, and management software. The City anticipates agreements will be executed in November 2025 and system installation will be completed by January 2026. Bus Refurbishments and Vehicle Replacements In order to expand services in the programmed years as recommended by the Short -Range Transit Plan, the City Council approved refurbishment of up to five diesel-powered buses budgeted between FY 2025-26 and FY 2026-27. Three (3) 2017 model year buses, one (1) 2013 model year bus, and one (1) 2008 model year bus have been identified for refurbishment and will extend the useful life of the buses another seven (7) to eight (8) years. Staff anticipates securing funding and executing agreement for the refurbishments by Spring 2026. The City has budgeted in FY 2025-26 for the replacement of the existing 2011 cutaway bus with a battery electric equivalent and replacement of the existing American with Disabilities (ADA) passenger van. Staff anticipates that the City will take delivery of the new vehicles by June 2026. Downtown Transit Center Rehabilitation The Downtown Transit Center is now over 20 years old and though incremental improvements have been made over the years, it needs a holistic rehabilitation. With the adoption of the 2025 - 27 Financial Plan, Council approved a rehabilitation project that earmarks funding for design in FY 2025-26 and construction in FY 2027-28. The intent of the project is to modernize existing amenities, ADA improvements as necessary, and expand the number of bus bays to accommodate new services recommended by the Short-Range Transit Plan. Staff anticipates design will occur between January 2026 through June 2027 with construction beginning by January 2028. As a separate project, the City also intends to install a single-stall public toilet at the Transit Center by end of FY 2025-26. A. 7 - Areas of Emphasis SLO TRANSIT maintains the philosophy that system quality is essential for public service. Staff recognize that an operation offering high quality, safe, and reliable service is far superior to a broad, far-reaching service that is unreliable and of poor qu ality. It also follows that, a service of quality is what attracts and retains riders along with broad public support. The keys to the provision of a quality public transit service include effective system design and operation, on-time performance and excellent customer service. The operational success or failure largely depends on the ability and commitment level of those charged with its daily execution – drivers, dispatchers, mechanics, and their supervisors. SLO TRANSIT seeks a Contractor with a demonstrated ability to attract and retain qualified and committed drivers, dispatchers, mechanics, and other key operating staff over the term of the contract. Page 7 of 155 Page 75 of 509 B.SCOPE OF SERVICES See Appendix A – Scope of Services – for a detailed description of the services to be provided under this contract. The City invites Proposers to suggest changes to the Scope of Services , including the implementation of the Short-Range Transit Plan service change recommendations, that they feel will better align SLO TRANSIT’s services with the needs of the community and that will better deliver the required operation and maintenance services sought by the City. These changes will be evaluated as part of the RFP review process, and the City makes no assurances that any suggested changes will be approved as part of the final Scope of Services incorporated into the awarded contract. C. PROJECT SCHEDULE The schedule and description of significant events relating to this procurement are provided below. The City reserves the right to modify, at its sole discretion, this schedule and any specific time-of-day deadlines including the start of service date. Preliminary Schedule Milestone November 18, 2025 Council approves issuance of RFP November 20, 2025 RFP is published December 15, 2025 Pre-proposal meeting January 9, 2026 Questions from Proposers due February 6, 2026 City responses to questions published February 20, 2026 Proposals due (3:00 p.m. PT) February 22, 2026 to March 2, 2026 Proposal review and initial screening March 6, 2026 Interviews April 7, 2026 Council approved contract award April 14, 2026 Agreement executed July 1, 2026 Start of service D.PROJECT BUDGET Proposals must include completed Cost Proposal Forms (see Appendix L) to be considered a responsive bid. The Cost Proposal Forms should be inclusive of and accurately reflect the Proposer’s ability to perform all activities described within the Scope of Services. E.GENERAL TERMS AND CONDITIONS E. 1 – Proposal Requirements 1.Requirement to Meet All Provisions. Each individual or firm submitting a proposal (bidder) shall meet all the terms, and conditions of the Request for Proposals (RFP) project Page 8 of 155 An optional pre-proposal meeting is tentatively scheduled for Monday, December 15, 2025, at 1:00 p.m. The pre-proposal meeting will include a tour of the Transit Operation and Maintenance Facility and the Downtown Transit Center. Prospective bidders interested in attending the pre-proposal meeting must email Alex Fuchs, Mobility Services Business Manager, at afuchs@slocity.org by Monday, December 8, 2025. Page 76 of 509 package. By virtue of its proposal submittal, the bidder acknowledges agreement with and acceptance of all provisions of the RFP specifications. 2.Proposal Submittal. Each proposal must be submitted on the form(s) provided in the specifications and accompanied by any other required submittals or supplemental materials as described in Section G of the RFP. Proposal documents shall be submitted electronically via BidNet. However, if you can’t submit electronically in BidNet, please send a copy in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. To guard against premature opening, the proposal should be clearly labeled with the proposal title, project number, name of bidder, and date and time of proposal opening. No FAX submittals will be accepted. 3.Insurance Certificate. Each proposal must include a certificate of insurance showing: a.The insurance carrier and its A.M. Best rating. b.Scope of coverage and limits. c.Deductibles and self-insured retention. The purpose of this submittal is to generally assess the adequacy of the bidder’s insurance coverage during proposal evaluation; endorsements are not required until contract award. The City’s insurance requirements are detailed in Exhibit B to the Agreement (Appendix B to the RFP). 4.Proposal Quotes and Unit Price Extension. The extension of unit prices for the quantities indicated and the lump sum prices quoted by the bidder must be entered in figures in the spaces provided on the Proposal Submittal Form(s). Any lump sum bid shall be stated in figures. The Proposal Submittal Form(s) must be totally completed. If the unit price and the total amount stated by any bidder for any item are not in agreement, the unit price alone will be considered as representing the bidder’s intention and the proposal total will be corrected to conform to the specified unit price. 5.Proposal Withdrawal and Opening. A bidder may withdraw its proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written request to the Director of Finance for its withdrawal, in which event the proposal will be returned to the bidder unopened. No proposal received after the time specified or at any place other than that stated in the “Notice Inviting Bids/Requesting Proposals” will be considered. All proposals will be opened and declared publicly. Bidders or their representatives are invited to be present at the opening of the proposals. 6.Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested as the primary submitter in more than one proposal, except an alternative proposal when specifically requested; however, an individual or business entity that has submitted a sub -proposal to a bidder submitting a proposal, or who has quoted prices on materials to such bidder, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other bidders submitting proposals. 7.Communications. All timely requests for information submitted in writing will receive a written response from the City. Telephone communications with City staff are not Page 9 of 155 Page 77 of 509 encouraged but will be permitted. However, any such oral communication shall not be binding on the City. E. 2 – Contract and Award Execution 8. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60 days for examination and comparison. The City also reserves the right to waive non-substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. See the “special terms and conditions” in Section C of these specifications for proposal evaluation and contract award criteria. 9. Competency and Responsibility of Bidder. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of bidders. Bidders will provide, in a timely manner, all information that the City deems necessary to make such a decision. 10. Contract Requirement. The bidder to whom award is made (Contractor) shall execute a written contract with the City within ten (10) calendar days after notice of the award. The contract shall be made in the form adopted by the City and incorporated in these specifications. E. 3 – Contract Performance 11. The City’s contract terms and conditions that the Contractor will be expected to execute and be bound by are attached hereto as Appendix B. F. SPECIAL TERMS AND CONDITIONS 1. Contract Award. The contract will be awarded to the most qualified bidder that, in the City’s sole discretion in accordance with the Proposal Evaluation and Selection criteria set forth herein (if applicable), provides the best proposal. 2. Sales Tax Reimbursement. For sales occurring within the City of San Luis Obispo, the City receives sales tax revenues. Therefore, for bids from retail firms located in the City at the time of proposal closing for which sales tax is allocated to the City, one (1) percent of the taxable amount of the bid will be deducted from the proposal by the City in calculating and determining the most qualified lowest cost bidder. 3. Labor Actions. In the event that the successful proposer is experiencing a labor action at the time of contract award (or if its suppliers or subcontractors are experiencing such a labor action), the City reserves the right to declare said proposer is no longer the most qualified, responsive proposer and to accept the next acceptable proposal from a proposer that is Page 10 of 155 Page 78 of 509 not experiencing a labor action, and to declare it to be the most qualified, responsive proposer. 4. Failure to Accept Contract. The following will occur if the proposer to whom the award is made (Contractor) fails to enter into the contract: the award will be annulled; any bid security will be forfeited in accordance with the special terms and conditions if a proposer's bond or security is required; and an award may be made to the next lowest responsible, responsive proposer who shall fulfill every stipulation as if it were the party to whom the first award was made. 5. Contract Term. The services identified in this specification will be used by the City for four (4) years commencing on July 1, 2026, through and including June 30, 2030. The prices quoted for these items must be valid for the entire period indicated above unless otherwise conditioned by the proposer in its proposal. 6. Contract Extension. The term of the contract may be extended by mutual consent for an additional four (4) option terms of one (1) year each for a maximum contract term, including the initial term, of eight (8) years. 7. Non-Exclusive Contract. The City reserves the right to purchase the items listed in the Detail Proposal Submittal Form, as well as any supplemental items, from other vendors during the contract term. 8. Unrestrictive Brand Names. Any manufacturer's names, trade names, brand names or catalog numbers used in the specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive. Proposals will be considered for any brand that meets or exceeds the quality of the specifications given for any item. In the event an alternate brand name is proposed, supplemental documentation shall be provided demonstrating that the alternate brand name meets or exceeds the requirements specified herein. The burden of proof as to the suitability of any proposed alternatives is upon the proposer, and the City shall be the sole judge in making this determination. 10. Submittal of References. Each proposer shall submit a statement of qualifications and references on the form provided in the RFP package. 11. Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any past governmental agency bidding or contract disqualifications on the form provided in the RFP package. G. PROPOSAL CONTENT Submitted proposals must include the following required information. Proposals that do not address each requirement may be considered non-responsive and subsequently rejected. Page 11 of 155 Page 79 of 509 Proposals shall be limited to 100 pages including attachments. Page limitations for specific Proposal content sections, as identified below, must be followed. The Proposal should not include any unnecessarily elaborate narratives and/or promotional material(s). Information shall be presented in the order and format in which it is requested below. The Proposal and any other written pages shall be submitted in PDF format EXCEPT for the Cost Proposal Forms which shall be submitted in Microsoft Excel compatible format. Proposals shall be submitted in 8-1/2” x 11” (letter size) format. G. 1 – Submittal Forms 1. Federal Proposal and Contract Certifications Forms (Appendix K) a. Debarment and Suspension Certification b. Certification Regarding Lobbying Activities c. Disclosure of Lobbying Activities d. Drug-Free Workplace Act Certification e. Non-Collusion Affidavit f. Tax Liability Certification g. Workers' Compensation Certification 2. Cost Proposal Forms (Appendix L) 3. References from at three firms for whom you currently perform similar services (included below) 4. Statement of Past Contract Disqualifications (included below) G. 2 – Experience and Qualifications This section of the proposal should establish the ability of your firm to satisfactorily provide the required services by demonstrated competence in the service to be provided; the nature and relevance of recently awarded work; staffing capability, workload; strength and financial stability. 5. Experience of your firm and of any sub-consultants identified in the proposal that will perform work relevant to the Scope of Services outlined and described in the request. (Limit to two (2) pages maximum) 6. Statement and explanation of any instances where a public transit operator, since July 1, 2020, has terminated a contract with your firm prior to the contract’s original expiration date. (Limit to one (1) page maximum) 7. Attach financial statements (last year-end income statement and balance sheet and most current interim income statement). Include, as a separate written statement, any conditions (e.g. bankruptcy, pending litigation, impending merger, etc.) that may impede your firm’s ability to perform under this contract. Page 12 of 155 Page 80 of 509 Note: Information on your firm's financial status will be withheld from public review and public records requests if submitted separately from the bid response with a request for confidentiality unless a court of competent jurisdiction orders disclosure. 8. Submit any certifications, as appropriate, that the proposing firm and/or any subcontractor is a Disadvantaged Business Enterprise (DBE). For any identified subcontractor(s), include business name, address, contact person, telephone number, and email address. 9. Indicate additional resources possessed by your firm which would be available (with or without cost) for the City to draw upon should the use of such resources be considered a benefit to SLO Transit’s operation and maintenance. (Limit to two (2) pages maximum) 10. Provide the name of the firm's contact person, address, telephone number, and e -mail address for this Proposal. G. 3 – Operational Approach 11. Start-up and Transition Plan. Provide a Start-up and Transition Plan describing your firm’s approach to start-up and transition from the existing contractor to the new contractor . Include an implementation schedule outlining the steps to be taken up to the point of the beginning of the operation of the service. The plan must demonstrate that the proposer has thoroughly considered all activities (including but not limited to the recruitment and training of staff, acquisition of equipment, licensure, etc.) that need to be done to transition to the new contract with no service disruption and minimal assistance from City staff. The plan is to assume that the contract is awarded on April 7, 2026, and that the first day of service under the new contract will be July 1, 2026. 12. Management and Operations Plan. Provide a description of the Management and Operations Plan for this project, including a description of your firm’s understanding of the work to be performed under this contract. Describe the strategy for implementing service that meets the City’s requirements as set forth in the Scope of Services, including procedures to ensure high-quality reliable service delivery, road supervision, and emergency and incident management procedures that will be used. Along with any other elements that your firm deems necessary for meeting the service requirements and expectations. 13. Submit a description of the proposed scheduling, dispatching, and customer service for SLO TRANSIT’s services. Including any proposed program and/or computer-assisted dispatching system. Describe the proposed customer service hours and the minimum staffing levels to be maintained during this period. (Limit to two (2) pages maximum) 14. Describe your proposed program to address driver "no shows", absenteeism, vacations, and turnover of employees. Include proposed recruiting and retention efforts, advertising platforms, and other solutions that will be used in the recruitment process. What assurance does SLO TRANSIT have that drivers will always be available as needed? (Limit to three (3) pages maximum) Page 13 of 155 Page 81 of 509 15. Describe how your firm would monitor the quality of the service provided under this contract. 16. List all additional technology your firm intends to use (not provided by the City for delivering services and managing operations. G. 4 – Maintenance 17. Facility Maintenance Program. Describe your firm's approach to facility maintenance including designation of work, the method, degree, and frequency of the work. The description must include how spill containment and clean-up will be mitigated, managed, and addressed. 18. Preventive Maintenance and Inspection Program. Describe your firm's approach to Preventive Maintenance and Inspection (PMI) for all buses, trollies, general purpose vehicles, generators, fork-lift components, and equipment used in performance of this contract. Attach examples of the proposed documents to be used in the PMI program. Description of PMI program should include both mileage and time intervals. 19. Has your firm, or a system managed by principals from your firm, received an "unsatisfactory" rating from a law enforcement or other regulatory agency during the past three (3) years for maintenance, records, facility deficiencies, and/or public fixed route vehicle deficiencies? If the answer is "yes", state specifically what happened, the circumstances, what remedial measures were taken to correct the problem and any other pertinent details. (Limit to one (1) page maximum PER incident) 20. Has your firm, or a public transit system managed by principals from your firm, been cited, fined, or ordered to stop operations at any time over the past five (5) years from any regulatory agency for improper maintenance, CHP inspection failure or for accidents caused by improper maintenance. If the answer is "yes", state specifically what happened, the circumstances, what remedial measures were taken to correct the problem and any other pertinent details. (Limit to one (1) page maximum PER incident) 21. Provide a detailed statement indicating the proposed insurance program by type, dollar amount, deductible levels and the method of cost calculation being careful to note the unique provisions of the attached draft Transit Operation and Maintenance Agreement and as outlined in this RFP. G. 5 – Safety and Training 22. Staff Training Program. Submit a description of all proposed trainings provided to each bus operator, maintenance technician, road supervisor, dispatcher, customer service representative, management, and all other personnel involved in the performance of this contract. Include an outline of the topics covered; the time devoted to each; number of classroom hours; number of behind-the-wheel hours with trainers; number of driving hours in regular service with a trainer and/or instructor; and the amount of time devoted to customer relations and sensitivity training. Include any differences with the above information regarding the retraining of existing staff versus new hire training. Page 14 of 155 Page 82 of 509 23. Your firm’s overall safety record in public transportation fixed route and fleet maintenance services. Provide accident rate in accidents per 100,000 miles and location data to ensure that your firm has demonstrated safety in a similar setting. 24. The safety record (accident rate) of at least three (3) of your firm’s previous and/or current public transportation contracts that compare in size and complexity to the services being proposed under this agreement. (Limit to one (1) page maximum PER contract) G. 6 – Personnel 25. Submit resumes including names, qualifications, and availability for the candidates for positions that will oversee areas of management (general, operations, maintenance, and safety and training) and any other responsible personnel involved in the performance of this contract. Generally, describe any other personnel who will participate in the performance of this contract, such as years of experience, skill, and availability. Names of management personnel being proposed shall be kept confidential if requested. (Limit to two (2) pages maximum PER individual) 26. An organization chart must be attached indicating all job classifications in the organization and the number of employees (split between full- time and part-time) which would be used in each job classification. Provide a brief description of the duties of each position and how the proposed operation would be organized . Provide any information on the firm's personnel or management approach that would assist in determining the quality of the proposed organizational approach. 27. For each job classification shown in the organization chart submitted above, list the proposed wage scales include both training and starting wages, if different. Include any budgeted step increases, cost of living adjustments, and/or other wage adjustments and the time period between such increases. List any proposed performance incentives and/or special compensation rates for each job classification and how the rate is applied and tracked by the firm. Proposers should describe the approach as to how they arrived at the wages and any other compensation rates described in their proposal. Note: Proposers should be aware of San Luis Obispo County’s housing and labor market conditions and the 2023-2025 Collective Bargaining Agreement (Appendix I) when developing proposed staffing plans and wage scales. 28. Describe the proposed fringe benefit package(s) in detail including a description of each benefit to be provided including but not limited to vacation; sick leave; holidays; and health coverage (medical, dental, vision, disability, etc.). The above list of possible benefits is for illustration purposes only and is not intended to prescribe the type or value of the benefits to be provided to any or all project employees. The description should include the dollar value of such benefits; the employee cost or percentage share of those costs; the positions to which they apply; minimum employee eligibility requirements; whether it is employee-only or full dependent coverage; the specific coverage description; and how long an employee must wait to begin receiving the benefit. Page 15 of 155 Page 83 of 509 29. Describe the hiring strategy, anticipated turnover rate, incentive plans, retention strategies, and other assumptions regarding hiring and retaining employees throughout the term of the agreement. 30. Describe whether your firm intends to employ unionized workers to fulfill some or all staffing requirements of this contract and, if so, describe the provisions within any relevant union/collective bargaining agreement that are intended to ensure quality service and employee retention. 31. Describe your firm’s understanding of and compliance with the provisions of California Labor Code Sections 1070-1074. Per Labor Code Section 1072(b), a 10 percent preference to any bidder who agrees to retain the employees of the prior contractor or subcontractor pursuant to Labor Code Section 1072(a). G. 7 – Reporting 32. Provide examples and/or form templates that meet or exceed the daily, weekly, and monthly reporting requirements identified in the Scope of Services. If your firm proposes the use of specific software programs, then description of those programs need to be included. 33. The Contractor is responsible for helping the CITY with the tracking, collecting, processing, and analysis of a wide variety of report data, including National Transit Database (NTD) reporting. Describe the methodology that your firm will use to ensure quality control of the necessary data processing and validation, including who will perform these duties and their competency in accomplishing this task in accordance with Federal Transit Administration (FTA) requirements. 34. Describe your firm’s approach to reporting, documenting, and resolving accidents/incidents involving City-owned vehicles including examples of written reports, forms, and any other supporting documentation. H. PROPOSAL EVALUATION AND SELECTION The CITY will select a contract operator for transit operation and maintenance services using a competitive proposal (RFP) procurement method. This method is the most appropriate when price alone is not the determining factor and when discussions with offe rors may be necessary after proposals are submitted. This procurement will employ the “Best Value” approach as defined by the Federal Transit Administration (FTA). Best Value is a competitive, negotiated procurement process in which award is based on a combination of price and qualitative considerations, such that the CITY may select a proposal offering technical or management advantages even if it is not the lowest price. FTA guidance recognizes that the expected outcome of a Best Value acquisition is the offer that provides the greatest overall benefit to the transit program. Page 16 of 155 Page 84 of 509 To achieve Best Value, the CITY will evaluate proposals using factors that reflect the service requirements most important to the CITY including but not limited to: operational approach, maintenance management, experience and qualifications of proposed personnel, past performance, safety record, and price. All evaluation factors and their relative weights are further detailed below. The CITY’s Evaluation Committee will review and score proposals in accordance with the published criteria. Proposals determined to be within the competitive range may be subject to discussions and requests for Best and Final Offers (BAFOs). The CITY will then perform a tradeoff analysis between qualitative factors and cost or price. While price must always be considered, it may be outweighed by technical and/or management superiority when justified. If two or more proposals are determined to be substantially equal in technical merit, evaluated cost or price may become the deciding factor. The Evaluation Committee will make a recommendation for award to the responsible Contractor whose proposal is determined to be most advantageous to the CITY. The CITY will prepare a written source selection decision documenting the evaluation, tradeoff analysis, and rationale for the award. The following items constitute the evaluation criteria (and their respective weights), which the Evaluation Committee will use to evaluate and rank responsive proposals submitted for this RFP. Evaluation Criteria Weight Percentage Technical Factors Experience and Qualifications (G. 2) 10% Operational Approach (G. 3) 20% Maintenance (G. 4) 20% Safety and Training (G. 5) 10% Personnel (G. 6) 20% Reporting (G. 7) 5% Cost/Price Factor Cost (Cost Proposal Form) 15% Selected Evaluation Criteria of the Proposal Content are as follows and are listed in order of importance. Technical Factors Experience and Qualifications (10 percent) Page 17 of 155 Page 85 of 509 • Experience with providing public transit fixed-route services for agencies in California of similar size and scope o Including reference checks • Experience with operating and maintaining a fleet of similar size • Capacity to perform contract requirements including financial solvency Operational Approach (20 percent) • Start-up and Transition o Mobilization plan and implementation schedule o Recruitment and training o Acquisition of equipment and licensure o Handling of Environmental requirements and permits for operation • Management and Operations o Approach and understanding of the work o Approach to scheduling, dispatching, and customer service including addressing comment, concerns, and complaints o Approach to road supervision o Experience with the FTA Uniform System of Accounts o Approach to fare collection and accounting o Proposed internal communications network, including methods of communicating instructions to supervisors and vehicle operators • Reporting o Approach to documenting and investigating accidents/incidents o Examples and/or form templates to satisfy the daily, weekly, and monthly reporting requirements o Experience with National Transit Database reporting Maintenance (20 percent) • Approach to preventive maintenance and inspections • Approach to facility maintenance including spill containment and clean-up • Approach to exterior and interior bus washing • Approach to repairs, bus swaps, road calls • Experience with third-party components like fareboxes, security camera systems, automatic passenger counters, destination signs, Auto Vehicle Locator systems, etc. • Experience maintaining street furnishings • Experience with fleet maintenance software Safety and Training (10 percent) • Approach to training for maintenance personnel, bus operators, schedulers/dispatchers, road supervisors, and management • Safety Record Page 18 of 155 Page 86 of 509 Personnel (20 percent) • Qualifications and experience of proposed personnel that will oversee areas of management (general, operations, maintenance, and safety and training) and any other responsible personnel involved in the performance of this contract • Proposed wage scales including any budgeted step increases, cost of living adjustments, and/or other wage adjustments and proposed fringe benefit package(s) • Approach to recruiting, hiring, training, retaining, and retraining for all positions including anticipated turnover rates • Organizational Chart detailing organizational structure and reporting relationships Cost/Price Factor Cost (15 percent) In the event that two or more proposals are considered by the Evaluation Committee to be basically equal in their technical merit, the evaluated cost or price becomes more important; in such a case, cost or price may ultimately be the deciding factor. The Evaluation Committee may not necessarily make a recommendation to award to the Contractor with the highest technical ranking nor make a recommendation to award to the Contractor with the lowest Price Proposal, if doing so would not be in the overall best interest of the CITY’s public transit program. Best and Final Offer (BAFO) Process After completion of all reviews and interviews, the CITY may conduct a Best and Final Offer (BAFO) process with proposers in the competitive range. If BAFOs are requested, each proposer may amend its proposal and submit a BAFO by the date and time specified in the request. Proposers that do not submit a BAFO or notice of withdrawal will have their immediately prior proposal treated as their BAFO. The BAFO request will include: 1. Notice that discussions are concluded and this is the opportunity to submit a BAFO. 2. Submission deadline providing a reasonable preparation period. 3. Instructions that any modifications must comply with the RFP’s provisions for late submissions, modifications, or withdrawals. 4. Requirement that all modifications or updated pricing be clearly identified. BAFOs will be evaluated using the same criteria and scoring as the initial proposals, and any changes affecting scores will be documented. The CITY will select the proposal that is most advantageous, based on the evaluation of both qualitative and cost factors. The CITY reserves the right to award without conducting BAFOs or discussions, so proposers are urged to submit their best initial proposal. Page 19 of 155 Page 87 of 509 REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: . Describe fully three current contracts in performance by your firm that demonstrate your ability to provide the services included with the scope of the specifications. The City reserves the right to contact each of the references listed for additional information regarding your firm's qualifications. Reference No. 1: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Reference No. 2: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Page 20 of 155 Page 88 of 509 Reference No. 3: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Page 21 of 155 Page 89 of 509 STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The proposer shall state whether it or any of its officers or employees who have a proprietary interest in it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of the viola tion of law, a safety regulation, or for any other reason, including but not limited to financial difficulties, project delays, or disputes regarding work or product quality, and if so to explain the circumstances. ◼ Do you have any disqualification as described in the above paragraph to declare? Yes ☐ No ☐ ◼ If yes, explain the circumstances. Executed on at _______________________________________ under penalty of perjury of the laws of the State of California, that the foregoing is true and correct. ______________________________________ Signature of Authorized Proposer Representative Page 22 of 155 Page 90 of 509 I.APPENDICES Page 23 of 155 Page 91 of 509 APPENDIX A - Scope of Services 1.General Information This Scope of Services contains technical specifications concerning work to be performed by the CONTRACTOR upon entering into a written AGREEMENT with the CITY for transit operation and maintenance services. Prospective bidders are instructed to review the requirements outlined herein, and to prepare proposals which respond, as indicated in the Request for Proposals, referencing the Scope of Services as appropriate. The following sections describe the role of both the CITY and the CONTRACTOR, and how they interrelate in this CONTRACT. These sections also define the expectations for the CONTRACTOR in the area of transit operation, maintenance, and other performance requirements along with the penalties (liquidated damages) for not meeting such criteria. 1.1 Service Description SLO TRANSIT is the local fixed-route transit operation for the City, operating directly out of the City’s Public Works Department. SLO TRANSIT operates 12 vehicles at peak service along eight fixed-routes, three tripper services, one evening express service, and one trolley service within the 23 square miles of the city limits of San Luis Obispo and the Cal Poly campus. SLO TRANSIT service hours vary depending on the time of year, with extended operating hours when Cal Poly is in session (September to June). During the academic year, SLO TRANSIT service hours are generally 6:00 AM to 11:10 PM on weekdays and 8:15 AM to 8:10 PM on weekends. During the summer (July and August), service hours are generally 6:00 AM to 8:00 PM on weekdays and 8:15 AM to 8:10 PM on weekends. Tables 1, 2, 3, and 4 below provide a summary of existing service levels by route and by time of year. For additional information, see Appendix C – Route Schedules & Statistics. Para-transit services within SLO TRANSIT’s service area are consolidated under the county -wide service provider known as Run-About that is operated by the San Luis Obispo Regional Transit Authority (RTA). This contract does not include the operation or maintenance of paratransit services, only local fixed route services. Page 24 of 155 Page 92 of 509 Table 1 - Weekday Academic Schedule Table 2 - Weekday Non-Academic Schedule Table 3 - Saturday and Sunday Schedule Route 1A Route 1B Route 2A Route 2B Route 3A Route 3B Route 4A Route 4B Start Time 6:15 AM 6:45 AM 6:15 AM 6:45 AM 6:00 AM 6:45 AM 6:00 AM 6:15 AM End Time 10:00 PM 6:30 PM 10:00 PM 6:35 PM 11:10 PM 10:35 PM 11:05 PM 10:30 PM # of Buses 1 1 1 1 3 2 1 1 # of Trips 16 12 16 12 29 22 23 22 Loop Dura.45 min 45 min 50 min 55 min 55 min 55 min 35 min 35 min Frequency 60 min 60 min 60 min 30 min 20/60 min 60/45 min 45 min 45 min Rev. Hours 15.75 11.75 15.75 11.83 28.67 21.75 17.08 16.33 Rev. Miles 150.4 114 185.6 128.4 371.2 277.2 154.1 129.8 Total/Year: 3,244.5 2,420.5 3,244.5 2,437.0 5,906.0 4,480.5 3,518.5 3,364.0 Weekday Academic Schedule Route 1A Route 1B Route 2A Route 2B Route 3A Route 3B Route 4A Route 4B Start Time 6:15 AM 6:45 AM 6:15 AM 6:45 AM 6:20 AM 6:45 AM 6:00 AM 6:15 AM End Time 7:15 PM 5:45 PM 7:15 PM 5:45 PM 7:15 PM 5:45 PM 7:30 PM 6:15 PM # of Buses 1 1 1 1 1 1 1 1 # of Trips 14 12 14 12 14 12 19 17 Loop Dura.45 min 45 min 50 min 55 min 55 min 55 min 35 min 35 min Frequency 60 min 60 min 60 min 30 min 60 min 60/45 min 45 min 45 min Rev. Hours 13.75 11.75 13.83 11.83 13.83 11.92 14.08 12.58 Rev. Miles 131.6 114 162.4 128.4 179.2 151.2 127.3 100.3 Total/Year: 591.3 505.3 594.7 508.7 594.7 512.6 605.4 540.9 Weekday Non-Academic Schedule Route 1A Route 2A Route 3A Route 4A Start Time 8:15 AM 8:15 AM 8:20 AM 8:15 AM End Time 7:15 PM 7:15 PM 7:15 PM 7:30 PM # of Buses 1 1 1 1 # of Trips 12 12 12 16 Loop Dura.45 min 50 min 55 min 35 min Frequency 60 min 60 min 60 min 45 min Rev. Hours 11.75 11.83 11.83 11.83 Rev. Miles 112.8 139.2 153.6 107.2 Total/Year:611 615.16 615.16 615.16 Saturday and Sunday Schedule Page 25 of 155 Page 93 of 509 Table 4 - Trippers, Trolley, and Express Services Schedule 1.1.1 Revenue Service Hours SLO TRANSIT significantly reduced service in 2020 due to the pandemic. Since then, the CITY has been restoring services to pre-pandemic service levels. As of the issuance of this RFP, there are two tripper services and one segment of Route 3A that are still suspended. The CITY anticipates restoring these services prior to the execution of a new operation and maintenance services AGREEMENT. In April 2025, the CITY adopted SLO TRANSIT’s Short-Range Transit Plan update for fiscal years 2025-26 through FY 2031-32; five years of which are considered financially constrained. Financially constrained, meaning that the recommendations can be implemented based on current and projected future funding sources; however, adoption of the plan in no way requires or commits the City to implement any of the recommendations if it is determined to be financially u nsustainable. The service change recommendations detailed in the plan constitute a significant increase in operating hours, miles, and costs. However, adoption of the plan itself in no way guarantees or commitments the CITY to implementation of the service, fare, and program recommendations contained within the plan. As such, the Cost Proposal Forms (Appendix L) for this RFP is separated into a base cost proposal and an alternate cost proposal whereby the base cost proposal is for the existing levels of transit services and the alternate cost proposal is for both the existing service levels AND the full implementation of the Short-Range Transit Plan service change recommendations. Table 5 below summarizes the projected base Revenue Service Hours (RSH)s by fiscal year and the projected RSHs for the implementation of the Short -Range Transit Plan recommendations. The City uses the National Transit Database’s definition for Revenue Service Hours. See Subsection 2.3.1 – Significant Service Changes – for percentage change thresholds and noticing requirements. Trolley Holiday Trolley LT SLT HT 6X Start Time 5:00 PM 12:00 PM 7:35 AM 8:35 AM 7:40 AM 6:00 PM End Time 9:10 PM 8:00 PM 3:55 PM 3:55 PM 9:00 PM 9:20 PM # of Buses 1 1 1 1 1 1 # of Trips 12 16 3 4 3 7 Loop Dura.18 min 18 25 min 20 min 15 min 20 min Frequency 20 min 23 min 1 Trip 30/35 min 30 min 30 min Rev. Hours 4.17 8.17 0.92 1.5 1 3.33 Rev. Miles 30 40 12.5 7.6 9.9 28 Total/Year:1,530.0 400.0 2,575.0 1,565.6 2,039.4 1,288.0 Trippers, Trolley, Holiday Trolley, and Express Services Page 26 of 155 Page 94 of 509 Table 5 - Projected Revenue Service Hours by Year July 1, 2026 - June 30, 2027 July 1, 2027 - June 30, 2028 July 1, 2028 - June 30, 2029 July 1, 2029 - June 30, 2030 Existing Service Levels 39,608.8 39,608.8 39,608.8 40,505.7 Service Expansion (per Short-Range Transit Plan) 17,746.8 17,746.8 17,746.8 18,705.8 Total 57,355.5 57,355.5 57,355.5 59,211.4 2.City Duties and Responsibilities The CITY shall perform the duties and accept the following responsibilities with respect to the performance of SLO TRANSIT’s services. To the extent reasonable and feasible, the CONTRACTOR shall assist the CITY in this regard. 2.1 Contract Administration The CITY is responsible for the administration of this contract, establishing clarifications, amendments and addendums as well as issuing penalties (liquidated damages) and incentives as established per the contract. See Appendix J for a list of Penalties (Liquidated Damages). 2.2 Policies and Procedures The CITY may establish policies and procedures for transit customers and access, including but not limited to Code of Conduct, carry-on item policy, bicycle rack use and weight limitations policy, and discount fare programs which do not conflict with Federal, State, Local laws and statues. 2.3 System Planning and Administration The CITY shall be responsible for all planning and scheduling activities related to routes, public schedules, service areas, days and hours of operations, bus stop locations, location of street furnishings, preparation of planning documents, grant applications and awards management, and other such activities related to overall system administration. The CONTRACTOR will assist, as requested by the CITY, in the development of these activities. 2.3.1 Significant Service Changes The CITY reserves the right to change (increase or decrease) the overall quantity of service within any CONTRACT year up to a maximum of ten (10) percent above the projected base service for that year with thirty (30) days written notice to the CONTRACTOR. For changes greater than ten (10) percent in the overall quantity of scheduled Revenue Service Hours, the CITY will provide written notice to the CONTRACTOR at least ninety (90) days before the effective date of the change. If service changes result in a greater than or equal to twenty (20) percent change (increase or decrease) in Revenue Service Hours in effect at the time of execution of the AGREEMENT, this may be cause for either the CITY or the CONTRACTOR to reopen the CONTRACT for Page 27 of 155 Page 95 of 509 negotiation for any additional fixed costs resulting from the change. Variable costs will be invoiced at the fixed route hourly rate in effect for that CONTRACT year. 2.4 Schedules, Passes, Tickets, Transfers, and Service Brochures The CITY shall prepare, print, and provide all required schedules, passes, tickets, transfers, service brochures and like materials. CONTRACTOR shall distribute and disseminate such materials as appropriate in accordance with the provisions of the AGREEMENT and any directions supplemental thereto as provided by SLO TRANSIT. CONTRACTOR will notify the CITY as to when additional materials are needed. 2.5 Marketing, Advertising & Public Communications The CITY shall prepare, place, schedule, and pay for all advertising and promotional materials designed to inform the public of SLO TRANSIT service updates and to promote ridership increase. Specifically, the CITY is responsible for the development of advertisement, marketing, promotional materials/events, design/production of collateral service materials, management of social media, as well as the development of press releases and public communication which convey pertinent information to the public. The CONTRACTOR may be required to assist in the distribution of promotional materials and participate in promotional programs. For example, by providing staff to help table or perform special demonstration routes at community events such as parades and far mers’ markets. The CITY will reimburse CONTRACTOR’s costs for any hourly personnel assigned to CITY -requested outreach events. In addition, the CONTRACTOR customer service staff and Bus Operators may be expected to provide information to the public about SLO TRANSIT’s services, special promotional programs, service changes, etc. The CITY will coordinate with the CONTRACTOR to develop internal communications tools and will assist the CONTRACTOR in providing any necessary briefings to staff as necessary. The CONTRACTOR will be responsible for disseminating messages and information internally and ensuring staff familiarity. The CITY will periodically require that the CONTRACTOR’s employees distribute to and/or collect information from passengers. In most instances, this will be service -related materials regarding detours, proposed route changes, and passenger surveys. The CONTRACTOR personnel will also be required to install interior advertisements and notices in various display locations on CITY buses. The CITY will provide specific instruction with the materials to be distributed and/or collected. All free ride or discount coupons associated with the promotion of a CITY approved event shall be honored by the CONTRACTOR. 2.6 Monitoring and Auditing The CITY shall have the right to have authorized personnel board, at no cost to CITY, all buses utilized by CONTRACTOR during performance of service for monitoring purposes. In addition, the CITY reserves the right to monitor services in person or by making use of video surveillance and by auditing all records in connection with providing the public transit service, using hired personnel, without prior notification to the CONTRACTOR. Page 28 of 155 Page 96 of 509 2.7 Vehicles, Fuel, Facilities, and Equipment The CITY shall provide fixed-route vehicles (buses), and at its discretion, ancillary support vehicles for CONTRACTOR use. The CITY will also provide system support equipment, such as fare boxes, communication radios, an Auto Vehicle Locator (AVL) system, computer server, vehicle cameras, router/modems, limited computers, facility access control system, etc. The CITY will provide an Operation and Maintenance facility, public Transit Center, street furnishings (e.g. bus stop amenities) and some equipment (e.g. vehicle lifts) which the CITY has deemed prudent to provide. The provision for equipment does not include mechanic tools which the CONTRACTOR is responsible for providing. The CITY retains the right to perform spot-checks on any of these without prior notice. The CITY must be provided with access to the facilities and vehicles 24 hours a day, 365 days a year. The CITY retains the right to acquire additional, replace existin g, substitute existing or retire existing vehicles/equipment entirely without replacement; according to its own external and internal regulations, budgets, or as it deems necessary. 2.7.1 Vehicles The CITY currently provides a fleet of twenty-one (21) vehicles. This includes fifteen (15) diesel fixed-route buses ranging from 30-40’ in length, two (2) battery electric fixed-route buses, one (1) double-decker diesel bus, one (1) gasoline 30’ Trolley, one (1) accessible minivan, and one (1) shop truck with utility bed. The CITY took delivery of six (6) additional battery electric buses in May 2025 and anticipates these vehicles entering revenue service before a new operation and maintenance services agreement is executed. These new vehicles will replace diesel-powered buses that have exceeded their useful life. See Appendix E – Fleet Roster – for more information. The CONTRACTOR shall be responsible for the upkeep of all vehicles to the satisfaction of the City. These vehicles will be leased out to the CONTRACTOR in the amount of $1.00 per vehicle per year and to be paid prior to the start of every fiscal year (July 1st). 2.7.2 Fuel The CITY shall provide gasoline, diesel, and, in the case of battery electric vehicles, electricity for all CITY-owned fleet vehicles. The CITY shall provide the CONTRACTOR with fuel cards for use at an accessible fueling station. 2.7.3 Facilities The CITY provides a public Transit Center, located adjacent to City Hall at 990 Palm Street and a Bus Operation and Maintenance Facility located at 29 Prado Road. The Operation and Maintenance Facility includes a bus wash facility as well as charging infrastructure necessary to support the operation of SLO TRANSIT’s fleet. See Appendix G – Transit Facilities Description – for more information. The CITY shall be responsible for the following operation, maintenance, and upkeep items of the Operation and Maintenance Facility. Page 29 of 155 Page 97 of 509 • Landscaping • HVAC system • Fire alarm systems • Scheduled building repairs • Security camera system • Phone • Internet for CITY-owned assets • Electrical services (for both the facility and the charging infrastructure) • Pressure washing (Transit Center only excluding bus bays) • Bus wash facility repairs • Backflow testing and repairs • Future planned public restroom All other items not listed (i.e. Water, wastewater, gas, internet for CONTRACTOR -owned assets, trash/recycling) shall be the responsibility of the CONTRACTOR. The Operation and Maintenance Facility will be leased out to the CONTRACTOR in the amount of $1.00 per year and to be paid prior to the start of every fiscal year (July 1st). 2.7.4 Street Furnishings The CITY operates approximately 162 individual bus stops used by SLO TRANSIT’s services. Of the 162 bus stops, 50 have shelters and benches, an additional 104 have benches, and 42 have solar lights either installed on signposts or within the shelters. All bus stops have one or more informational kiosks used to display route schedules, rider notices, and other transit - related information. Several bus stops are served by both SLO TRANSIT and San Luis Obispo Regional Transit Authority (RTA) routes. Street furnishings for RTA services are limited to signs and informational kiosks. For more information on the CITY’s bus stop inventory, see the Bus Stop Inventory Dashboard. The CITY shall purchase, as it deems necessary in its sole discretion, all street furnishings provided for the benefit of the public using the SLO TRANSIT system. Such furnishings shall include, but are not limited to: signs, signposts, schedule holders, s olar lights, benches, and shelters. The CITY is also responsible for the programming and project management of capital projects for the improvement of bus stops. The CONTRACTOR shall be responsible for cleaning, maintenance, repair, and replacement of street furnishings as described in Subsection 3.3.7 of the Scope of Services. 2.7.5 Equipment Where it has been deemed prudent, the CITY has provided some equipment, such as vehicle lifts, fare boxes, a forklift, etc. The CONTRACTOR shall assume all liability for said equipment and responsibility upon the date of Contract agreement. There is no cost associated with the use of CITY owned equipment but the CONTRACTOR is responsible for their regular maintenance upkeep and other needs to keep equipment in service. In addition, the Page 30 of 155 Page 98 of 509 CONTRACTOR is responsible for replacement if damaged beyond repair at the determination of the CITY. See Appendix H for an inventory of City-Provided Equipment. 2.8 Federal Transit Administration Third-Party Contracting Provisions The CITY receives financial assistance through Federal Transit Administration (FTA) programs and, therefore, abides by all Third-Party Contracting Provisions (commonly referred to as Federal Clauses), the Master Agreement, and all pertinent FTA Circulars related to transit operation and maintenance and by extension, so must the CONTRACTOR. See Exhibit C to the draft Agreement (Appendix B) for a complete list of applicable Federal Transit Administration Third -Party Contracting Provisions. 2.9 Disadvantaged Business Enterprise Goal Notice is hereby given that the CITY is a recipient of U.S. Department of Transportation (USDOT) funds through Federal Transit Administration’s (FTA) financial assistance programs. As a condition of receiving this assistance, The CITY must comply with the USDOT’s Disadvantaged Business Enterprise (DBE) program requirements in accordance with Title 49 Code of Federal Regulations (CFR) Part 26: “Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs.” 3. Contractor Duties and Responsibilities The CONTRACTOR shall perform the duties and accept the responsibilities set forth below in connection with its operation of SLO TRANSIT’s fixed -route system. The omission of a duty or responsibility herein below shall not relieve the CONTRACTOR of its obligation to perform such duty or accept such responsibility, so long as it is usual, customary, and generally accepted within the public transportation industry as an integral element of operating fixed -route services. 3.1 Policies and Procedures The CONTRACTOR shall abide by CITY policies, procedures, and ordinances that do not contradict Federal, State, and Local laws and statutes. The CONTRACTOR shall abide by CONTRACTOR’s documented safety practices and procedures and ensure that all persons performing work required under this CONTRACT are made aware of these and that corrective action(s) is taken if/when they are not in compliance. The CONTRACTOR may establish its own additional internal policies and procedures as necessary to ensure safe and efficient operations. Any such internal policies and procedures must be consistent with applicable Federal, state, and local laws and policies, and a copy shall be provided to the CITY. 3.1.1 Stormwater Compliance – Industrial General Permit (IGP) CONTRACTOR shall comply with the statewide Industrial General Permit (IGP) and all requirements therein, such as sampling, monitoring, and implementation of best management practices (BMPs) to prevent and reduce pollutants from impairing stormwater. Comply with all items outlined in the stormwater pollution prevention plan (SWPPP) developed as a requirement to comply with the IGP. Inspect and maintain the two stormwater clarifiers per the manufacturer’s recommendations. The CONTRACTOR shall immediately notify the CITY of any spills or leaks that enter the onsite storm drainage system. Page 31 of 155 Page 99 of 509 3.1.2 Pretreatment Program CONTRACTOR shall comply with all requirements of the Industrial User Permit issued to the facility by the CITY. The CONTRACTOR shall ensure that all onsite facility drains are protected to prevent unpermitted materials from entering the sanitary sewer system. The clarifier for the bus wash system shall be inspected and maintained to minimize pollutants from entering the sanitary sewer system. The CONTRACTOR shall immediately notify the CITY of any spills or leaks that enter the sanitary sewer. 3.2 Service Days, Hours, and Schedules SLO TRANSIT services shall be operated in strict accordance with the operating days and hours, routes and schedules set forth by the CITY or any revisions thereto, and shall provide such service in a safe, professional, and courteous manner. See Appendix C for Route Schedules & Statistics. 3.2.1 Service Changes At times, routes and schedules may need to be adjusted to reflect CITY growth, road conditions, operational functionality, changing rider needs, and/or changes to the CITY’s budget. The CITY will inform the CONTRACTOR of these changes as detailed in Subsection 2.3.1. The CONTRACTOR will provide personnel to assist in service change activities including, but not limited to, the following: new bus stop evaluations, identifying bus stop location changes, runtime evaluation, bus stop schedule information changes, painting red curb, rider alerts, passenger notifications, schedule deliveries, and other field work assistance necessary to implement route/schedule changes. 3.2.2 Holidays Weekend service is provided on the following holidays: New Year’s Day, Martin Luther King , Jr. Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Friday, Christmas Eve, and New Year’s Eve. No service will be provided on Thanksgiving Day and Christmas Day. See Appendix D – Service Schedules – for more information. 3.2.3 Declaration of Emergencies The CONTRACTOR shall be aware of and make its employees aware that SLO TRANSIT fleet may be deployed and participate in responsive actions in the event of the declaration of an emergency. The CONTRACTOR shall make transportation and communication resources available to the maximum extent practical for emergency assistance. Although the CITY expects all reasonable cooperation during any emergencies or emergency response operations, the CONTRACTOR employees are not considered Disaster Service Workers under California Government Code Sections 3100 et seq. The CONTRACTOR shall be reimbursed in accordance with the normal agreed upon price formula or, if the normal method does not cover the types of emergency services involved, then on the basis of fair, equitable and prompt reimbursement of CONTRACTOR'S actual costs. Page 32 of 155 Page 100 of 509 3.3 Maintenance and Cleaning of Vehicles, Facilities, Equipment, and Street Furnishings The CONTRACTOR shall be responsible for the maintenance of CITY provided vehicles, equipment, and street furnishings, in accordance with the respective manufacturer’s manuals and, for 29 Prado Road, the Facility Maintenance Program as defined in Section 3.3.1 below. The CONTRACTOR is also responsible for the maintenance, operation, and upkeep of the Operation and Maintenance Facility located at 29 Prado Road, except as specified in subsection 2.7.3 of this Agreement. Where manufacturer manuals are not available, the CONTRACTOR will create a maintenance schedule and submit it to the CITY for approval. A penalty may be assessed if it is deemed that the CONTRACTOR failed to do so, and as such, is responsible for the premature ruin of a facility, vehicle, equipment, and/or street furnishing. The penalty will reflect the cost to replace or repair the damaged asset that has occurred, as determined by the CITY. Provided facilities, vehicles, equipment, and street furnishings are only for the public transit system purpose. Vehicles, facilities, equipment, and street furnishings cannot be used for any other purposes without express written consent from the CITY. 3.3.1 Facility Maintenance Program The CONTRACTOR shall create and submit to the CITY for approval a Facility Maintenance Program specifying the designation of work, the method, degree, and frequency of work to satisfy requirements of detailed in this Scope of Services. The Facility Mainten ance Program must include the operations buildings, bus wash facility, maintenance bays and all associated equipment, charging infrastructure, and any other assets located at 29 Prado Road. At a minimum the Operation and Maintenance Facility must be maintained, secured, safely operated, and accessible at all times. Failure to comply with the approved Facility Maintenance Program is subject to Penalties (Liquidated Damages) as described in Appendix J. 3.3.1.1 Spill Containment Plan and Clean-up The CONTRACTOR shall create and submit to the CITY for approval a Spill Containment Plan. This plan will address how spills of vehicles fluids will be mitigated, managed, and addressed. The CONTRACTOR shall also have spill containment kit(s) with proper p ersonal protective equipment, clean-up equipment, and materials necessary to address such spills should they occur. The CITY is to be notified in writing of all spills within twenty-four (24) hours of the event. Since incidental vehicle fluid leakage is typical in any transit operation, the CONTRACTOR shall also once a year have bus bays at the Transit Center and at the Operations and Maintenance Facility steam cleaned to reduce the risk of run -off. 3.3.2 Facility – Interior Cleaning The CONTRACTOR shall be solely responsible for janitorial services to the building and grounds of the Operations and Maintenance Facility, either directly or by subcontracting. Facility cleaning will be done, at a minimum, on a weekly basis and include, but not be limited to the activities of vacuuming, mopping, dusting, window cleaning, emptying the trash, spot cleaning, and restroom cleaning. Failure to provide adequate cleanliness is subject to Page 33 of 155 Page 101 of 509 Penalties (Liquidated Damages) as described in Appendix J. If major repairs are required, the CONTRACTOR shall notify the CITY immediately in writing. 3.3.3 Facility – Exterior Cleaning The CONTRACTOR shall be solely responsible for cleaning of the exterior of the Operations and Maintenance Facility. Exterior facility cleaning will be done, at a minimum, on a monthly basis and shall include, but not limited to organizing, sweeping, and pi cking up the trash around the exterior of the entire facility, either by performing the tasks directly or by subcontracting. Spills must be addressed immediately. Failure to provide adequate cleanliness is subject to Penalties (Liquidated Damages) as described in Appendix J. If major repairs are required, the CONTRACTOR shall notify the CITY immediately in writing. 3.3.4 Vehicles – Interior Cleaning The interior of all vehicles shall be kept free of litter and debris to the maximum practicable extent throughout the operating day. Vehicles shall be swept, mopped, dusted, and wiped daily. During the daily interior cleaning process, all foreign matter such as gum, grease, dirt, and graffiti shall be removed from interior surfaces, including but not limited to interior panels, windows, seats, and upholstery. Failure to provide adequate cleanliness is subject to Penalties (Liquidated Damages) as described in Appendix J. All graffiti and dirt on the seats, interior panels, and windows must be removed within twenty-four (24) hours. Any damage to seat upholstery shall be repaired within twenty-four (24) hours upon discovery. The interiors of all vehicles shall be thoroughly cleaned at least twice per week, including all windows, seats, floor, stanchions, and grab rails. Ceilings and walls shall be thoroughly cleaned and seat upholstery steam cleaned at least once per month, or more often as necessary. 3.3.5 Vehicles – Exterior Cleaning The CONTRACTOR shall remove all graffiti, dirt and/or other marks on the vehicle exterior within twenty-four (24) hours of discovery. Exteriors of all vehicles shall be washed as required to maintain a clean, inviting appearance and in no event less than o nce per week unless otherwise indicated by the CITY, as in the case of drought conditions. Exterior washing shall include the vehicle body, all windows, and wheels. Rubber or vinyl exterior components such as tires, bumper fascia, fender skirts and door ed ge guards shall be cleaned and treated with a preservative at least once per month, or as necessary to maintain an attractive appearance. Failure to provide adequate cleanliness is subject to Penalties (Liquidated Damages) as described in Appendix J. 3.3.5 Recordation and Spot Checks The CONTRACTOR shall maintain an up-to-date record of all washings and cleanings. Said record shall be provided to the CITY upon request. A vehicle may be removed from service by the CITY for unacceptable appearance, and the CONTRACTOR shall be subject to penalties. The CONTRACTOR shall be subject to random spot checks where a CITY staff member checks a sample of vehicles. This check will look for general cleanliness, graffiti, wheelchair lift operation, seat conditions, mechanical operations, mechanical co nditions, and any other Page 34 of 155 Page 102 of 509 critical items the CITY deems important. The CITY reserves the right to pull vehicles out of service if they do not meet the standards set forth in this AGREEMENT. 3.3.6 Preventive Maintenance, Inspection, and Repairs The CONTRACTOR shall be responsible for preventive maintenance of all vehicles including servicing and compliance inspections performed by state and local regulators of emissions and exhaust systems and electric drive battery packs used in the performance of this AGREEMENT. The CONTRACTOR will be required to maintain all buses and sub -components in first-class operable condition at all times. To the greatest extent possible, Preventative Maintenance Inspections (PMI)s and repairs will be scheduled to optimize fleet availability during peak service hours. All maintenance procedures must meet or exceed all manufacturer recommendations, California Air Resource Board, Occupational Safety and Health Administration, California Highway Patrol, and any other fleet regulatory requirements. The CONTRACTOR will also be required to maintain all CITY provided shop equipment according to original equipment manufacturer specifications. The CITY will reimburse the CONTRACTOR, at cost, for all fleet maintenance parts and consumables, including all lubricants, coolants, diesel exhaust fluid (DEF) and other fluids, parts, tires, supplies, and specialty tools necessary to maintain the SLO TRANSIT revenue and non-revenue vehicle fleets and for ad-hoc maintenance, repairs, and other costs associated with upkeep of the Operations and Maintenance Facility. The CONTRACTOR shall establish and maintain an ongoing spare parts inventory on site sufficient to ensure SLO TRANSIT meets its peak hour vehicle requirements. The CITY may also request the CONTRACTOR to purchase and "pass through" invoices for other items necessary to the services performed pursuant to the AGREEMENT. The goods purchased shall immediately become the property of the CITY. Documentation for all pass through costs incurred during each month shall be attached to the invoice for that month. The CONTRACTOR, at its sole cost and expense, shall provide all labor, towing, body work, accident repairs, and costs incurred due to CONTRACTOR negligence or misconduct. The CONTRACTOR is not responsible for any cost incurred due to the negligence of the CITY or CITY staff. The CONTRACTOR may utilize outside services to perform repairs that cannot be completed in-house; however, the CITY reserves the right to approve any outside vendor prior to the CONTRACTOR utilizing that vendor’s services in support of this AGREEMENT. Work performed by outside vendors shall be at the CONTRACTOR’s expense, unless approved in writing by the CITY prior to work being performed. 3.3.6.1 Preventive Maintenance and Inspection Program The CONTRACTOR shall create and submit to the CITY for approval a Preventive Maintenance and Inspection Program for all revenue and non -revenue vehicles and equipment which meets or exceeds the manufacturers’ specifications and applicable federal, state, and local regulations. The CONTRACTOR must always be able to verify and produce per vehicle: parts history, labor history, preventive maintenance history, and costs per mile including warranty repairs/replacements, whether work is performed internally or Page 35 of 155 Page 103 of 509 through outside vendors. Failure to comply with the approved Preventive Maintenance Program is subject to Penalties (Liquidated Damages) as described in Appendix J. 3.3.6.2 Vehicle Maintenance All repairs to vehicles shall be performed either by or under the direction of the CONTRACTOR unless otherwise specified by the CITY. Repairs shall include but not be limited to work to correct loss, damage, or mitigation of wear and tear of vehicles, body repair and painting due to damage, replacement or repair of worn or damaged seats and rebuilding or replacement of all vehicle components, systems or accessories except as provided under this AGREEMENT. Repair work shall be conducted as soon as possible upon learning that such work is required. The CONTRACTOR shall assure the CITY that required repairs shall not be deferred beyond a reasonable time. Preventive maintenance and running repairs shall receive first priority in the application of the CONTRACTOR's resources. Major repairs, such as major component rebuilds or replacement, shall be second priority and performance of such work shall depend on the availability of resources. CONTRACTOR shall be expected to consult with the CITY immediately when available resources cannot cover all maintenance and repair work. In such circumstances, work priorities shall be set by the CITY and/or the CITY may use other vendors and suppliers to make major repairs should the CONTRACTOR be unable for whatever reason to perform this work. All expenditures by the CONTRACTOR for major repairs in excess of this AGREEMENT must be pre-authorized by the CITY in writing and be procured through standard CITY purchasing procedures. All parts, materials, lubricants, fluids, oils and service procedures used by the CONTRACTOR on all SLO TRANSIT vehicles and equipment shall meet or exceed Original Equipment Manufacturer (OEM) specifications and requirements. All outside vendors, such as machine shops, component re-builders or accident repair shops, shall be fully authorized by the OEM to make repairs and utilize only parts, materials, lubricants, fluids, oils and procedures that meet or exceed OEM specifications and requirements. The CONTRACTOR shall maintain records on all SLO TRANSIT vehicles including warranty work, preventive maintenance, and repairs done on each unit. The CONTRACTOR shall maintain and repair equipment in accordance with the manufacturer's instructions and warranty conditions as well as general practices of the transit industry. Any insurance or warranty payment received by the CONTRACTOR for loss or damage for which the CITY is financially responsible shall be assigned to the CITY. The CONTRACTOR shall be familiar with vehicle and equipment warranties and shall comply with all warranty provisions in the conduct of its maintenance functions. The CONTRACTOR shall be responsible for any warranty deductibles that may accrue. The CONTRACTOR shall document the time and nature of repair work completed. The CONTRACTOR must always be able to verify and produce per vehicle: parts history, labor history, preventive maintenance history, and costs per mile including warranty repairs/replacements, whether work is performed internally or through outside vendors. Page 36 of 155 Page 104 of 509 3.3.6.3 Overhaul and Replacement of Major Components The CONTRACTOR shall be responsible for monitoring the condition and performance of vehicle engines, transmissions, differentials, and all parts in between so as to maximize their useful life and avoid costly catastrophic failures. At a minimum, the CONTRACTOR’s monitoring program shall consider miles accumulated; fuel, oil, transmission fluid and differential oil consumption trends; loss of power; and erratic performance. The CONTRACTOR is required to create and submit to the CITY for approval a comprehens ive fluid analysis program. If the CONTRACTOR determines that an engine, transmission, or differential unit needs to be overhauled or replaced, the CONTRACTOR shall notify the CITY in writing detailing the reasons for such a determination. The notice shall include detailed findings and a summary of any data that supports the conclusion. If the CITY determines that the need for such work resulted from poor maintenance, monitoring failure, neglect, or abuse by the CONTRACTOR, then the CITY shall not be liable for the cost of such work. To the extent possible, the CONTRACTOR shall be responsible for the labor cost of removing and replacing the affected component and assist in the solicitation and evaluation of outside vendors for the desired overhaul or replacement. 3.3.6.4 Tires The CONTRACTOR shall be responsible for all expenses associated with the purchase and/or leasing of tires. 3.3.6.5 Electronic Equipment The vehicles are equipped with a variety of technologies, including GFI Odyssey and Fast Fare fare boxes and associated data systems, Computer Aided Dispatch (CAD)/Automatic Vehicle Locator (AVL) systems with Mobile Device Terminals (MDT)s, video surveillance systems, automatic passenger counters (APC)s, and electronic destination signs. See Appendix H for an inventory of CITY-Provided Equipment. The CONTRACTOR shall maintain each of these systems per the manufacturer’s and the CITY’s recommended guidelines and buses shall NOT be placed into revenue service with inoperable on -board electronic systems. Laptops and other diagnostic tools purchased by the CITY for use by the CONTRACTOR must always be secured and protected against theft or damage outside of normal wear. Failure to adhere to this requirement shall result in liquidated damages. 3.3.7 Street Furnishings The CONTRACTOR is responsible for cleaning, maintenance, repair, and replacement of street furnishings located at bus stops and facilities served by the SLO TRANSIT system. Cleaning shall include but not be limited to graffiti and sticker removal, trash an d debris removal, removal of spider webs and grime. Maintenance shall include but not be limited to tightening of bolts, replacement of decals and signs, repositioning of furnishings to meet and/or maintain regulatory compliance, and verifying that solar lights are functioning. The CONTRACTOR shall maintain and repair equipment in accordance with manufacturer's instructions and warranty conditions as well as general practices of the transit industry. Page 37 of 155 Page 105 of 509 All parts and materials used by the CONTRACTOR for the repair of all street furnishings shall meet or exceed Original Equipment Manufacturer (OEM) specifications and requirements. If the CONTRACTOR determines that a street furnishing(s) or major component of a street furnishing needs to be replaced, the CONTRACTOR shall notify the CITY in writing detailing the reasons for such a determination. To the extent possible, the CONTRACTOR shall be responsible for the labor cost of removing and replacing the affected component and assist in the solicitation and evaluation of outside vendors for the desired replacement. 3.4 Management, Operation, and Training The CONTRACTOR is responsible for all issues related to employment (i.e. recruitment, qualification verification, training, retention, compensations, corrective actions, dismissal, labor relations, and all points in between) related to securing and retaining qualified staffing needed for meeting operational needs of the public transit system, as established by the CITY and reflected in the Request for Proposals and this Scope of Services. At a minimum, staffing must be sufficient to adequately support all necessary functions and perform all work required under this CONTRACT. The CONTRACTOR shall provide uniforms for its employees and are subject to CITY approval. 3.4.1 Management The following areas of management are necessary for performance of this Scope of Services and must be performed throughout the term of the CONTRACT. In the event that any personnel position responsible for one or more areas of management becomes vacant, the prorated cost of that position will be deducted from monthly invoices until the position is filled by a qualified individual. The following areas of management are not meant as designations of specific positions, and CONTRACTOR may, in its discretion, assign the following roles/positions to any number of employees. 3.4.1.1 General Management The CONTRACTOR shall designate a position that will be responsible for ensuring performance of the established scope of services herein described in the CONTRACT and maintaining compliance with local, state and federal laws, and regulations. This includes ensuring necessary staff, vehicles, equipment, and facilities are in adequate availability and in compliance with established laws, policies, procedures, schedules, routes, promotions and reporting requirements and are carried out in a safe and professional manner as extended stewards of the public transit system. This position will be the primary point of contact between the CONTRACTOR and the CITY. Where possible, notice of at least thirty (30) calendar days must be made to notify the CITY of a change to this position. Where due to unanticipated and unpreventable incidents that cause the designated position to become unavailable, the CITY will be notified immediately. The position must not remain vacant for more than thirty (30) days. Page 38 of 155 Page 106 of 509 3.4.1.2 Operations Management The CONTRACTOR shall designate a position to oversee daily operations of services performed under this CONTRACT. This position shall have a California Class B Commercial Driver’s License (CDL) with the required Passenger Transportation (PV) Endorsement to serve as a backup to the daily operations of services. This position shall assist the General Management position in the oversight of employees of the CONTRACTOR and monitor operational activities performed under this CONTRACT. 3.4.1.3 Maintenance Management The CONTRACTOR shall designate a position responsible for maintaining the fleet, and other maintenance work, as specified by law and described in this CONTRACT. This position should have a California Class B Commercial Driver’s License (CDL) and have the Automotive Service Excellence (ASE) mechanic certifications or equivalent required to properly maintain diesel-powered and battery electric-powered medium- and heavy-duty vehicles. Example ASE certifications include diesel/gasoline engines, drive train, brakes, suspension and steering, electrical, preventive, and heating and A/C. While some maintenance work can be outsourced, it is expected that a vast majority will be conducted in house. 3.4.1.4 Safety and Training Management The CONTRACTOR should designate a position responsible for the development, implementation, and oversight of safety, security, and training programs required by this CONTRACT and by applicable laws and regulations. Examples of duties include new-hire and refresher training, defensive driving and emergency procedures, accident investigation and claim response, safety audits, and recordkeeping to ensure employee qualifications and compliance. This position should have a valid California Class B Commercial Driver’s License (CDL) with the required Passenger Transportation (PV) Endorsement. Professional certifications in safety or training are desirable. This position will coordinate closely with other contracted personnel to integrate safety and training into all aspects of system operations. 3.4.2 Bus Operation The CONTRACTOR shall be responsible for all applicable labor assignments for operation of CITY-owned buses. The CONTRACTOR shall comply with applicable state and federal employment laws at all times, including Section 1735 of the California Labor Code and Title VI of the Civil Rights Act of 1964 (PL 88-352). In times where the Automatic Vehicle Locator (AVL) system is not working, CONTRACTOR shall audibly call out stops for the primary benefit of visually impaired passengers as specified by Americans with Disability Act requirements. The CITY may request bus operation personnel to assist in the distribution of notices to passengers including surveys to collect passenger data as specified by the CITY in order to monitor and oversee services provided. The CONTRACTOR shall honor special passes, collect tickets, and issue and collect transfers as directed by the CITY. The CONTRACTOR shall record ridership counts by passenger category on electronic counters provided on the buses ensure Page 39 of 155 Page 107 of 509 accurate reporting of ridership as required by federal and state law. The CONTRACTOR shall enforce the CITY’s Passenger Code of Conduct Policy and other established CITY policies and procedures. 3.4.3 Road Supervision The CONTRACTOR shall be responsible for monitoring drivers, passengers, and vehicles operating in revenue service. Road supervision includes responding to issues with vehicle routing, vehicle performance, accidents and collisions, providing breaks to other staff, addressing customer complaints, and other developments that may occur during the operation of CITY services. Road supervision shall sufficiently cover Revenue Service Hours. The CONTRACTOR shall develop, implement, and maintain formal procedures to be used by road supervision personnel. 3.4.4 Dispatching The CONTRACTOR shall provide dispatching/call taking functions during all operating hours. Work duties include, but are not limited to ensuring all routes are fully covered (staffed), making vehicle assignments in accordance with maintenance schedules/issues, assure public schedules are maintained, coordinate driver breaks and swaps, exercising “catch -up” or “shadow-bus” procedures, coordinate vehicle maintenance swaps, maintaining proper radio communication, help direct contingency operational changes (e.g. detours), answer public inquiries over the phone and maintaining the daily dispatch log. Dispatch personnel are required to collect the following information using the Computer Aided Dispatch (CAD)/Automatic Vehicle Locator (AVL) system software, or by other methods subject to the approval of the CITY. The dispatch log format and contents are subject to the approval of the CITY. • Bus assignments • Operator assignments • Pull-out and pull-in times • Operations Key Performance Indicators (KPI)s o On-time performance o Detours o Vehicle Revenue Miles and Hours o Total Miles and Hours Dispatch personnel as well as any other individuals who may from time to time be assigned to working the telephone/information phone lines shall be trained in proper telephone etiquette. The CONTRACTOR shall monitor for courtesy and tact; refresher training offered, as necessary. 3.4.4.1 Mechanic(s)/Technician(s) The CONTRACTOR shall ensure that maintenance personnel are completely trained, familiar with all repair, servicing, and maintenance needs associated with the fleet provided by the CITY. All repairs must be performed by qualified technicians with ASE and/or other Page 40 of 155 Page 108 of 509 certification(s) required for warranty compliance for that system or repair. Anyone operating a SLO TRANSIT vehicle at any time must be licensed to operate that vehicle. The CONTRACTOR must ensure all equipment and tools are available to the employees to perform all repairs to the buses, including special tools such as laptops with vendor-specific diagnostic software programs for engine and transmission analysis, torque wrenches, impact drivers, electronic readers for charging, starting systems, engine and transmission readers, electronic destination sign programmers, opacity meter, etc. The CITY provides the Facility and major maintenance equipment but the CONTRACTOR is responsible for all equipment and tools required or desired to perform the maintenance function beyond what the Facility includes. All other tools and equipment are the CONTRACTOR’s responsibility to provide to its employees. The CONTRACTOR is also responsible for ensuring that maintenance personnel have the proper clothes, shoes, and personal protective equipment to ensure the safety and professionalism of its employees. 3.4.5 Bus Operation Training Requirements All positions shall receive formal training at the sole expense of the CONTRACTOR. The CONTRACTOR shall develop, implement, and maintain a formal training and retraining program for all Bus Operators in accordance with Federal and State of California laws. The program must provide a minimum of forty (40) hours of training for new employees, including classroom instruction, behind-the-wheel training, and in-service training, under supervision of a qualified instructor. The program must provide formal retrain ing measures, including criteria for determining the success of retraining efforts. The program should include the following topics: • Pre-trip inspection • Map reading • Schedule reading • Fare collection including logging on to farebox equipment, fares, passes, mobile ticketing, etc. • Recording National Transit Database (NTD) information including bus number, route, run, trip, service and revenue odometer readings, and all CITY reporting requirements • On-time performance procedures • Detour procedures • Bike rack usage • Emergency accident and incident procedures and reports • Defensive driving • Layover and relief procedures • Passenger relations, including de-escalation techniques and dealing with problem passengers • Disability awareness and sensitivity, ADA regulations, wheelchair ramp/lift procedures etc. • Civil Rights training, including anti-bias/antiracism training • Sexual harassment prevention training Page 41 of 155 Page 109 of 509 • Bloodborne pathogens exposure control plan • CAD/AVL System Operations • SLO TRANSIT’s Public Transportation Agency Safety Plan • FTA and TSA Security Awareness Training • Navigating roadways with various road users, including people walking, biking, skating, scooting, etc. • Other mandated trainings required by law The CONTRACTOR shall not conduct behind-the-wheel training with vehicles provided by CITY while in revenue service hours. “Cadeting”, however, is allowed in order for bus operators in training to achieve proficiency with CITY-owned vehicles. “Cadeting” is defined as trainees participating in an employer-sponsored training program to become a fully licensed bus operator. All personnel involved in the operation of CITY-owned buses must complete the CONTRACTOR formal training program and be licensed with a valid California Class B Commercial Driver’s License and Passenger Transportation (PV) Endorsement, prior to entering revenue service. The CONTRACTOR shall provide special retraining for personnel who have been involved in a preventable accident, who fail to follow proper procedures, who have become lost on route, or who fail to use equipment correctly. Personnel who establish a pattern or practice of failing to log in properly to on-board equipment/systems (e.g. fareboxes, head signs, etc.) shall be retrained on the appropriate systems. The CONTRACTOR shall at all times during the term of the CONTRACT make available to the CITY current copies of all materials used to train personnel, Manual/Employee Handbook(s), calendar/schedule of all planned and current staff training sessions, excludi ng individual retraining. The CITY reserves the right to audit, attend, or monitor all training activities. 3.4.6 Customer Service The CITY shall provide telephone extensions for use by the CONTRACTOR for providing receiving and making calls related to SLO TRANSIT’s services and programs. The CONTRACTOR shall provide trained personnel to receive incoming telephone calls. Telephones sh all be answered during all hours that there is a bus in revenue service to provide information as requested by interested parties. The CONTRACTOR should arrange work shifts which efficiently reflect the volume of incoming telephone calls based on time of d ay and by day of week. The CONTRACTOR and its employees shall maintain a courteous, professional, and composed demeanor during all interactions with the public. When dealing with the public in person, the CONTRACTOR will be in clothing that identifies them as CONTRACTOR employees, if not in uniform. The CONTRACTOR will do what is reasonable and in compliance with any applicable CITY policies and procedures in addressing customer comments, concerns, and complaints, demonstrating professionalism and tactfulness as extended stewards of CITY resources. If the CITY determines that a pattern of unacceptable customer service exists, the CONTRACTOR at its own expense shall modify/improve its customer relations training Page 42 of 155 Page 110 of 509 program to the CITY’s satisfaction and retrain its personnel as necessary to reduce complaints. Excessive customer complaints or other customer service failures may result in the assessment of penalties (liquidated damages). 3.4.6.1 Comments, Concerns, and Complaints Passenger and other complaints regarding service operation are an adverse reflection on both the CONTRACTOR and the CITY. It is in the best interest of both parties under this CONTRACT to minimize complaints against transportation services. A complaint is defined as any written or verbal communication provided to the CONTRACTOR or to the CITY, which adversely reflects on SLO TRANSIT’s operation of services as provided by the CONTRACTOR, or which relates to any incident involving a CONTRACTOR-operated vehicle and/or employee. Every comment, concern and complaint regarding personnel and service provided to or received by both the CITY and CONTRACTOR must be investigated, a response developed, and notification provided to the CITY in writing. Any complaints that concern bus safety issues, driver behavior, including rudeness, discourtesy, etc., that may result in disciplinary action must be thoroughly investigated with appropriate action taken and documented. 3.4.7 Uniforms The CONTRACTOR shall provide its employees who have contact with the public with uniforms either directly or by providing an allowance and establish a uniform code for proper decorum subject to CITY approval. Changes to the uniform or uniform code must be approved or made by the CITY. Where both organizations find it advantageous, scheduled changes can be made to the uniforms which are in line with promotional opportunities. In such instances, staff choosing to participate will provide their own shirts that still meet proper decorum. 3.4.8 Union/Labor Relations The CONTRACTOR shall be responsible for all issues related to Union(s) vested in this CONTRACT. However, the CONTRACTOR shall keep the CITY informed of issues that might or will affect the public transit system. 3.4.9 Drug and Alcohol Program The CONTRACTOR shall comply with all applicable Federal and State laws and requirements including but not limited to the Federal Transit Administration (FTA) Drug and Alcohol Testing Programs. The CONTRACTOR shall be required to furnish an FTA-compliant drug screening program to the CITY prior to commencing work on the Contract. The CONTRACTOR shall pay for all drug screens for CONTRACTOR’s staff and all costs associated with FTA compliance requirements. 3.5 Fare Revenue Collection and Accounting All farebox revenues collected on vehicles operated in fixed route service are the property of the CITY. The CONTRACTOR shall make all reasonable efforts to collect fare revenue on behalf of the CITY. The CONTRACTOR will not issue free passes or any other passes without prior approval of the CITY. The CITY shall provide a fare rates and transfer policy and shall retain sole option to Page 43 of 155 Page 111 of 509 adjust such policy and fare rates. The CITY shall provide electronic registering fareboxes, farebox receiving vault, farebox probing devices, and farebox reporting software. The CONTRACTOR shall provide bill counters, coin counters, and any other equipment necessary to collect, count, and deposit farebox revenue. The CONTRACTOR shall develop a secure fare revenue collection process, subject to approval by the CITY, to account for revenues collected on fixed route buses and deposit them into local bank account designated by the CITY for that purpose. All fares colle cted by the CONTRACTOR shall be collected in fareboxes provided or approved by the CITY. The CONTRACTOR shall be responsible for probing each electronic farebox daily, as well as depositing the contents of each farebox into the CITY provided vault. The CONTRACTOR shall deposit farebox revenue into the CITY’s account no later than one (1) banking day after the day for which revenues are collected. The CONTRACTOR will keep the farebox keys secure and will have procedures as to when they may be used and how they may be accessed. The CITY shall have the right to accept, reject, or require changes to the security systems or procedures developed by the CONTRACTOR. The CITY reserves the right to observe, count, or perform other audit tests that the CITY considers appropriate to determine the security and reporting accuracy of the fare collection and management procedures. The CONTRACTOR shall be responsible for any and all lost revenue collected in fareboxes and shall pay the CITY the lost revenue if the amount of collected fares is LESS than calculated fare revenue from the electronic and non-electronic fareboxes that is in excess of half of one percent (0.5%) difference between reported fares collected by GFI fareboxes and deposited fares, as reconciled at the end of each month. 3.6 Reporting Requirements The following reporting requirements are established to provide clear and transparent information regarding the use of public funds for the operation of the CITY’s public transit system. As the CITY’s data needs change from time to time, the CONTRACTOR sha ll assist the CITY in implementing revised data collection procedures and methods. All reports shall be regarded as supportive documentation of Contractor’s invoice for payment and shall be submitted on a timely basis. The CONTRACTOR shall comply with all reporting requirements. Failure to comply is subject to Penalties (Liquidated Damages) as described in Appendix J. 3.6.1 Daily Reports On a daily basis, the CONTRACTOR shall submit the following information in writing to the CITY. • All missed trips, including run, block, route, direction, and scheduled start time • Any supplemental service dispatched beyond the scheduled service to address on - time performance and/or load issues • Route deviations (e.g. Detours, off-routes) including reason, turns, and any missed stops • Bus swaps including reason, location of swap, bus numbers, and mileage • Road supervisors deployed to perform revenue service Page 44 of 155 Page 112 of 509 • Road calls and reason • Any other service disruptions or unusual events • Other data points or metrics may be added to the report requirements when necessary, as determined by the CITY. 3.6.2 Weekly Reports On a weekly basis, the CONTRACTOR shall submit the following information to the CITY no later than the Tuesday of each week, for the prior week, unless otherwise approved by the CITY. • Daily Dispatch logs (original) • Fixed Route Passenger Summary Report Beginning of Month • Fixed Route schedule adherence reports (time checks) • National Transit Database (NTD) surveys, which consist of the recording and summation of passenger activity • Beginning and ending farebox revenue, calculation of passenger miles and total farebox revenue collected. NTD surveys conducted by CONTRACTOR staff will be provided to the city, no later than the Tuesday of each week, for the prior week, in both the original paper format and digital format using tools and spreadsheets provided by the city. • Incident report per NTD, and FTA Safety and Security reporting requirements • All Incident reports falling under the Major Event threshold defined in the FTA policy Manual. • Wheelchair Usage Report • Bicycle Usage Report • Written response to service complaints (upon occurrence) • Passenger comments and complaints log • Daily Call Logs • Automated Vehicle Location (AVL) tracking and issue logs • Vehicles out of service, out of service date, reason for out of service, anticipated return to service date, status of related orders and/or repairs needed • Fixed Route revenue bank deposit slips 3.6.3 Monthly Reports On a monthly basis, the CONTRACTOR shall submit the following information to the CITY with its monthly invoice by the tenth (10th) calendar day of each month, for the prior month, unless otherwise approved by the CITY. The CONTRACTOR shall review all reports prior to submittal to ensure the data is correct with the associated daily and weekly reports. • Operations information o Hours and mileage report by vehicle, including revenue hours/miles, non - revenue hours/miles, total vehicle service hours/miles, training hour/miles, Page 45 of 155 Page 113 of 509 yard hours/miles, and maintenance hours/miles o List of preventable and non-preventable collisions o Schedule adherence reports that include a separate summary of on -time performance for revenue services o Invoice(s) for pass-thru services o General Manager’s report outlining activities for the month including unusual events, incidents, suggestions, etc. • Maintenance Information o Begin and end mileage by vehicle o Parts consumed, including but not limited to tires, lubricants, fluids by vehicle o Fuel consumption report by vehicle o Preventative maintenance report by vehicle o Invoice(s) for pass-thru services o Repairs and/or replacements completed under warranty o Mechanical defects during revenue and non-revenue service o Body damage by vehicle 3.6.4 National Transit Database Reports The CITY is required to submit monthly and annual reports to the Federal Transit Administration’s National Transit Database (NTD) based upon operations and maintenance data compiled daily and reported by the CONTRACTOR. The CONTRACTOR is required to support the CITY in its NTD data reporting, including troubleshooting any data that the CITY and/or NTD have questions about. The CONTRACTOR shall track NTD Vehicle Revenue Miles and Hours, and Total Miles and Hours, using CITY provided tools and forms. 3.6.5 Accident/Incident Reports The CONTRACTOR shall develop, implement, and maintain formal procedures to respond to and report emergencies and problems that occur in the course of providing transit service. Such occurrences to be addressed include, but are not limited to, in -service vehicle failures, in-service lift failures, passenger disturbances, passenger injuries, and vehicle collisions. The CONTRACTOR shall notify the CITY in writing of any accident/incident involving a CITY vehicle within one (1) hour of the occurrence or as soon as possible thereafter followed by an initial written report within one (1) business day. A complete written report including video and audio recording, if available, police report (or police report number if the report itself is unavailable), any other supporting documentation, findings, and outcome must be provided within five (5) business days. Failure to report such accidents/incidents in the manner and within the time frames specified here will subject the CONTRACTOR to Penalties (Liquidated Damages) as described in Appendix J. 3.6.6 Other Reports The CITY may request CONTRACTOR assistance, to the extent practical, in the conduct of periodic customer surveys during the term of this AGREEMENT. The CONTRACTOR shall Page 46 of 155 Page 114 of 509 cooperate with any such activities by making available equipment, facilities, and personnel accordingly at no additional expense to the CITY. 3.6.7 Access to Records All data collected, and any work produced by the CONTRACTOR, for, or on behalf of the CITY, shall be the property of the CITY. The CITY reserves the right to obtain this data and/or work from the CONTRACTOR, as well as dictate the form in which the CONTRAC TOR shall provide the data and/or work. The CONTRACTOR will permit the CITY to access the CONTRACTOR’s fleet maintenance software systems to examine all data and records related to SLO TRANSIT’s services upon request. The CONTRACTOR will maintain all reports and records pertaining to SLO TRANSIT’s services and will make them available for review or inspection by the CITY , upon CITY’s request, for a period of three (3) years from the termination date of this AGREEMENT. Vehicle maintenance records shall be kept in accordance with Federal Transit Ad ministration regulations. At all times during the contract period, the CONTRACTOR will ensure that, upon request of the CITY, the CITY is provided with copies of the most recent versions of the following documents: • Company Employee Handbook • Collective Bargaining Agreements for all represented CONTRACTOR employees doing work under this AGREEMENT • All Driver Training/Operator Development Program course materials • Current Job Descriptions and pay ranges for all positions on CONTRACTOR’s local organization chart 3.7 Penalties (Liquidated Damages) In mutual recognition of the need for high quality transit services at all times, the CITY establishes and enforces, and CONTRACTOR agrees to, a system of financial penalties (liquidated damages) to be imposed upon the CONTRACTOR for various infraction s as described in Appendix J. Liquidated damages shall be assessed each month for the previous month unless noted otherwise. The CONTRACTOR and the CITY agree that it is extremely difficult to ascertain actual damages that may result from failure on the part of the CONTRACTOR to perform any of its contractual obligations. Therefore, the CONTRACTOR’s liability shall be limited to and fixed at the sums stated in Appendix J, as penalties (liquidated damages). Liquidated damages shall not be assessed for occurrences beyond the CONTRACTOR’s control. Page 47 of 155 Page 115 of 509 APPENDIX B - Draft Transit Operation and Maintenance Services Agreement CITY OF SAN LUIS OBISPO AGREEMENT FOR TRANSIT OPERATION AND MAINTENANCE SERVICES This Agreement is made and entered into in the City of San Luis Obispo on ___________ , by and between the City of San Luis Obispo, a municipal corporation, hereinafter referred to as CITY, and ___________ , hereinafter referred to as CONTRACTOR. W I T N E S S E T H: WHEREAS, on [date], CITY requested proposals for [__________]. WHEREAS, CONTRACTOR is qualified to perform this type of service and has submitted a proposal to do so which has been accepted by CITY. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1.TERM. The term of this Agreement shall be for four (4) years commencing on July 1, 2026, through and including June 30, 2030. The term of this Agreement may be extended by mutual consent for an additional four (4) option terms of one (1) year each for a maximum term, including the initial term, of eight (8) years. 2.INCORPORATION BY REFERENCE. CITY Request for Proposals (including the terms of all addenda, exhibits, and attachments) and CONTRACTOR’s proposal are hereby incorporated in and made a part of this Agreement, attached as Exhibit A. The CITY’s insurance requirements are hereby incorporated in and made part of this Agreement, attached as Exhibit B. The Federal Transit Administration Third-Party Contracting Provisions are hereby incorporated in and made part of this Agreement, attached as Exhibit C. To the extent that there are any conflicts between the CONTRACTOR’s fees and scope of work and the CITY’s terms and conditions as stated herein, the CITY’s terms and conditions shall prevail unless specifically agreed otherwise in writing signed by both Parties. 3.CITY'S OBLIGATIONS. For providing services as specified in this Agreement, and upon receipt of an invoice, the maximum cost CITY will pay and CONTRACTOR shall receive shall not exceed $____in Year One; $____in Year Two; $____ in Year Three; and $ ____in Year Four as set forth in CONTRACTOR’s proposal and pursuant to the payment terms set forth in Exhibit A and in Section 4 of this Agreement. 4.PRICE FORMULA. CITY agrees to pay CONTRACTOR for performance of the services set forth in this agreement as follows: Page 48 of 155 Page 116 of 509 a.Payment of a fixed hourly rate per vehicle service hour of $____in Year One; $____in Year Two; $____ in Year Three; and $ ____in Year Four. A vehicle service hour is defined as a vehicle providing passenger service for one hour during the service hours specified herein. A vehicle service hour shall be deemed to have commenced when a vehicle leaves CITY’s Transit Center located at 990 Palm Street to provide the services required herein and shall not include any out -of-service vehicle time used for vehicle operator breaks or lunches. A vehicle service hour shall terminate when a vehicle returns to CITY Transit Center prior to any cleaning, servicing or fueling of the vehicle. The hourly rate shall include vehicle operator wages, fringe benefits, indirect labo r and all consumable material costs that can be tracked by vehicle service hour such as vehicle maintenance parts and supplies including oil. b.Payment of a fixed monthly rate of $____in Year One; $____in Year Two; $____ in Year Three; and $ ____in Year Four to compensate CONTRACTOR for all work to be performed under this agreement as defined in Exhibit A, except that which is included under Paragraph 5(a) and Paragraph 7 of this Agreement including, but not limited to: vehicle operator non-service wages; management, controller and maintenance employee wages and said employees fringe benefits and indirect labor costs; bus washing and cleaning supplies; uniforms; report reproduction; office supplies; project telephones; all other related operational costs; and the contract management fee. c.Payment of a fixed monthly rate of $____in Year One; $____in Year Two; $____ in Year Three; and $ ____in Year Four for the cost incurred in providing all vehicle and general liability insurance required under this Agreement as such insurance is defined in this Agreement. This amount shall be in excess of the fixed monthly rate as defined herein. CITY reserves the right, however, to alternatively secure all or part of the specified insurance coverage through other means. d.Compensation for those items and services provided by CITY and which are specified in Exhibit A shall not be included in the hourly or monthly rates as defined above. Such items and services include but are not limited to tires; radios including connection fees and service agreements; CITY -owned vehicles; licenses for radios and vehicles; routine maintenance of radios; major facility furnishings; telephone system, building security, office copy machine; all major vehicle components which are engines, transmissions, differentials, and design retrofits; and office, garage, and parking facilities. e.Additionally, CITY shall provide all marketing, tickets, passes, brochures, and related collateral service materials. 5.EXTRA SERVICES. Special promotional and community services shall be considered extra services and will be provided only with the authorization of CITY and the mutual consent of the CONTRACTOR. Such services shall be defined as those non -permanent service hours operated outside of the services identified in Exhibit A. Extra services shall be considered a change to this agreement as defined herein and shall be in excess of the maximum price defined in Section 3 of this Agreement. The costs for extra services will be deter mined at a rate per vehicle service hours of $____in Year One; $____in Year Two; $____in Year Three; Page 49 of 155 Page 117 of 509 and $____in Year Four and billed separately from the services specified in Exhibit A. 6. CONTRACTOR’S OBLIGATIONS. For and in consideration of the payments and agreements herein before mentioned to be made and performed by CITY, CONTRACTOR agrees with CITY to do everything required by this Agreement including that work as set forth in Exhibit A. 7. PAYMENT OF TAXES. The contract prices shall include full compensation for all taxes that the Contractor is required to pay. 8. PERMITS AND LICENSES. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. At its sole cost and expense, CONTRACTOR shall obtain any and all permits, licenses, certificates, or entitlement to operate as are now or hereafter required by any agency, specifically including, but not limited to, those that may be required by the California Public Utilities Commission, the California Highway Patrol, the Department of Motor Vehicles and local jurisdictions, to enable CONTRACTOR to perform this agreement. Copies of all such entitlements shall be provided to CITY when received by CONTRACTOR. In the event that any aspect of this agreement requires prior approval by the PUC, the CONTRACTOR shall submit the necessary application forms. Both parties shall appear as necessary and cooperate in the commission approval process. CITY reserves the right to oppose, support or be neutral on any such request and on the PUC's ruling thereon. CONTRACTOR covenants to obtain all such approvals before commencing operations, and to conform to the PUC ruling thereon, at its sole cost and expense. 9. COMPLIANCE WITH LAW. The Contractor shall keep itself informed of and shall observe and comply with all applicable State and Federal laws and regulations, and County and City of San Luis Obispo ordinances, regulations and adopted codes, which in any manner affect those employed by Contractor or in any way affect the performance of the Services pursuant to this Agreement. The City, and its officers and employees, shall not be liable at law or in equity occasioned by failure of the Contractor to comply with t his Section. Failure to comply with local ordinances may result in monetary fines and cancellation of this Agreement. 10. COMPLIANCE WITH INDUSTRY STANDARD. Contractor shall provide services acceptable to City in strict conformance with the Agreement. Contractor shall also provide in accordance with the standards customarily called for under this Agreement using the degree of care and skill ordinarily exercised by reputable providers of such services. Where approval by the City, the City Manager, the Mayor, or other representative of City is required, it is understood to be general approval only and does not relieve Contractor of responsibility for complying with all applicable laws, codes, policies, regulations, and good business practices. 11. INDEPENDENT CONTRACTOR. a. CONTRACTOR is and shall at all times remain as to CITY a wholly independent contractor. The personnel performing the Services under this Agreement on behalf of CONTRACTOR shall at all times be under CONTRACTOR’s exclusive direction and control. Neither CITY nor any of its officers, employees, or agents shall have control over the conduct of CONTRACTOR or any of CONTRACTOR’s officers, employees, or agents, except as set forth in this Agreement. CONTRACTOR shall not at any time or in any manner represent that it or any of its officers, employees, or agents are in any Page 50 of 155 Page 118 of 509 manner officers, employees, or agents of CITY. CONTRACTOR shall not incur or have the power to incur any debt, obligation, or liability whatsoever against CITY, or bind CITY in any manner. b. No employee benefits shall be available to CONTRACTOR in connection with the performance of this Agreement. Except for the fees paid to CONTRACTOR as provided in the Agreement, CITY shall not pay salaries, wages, or other compensation to CONTRACTOR for performing the Services hereunder for CITY. CITY shall not be liable for compensation or indemnification to CONTRACTOR for injury or sickness arising out of performing services hereunder. c. CONTRACTOR’s duties and services under this Agreement shall not include preparing or assisting the public entity with any portion of the public entity’s preparation of a request for proposals, request for qualifications, or any other solicitation regarding a subsequent or additional contract with the public entity. The public entity entering this Agreement shall at all times retain responsibility for public contracting, including with respect to any subsequent phase of this project. CONTRACTOR’s participati on in the planning, discussions, or drawing of project plans or specifications shall be limited to conceptual, preliminary, or initial plans or specifications. CONTRACTOR shall cooperate with the public entity to ensure that all bidders for a subsequent co ntract on any subsequent phase of this project have access to the same information, including all conceptual, preliminary, or initial plans or specifications prepared by contractor pursuant to this Agreement.” 12. PRESERVATION OF CITY PROPERTY. CONTRACTOR shall provide and install suitable safeguards, approved by CITY, to protect CITY property from injury or damage. If CITY property is injured or damaged resulting from the CONTRACTOR’s operations, it shall be replaced or restored at the CONTRACTOR’s expense. The facilities shall be replaced or restored to a condition as good as when the CONTRACTOR began work. 13. IMMIGRATION ACT OF 1986. CONTRACTOR warrants on behalf of itself and all subcontractors engaged for the performance of this work that only persons authorized to work in the United State pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 14. NON-DISCRIMINATION. In the performance of the Services, CONTRACTOR Agrees that it will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 15. INVOICES. All hourly costs shall be invoiced to CITY monthly following the service month provided. Said invoices shall specify the dates of service and the number of vehicle service hours claimed. Hourly costs shall be directly traceable by dispatcher and/or driver trip sheets and/or employee timecards, copies of which will be submitted to CITY monthly with each invoice. The monthly fixed rate and insurance rate shall be invoiced monthly following the service month provided. All reports and submissions required under this Agreement shall be accurately completed and submitted to CITY prior to payment of said monthly rate invoices. Page 51 of 155 Page 119 of 509 Any extra services provided under this Agreement shall be invoiced separately following the provision of such services. Copies of all appropriate passenger and service logs shall be attached to each extra service invoice prior to payment. 16. PAYMENT TERMS. CITY’s payment terms are thirty (30) days from the receipt of an original invoice and acceptance by CITY of the materials, supplies, equipment, or services provided by CONTRACTOR (Net 30). CONTRACTOR will submit invoices monthly for actual services performed. Invoices shall be submitted on or about the first business day of each month, or as soon thereafter as practical, for services provided in the previous month. Final June invoices shall be received no later than the 5th business day of July to meet CITY fiscal year- end deadlines. Payment shall be made within thirty (30) days of receipt of each invoice as to all non-disputed fees. If CITY disputes any of CONTRACTOR's fees it shall give written notice to CONTRACTOR within thirty (30) days of receipt of an invoice of any disputed fees set forth on the invoice. Any final payment under this Agreement shall be made within forty -five (45) days of receipt of an invoice, therefore. 17. INSPECTION. CONTRACTOR shall furnish CITY with every reasonable opportunity for CITY to ascertain that the services of CONTRACTOR are being performed in accordance with the requirements and intentions of this contract. All work done, and all materials furnished, if any, shall be subject to the CITY’s inspection and approval. The inspection of such work shall not relieve CONTRACTOR of any of its obligations to fulfill its contract requirements. 18. OWNERSHIP OF DOCUMENTS. a. CONTRACTOR shall maintain complete and accurate records with respect to sales, costs, expenses, receipts, and other such information required by CITY that relate to the performance of the Services under this Agreement. CONTRACTOR shall maintain adequate records of services provided in sufficient detail to permit an evaluation of services. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible. CONTRACTOR shall provide free access to the representatives of CITY or its designees at reasonable times to such books and records; shall give CITY the right to examine and audit said books and records; shall permit CITY to make transcripts or copies therefrom as necessary; and shall allow inspection of all work, data, documents, proceedings, and activities related to this Agreement. Such records, together with supporting documents, shall be maintained for a period of three (3) years after receipt of final payment. b. Upon completion of, or in the event of termination or suspension of this Agreement, all original documents, designs, drawings, maps, models, computer files, surveys, notes, and other documents prepared in the course of providing the Services under this Agreement shall become the sole property of CITY and may be used, reused, or otherwise disposed of by CITY without the permission of CONTRACTOR. With respect to computer files, CONTRACTOR shall make available to CITY, at CONTRACTOR’s office and upon reasonable written request by CITY, the necessary computer software and hardware for purposes of accessing, compiling, transferring, copying and/or printing computer files. CONTRACTOR hereby grants to CITY all right, title, and interest, Page 52 of 155 Page 120 of 509 including any copyright, in and to the documents, designs, drawings, maps, models, computer files, surveys, notes, and other documents prepared by CONTRACTOR in the course of providing the Services under this Agreement. 19. INDEMNIFICATION AND DEFENSE. To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8), CONTRACTOR shall indemnify, defend, and hold harmless CITY, and its elected officials, officers, employees, volunteers, and agents (“City Indemnitees”), from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels’ fees and costs of litigation (“claims”), arising out of the CONTRACTOR’s performance or CONTRACTOR’s failure to perform its obligations under this Agreement or out of the operations conducted by CONTRACTOR, including the CITY’s passive negligence, except for such loss or damage arising from the sole or active negligence or willful misconduct of CITY. In the event CITY Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from CONTRACTOR’s performance of this Agreement, CONTRACTOR shall provide a defense to CITY Indemnitees or at CITY’s option, reimburse CITY Indemnitees the of costs of defense, including reasonable legal fees, incurred in defense of such claims. The review, acceptance or approval of the CONTRACTOR’s work or work product by any indemnified party shall not affect, relieve or reduce the CONTRACTOR’s indemnification or defense obligations. This Section survives the completion of the services or the termination of this contract. The provisions of this section are not limited by and do not affect the provisions of this contract relating to insurance. CONTRACTOR’s indemnification obligations under this section extend to any claims arising out of or related to the negligence, recklessness, or willful misconduct of any sub-Contractors/subcontractors. 20. SUSPENSION OR TERMINATION OF AGREEMENT WITHOUT CAUSE. a. The City may at any time, for any reason, with or without cause, suspend or terminate this Agreement, or any portion hereof, by serving upon the Contractor at least thirty (30) days prior written notice. Upon receipt of said notice, the Contractor shall immediately cease all work under this Agreement, unless the notice provides otherwise. If the City suspends or terminates a portion of this Agreement such suspension or termination shall not make void or invalidate the remainder of this Agreement. b. In the event this Agreement is terminated pursuant to this Section, the City shall pay to Contractor the actual value of the work performed up to the time of termination, provided that the work performed is of value to the City. Upon termination of the Agreement pursuant to this Section, the Contractor will submit an invoice to the City pursuant to Section 14. 21. TERMINATION FOR CAUSE. If, during the term of the Agreement, the City determines the Contractor is not faithfully abiding by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure to perform. This notice must give the Contractor a ten (10) calendar day notice of time thereafter in which to perform said work or cure the deficiency. Page 53 of 155 Page 121 of 509 a. If the Contractor has not performed the work or cured the deficiency within the ten (10) days specified in the notice, such shall constitute a breach of the Agreement and the City may terminate the Agreement immediately by written notice to the Contractor to said effect (“Notice of Termination”). Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the Agreement except to comply with the obligations upon termination. b. In said event, the Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City’s Notice of Termination, minus any offset from such payment representing the City’s damages from such breach. “Reasonable value” includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Contractor as may be set forth in the Agreement payment schedule; compensation for any other work or services performed or provided by the Contractor shall be based solely on the City’s assessment of the value of the work -in- progress in completing the overall scope. c. The City reserves the right to delay such payment until completion or confirmed abandonment of the project, as may be determined in the City’s sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Contractor be entitled to receive in excess of the not to exceed amount shown in this Agreement. 22. INSURANCE. CONTRACTOR shall maintain prior to the beginning of and for the duration of this Agreement insurance coverage as specified in Exhibit B attached to and made part of this Agreement. 23. BUSINESS LICENSE & TAX. CONTRACTOR must have a valid City of San Luis Obispo business license & tax certificate before execution of the contract. Additional information regarding the City’s business tax program may be obtained by calling (805) 781-7134. 24. SAFETY PROVISIONS. CONTRACTOR shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 25. PUBLIC AND EMPLOYEE SAFETY. Whenever CONTRACTOR’s operations create a condition hazardous to the public or CITY employees, it shall, at its expense and without cost to CITY, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 26. UNDUE INFLUENCE. CONTRACTOR declares and warrants that no undue influence or pressure was used against or in concert with any officer or employee of CITY in connection with the award, terms or implementation of this Agreement, including any method of coercion, confidential financial arrangement, or financial inducement. No officer or employee of CITY has or will receive compensation, directly or indirectly, from CONTRACTOR, or from any officer, employee or agent of CONTRACTOR, in connection with the award of this Agreement or any work to be conducted as Page 54 of 155 Page 122 of 509 a result of this Agreement. Violation of this Section shall be a material breach of this Agreement entitling CITY to any and all remedies at law or in equity. 27. ASSIGNMENT. CONTRACTOR shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of CITY . 28. OPERATING REVENUES. All operating revenues collected by CONTRACTOR are the property of CITY. Operating revenues include, but are not limited to, all fares and the proceeds from the sale of tickets and passes. Operating revenues shall be counted and kept separately under appropriate security. Within one working day from collection, unless otherwise agreed upon, CONTRACTOR shall deposit fares at a banking institution as directed by CITY. Reports on the revenues collected and deposited shall be provided to CIT Y on a timely basis. CITY shall be provided with a written description of CONTRACTOR'S procedures regarding the collection, counting and controlling of fare revenues. These procedures are subject to CITY's audit and approval. 29. CONTROL. a. All services to be rendered by CONTRACTOR under this agreement shall be subject to the control of CITY. CONTRACTOR shall advise CITY of matters of importance and make recommendations when appropriate; however, final decision shall rest with CITY. b. CITY shall not interfere with the management of CONTRACTOR'S normal internal business affairs and shall not attempt to directly discipline or terminate CONTRACTOR employees. CITY may notify CONTRACTOR of the performance of any employee having a negative effect on the service being provided. 30. RESOLUTION OF PROCUREMENT ISSUES. The Federal Acquisition Regulations shall be used where applicable to define, resolve, and settle procurement issues. Unless otherwise directed by CITY, CONTRACTOR shall continue performance under this Agreement while matters in dispute are being resolved. 31. CHANGES. CITY, without invalidating this Agreement may order additions to or deletions from the work to be performed. Such changes shall be specified to CONTRACTOR in writing. If justified, the "CITY’s Obligation" will be adjusted accordingly. New provisions must b e mutually agreeable to both CITY and CONTRACTOR. A shift of vehicle service hours between services within the maximum value or an increase or decrease of up to twenty percent (20%) within the current span of service would not constitute a change as defined in this Agreement, but any such shift or change shall only occur at the direction of CITY. 32. FORCE MAJEURE. CONTRACTOR shall not be held responsible for losses, failure to perform, or excess costs caused by events beyond the control of CONTRACTOR. Such events may include, but are not restricted to, the following: fire, epidemics, earthquake, flood, or other natural disaster; acts of the government; riots, strikes, war or other civil disorders; or fuel shortages. In every case, CONTRACTOR shall resume performance at the earliest possible date following the cessation of such unforeseen causes or even ts. CONTRACTOR shall be entitled to no compensation for any service, the performance of which is excused pursuant Page 55 of 155 Page 123 of 509 to this paragraph. 33.EMERGENCY PROCEDURES. In the event of a major emergency such as an earthquake, flood, or man-made catastrophe, CONTRACTOR shall make transportation and communication resources available to the maximum extent practical for emergency assistance. If the normal line of direct communication from CITY is intact, CONTRACTOR shall follow instruction of CITY. If the normal line of direct communication is broken, and for the period it is broken, CONTRACTOR shall make best use of transportation resources following to the degree possible the direction of an organization such as the San Luis Obispo Office of Emergency Services, CITY Police Department, Red Cross, or National Guard, which appears to have assumed responsibility within CITY's service area. Emergency uses of transportation may include evacuation, transportation of injured, and movement of people to food and shelter. CONTRACTOR shall be reimbursed in accordance with the normal "Price Formula" and "Payment" or, if the normal method does not cover the types of emergency services involved, then on the basis of fair, equitable and prompt reimbursement of CONTRACTOR'S actual costs. Reimbursement for such major emergency services shall be over and above the "CITY’s Obligation" of this contract. Immediately when the emergency condition ceases, CONTRACTOR shall reinstate normal transportation services. 34.TRANSFER OF TITLE TO EQUIPMENT. All equipment, parts, and supplies purchased by CONTRACTOR under this Agreement, either as a direct charge expense or within the defined scope of services, shall become the property of CITY upon either the payment of the direct charge invoice or the expiration or termination of this Agreement for any reason unless otherwise specified in writing. CONTRACTOR shall maintain a perpetual inventory of all such equipment and supplies purchased under this, to be submitted for review on or before August 31 of each year. CONTRACTOR shall be responsible for the replacement of any equipment, parts and supplies purchased or provided, either by CITY or CONTRACTOR, under this Agreement that is lost or unreasonably destroyed while under the c ontrol of CONTRACTOR. 35.TRANSPORTATION DATA REPORTING. CONTRACTOR shall report to CITY accurate, timely, and complete operating, financial, and performance data in accordance with all applicable federal and state laws, rules, and reporting standards, including without limitation the California Public Utilities Code, Chapter 4, Section 99243 and Section 99243.5; the California Code of Regulations, Title 21, Chapter 3, Subchapter 2, as required under California Transportation Development Act; the National Transit Database (NTD) reporting requirements under 49 C.F.R. Part 630 and the current NTD Reporting Policy Manual; and any successor, replacement, or conforming federal state, or regulatory requirements, and any updates, amendments, or revisions to the foregoing. 36.TRANSITION TO FUTURE OPERATOR. Up to and for a minimum of thirty (30) days following the effective date of termination or expiration of this Agreement, CONTRACTOR shall provide to either CITY or any future operator selected by CITY, CONTRACTOR's full cooperation in the transition to the successor operator. This shall include, at a minimum, consultation regarding labor and management issues (including a delineation of wages and benefits by employee category), access to non-confidential personnel files and maintenance records. CONTRACTOR shall provide its best professional effort to assure a smooth transition from CONTRACTOR's Page 56 of 155 Page 124 of 509 services to those provided by the new operator and shall cooperate fully with CITY and the new operator to this end. 37. SEVERABILITY. If any provision of this Agreement is held invalid or unconstitutional by any court of competent jurisdiction, such decision shall have no effect on the validity of the remaining provisions of this Agreement and such remaining provisions shall continue to remain in full force and effect. 38. MISCELLANEOUS TERMS. In the case of dispute, the prevailing party in any action between the parties to this Agreement, brought to enforce the terms of this Agreement, may recover from the other party its reasonable costs and attorneys’ fees in connection with such an action. CITY's failure to insist in any 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 or to future performance of such a term or terms, and CONTRACTOR'S obligations in respect thereto shall continue in full force and effect. Time shall be of the essence. 39. AMENDMENT. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the appropriate review authority according to the City’s Financial Management Manual. CONTRACTOR shall not be compensated for any services rendered in connection with its performance of this Agreement which are in addition to those set forth herein, unless such additional services are authorized by CITY in advance and in writing. 40. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete Agreement between the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. Each party is entering into this Agreement based solely upon the representations set forth herein and upon each party's own independent investigation of any and all facts such party deems material. 41. NOTICE. All notices to the Parties hereto under this Agreement shall be in writing and shall be sent either by (i) personal service, (ii) delivery by a reputable document delivery service, such as, but not limited to, Federal Express, which provides a receipt showing date and time of delivery, or (iii) United States Mail, certified, postage prepaid, return receipt requested. All such notices shall be delivered to the addressee or addressed as set forth below: City City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 Contractor Company Name Address Line 1 Address Line 2 Page 57 of 155 Page 125 of 509 42. GOVERNING LAW. Any action arising out of this Agreement shall be brought in the Superior Court of San Luis Obispo County, California, regardless of where else venue may lie. The validity, interpretation, construction and performance of this Agreement, and all acts and transactions pursuant hereto and the rights and obligations of the Parties hereto shall be governed, construed and interpreted in accordance with the laws of the State of California, without giving effect to principles of conflicts of law. 43. AUTHORITY TO EXECUTE AGREEMENT. Both CITY and CONTRACTOR do covenant that each individual executing this Agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. CITY OF SAN LUIS OBISPO: By:_____________________________________ Whitney McDonald City Manager APPROVED AS TO FORM: CONTRACTOR: By: ________________________________ By: _________________________________ Christine Dietrick Name of CAO / President City Attorney Its: CAO / President Page 58 of 155 Page 126 of 509 EXHIBIT A [Placeholder for City Request for Proposals and for Contractor Proposal] Page 59 of 155 Page 127 of 509 EXHIBIT B Insurance Requirements Without limiting Contractor’s indemnification of City, and prior to commencement of work, Contractor shall obtain, and maintain at its own expense during the term of this Agreement, policies of insurance of the types and amounts described below and in a form that is satisfactory to City. General liability insurance. Contractor shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $10,000,000 per occurrence, $10,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO “insured contract” language will not be accepted. Said policy shall include coverage for premises, specifically including dangerous condition of public property, as well as coverage for the facility and property provided by city for contractors used during the term of this contract. Automobile liability insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non-owned, or rented vehicles, in an amount not less than $10,000,000 combined single limit for each accident. Coverage will also include collision and comprehensive physical damage with a deductible not to exceed $10,000. Any deductible will be the responsibility of the Contractor. In case of damage, destruction or loss of any vehicle or equipment provided by city under the terms of this agreement, the CITY agrees that the liability of Contractor for said damage or destruction shall be limited to the fair market value of the vehicle or equipment at the time of loss. Employee Crime / Theft Insurance. Contractor shall maintain an insurance policy or fidelity bond in an amount not less than $50,000 covering any loss of money, securities or property resulting from the dishonest acts of an employee, official or board member. Umbrella or excess liability insurance. [If required to meet higher limits]. Contractor may obtain and maintain an umbrella liability insurance policy with limits that will provide bodily injury, personal injury, and property damage liability coverage, including commercial general liability, automobile liability, and employer’s liability. Such policy or policies shall include the following terms and conditions: •A drop-down feature requiring the policy to respond if any primary insurance that would otherwise have applied proves to be uncollectible in whole or in part for any reason, other than bankruptcy or insolvency of said primary insurer; •“Pay on behalf of” wording as opposed to “reimbursement”; •Concurrency of effective dates with primary policies. Page 60 of 155 Page 128 of 509 Excess insurance. Should Contractor obtain and maintain an excess liability policy, such policy shall be excess over commercial general liability, automobile liability, and employer’s liability policies. Such policy or policies shall include wording that the excess liability policy follows the terms and conditions of the underlying policies. Workers’ compensation insurance. Contractor shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least $1,000,000). Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees, and volunteers. Notice of cancellation. Contractor agrees to oblige its insurance agent or broker and insurers to provide the City with a thirty (30) day notice of cancellation (except for nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for each required coverage. If any of the Contractor’s insurers are unwilling to provide such notice, then Contractor shall have the responsibility of notifying the City immediately in the event of Contractor’s failure to renew any of the required insurance coverages or insurer’s cancellation or non-renewal. Additional insured status. General liability, automobile liability, and umbrella/excess liability insurance policies shall provide or be endorsed to provide that City and its officers, officials, employees, agents, and volunteers shall be additional insureds under such policies. Undisclosed coverage limitations are prohibited. None of the coverages required herein shall comply with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. The additional insured endorsement will explicitly include coverage for both ongoing and completed operations. Separation of insureds. A severability of interests provision must apply for all additional insureds ensuring that Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer’s limits of liability. The policy(ies) shall not contain any cross-liability exclusions. Pass through clause. Contractor agrees to ensure that its subconsultants, subcontractors, and any other party who is brought onto or involved in the project/service by Contractor (hereinafter collectively “subcontractor”), provide the same minimum insurance coverage and endorsements required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. However, in the event Contractor’s subcontractor cannot comply with this requirement, which proof must be submitted to the City, Contractor shall be required to ensure that its subcontractor provide and maintain insurance coverage and endorsements sufficient to the specific risk of exposure involved with subcontractor’s scope of work and services, with limits less than required of the Contractor, but in all other terms consistent with the Contractor’s requirements under this agreement. This provision does not relieve the Contractor of its contractual obligations under the agreement and/or limit its liability to the amount of insurance coverage provided by its subcontractors. This provision is intended solely to provide Contractor with the ability to utilize a subcontractor who may be otherwise qualified to perform the work or services but may not carry the same insurance limits as required of the Contractor under this agreement given the limited scope of work or Page 61 of 155 Page 129 of 509 services provided by the subcontractor. Contractor agrees that upon request, all agreements with subcontractors, and others engaged in the project, will be submitted to City for review. City’s right to revise specifications. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City and Contractor may renegotiate Contractor’s compensation. Self-insured retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible, or require proof of ability to pay losses and related investigations, claim administration, and defense expenses within the retention through confirmation from the underwriter. Timely notice of claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor’s performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. Additional insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. Verification of Coverage. Contractor shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage, as well as endorsements effecting general liability and vehicle coverage. All endorsements are to be received and approved by the Cit y before work commences. Page 62 of 155 Page 130 of 509 EXHIBIT C Federal Transit Administration Third-Party Contracting Provisions 1.FLY AMERICA REQUIREMENTS. 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 provide 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, an 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. The CONTRACTOR agrees to include the requirements of this section in all subcontracts that may involve international air transportation. 2.BUY AMERICA REQUIREMENTS. CONTRACTOR agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. 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 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. 4.SCHOOL BUS REQUIREMENTS. Pursuant to 69 U.S.C. 5323(f) and 49 CFR Part 605, recipients and subrecipients 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. 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. Page 63 of 155 Page 131 of 509 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 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 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. 7.LOBBYING REQUIREMENTS. CONTRACTOR shall comply with 31 U.S.C. 1352, which provides in part that no appropriated funds may be expended by the recipient of a Federal contract, grant, loan, or cooperative agreement to pay any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any of the following covered Federal actions: the awarding of any Federal contract, t he making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 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 agency, 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. 8.ACCESS TO RECORDS AND REPORTS. The following access records requirements apply to this Agreement: a.In accordance with 49 C. F. R. 18.36(i), 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 C. F. R. 633.17 to provide the FTA Administrator or their 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. Page 64 of 155 Page 132 of 509 b.CONTRACTOR agrees to maintain all books, records, accounts, and reports required under this contract for a period of not less than three (3) years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, 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(i)(11). 9.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 Master Agreement between the CITY and FTA, as they may be amended or promulgated from time to time during the term of this contract. CONTRACTOR’s failure to so comply shall constitute a material breach of this Agreement. 10.CLEAN AIR REQUIREMENTS. 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. §§ 7401 et seq. CONTRACTOR agrees to report each violation to CITY and understands and agrees that the CITY will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. 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. 11.RECYCLED PRODUCTS. CONTRACTOR agrees to comply with all of 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. CONTRACTOR agrees to include these requirements in every subcontract. 12.CONTRACT WORK HOURS AND SAFETY STANDARDS ACT. In accordance with 40 USC 3701 et. seq., 29 CFR Part 5, and 49 CFR 18.36; CONTRACTOR hereby certifies compliance with the following provisions related to employment of laborers and mechanics under the Contract Work Hours and Safety Standards Act. 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 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 hours in such wor kweek. b.Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in subparagraph (b)(1) of 29 CFR Section 5.5, the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, Page 65 of 155 Page 133 of 509 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 subparagraph (b)(1) of 29 CFR Section 5.5, in the sum of $33 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 subparagraph (b)(1) of 29 CFR Section 5.5. c.Withholding for Unpaid Wages and Liquidated Damages. CITY shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such con tract 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 subparagraph (b)(2) of 29 CFR Section 5.5. d.Non-Construction Grants. The contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the recipient shall require the contracting Officer to insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by contractor or subcontractor for inspection, copying, or transcription by authorized representatives of Department of Transportation (DOT) and the Department of Labor and the Contractor or subcontractor will permit such representatives to interview employees during working hours on the job. e.Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraphs (a) through (e) of 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 subparagraphs (a) through (e) of this section. 13.AMERICANS WITH DISABILITIES ACT (ADA) ACCESS REQUIREMENTS. CONTRACTOR agrees to comply with the requirements of the Americans with Disabilities Act of 1990 (ADA), as amended, 42 U.S.C. § 12101 et seq.; Section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794; and USDOT regulations at 49 CFR Parts 27, 37, and 38. CONTRACTOR agrees that, consistent with the objectives of these statutes and regulations, services, programs, vehicles, and facilities provided under this contract will be accessib le to and usable by individuals with disabilities. CONTRACTOR further agrees to include these requirements in all subcontracts financed in whole or in part with Federal assistance provided by FTA. 14.NO GOVERNMENT OBLIGATION TO THIRD PARTIES. Page 66 of 155 Page 134 of 509 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 underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to CITY, CONTRACTOR, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. 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. 15.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 U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, CONTRACTOR certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for whi ch this contract 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 a project 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.C. § 1001 and 49 U.S.C. §5307(n)(1) on CONTRACTOR, to the extent the Federal Government deems ap propriate. 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 subje ct to the provisions. 16.GOVERNMENT-WIDE DEBARMENT AND SUSPENSION. a.Suspension and Debarment. This contract is a covered transaction for purposes of 49 CFR Part 29. As such, CONTRACTOR is required to verify that none of CONTRACTOR, 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 signi ng and submitting its bid or proposal, the bidder or proposer certifies as follows: Page 67 of 155 Page 135 of 509 i.The certification in this clause is a material representation of fact relied upon by CITY. If it is later determined that the bidder or proposer 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. 17.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, 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 the underlying contract. 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. 18.CIVIL RIGHTS REQUIREMENTS. 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 applic able Federal implementing regulations and other implementing requirements FTA may issue. CONTRACTOR shall promptly notify CITY of any discrimination complaints. b.Equal Employment Opportunity. The following equal employment opportunity requirements apply to the underlying contract: (i)Race, Color, Creed, National Origin, Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Page 68 of 155 Page 136 of 509 Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (ii)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, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (iii)Disabilities. In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the 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, the 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. 19.BREACHES AND DISPUTE RESOLUTION. a.Disputes. Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of (Recipient)'s [title of employee]. This decision shall be final and conclusive unless within [ten (10)] days from the date of receipt of its copy, CONTRACTOR mails or otherwise furnishes a written appeal to the [title of employee]. In connection with any such appeal, CONTRACTOR shall be afforded an opportunity to be heard and to offer evide nce in support of its position. The decision of the [title of employee] shall be binding upon CONTRACTOR and CONTRACTOR shall abide be the decision. b.Performance During Dispute. Unless otherwise directed by CITY, CONTRACTOR shall continue performance under this Contract while matters in dispute are being resolved. c.Claims for Damages. Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of their employees, Page 69 of 155 Page 137 of 509 agents, or others for whose acts they are legally liable, a claim for damages therefore shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. d.Remedies. Unless this Contract provides otherwise, all claims, counterclaims, disputes and other matters in question between CITY and CONTRACTOR arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which CITY is located. e.Rights and Remedies. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights, and remedies otherwise imposed or available by law. No action or failure to act by CITY OR CONTRACTOR shall constitute a waiver of any right or duty afforded by any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereun der, except as may be specifically agreed in writing. 20.TRANSIT EMPLOYEE PROTECTIVE AGREEMENTS. CONTRACTOR agrees to comply with applicable transit employee protective requirements as follows: a.General Transit Employee Protective Requirements. To the extent that FTA determines that transit operations are involved, CONTRACTOR agrees to carry out the transit operations work on the underlying contract in compliance with terms and conditions determined by the U.S. Secretary of Labor to be fair and equitable to protect the interests of employees employed under this contract and to meet the employee protective requirements of 49 U.S.C. A 5333(b), and U.S. DOL guidelines at 29 C.F.R. Part 215, and any amendments thereto. These terms and conditions are identified in the letter of certification from the U.S. DOL to FTA applicable to the FTA Recipient's project from which Federal assistance is provided to support work on the underlying contract. CONTRACTOR to carry out that work in compliance with the conditions stated in that U.S. DOL letter. The requirements of this subsection (a), however, do not apply to any contract financed with Federal assistance provided by FTA either for projects for elderly individu als and individuals with disabilities authorized by 49 U.S.C. § 5310(a)(2), or for projects for nonurbanized areas authorized by 49 U.S.C. § 5311. Alternate provisions for those projects are set forth in subsections (i) and (ii) of this section. i)Transit Employee Protective Requirements for Projects Authorized by 49 U.S.C. § 5310(a)(2) for Elderly Individuals and Individuals with Disabilities . If the contract 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 of Transportation has determined or determines in the future that the employee protective requirements of 49 U.S.C. § 5333(b) are necessary or appropriate for the state and the public body subrecipient for which work is performed on the underlying contract, the Contractor agrees to carry out the Project 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 Page 70 of 155 Page 138 of 509 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. The Contractor agrees to perform transit operations in connection with the underlying contract in compliance with the conditions stated in that U.S. DOL letter. ii)Transit Employee Protective Requirements for Projects Authorized by 49 U.S.C. § 5311 in Nonurbanized Areas. If the contract involves transit operations financed in whole or in part with Federal assistance authorized by 49 U.S.C. § 5311, the Contractor agrees to comply with the terms and conditions of the Special Warranty for the Nonurbanized Area Program agreed to by the U.S. Secretaries of Transportation and Labor, dated May 31, 1979, and the procedures implemented by U.S. DOL or any revision thereto. b.CONTRACTOR also agrees to include any applicable requirements in each subcontract involving transit operations financed in whole or in part with Federal assistance provided by FTA. 21.DISADVANTAGED BUSINESS ENTERPRISE (DBE). a.This contract 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 and CITY’s DBE program.. b.CONTRACTOR shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT-assisted contract. Failure by CONTRACTOR to carry out these requirements is a material breach of this contract, which may result in the termination of this contract 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 pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than thirty (30) days after CONTRACTOR’s receipt of payment for that work from CITY. In addition, CONTRACTOR is required to return any retainage payments to those subcontractors within thirty (30) days after the subcontractor's work related to this contract is satisfactorily completed. d.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. 22.SAFE OPERATION OF MOTOR VEHICLES / DISTRACTED DRIVING. a.Seat Belt Use. In accordance with the provisions of Executive Order No. 13043, “Increasing Seat Belt Use in the United States,” April 16, 1997, 23 U.S.C. § 402 note, CONTRACTOR is required to adopt and promote on-the-job seat belt use policies and Page 71 of 155 Page 139 of 509 programs for its employees and other personnel that operate company-owned vehicles, company-rented vehicles, or personally operated vehicles. The terms “company-owned” and company-leased” refer to vehicle owned or lease by CONTRACTOR or by CITY. b.Distracted Driving. In accordance with the provisions of Executive Order No. 13513, “Federal Leadership on Reducing Text Messaging While Driving,” October 1, 2009, 23 U.S.C. § 402 note, and U.S. DOT Order 3902.10, “Text Messaging While Driving,” December 30, 2009; CONTRACTOR is required to adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers, including policies to ban text messaging while using an electronic device supplied by an employer, and driving a vehicle the driver owns or rents, a vehicle CONTRACTOR owns, leases, or rents, or a privately- owned vehicle when on official business in connection with or when performing any work for or on behalf of CITY. 23.DRUG AND ALCOHOL TESTING. CONTRACTOR agrees to establish and implement a drug and alcohol testing program that complies with 49 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 agrees further to certify annually its compliance with Parts 653 and 654 and to submit the Management Information System (MIS) reports before MARCH 1 of each year to CITY. To certify compliance the contractor shall use the "Substance Abuse Certifications" in the "Annual List of Certifications and Assurances for Federal Transit Administration Grants and Cooperative Agreements," which is published annually in the Federal Register. 24.INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS. The preceding provisions include, in part, certain Standard Terms and Conditions required by USDOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by USDOT, as set forth in FTA Circular 4220.1E are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this 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. Page 72 of 155 Page 140 of 509 Route 1A Route 1B Route 2A Route 2B Route 3A Route 3B Route 4A Route 4B Route 1A Route 1B Route 2A Route 2B Route 3A Route 3B Route 4A Route 4B Start Time 6:15 AM 6:45 AM 6:15 AM 6:45 AM 6:00 AM 6:45 AM 6:00 AM 6:15 AM Start Time 6:15 AM 6:45 AM 6:15 AM 6:45 AM 6:20 AM 6:45 AM 6:00 AM 6:15 AM End Time 10:00 PM 6:30 PM 10:00 PM 6:35 PM 11:10 PM 10:35 PM 11:05 PM 10:30 PM End Time 7:15 PM 5:45 PM 7:15 PM 5:45 PM 7:15 PM 5:45 PM 7:30 PM 6:15 PM # of Buses 1 1 1 1 3 2 1 1 # of Buses 1 1 1 1 1 1 1 1 # of Trips 16 12 16 12 29 22 23 22 # of Trips 14 12 14 12 14 12 19 17 Loop Dura.45 min 45 min 50 min 55 min 55 min 55 min 35 min 35 min Loop Dura.45 min 45 min 50 min 55 min 55 min 55 min 35 min 35 min Frequency 60 min 60 min 60 min 30 min 20/60 min 60/45 min 45 min 45 min Frequency 60 min 60 min 60 min 30 min 60 min 60/45 min 45 min 45 min Rev. Hours 15.75 11.75 15.75 11.83 28.67 21.75 17.08 16.33 Rev. Hours 13.75 11.75 13.83 11.83 13.83 11.92 14.08 12.58 Rev. Miles 150.4 114 185.6 128.4 371.2 277.2 154.1 129.8 Rev. Miles 131.6 114 162.4 128.4 179.2 151.2 127.3 100.3 Total/Year:3,244.5 2,420.5 3,244.5 2,437.0 5,906.0 4,480.5 3,518.5 3,364.0 Total/Year:591.3 505.3 594.7 508.7 594.7 512.6 605.4 540.9 Total "Weekday" Mileage per Day:1,511 Total "Weekday" Hours per Day:139 Total "Weekday" Mileage per Day:1,094 Total "Weekday" Hours per Day:104 Total "Weekday" Mileage per Year:342,929 Total "Weekday" Hours per Year:28,615 Total "Weekday" Mileage per Year:24,077 Total "Weekday" Hours per Year:4,454 Route 1A Route 2A Route 3A Route 4A Route 1A Route 2A Route 3A Route 4A Start Time 8:15 AM 8:15 AM 8:20 AM 8:15 AM Start Time 8:15 AM 8:15 AM 8:20 AM 8:15 AM End Time 7:15 PM 7:15 PM 7:15 PM 7:30 PM End Time 7:15 PM 7:15 PM 7:15 PM 7:30 PM # of Buses 1 1 1 1 # of Buses 1 1 1 1 # of Trips 12 12 12 16 # of Trips 12 12 12 16 Loop Dura.45 min 50 min 55 min 35 min Loop Dura.45 min 32 min 55 min 57 min Frequency 60 min 60 min 60 min 45 min Frequency 60 min 40 min 30 min 30 min Rev. Hours 11.75 11.83 11.83 11.83 Rev. Hours 11.75 11.83 11.83 11.83 Rev. Miles 112.8 139.2 153.6 107.2 Rev. Miles 112.8 139.2 153.6 107.2 Total/Year:611 615.16 615.16 615.16 Total/Year:611 615.16 615.16 615.16 Total "Saturday" Mileage per Day:513 Total "Saturday" Hours per Day:47 Total "Sunday" Mileage per Day:513 Total "Sunday" Hours per Day:47 Total "Saturday" Mileage per Year:26,666 Total "Saturday" Hours per Year:2,456 Total "Sunday" Mileage per Year:26,666 Total "Sunday" Hours per Year:2,456 Trolley Holiday Trolley LT SLT HT 6X Start Time 5:00 PM 12:00 PM 7:35 AM 8:35 AM 7:40 AM 6:00 PM End Time 9:10 PM 8:00 PM 3:55 PM 3:55 PM 9:00 PM 9:20 PM # of Buses 1 1 1 1 1 1 # of Trips 12 16 3 4 3 7 Loop Dura.18 min 18 25 min 20 min 15 min 20 min Frequency 20 min 23 min 1 Trip 30/35 min 30 min 30 min Rev. Hours 4.17 8.17 0.92 1.5 1 3.33 Rev. Miles 30 40 12.5 7.6 9.9 28 Annual Hrs 212.67 81.7 189.52 309 206 153.18 Total/Year:1,530.0 400.0 2,575.0 1,565.6 2,039.4 1,288.0 Total "Weekday" Mileage per Day:30 Total "Weekday" Hours per Day:19 Total "Weekday" Mileage per Year:9,398 Total "Weekday" Hours per Year:1,152 NOTES:No service on Thanksgiving and Chrismas Day Winter Service (14 days during the week of Chrismas and New Years) is reflected in "Regular Weekday Schedule" Revenue Service Quick Stats FULL Academic Schedule (August 1 - June 30)Summer Schedule (July 1 - July 31) Weekday Non-Academic ScheduleWeekday Academic Schedule Saturday and Sunday Schedule Sunday Schedule (52 Days): Trippers, Trolley, Holiday Trolley, and Express Services 429,735 Total Annual Revenue Miles: Total Annual Revenue Hours: 39,607 APPENDIX C - Route Schedules and Statistics Page 73 of 155 Page 141 of 509 Year 1 Year 2 Year 3 Year 4 July 1, 2026 - June 30, 2027 July 1, 2027 - June 30, 2028 July 1, 2028 - June 30, 2029 July 1, 2029 - June 30, 2030 Existing Service Levels 39,608.8 39,608.8 39,608.8 40,505.7 Serivce Expansion (per Short-Range Transit Plan)17,746.8 17,746.8 17,746.8 18,705.8 Total 57,355.5 57,355.5 57,355.5 59,211.4 Year 1 Year 2 Year 3 Year 4 July 1, 2026 - June 30, 2027 July 1, 2027 - June 30, 2028 July 1, 2028 - June 30, 2029 July 1, 2029 - June 30, 2030 EXISTING SERVICE LEVELS Route 1A 5,175.3 5,175.3 5,175.3 5,221.3 Route 1B 2,925.8 2,925.8 2,925.8 2,914.0 Route 2A 5,188.3 5,188.3 5,188.3 5,232.3 Route 2B 2,946.5 2,946.5 2,946.5 2,934.6 Route 3A 7,849.2 7,849.2 7,849.2 8,203.2 Route 3B 4,992.9 4,992.9 4,992.9 5,217.0 Route 4A 5,473.8 5,473.8 5,473.8 5,543.5 Route 4B 3,905.8 3,905.8 3,905.8 3,983.2 Trolley 212.5 212.5 212.5 217.1 Laguna Tripper 188.8 188.8 188.8 211.8 SLO Tripper 309.0 309.0 309.0 345.0 Highland Tripper 206.0 206.0 206.0 230.0 6 Express 153.3 153.3 153.3 156.7 Holiday Trolley 81.7 81.7 81.7 96.0 Existing Service Levels Subtotal 39,608.8 39,608.8 39,608.8 40,505.7 SERVICE EXPANSION (PER SHORT-RANGE TRANSIT PLAN) Route 4A/B Additional Service 618.0 618.0 618.0 819.0 Route 2A/B Revision 7,407.7 7,407.7 7,407.7 8,121.7 "B" Routes on Weekends 4,532.7 4,532.7 4,532.7 4,532.7 Avila Ranch Direct Service 5,188.3 5,188.3 5,188.3 5,232.3 Service Expansion Subtotal 17,746.8 17,746.8 17,746.8 18,705.8 Grandtotal 57,355.5 57,355.5 57,355.5 59,211.4 REVENUE HOUR PROJECTIONS Page 74 of 155 Page 142 of 509 LawnwoodC h o r r o O s o s B R O A D BROADBRO AD MARSH S A N T A R O S AHiguera J O H N S O N LAURELTANK FARM O R C U T T J o h n s o n LizzieBishopSydneyLa CitaAugusta Southwood Camden LaurelTank Farm HollyhockPoinse t t ia Industrial Aerovista Capitolio RockviewSweeney HumbertAlphonsoSanta BarbaraLeffTank Far mTransitCenter R I G H E T T ITIBURON R i g h e t t i TiburonAIRPO R T San Luis Airport 6:15 AM 6:21 AM 6:27 AM 6:40 AM 6:49 AM 7:00 AM 7:15 AM 7:21 AM 7:27 AM 7:40 AM 7:49 AM 8:00 AM 8:15 AM 8:21 AM 8:27 AM 8:40 AM 8:49 AM 9:00 AM 9:15 AM 9:21 AM 9:27 AM 9:40 AM 9:49 AM 10:00 AM 10:15 AM 10:21 AM 10:27 AM 10:40 AM 10:49 AM 11:00 AM 11:15 AM 11:21 AM 11:27 AM 11:40 AM 11:49 AM 12:00 PM 12:15 PM 12:21 PM 12:27 PM 12:40 PM 12:49 PM 1:00 PM 1:15 PM 1:21 PM 1:27 PM 1:40 PM 1:49 PM 2:00 PM 2:15 PM 2:21 PM 2:27 PM 2:40 PM 2:49 PM 3:00 PM 3:15 PM 3:21 PM 3:27 PM 3:40 PM 3:49 PM 4:00 PM 4:15 PM 4:21 PM 4:27 PM 4:40 PM 4:49 PM 5:00 PM 5:15 PM 5:21 PM 5:27 PM 5:40 PM 5:49 PM 6:00 PM 6:15 PM 6:21 PM 6:27 PM 6:40 PM 6:49 PM 7:00 PM 7:15 PM 7:21 PM 7:27 PM 7:40 PM 7:49 PM 8:00 PM 8:15 PM 8:21 PM 8:27 PM 8:40 PM 8:49 PM 9:00 PM 9:15 PM 9:21 PM 9:27 PM 9:40 PM 9:48 PM 10:00 PM Transit Center Johnson at Lizzie Orcutt at Laurel San Luis Airport Broad at Santa Barbara Transit Center Acad. Sched.Eve.Serv.Academic & Summer ScheduleWeekend Schedule1A Transit Center Marsh at Johnson Johnson at Lizzie Johnson at Bishop Johnson at Sydney Johnson at La Cita Laurel at Augusta Laurel at Southwood Laurel at Camden Orcutt at Laurel Orcutt at Lawnwood Orcutt at Tiburon Tiburon at Righetti Righetti at Tank Farm Tank Farm at Hollyhock Tank Farm at Poinsettia Broad at Tank Farm (Creekside) Broad at Aerovista San Luis Airport Broad at Industrial (Marigold Center) Broad at Capitolio Broad at Rockview Broad at Sweeney (Brickyard) Broad at Humbert Broad at Alphonso (The Village) Broad at Santa Barbara Broad at Leff Marsh at Chorro Marsh at Osos Santa Rosa at Higuera Transit Center For route and schedule updates, please download the SLO Transit App, visit slotransit.org, or call Transit Dispatch at (805) 541-2877.Effective September 1, 2025 | Fare $1.50 Academic Schedule Sept 1, 2025 –June 30, 2026 APPENDIX D - Service Schedules Page 75 of 155 Page 143 of 509 B R O A D MONTEREY LAURELSOUTHWOOD ORCUTT A U G U S T A B r o a d LizzieMarshGerdaBishopBishopLaurelWoodsideGregory Sweeney WoodbridgeFunstonIslayT o r o Richar d LaurelJ O H N S O N BROADBROADTANK FARM O R C U T T Poin se t t iaIndustrial AerovistaTank FarmTransitCenter AIRPOR T San Luis Airport MARS H N I P OM O Tank Farm H a y f i e l dCerro CabrilloR AN C H H O U S E TIBURO N R I GH E T T I REROUT 2024 Lawnwood * 6:45 AM 6:52 AM 7:00 AM 7:10 AM 7:15 AM 7:30 AM 7:45 AM 7:52 AM 8:00 AM 8:10 AM 8:15 AM 8:30 AM 8:45 AM 8:52 AM 9:00 AM 9:10 AM 9:15 AM 9:30 AM 9:45 AM 9:52 AM 10:00 AM 10:10 AM 10:15 AM 10:30 AM 10:45 AM 10:52 AM 11:00 AM 11:10 AM 11:15 AM 11:30 AM 11:45 AM 11:52 AM 12:00 PM 12:10 PM 12:15 PM 12:30 PM 12:45 PM 12:52 PM 1:00 PM 1:10 PM 1:15 PM 1:30 PM 1:45 PM 1:52 PM 2:00 PM 2:10 PM 2:15 PM 2:30 PM 2:45 PM 2:52 PM 3:00 PM 3:10 PM 3:15 PM 3:30 PM 3:45 PM 3:52 PM 4:00 PM 4:10 PM 4:15 PM 4:30 PM 4:45 PM 4:52 PM 5:00 PM 5:10 PM 5:15 PM 5:30 PM 5:45 PM 5:52 PM 6:00 PM 6:10 PM 6:15 PM 6:30 PM Transit Center Broad at Woodbridge Laurel at Richard Johnson at Lizzie Transit Center Academic & Summer ScheduleSee Route 1A for Weekend and Evening Service San Luis Airport Due to construction, Route 1B will be rerouted until Spring 2026. The following stops will be closed during this time. Nipomo at Higuera Marsh at Broad Reroute 1B Transit Center Nipomo at Higuera Marsh at Broad Broad at Islay Broad at Funston Broad at Woodbridge Broad at Sweeney (Brickyard) Broad at Industrial (Damon-Garcia) Broad at Tank Farm (Creekside) Broad at Aerovista San Luis Airport Tank Farm at Poinsettia Righetti at Tank Farm Tiburon at Hayfield Ranch House at Cerro Cabrillo Orcutt at Lawnwood Johnson at Gregory Southwood at Woodside Southwood at Laurel Laurel at Richard Augusta at Laurel Augusta at Gerda Augusta at Bishop Johnson at Bishop Johnson at Lizzie Johnson at Marsh Monterey at Toro Transit Center ** Page 76 of 155 Page 144 of 509 2A REROUTE 2024 Margarita B r o a d C h o r r o OsosHiguera A r c h e r A r c h e r South M a d o n n a P l a z a O c e a n a i r eLaguna VillageLaguna VillageHigueraCalle Jo a q ui n Subu r b a n Gran a d a Prad o Silve r C i t y Bridge ElksAuto Park WayOceanaireOceanaireDescansoPrefumo CanyonLaguna LaneLaguna LaneSouth N I P OM O PISMO HIGUERAPRA D OMADONNAD E L R I O MARSH L O S O S O S V A L L E Y ROAD (LOVR)DESCANSODescansoT r a n s i t C e n t e r N i p o m o ( T em p ) Due to construction, Route 2A will be rerouted until Spring 2026. The following stops will be closed during this time. Nipomo at Higuera Nipomo at Pismo A temporary stop is located at the corner of Pismo Street and Nipomo Street. Reroute Effective September 1, 2025 | Fare $1.50 Academic Schedule Sept 1, 2025 –June 30, 2026 * 6:15 AM 6:20 AM 6:31 AM 6:40 AM 6:48 AM 7:05 AM 7:15 AM 7:20 AM 7:31 AM 7:40 AM 7:48 AM 8:05 AM 8:15 AM 8:20 AM 8:31 AM 8:40 AM 8:48 AM 9:05 AM 9:15 AM 9:20 AM 9:31 AM 9:40 AM 9:48 AM 10:05 AM 10:15 AM 10:20 AM 10:31 AM 10:40 AM 10:48 AM 11:05 AM 11:15 AM 11:20 AM 11:31 AM 11:40 AM 11:48 AM 12:05 PM 12:15 PM 12:20 PM 12:31 PM 12:40 PM 12:48 PM 1:05 PM 1:15 PM 1:20 PM 1:31 PM 1:40 PM 1:48 PM 2:05 PM 2:15 PM 2:20 PM 2:31 PM 2:40 PM 2:48 PM 3:05 PM 3:15 PM 3:20 PM 3:31 PM 3:40 PM 3:48 PM 4:05 PM 4:15 PM 4:20 PM 4:31 PM 4:40 PM 4:48 PM 5:05 PM 5:15 PM 5:20 PM 5:31 PM 5:40 PM 5:48 PM 6:05 PM 6:15 PM 6:20 PM 6:31 PM 6:40 PM 6:48 PM 7:05 PM 7:15 PM 7:20 PM 7:31 PM 7:40 PM 7:48 PM 8:05 PM 8:15 PM 8:20 PM 8:31 PM 8:40 PM 8:48 PM 9:05 PM 9:15 PM 9:20 PM 9:31 PM 9:40 PM 9:48 PM 10:00 PM Transit Center Higuera at South Higuera at Suburban LOVR at Laguna Ln Madonna at Oceanaire Transit Center Acad. Sched.Eve.Serv.Academic & Summer ScheduleWeekend ScheduleTransit Center Nipomo at Higuera Nipomo at Pismo Pismo at Nipomo (Temp) Pismo at Archer Higuera at South Higuera at Bridge Prado at Elks Higuera at Margarita Higuera at Prado (Social Services) Higuera at Granada Higuera at Silver City Higuera at Suburban LOVR at Higuera LOVR at Calle Joaquin LOVR at Auto Park Way LOVR at Laguna Village LOVR at Oceanaire LOVR at Laguna Lane (Middle School) Prefumo Cyn at Del Rio Del Rio at Descanso LOVR at Descanso LOVR at Laguna Lane LOVR at Oceanaire LOVR at Laguna Village Madonna at Oceanaire Madonna Road at Madonna Plaza Higuera at South Marsh at Archer Marsh at Broad Marsh at Chorro Marsh at Osos Santa Rosa at Higuera Transit Center 2A For route and schedule updates, please download the SLO Transit App, visit slotransit.org, or call Transit Dispatch at (805) 541-2877. *** * Page 77 of 155 Page 145 of 509 DESCANSOHIGUERAB r o a d C h o r r o OsosHiguera A r c h e r A r c h e r South M a d o n n a P l a z a D a l i d i oFroomO c e a n a i r e D a l i d o Laguna VillageLaguna VillageMadonnaHigueraSubu r b a n Hind Prad o Margarita Chumash Elks FroomOceanaireOceanaireDescansoPrefumo CanyonLaguna LaneLaguna LaneSouth N I P OM O MARS H PISMO HIGUERAMADONNA D E L R I O T r a n s i t C e n t e r DescansoL O S O S O S V A L L E Y R O AD ( L OVR) REROUTE 2024 N i p om o ( T em p ) Due to construction, Route 2B will be rerouted until Spring 2026. The following stops will be closed during this time. Nipomo at Higuera Nipomo at Pismo A temporary stop is located at the corner of Pismo Street and Nipomo Street. Reroute * 6:45 AM 6:57 AM 7:03 AM 7:13 AM 7:18 AM 7:25 AM 7:40 AM 7:45 AM 7:57 AM 8:03 AM 8:13 AM 8:18 AM 8:25 AM 8:40 AM 8:45 AM 8:57 AM 9:03 AM 9:13 AM 9:18 AM 9:25 AM 9:40 AM 9:45 AM 9:57 AM 10:03 AM 10:13 AM 10:18 AM 10:25 AM 10:40 AM 10:45 AM 10:57 AM 11:03 AM 11:13 AM 11:18 AM 11:25 AM 11:40 AM 11:45 AM 11:57 AM 12:03 PM 12:13 PM 12:18 PM 12:25 PM 12:40 PM 12:45 PM 12:57 PM 1:03 PM 1:13 PM 1:18 PM 1:25 PM 1:40 PM 1:45 PM 1:57 PM 2:03 PM 2:13 PM 2:18 PM 2:25 PM 2:40 PM 2:45 PM 2:57 PM 3:03 PM 3:13 PM 3:18 PM 3:25 PM 3:40 PM 3:45 PM 3:57 PM 4:03 PM 4:13 PM 4:18 PM 4:25 PM 4:40 PM 4:45 PM 4:57 PM 5:03 PM 5:13 PM 5:18 PM 5:25 PM 5:40 PM 5:45 PM 5:57 PM 6:03 PM 6:13 PM 6:18 PM 6:25 PM 6:35 PM Transit Center Dalidio at Madonna LOVR at Laguna Ln LOVR at Froom Higuera at Prado Marsh at Broad Transit Center Academic & Summer ScheduleSee Route 2A for Weekend and Evening Service 2B Transit Center Nipomo at Higuera Nipomo at Pismo Pismo at Nipomo (Temp) Pismo at Archer Higuera at South Madonna Road at Madonna Plaza Dalidio at Froom Dalidio at Madonna (Promenade) Madonna at Dalidio Madonna at Oceanaire LOVR at Laguna Village LOVR at Oceanaire LOVR at Laguna Lane (Middle School) Prefumo Canyon at Del Rio Del Rio at Descanso LOVR at Descanso LOVR at Laguna Lane LOVR at Oceanaire LOVR at Laguna Village LOVR at Madonna LOVR at Froom (Irish Hills) LOVR at Higuera Higuera at Suburban Higuera at Hind Higuera at Prado (Social Services) Higuera at Margarita (DMV) Higuera at Chumash Higuera at Elks Higuera at South Marsh at Archer Marsh at Broad Marsh at Chorro Marsh at Osos Santa Rosa at Higuera Transit Center *** * Page 78 of 155 Page 146 of 509 GRANDParkerSOUTH SANTA BARBARAMADONNALO S O S O S V A L L E Y R O A D ( L O V R ) FOOTHILL FOOTHILL RAMONA FOOTHILLMILL S A N T A R O S A Marsh P i sm o Church Meadow ParkKingM a d o n n a P l a z a Da l i d i o FroomD a l i d i o O c e a n a i r eLaguna VillageOceanaireLaguna LaneDescansoDiabloValle VistaN a r r o w S. TassajaraLa EntradaPalomarChorroKennedy L ib ra ry Wilson P a r k P e p p e r J o h n s o nCasa HighStaffordC A L I F O R N I A TransitCenterDa l i d i o 6:00 AM 6:06 AM 6:12 AM 6:20 AM 6:30 AM 6:40 AM 6:55 AM 6:20 AM 6:26 AM 6:32 AM 6:40 AM 6:50 AM 7:00 AM 7:15 AM 6:40 AM 6:46 AM 6:52 AM 7:00 AM 7:10 AM 7:20 AM 7:35 AM 7:00 AM 7:06 AM 7:12 AM 7:20 AM 7:30 AM 7:40 AM 7:55 AM 7:20 AM 7:26 AM 7:32 AM 7:40 AM 7:50 AM 8:00 AM 8:15 AM 7:40 AM 7:46 AM 7:52 AM 8:00 AM 8:10 AM 8:20 AM 8:35 AM 8:00 AM 8:06 AM 8:12 AM 8:20 AM 8:30 AM 8:40 AM 8:55 AM 8:20 AM 8:26 AM 8:32 AM 8:40 AM 8:50 AM 9:00 AM 9:15 AM 8:40 AM 8:46 AM 8:52 AM 9:00 AM 9:10 AM 9:20 AM 9:35 AM 9:00 AM 9:06 AM 9:12 AM 9:20 AM 9:30 AM 9:40 AM 9:55 AM 9:20 AM 9:26 AM 9:32 AM 9:40 AM 9:50 AM 10:00 AM 10:15 AM 9:40 AM 9:46 AM 9:52 AM 10:00 AM 10:10 AM 10:20 AM 10:35 AM 10:00 AM 10:06 AM 10:12 AM 10:20 AM 10:30 AM 10:40 AM 10:55 AM 10:20 AM 10:26 AM 10:32 AM 10:40 AM 10:50 AM 11:00 AM 11:15 AM 10:40 AM 10:46 AM 10:52 AM 11:00 AM 11:10 AM 11:20 AM 11:35 AM 11:00 AM 11:06 AM 11:12 AM 11:20 AM 11:30 AM 11:40 AM 11:55 AM 11:20 AM 11:26 AM 11:32 AM 11:40 AM 11:50 AM 12:00 PM 12:15 PM 11:40 AM 11:46 AM 11:52 AM 12:00 PM 12:10 PM 12:20 PM 12:35 PM 12:15 PM 12:21 PM 12:27 PM 12:35 PM 12:45 PM 12:55 PM 1:10 PM 1:15 PM 1:21 PM 1:27 PM 1:35 PM 1:45 PM 1:55 PM 2:10 PM 2:15 PM 2:21 PM 2:27 PM 2:35 PM 2:45 PM 2:55 PM 3:10 PM 3:15 PM 3:21 PM 3:27 PM 3:35 PM 3:45 PM 3:55 PM 4:10 PM 4:15 PM 4:21 PM 4:27 PM 4:35 PM 4:45 PM 4:55 PM 5:10 PM 5:15 PM 5:21 PM 5:27 PM 5:35 PM 5:45 PM 5:55 PM 6:10 PM 6:15 PM 6:21 PM 6:27 PM 6:35 PM 6:45 PM 6:55 PM 7:10 PM 7:15 PM 7:21 PM 7:27 PM 7:35 PM 7:45 PM 7:55 PM 8:10 PM 8:15 PM 8:21 PM 8:27 PM 8:35 PM 8:45 PM 8:55 PM 9:10 PM 9:15 PM 9:21 PM 9:27 PM 9:35 PM 9:45 PM 9:55 PM 10:10 PM 10:15 PM 10:21 PM 10:27 PM 10:35 PM 10:45 PM 10:55 PM 11:10 PM Transit Center Santa Barbara at High Dalidio at Madonna LOVR at Laguna Ln Ramona at Palomar Kennedy Library Transit Center Summer Schedule (shaded lines only)Weekend Schedule (shaded lines only)Academic Schedule* * * * * * * SLO Transit is running a modified schedule for Route 3A. For route and schedule updates, please download the SLO Transit App, visit slotransit.org, or call Transit Dispatch at (805) 541-2877. * 3A Transit Center Santa Rosa at Marsh Santa Rosa at Pismo Santa Barbara at Church Santa Barbara at High South at Meadow Park South at King South at Parker Madonna Road at Madonna Plaza Dalidio at Froom Dalidio at Madonna (Promenade) Madonna at Dalidio Madonna at Oceanaire LOVR at Laguna Village LOVR at Oceanaire LOVR at Laguna Lane (Middle School) LOVR at Descanso LOVR at Diablo LOVR at Valle Vista Foothill at Narrow Foothill at La Entrada Ramona at S. Tassajara Ramona at Palomar Foothill at Chorro Foothill at Casa Kennedy Library (Cal Poly) California at Stafford Grand at Wilson Mill at Park Mill at Pepper Mill at Johnson Transit Center Effective September 1, 2025 | Fare $1.50 Academic Schedule Sept 1, 2025 –June 30, 2026 For route and schedule updates, please download the SLO Transit App, visit slotransit.org, or call Transit Dispatch at (805) 541-2877.Page 79 of 155 Page 147 of 509 ParkerSOUTH SANTA BARBARAMADONNALO S O S O S V A L L E Y R O A D ( L O V R ) FOOTHILL FOOTHILLGRANDMILL S A N T A R O S A HigueraLeffBuchonChurch Amtrak Station Meadow ParkKingM a d o n n a P l a z a Da l i d i oFroomO c e a n a i r eLaguna VillageOceanaireLaguna LaneDescansoDiabloValle VistaN a r r ow RositaCuestaFerriniUniversity SquareKennedy Library Abbott G r a n d P e p p e r J o h n s o nCasa HighTaftC A L I F O R N I A TransitCenterS a n t a R o s a 6:45 AM 6:56 AM 7:02 AM 7:13 AM 7:19 AM 7:27 AM 7:40 AM 7:45 AM 7:56 AM 8:02 AM 8:13 AM 8:19 AM 8:27 AM 8:40 AM 8:45 AM 8:56 AM 9:02 AM 9:13 AM 9:19 AM 9:27 AM 9:40 AM 9:45 AM 9:56 AM 10:02 AM 10:13 AM 10:19 AM 10:27 AM 10:40 AM 10:45 AM 10:56 AM 11:02 AM 11:13 AM 11:19 AM 11:27 AM 11:40 AM 11:45 AM 11:56 AM 12:02 PM 12:13 PM 12:19 PM 12:27 PM 12:40 PM 12:45 PM 12:56 PM 1:02 PM 1:13 PM 1:19 PM 1:27 PM 1:40 PM 1:00 PM 1:11 PM 1:17 PM 1:28 PM 1:34 PM 1:42 PM 1:55 PM 1:45 PM 1:56 PM 2:02 PM 2:13 PM 2:19 PM 2:27 PM 2:40 PM 2:00 PM 2:11 PM 2:17 PM 2:28 PM 2:34 PM 2:42 PM 2:55 PM 2:45 PM 2:56 PM 3:02 PM 3:13 PM 3:19 PM 3:27 PM 3:40 PM 3:00 PM 3:11 PM 3:17 PM 3:28 PM 3:34 PM 3:42 PM 3:55 PM 3:45 PM 3:56 PM 4:02 PM 4:13 PM 4:19 PM 4:27 PM 4:40 PM 4:00 PM 4:11 PM 4:17 PM 4:28 PM 4:34 PM 4:42 PM 4:55 PM 4:45 PM 4:56 PM 5:02 PM 5:13 PM 5:19 PM 5:27 PM 5:40 PM 5:00 PM 5:11 PM 5:17 PM 5:28 PM 5:34 PM 5:42 PM 5:55 PM 5:45 PM 5:56 PM 6:02 PM 6:13 PM 6:19 PM 6:27 PM 6:40 PM 6:00 PM 6:11 PM 6:17 PM 6:28 PM 6:34 PM 6:42 PM 6:55 PM 6:45 PM 6:56 PM 7:02 PM 7:13 PM 7:19 PM 7:27 PM 7:40 PM 7:45 PM 7:56 PM 8:02 PM 8:13 PM 8:19 PM 8:27 PM 8:40 PM 8:45 PM 8:56 PM 9:02 PM 9:13 PM 9:19 PM 9:27 PM 9:40 PM 9:45 PM 9:56 PM 10:02 PM 10:13 PM 10:19 PM 10:27 PM 10:35 PM Transit Center Kennedy Library LOVR at Laguna Ln Foothill at University Sq Dalidio at Madonna Amtrak Station Transit Center Summer Schedule (shaded lines only)See Route 3A for Weekend Service *Academic weekdays only Academic ScheduleSLO Transit is running a modified schedule for Route 3A. For route and schedule information, please download the SLO Transit App, visit slotransit.org, or call Transit Dispatch at (805) 541-2877. 3B Transit Center Mill at Santa Rosa Mill at Johnson Mill at Pepper Mill at Grand Grand at Abbott California at Taft Kennedy Library (Cal Poly) Foothill at Casa (Mustang Village) Foothill at University Square Foothill at Ferrini Foothill at Cuesta Foothill at Rosita Foothill at Narrow LOVR at Valle Vista LOVR at Diablo LOVR at Descanso LOVR at Laguna Lane (Middle School) LOVR at Oceanaire LOVR at Laguna Village Madonna at Oceanaire Madonna at Froom Dalidio at Madonna (Promenade) Madonna Road at Madonna Plaza South at Parker South at King South at Meadow Park Santa Barbara at High Santa Barbara at Church Amtrak Station Santa Rosa at Leff Santa Rosa at Buchon Santa Rosa at Higuera Transit Center Page 80 of 155 Page 148 of 509 TransitCenterS A N T A R O S A FOOTHILL HIGHLAND CAL POLY CA L P O L YGRANDMONTEREYOakMurrayUniversity SquarePerforming Arts CenterFredricks Wilson Mill G r o v e T o r o C a l i f o r n i aFerriniPatriciaCuestaCuestaRAMONAPalomarS. Tassajara KennedyLibrary6:00 AM 6:08 AM 6:21 AM 6:27 AM 6:35 AM 6:45 AM 6:53 AM 7:06 AM 7:12 AM 7:20 AM 7:30 AM 7:38 AM 7:51 AM 7:57 AM 8:05 AM 8:15 AM 8:23 AM 8:36 AM 8:42 AM 8:50 AM 9:00 AM 9:08 AM 9:21 AM 9:27 AM 9:35 AM 9:45 AM 9:53 AM 10:06 AM 10:12 AM 10:20 AM 10:30 AM 10:38 AM 10:51 AM 10:57 AM 11:05 AM 11:15 AM 11:23 AM 11:36 AM 11:42 AM 11:50 AM 12:00 PM 12:08 PM 12:21 PM 12:27 PM 12:35 PM 12:45 PM 12:53 PM 1:06 PM 1:12 PM 1:20 PM 1:30 PM 1:38 PM 1:51 PM 1:57 PM 2:05 PM 2:15 PM 2:23 PM 2:36 PM 2:42 PM 2:50 PM 3:00 PM 3:08 PM 3:21 PM 3:27 PM 3:35 PM 3:45 PM 3:53 PM 4:06 PM 4:12 PM 4:20 PM 4:30 PM 4:38 PM 4:51 PM 4:57 PM 5:05 PM 5:15 PM 5:23 PM 5:36 PM 5:42 PM 5:50 PM 6:00 PM 6:08 PM 6:21 PM 6:27 PM 6:35 PM 6:45 PM 6:53 PM 7:06 PM 7:12 PM 7:20 PM 7:30 PM 7:38 PM 7:51 PM 7:57 PM 8:05 PM 8:15 PM 8:23 PM 8:36 PM 8:42 PM 8:50 PM 9:00 PM 9:08 PM 9:21 PM 9:27 PM 9:35 PM 9:45 PM 9:53 PM 10:06 PM 10:12 PM 10:20 PM 10:30 PM 10:38 PM 10:51 PM 10:57 PM 11:05 PM Transit Center Ramona at Palomar Performing Arts Center Grand at Mill Transit Center Academic & Summer ScheduleWeekend ScheduleAcademic ScheduleEvening Service4A Transit Center Santa Rosa at Oak (Santa Rosa Park) Santa Rosa at Murray Foothill at University Square Foothill at Ferrini Foothill at Cuesta Ramona at S. Tassajara Ramona at Palomar Foothill at Patricia Highland at Cuesta Kennedy Library (Cal Poly) Performing Arts Center (Cal Poly) Grand at Fredricks Grand at Wilson Grand at Mill Monterey at Grove Monterey at California Monterey at Toro Transit Center For route and schedule updates, please download the SLO Transit App, visit slotransit.org, or call Transit Dispatch at (805) 541-2877. Effective September 1, 2025 | Fare $1.50 Academic Schedule Sept 1, 2025 –June 30, 2026 Page 81 of 155 Page 149 of 509 TransitCenterKennedyLibrary S A N T A R O S A FOOTHILLPATRICIA RAMONA HIGHLANDCAL POLY GR A N D G R AN D MONTEREYFoothill MurrayChorro Performing Arts CenterMcCollum Abbott M o n t e r e y G r o v e T o r o C a l i f o r n i aPalomarLa EntradaFoothill Highland S.TassajaraCuestaJeffreyMt . B ishop 6:15 AM 6:22 AM 6:33 AM 6:40 AM 6:50 AM 7:00 AM 7:07 AM 7:18 AM 7:25 AM 7:35 AM 7:45 AM 7:52 AM 8:03 AM 8:10 AM 8:20 AM 8:30 AM 8:37 AM 8:48 AM 8:55 AM 9:05 AM 9:15 AM 9:22 AM 9:33 AM 9:40 AM 9:50 AM 10:00 AM 10:07 AM 10:18 AM 10:25 AM 10:35 AM 10:45 AM 10:52 AM 11:03 AM 11:10 AM 11:20 AM 11:30 AM 11:37 AM 11:48 AM 11:55 AM 12:05 PM 12:15 PM 12:22 PM 12:33 PM 12:40 PM 12:50 PM 1:00 PM 1:07 PM 1:18 PM 1:25 PM 1:35 PM 1:45 PM 1:52 PM 2:03 PM 2:10 PM 2:20 PM 2:30 PM 2:37 PM 2:48 PM 2:55 PM 3:05 PM 3:15 PM 3:22 PM 3:33 PM 3:40 PM 3:50 PM 4:00 PM 4:07 PM 4:18 PM 4:25 PM 4:35 PM 4:45 PM 4:52 PM 5:03 PM 5:10 PM 5:20 PM 5:30 PM 5:37 PM 5:48 PM 5:55 PM 6:05 PM 6:15 PM 6:22 PM 6:33 PM 6:40 PM 6:50 PM 7:00 PM 7:07 PM 7:18 PM 7:25 PM 7:35 PM 7:45 PM 7:52 PM 8:03 PM 8:10 PM 8:20 PM 8:30 PM 8:37 PM 8:48 PM 8:55 PM 9:05 PM 9:15 PM 9:22 PM 9:33 PM 9:40 PM 9:50 PM 10:00 PM 10:07 PM 10:18 PM 10:25 PM 10:30 PM Transit Center Performing Arts Center Patricia at Highland Ramona at Palomar Transit Center Academic & Summer ScheduleSee Route 4A for Weekend ServiceAcademic Schedule4B Transit Center Monterey at Toro Monterey at California Monterey at Grove Grand at Monterey Grand at Abbott Grand at McCollum Performing Arts Center (Cal Poly) Kennedy Library (Cal Poly) Highland at Mt. Bishop Highland at Cuesta Highland at Jeffrey Patricia at Highland Patricia at Foothill Foothill at La Entrada Ramona at S. Tassajara Ramona at Palomar Foothill at Chorro Santa Rosa at Foothill Santa Rosa at Murray (Santa Rosa Park) Transit Center Page 82 of 155 Page 150 of 509 Performing Arts CenterG R A N D MILL C A L I F O R N I A TransitCenter6:00 PM 6:10 PM 6:20 PM 6:30 PM 6:40 PM 6:50 PM 7:00 PM 7:10 PM 7:20 PM 7:30 PM 7:40 PM 7:50 PM 8:00 PM 8:10 PM 8:20 PM 8:30 PM 8:40 PM 8:50 PM 9:00 PM 9:10 PM 9:20 PM Performing Arts Center Transit Center THURSDAY Performing Arts Center Transit Center Performing Arts Center (PAC) $1.50 FARE ROUTE STOPS: 6 EXPRESS January 9, 2025 - June 5, 2025 slotransit.org Page 83 of 155 Page 151 of 509 MONTEREY MONTEREYLa C u e s t a In n Gr a n d Gr o v e T o r o O s o s T o r o C a l i f o r n i a Gr o v e Gr a n d Pe a c h Tre e I n n S A N T A R O S A C a l i f o r n i a REROUTE 24 The Old SLO Trolley runs down Monterey Street, loops downtown, then runs back up Monterey Street . La Cuesta Inn Monterey at Grand Monterey at Grove Monterey at California Monterey at Toro Monterey at Osos Monterey at Toro Monterey at California Monterey at Grove Monterey at Grand Peach Tree Inn The Trolley makes the following stops: La Cuesta Inn Monterey at Osos Monterey at California THURSDAYS June 1, 2024- Fall 20255:00 PM 5:03 PM 5:13 PM 5:30 PM 5:33 PM 5:43 PM 6:00 PM 6:03 PM 6:14 PM 6:30 PM 6:33 PM 6:44 PM 7:10 PM 7:13 PM 7:24 PM 7:40 PM 7:43 PM 7:54 PM 8:10 PM 8:13 PM 8:24 PM 8:40 PM 8:43 PM 8:54 PM 9:10 PM 9:13 PM 9:24 PM 8:10 PM 8:13 PM 8:23 PM STOPS SCHEDULE 50¢ Regular Fare . 25¢ Senior/Disabled Fare Page 84 of 155 Page 152 of 509 Auto Park Way FroomOceanaireLaguna Village Madonna OakMurrayFoothill ChorroMurrayinirreFatseuCPatriciaLa EntradaarajassaT .SPalomarRositaNa r r ow Valle VistaDiabloDescansoUniversitySquareLaguna LaneS A N T A R O S AFOOTHILLFOOTHILL RAMONA L O S O S O S V A L LE Y R O A D (L O V R)TransitCenterNo Service Sept 1 Oct 31 Nov 10,11 Nov 24-28 Dec 22–Jan 2 Jan 16,19 Feb 9,16 Mar 23-27 Apr 6 May 1,25 Transit Center Santa Rosa at Oak Santa Rosa at Murray Foothill at University Sq. Foothill at Ferrini Foothill at Cuesta Foothill at Patricia Foothill at Rosita Foothill at Narrow LOVR at Valle Vista LOVR at Diablo LOVR at Descanso LOVR at Laguna Lane LOVR at Oceanaire LOVR at Laguna Village LOVR at Madonna LOVR at Froom MORNING LOVR at Auto Park Way LOVR at Laguna Village LOVR at Oceanaire LOVR at Laguna Lane LOVR at Descanso LOVR at Diablo LOVR at Valle Vista Foothill at Narrow Foothill at La Entrada Ramona at S. Tassajara Ramona at Palomar Foothill at Chorro Santa Rosa at Foothill Santa Rosa at Murray Transit Center AFTERNOON LAGUNA TRIPPER August 14, 2025 – June 4, 2026 Purchase K-12 student passes here: Dates of Service: Purchase digital passes here: Public Works Office - 919 Palm Street Mobility Services Office - 1260 Chorro Street Chamber of Commerce Transit Center University Square Foothill at Rosita LOVR at Laguna Ln LOVR at Froom 8:50 AM 8:55 AM 9:00 AM 9:10 AM 9:15 AM 7:35 AM 7:40 AM 7:45 AM 7:55 AM 8:00 AM LOVR at Auto Park LOVR at Laguna Ln Foothill at La Entrada Foothill at Chorro Transit Center 3:10 PM 3:15 PM 3:25 PM 3:30 PM 3:40 PM MORNING Monday Monday–Friday Tuesday–Friday AFTERNOON Page 85 of 155 Page 153 of 509 FARES Regular . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1.50 Senior (65-79)/Disabled* . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $0.75 K-12* . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $0.75 VIP* (80+) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . FREE Children* (under 5) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . FREE Trolley General . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $0.50 Trolley Senior/Disabled* . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $0.25 PASSES 31-Day Regular . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $40.00 31-Day K-12 Student* . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $25.00 31-Day Senior/Disabled* . . . . . . . . . . . . . . . . . . . . . . . . . . . . $20.00 16-Ride Regular . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $24.00 15-Ride K-12 Student* . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $11.25 15-Ride Senior/Disabled* . . . . . . . . . . . . . . . . . . . . . . . . . . . $11.25 3-Day Pass . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $7.00 1-Day Pass . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $3.25 Regional Day Pass . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $5.50 Downtown Access Pass* . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .FREE Sold on bus. Exact fare required. Drivers do not carry or make change. Senior/Disabled. Senior/Disabled ID cards issued Mon-Fri, 8 a.m.- 5 p.m. at 1260 Chorro St. Suite B. To confi rm eligibility, please fi ll out appropriate form available on slotransit.org. VIP. Seniors 80+ years. Requires identifi cation. Children. Children under 5 years with fare paying adult (maxi- mum of 2 children). Students. K–12. May require student ID. Downtown Access Pass (DAP). If you work downtown, you may be eligible for a free pass. Visit slotransit.org or call 805-594- 8090 for more details. SLO Transit is not responsible for lost, stolen, or damaged passes. SLO Transit honors the Regional Transit Pass and the Regional Day Pass. Cal Poly students, faculty, and staff ride free with valid ID. TRANSFERS Within SLO Transit . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . FREE From Downtown Trolley . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .Full Fare Passengers are requested to ask for transfers when boarding. Transfers are valid for one hour and for the same direction to complete your trip. HOLIDAYS SLO Transit operates weekend service on these holidays: • New Year’s Day • Martin Luther King, Jr. Day • Presidents’ Day • Memorial Day • Independence Day No bus service on Thanksgiving and Christmas Day. BUS STOPS SLO Transit and the Downtown Trolley serve designated bus stops only. Passengers are recommended to arrive at the bus stop before the scheduled arrival time. WHERE TO FIND PASSES AND SCHEDULES Bus passes are available at the City Hall Finance counter, SLO Chamber of Commerce, and the Mobility Services counter. Digital Passes are available through the Token Transit mobile app. Schedules are available at all pass sale outlets, SLO City/County Library, Cal Poly Union, SLO Amtrak Station, at slotransit.org and on the SLO Transit app. SLO TRANSIT DAYS OF SERVICE* Routes 1A, 1B, 2A, 2B, 3A, 3B, 4A, 4B, SLT, LT , HT . . . Mon–Fri Routes 1A, 2A, 3A, 4A (No “B” Service) . . . . . . . . . . Sat–Sun RULES OF THE ROAD Riders must vacate seats for seniors and passengers with disabilities. No items are allowed in aisles or wheelchair spaces and carts/ strollers must be folded up. • No smoking of any kind, including e-cigarettes. • No eating. •No animals, except for certifi ed service animals. • No standing in front of the white line and doorways. For a complete list, call 805-541-2877 or visit slotransit.org. PASSENGERS WITH DISABILITIES Buses are mobility device accessible. Door-to-door service is available for qualifi ed persons with disabilities. Call Runabout at 805-541-2544 or visit slorta.org to learn more. TITLE VI POLICY SLO Transit is committed to complying with Title VI of the Civil Rights Act of 1964 in all programs and services. CONTACT INFORMATION Schedule Information . . . . . . . . . . . . .805-541-2877 or slotransit.org Lost & Found . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 805-541-2877 SLO RTA . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 805-541-2228 Runabout . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 805-541-2544 Regional Rideshare . . . . . . . . . . . . . .805-541-2277 or rideshare.org Compliments, Comments, Complaints . . . . . . . . . . . . . . 805-594-8090 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .slotransit@slocity.org SLO Transit is online at: google.com/transit, Facebook, and Twitter. Call 511 for transportation information throughout the state. BIKE RACKS SLO Transit buses are equipped with bike racks. Rack space is fi rst come, fi rst served. Passengers are responsible for both loading and unloading their bike. Always signal to the driver when load- ing or unloading your bike from the rack. Please return rack to the upright position if no bikes are left after use. No bikes are allowed in the buses. E-bikes up to 55lbs allowable with weight compliance certifi cation issued by Bike SLO County at the Bike Kitchen, 805- 547-2055. The City is not responsible for bike losses or any damage to bikes in the bike rack. * ** ** Access SLO Transit on your phone. Track your bus with the SLO Transit app. Buy passes with the Token Transit app. SLO TRANSIT APP TOKEN TRANSIT APP • Labor Day •Thanksgiving Friday • Christmas Eve • New Year’s Eve Page 86 of 155 Page 154 of 509 Current Year:2025 Veh #Displacement Make Length Model Fuel Year Manu.GVWR Engine Make Engine Model Age (yrs.) FTA Useful Life Remaining Mileage (June 30 2025) AVG/Year Mileage Capacity Notes Revenue Vehicles 754 8.3L Gillig 30'Low Floor Diesel 2007 22,440 Cummins ISL9 280 18 -6 368,850 20,492 23/2 WC Will be disposed of once the 2025 model year buses enter service 755 8.3L Gillig 30'Low Floor Diesel 2007 22,440 Cummins ISL9 280 18 -6 370,376 20,576 23/2 WC Will be disposed of once the 2025 model year buses enter service 856 8.1L DOUBLE K 30'TROLLEY Gasoline 2008 20,500 GM 454 17 -5 75,803 4,459 24/2 WC 857 8.3L Gillig 40'Low Floor Diesel 2008 39,600 Cummins ISL9 280 17 -5 529,469 31,145 36/2 WC 858 8.3L Gillig 40'Low Floor Diesel 2008 39,600 Cummins ISL9 280 17 -5 586,923 34,525 36/2 WC Will be disposed of once the 2025 model year buses enter service 859 8.3L Gillig 40'Low Floor Diesel 2008 39,600 Cummins ISL9 280 17 -5 565,312 33,254 36/2 WC Will be disposed of once the 2025 model year buses enter service 860 8.3L Gillig 40'Low Floor Diesel 2008 39,600 Cummins ISL9 280 17 -5 540,369 31,786 36/2 WC Will be disposed of once the 2025 model year buses enter service 861 8.3L Gillig 35'Low Floor Diesel 2008 39,600 Cummins ISL9 280 17 -5 473,831 27,872 32/2 WC Earmarrked for refurbishment 862 8.3L Gillig 35'Low Floor Diesel 2008 39,600 Cummins ISL9 280 17 -5 523,120 30,772 32/2 WC Will be disposed of once the 2025 model year buses enter service 963 ISM400 Alex. Dennis 40'Double Deck Diesel 2009 52,911 Cummins ISM400 16 -3 133,175 8,323 81/2 WC 1264 8.3L Gillig 40'Low Floor Diesel 2012 39,600 Cummins ISL9 280 13 -1 399,470 30,728 36/2 WC Replacements on order. Estimated production date is Februrary 2026 1365 8.3L Gillig 40'Low Floor Diesel 2013 39,000 Cummins ISL9 280 12 0 463,498 38,625 36/2 WC Replacements on order. Estimated production date is Februrary 2026 1366 8.3L Gillig 40'Low Floor Diesel 2013 39,000 Cummins ISL9 280 12 0 421,146 35,096 32/2 WC 1167 6.8 El Dorado 28'Cut-Away Gasoline 2011 14,080 Ford BFMXE06.8BW5 14 -7 150,000 10,714 28 Disposed of September 2025. Will be replaced in FY 2025-26 1768 8.3L Gillig 40'Low Floor Diesel 2017 39,600 Cummins ISL9 280 8 4 319,961 39,995 36/2 WC Earmarrked for refurbishment 1769 8.3L Gillig 40'Low Floor Diesel 2017 39,600 Cummins ISL9 280 8 4 335,523 41,940 36/2 WC Earmarrked for refurbishment 1770 8.3L Gillig 40'Low Floor Diesel 2017 39,600 Cummins ISL9 280 8 4 296,542 37,068 36/2 WC Earmarrked for refurbishment 2271 Proterra 35'Low Floor Electric 2022 33,000 ZX+ Battery Pk, 450kwh 3 9 19,136 6,379 26/2 WC 2272 New Flyer 35'Low Floor Electric 2022 44,004 XE35 Battery Pk, 435kwh 3 9 37,464 12,488 26/2 WC 2573 Gillig 40'Low Floor Electric 2025 48,200 TM4 Battery Pk, 588kwh 0 12 1,208 34/2 WC Expected to enter service early 2026 2574 Gillig 40'Low Floor Electric 2025 48,200 TM4 Battery Pk, 588kwh 0 12 1,264 34/2 WC Expected to enter service early 2026 2575 Gillig 40'Low Floor Electric 2025 48,200 TM4 Battery Pk, 588kwh 0 12 1,217 34/2 WC Expected to enter service early 2026 2576 Gillig 40'Low Floor Electric 2025 48,200 TM4 Battery Pk, 588kwh 0 12 1,211 34/2 WC Expected to enter service early 2026 2577 Gillig 35'Low Floor Electric 2025 48,200 TM4 Battery Pk, 588kwh 0 12 1,255 29/2 WC Expected to enter service early 2026 2578 Gillig 35'Low Floor Electric 2025 48,200 TM4 Battery Pk, 588kwh 0 12 1,298 29/2 WC Expected to enter service early 2026 2679 Gillig 40'Low Floor Electric 2026 48,200 TM4 Battery Pk, 588kwh -1 13 34/2 WC Scheduled to enter production in February 2026 2680 Gillig 40'Low Floor Electric 2026 48,200 TM4 Battery Pk, 588kwh -1 13 34/2 WC Scheduled to enter production in February 2026 Non-Revenue Vehicles 1636 6.2L Ford Service Truck Gasoline 2016 14,000 Ford GFMXD06.27HV 9 -4 19,084 2,120 4 1202 3.6L Chrysler Town/count Gasoline 2012 6,050 Chrysler 3.6 13 -5 147,835 11,372 4 Scheduled to be replaced in FY 2025-26 APPENDIX E - Fleet Roster Page 87 of 155 Page 155 of 509 EXECUTIVE SUMMARY INTRODUCTION This document presents a seven-year Short-Range Transit Plan (SRTP) developed for SLO Transit: the City of San Luis Obispo’s public transit program. An SRTP is intended to provide a detailed business plan to guide the transit organization over the coming five years. It includes a review of demographics and its transit needs, a series of surveys and ridership counts conducted for all SLO Transit services, a review of the effectiveness and efficiency of existing services, a review of similar systems, analysis of a wide range of options, and the results of public input processes. The resulting SRTP provides operational, capital and institutional plans, including an implementation plan. This SRTP plan has been prepared jointly with the development of a parallel SRTP for the San Luis Obispo Regional Transit Authority (RTA) program, in order to identify means to best coordinate the two services. The City of San Luis Obispo General Plan sets the objectives for a 7 percent mode split (the proportion of all trips made by transit) by 2030 and a 12 percent transit mode split by 2035. The Transit Innovation Study reaffirmed these objectives and recommended 17 transit innovations that are categorized into the following five themes: -Critical Upgrades that Support Ongoing Operations -Technologies that Improve Rider’s User Experience -Fare Program Updates to Increase Transit Accessibility -Enhanced Service and Alternative Transit Options -Bus Shelter and Street Improvements for Rider Safety and Comfort This Short-Range Transit Plan used the recommendations from the Transit Innovations Study to guide service alternatives development. COMMUNITY OUTREACH The SRTP Update process involved a robust outreach effort including the following: •On-board/On-line surveys (discussed below) •In-person and virtual stakeholder workshops •Community workshops •Directed outreach to community organizations •Involvement of the MTC & RTAC (RTA advisory committee) in the review of working papers EXISTING DEMOGRAPHICS The population of the San Luis Obispo area (including portions of census tracts extending beyond City boundaries), per the 2022 US Census estimates is 57,875. Roughly 7 percent of households in the city or 1,360 households do not have a vehicle available. Youth (persons under 18 years of age) total 5,279, or 9 percent of total population. Elderly persons age over 60 total 6,921 (12 percent). There are a total of 14,451 persons living in households below the federal poverty level (25 percent of total population). Persons who indicate they have a disability total 4,728, or 8 percent of total population. Population is forecast to increase by 1 percent from 2020 to 2030. APPENDIX F - Short-Range Transit Plan Executive Summary Page 88 of 155 Page 156 of 509 OVERVIEW OF SLO TRANSIT SLO Transit is a service provided through the City of San Luis Obispo’s Mobility Services Division of the Department of Public Works, providing fixed route services throughout the city as well as the adjacent Cal Poly campus. Management, marketing and planning are provided by a small two-person staff of City employees, while service operations and vehicle maintenance is provided by a private contractor (Transdev). The City Council is the decision-making body, with input from the Mass Transportation Committee. SLO Transit operates a total of four bus routes which operate as bi-directional loops, school tripper services, an express route from Cal Poly to downtown and the Old SLO Trolley. Transit service levels vary depending on weekdays, weekends and the academic year. On weekdays during the academic year, service extends generally from 6:15 AM to 11:00 PM. Weekend service runs from 8:00 AM to 8:00 PM and the “B” Routes are not available on weekends. The Old SLO Trolley operates one day a week during the summer and fall. Levels of service were reduced during the COVID-19 pandemic. The service requires 11 vehicles in operation at peak times. It operates 343,000 vehicle-miles per year over 30,870 vehicle-hours of service. Financials The SLO Transit program has an annual operating cost of approximately $5.7 million (FY 2025-26). The base cash fare is $1.50, or $0.75 for senior citizens age 65-79, passengers with disabilities, students K –12 (new program) and Medicare card holders. Free boarding is provided for Cal Poly students, faculty and staff (through an agreement with Cal Poly), seniors age 80 and above, and children age 4 or below. Passes are available at discounted rates. Operating revenues consist of Federal sources (particularly the Federal Transit Administrations 5307 program), state/regional sources (particularly Local Transportation Funds), and local fares and revenues. Ridership In total, approximately 515,000 passenger-trips are served annually (FY 2022-23 data). Routes 3 and 4 carry the most passenger-trips, as these routes serve the Cal Poly campus. Overall, 16.7 passengers board per vehicle-hour of service, or 1.5 per vehicle-mile of service. Over the past ten years, ridership has decreased by 55 percent. Much of this decline can be attributed to travel pattern changes resulting from the pandemic. Fleet The SLO Transit fleet consists of a total of 17 fixed route revenue vehicles, one cutaway, one double decker bus, a trolley replica vehicle. Vehicles use clean diesel technology, except for the cutaway and trolley vehicle which are gasoline powered. The California Air Resources Board (CARB) has set forth regulations for public transit fleets to begin transitioning to zero-emission vehicles in 2026. SLO Transit has started this process with the order of 8 battery-electric buses. Page 89 of 155 Page 157 of 509 Facilities The SLO Transit operations and maintenance facility is located at 29 Prado Road. The primary passenger facility is the Downtown Transit Center adjacent to City Hall. SLO Transit serves 166 bus stops, of which 50 have shelters/benches and an additional 111 have benches. ONBOARD SURVEYS Fixed Route Onboard Survey An onboard passenger survey indicated that respondents were primarily coming and going for the purpose of university/college (47 percent), work (19 percent), or shopping (18 percent). Passengers were asked to rank transit service characteristics of SLO Transit on a scale of “Very Poor” to “Excellent.” Categories receiving the highest marks were, “Value Received for Fare” and “Driver Courtesy”. The categories with the lowest marks were, “Service Frequency” and “On-time Performance”. The most common requests for service improvements were for “Later Evening Service” and “More Frequent Service”. Online Survey In addition to the onboard surveys, an online survey was conducted for both SLO Transit and RTA. Around 60 percent of these respondents had not used public transit in the past 6 months. Asked to rate the service, the lowest rated service among SLO Transit riders was “Hours of Service” followed by “Service Frequency.” Top reasons for not using public transit were, “Have own personal transportation” , “Service is Infrequent” and “Long Travel Times”. The most popular way to improve public transit in San Luis Obispo County was expanded services. PEER COMPARISON AND PERFORMANCE STANDARD DEVELOPMENT Comparing SLO Transit with eight peer systems, SLO Transit was found to have the third highest productivity, as measured in passenger-trips per vehicle-hour and second in terms of passenger-trips per vehicle-mile. SLO Transit also had the third highest trip per capita rate. Operating cost per vehicle revenue hour was above the peer average but the cost per passenger-trip is lower than the peer average (the third lowest of the peer group). The SLO Transit average fare is above the peer average. This peer analysis, combined with SLO Transit actual performance was used to update performance standards for SLO Transit services. Potential service changes were evaluated using these performance standards. ALTERNATIVES ANALYSIS A wide range of potential service improvements to SLO Transit service were analyzed in Chapter 7. Options considered included increasing frequency, reinstating routes suspended during the pandemic, expanding weekend service, providing academic service levels year-round, revising routes to improve on- Page 90 of 155 Page 158 of 509 time performance, microtransit, and serving new developments. Operating cost and ridership estimates were developed. For each alternative, the performance of the net impact to status quo was evaluated and compared to the adopted performance standards in Chapter 4. SHORT RANGE TRANSIT PLAN ELEMENTS The service plan elements recommended in this short-range transit plan will increase ridership by 33 percent over base case scenario, bringing the city closer to the transit mode split objectives. The implementation of all plan elements will increase SLO Transit’s operating budget by 31 percent or $2 million by the end of the planning period. This short-range transit plan assumes the availability of temporary federal revenue sources such as American Rescue Plan Act (ARPA) or carryover from Federal Transit Administration (FTA) 5307 funds. Figure 25 graphically presents the SLO Transit SRTP. Recommendations are as follows: FY 2025-26 Reinstate Pre-COVID Routes (6X, Highland Tripper, and SLO Tripper) The first step to increasing ridership and improving service for SLO City residents and students is to reinstate routes suspended during the pandemic. Route 6X was recently reintroduced. It is also recommended that the Highland Tripper and SLO Tripper are reinstated in FY 2025-26. These services provide additional runs during peak periods for SLO High School and Cal Poly students. It is estimated that reinstating these pre-COVID Routes (including Route 6X) will increase ridership by around 15,900 annually (FY 2025-26) for an increase in operating costs over base case of $45,100 annually (FY 2025-26). This service plan element meets both productivity and cost-effectiveness performance standards. Two additional vehicles will be required for maximum service with the implementation of this alternative. Increase Route 4A/4B Frequency During the Academic Year The Transit Innovation Study identified increasing frequency on fixed routes as a high priority. Route 4 is the most popular SLO Transit service, particularly with Cal Poly students. Route 4A is projected to provide upwards of 152,000 passenger-trips in FY 2025-26, and Route 4B is projected to provide 70,000 passenger-trips. Increasing service frequency during peak travel periods on Route 4 would likely further benefit ridership and improve connectivity between downtown and Cal Poly. As part of this service plan element, SLO Transit should increase service frequency on weekdays during the academic year by adding two new runs on Route 4A departing the Government Center at 8:30 AM and 9:15 AM. In the afternoons, two additional runs on Route 4B, which operates in the counterclockwise direction, should be implemented which depart the Government Center at 4:15 PM and 5:00 PM. The alternatives performance analysis showed that this plan element will cost around $5.00 per additional trip served and will improve overall productivity in terms of passenger-trips per vehicle hour. Increasing the frequency of Route 4A/4B is anticipated to increase ridership by 8,100 passenger-trips over base case while increasing operating costs by $39,900 annually. Implementation is recommended for the next fiscal year (FY 2025-26). One additional vehicle will be required for maximum service. Page 91 of 155 Page 159 of 509 Revise Route 2A/2B to Serve San Luis Ranch – 45 Minute Headways At full buildout, the San Luis Ranch development along Madonna Road will include a total of 604 dwelling units. This includes 299 high-density housing units, 34 affordable housing units, and 83 medium-density units, all of which have a higher potential to generate transit ridership. The higher-density residential development is concentrated along Madonna Road and is already served by SLO Transit. Under an agreement with Cal Poly, up to 300 students will soon be living in this area. The nearest existing stops to the high-density area are located along Madonna Road within a reasonable 5-minute walk distance. To better serve the San Luis Ranch development, SLO Transit should revise Routes 2A and 2B by traveling along Froom Ranch Way between Dalido Drive and Los Osos Valley Road, rather than Madonna Road. While Route 2 service to the stops near Madonna/Oceanaire would be eliminated, these stops would still be served by Route 3 (which currently generates 88 percent of the ridership at these stops). This would increase the length of Route 2A by 0.8 miles while cutting 0.1 miles from Route 2B, respectively. Route 2 also has a significant on-time performance issue, with 40 percent of Route 2A runs operating more than 15 minutes late and 11 percent of Route 2B runs operating more than 15 minutes late (during a survey conducted in October 2023). To address the on-time performance issue and the longer route mileage, the revised Route 2A and 2B should operate on a 90-minute cycle length (time for one bus to make a round trip) instead of 60 minutes. In order to maintain semi-frequent headways reasonable for an urbanized area, a second bus should be added to both 2A and 2B so as to provide 45-minute headways. An additional 66,300 one-way passenger-trips are estimated with the implementation of this plan element in FY2025-26. Operating costs will increase by approximately $500,000 annually. Two more vehicles will be required. FY 2026-27 Operate B Routes on Weekends Year-Round – 7:45 AM to 8:00 PM The four counterclockwise B routes do not operate on weekends. As a result, service is limited to the large one-way A routes. While the fact that some key corridors are served by more than one A route (such as DTC – Foothill Boulevard or DTC – Madonna Road) still provides some direct bi-directional service, other trips can require a long travel time around the majority of the one-way A loop. Operating all four B routes on Saturdays and Sundays (as well as holidays on which weekend service is provided) would incur an annual operating cost of $424,200 and increase ridership by 40,400. This cost estimate takes into account the additional costs associated with revising Route 2 to serve San Luis Ranch. New Avila Ranch Direct Route – 60 Minute Headway Avila Ranch is a mixed-use residential/neighborhood commercial development under development along the north side of Buckley Road in southern San Luis Obispo. At buildout, it will include a total of 720 units, consisting of 125 higher-density units (24 units to the acre), 494 medium-density units (up to 20 units to the acre), and 101 lower-density units (7 units to the acre) as well as a small 15,000 square foot neighborhood commercial center. Page 92 of 155 Page 160 of 509 Page 93 of 155 Page 161 of 509 As development is constructed for Avila Ranch, a new route should be implemented specifically to serve the development. This route would use the existing Route 2 alignment south from downtown along South Higuera Street and make a clockwise loop around Suburban Road, Eastwood Lane, the extension of Ventura Drive, the extension of Horizon Lane, Buckley Road, and Vachelli Lane before returning north on South Higuera Street. In addition to providing service to Avila Ranch, this option has the benefit of doubling service along the South Higuera Street corridor which has substantial ridership (roughly 2.5 times the ridership along the Broad Street corridor along Routes 1A/1B). This route also could serve the Elks Lane/Prado Road loop off of S. Higuera Street currently served by Route 2A, thereby reducing running time and improving the on- time performance of Route 2A. Note that serving this loop in the northbound direction would require a traffic signal at Elks Lane / S. Higuera Street to allow buses to reliably turn onto S. Higuera Street northbound. As this route is not a one-way loop, only one additional bus would be needed to serve Avila Ranch with hourly headways. Assuming service is provided over the same span as the existing Route 2A span, annual operating costs would be increased by $435,900, while ridership would be increased by 36,200. This plan element should not be implemented until warranted by development of Avila Ranch. FY 2027-28 Late Night Microtransit Pilot – 10 PM to Midnight, 7 days/week, Academic Year Microtransit was also identified in the Transit Innovation Study as a long-term priority for the City of San Luis Obispo. Through the use of microtransit technology and phone apps, it is possible for a passenger to request a ride “on-demand” within certain areas and certain times. The benefit of microtransit is that it is not limited to a set route with set stops, but rather passengers can be picked up at their curb and dropped off at the curb of their destination. This allows homes on the outlying edges of neighborhoods to be served more directly or for passengers to make cross-town trips without transferring. The disadvantage of microtransit is that if there is high demand for service, there could be a 30-minute or longer wait for a ride. Passengers who depend on public transit to travel to work or appointments at specific times may find microtransit less convenient, as a ride may not be available at the time they need it. Microtransit has been successful in areas that are not easily served by a fixed route, low productive fixed routes, or during the evenings and weekends, when there is less demand. Generally, SLO Transit Routes are very productive and therefore, it is not cost-effective to replace the fixed routes with on-demand microtransit. However, the option of microtransit in the evening, when demand is typically lower, is recommended for consideration in FY 2027-28. Later evening service was the top requested service improvement during the SLO Transit onboard survey effort. SLO Transit services are not available past 11 PM, and only Routes 3 and 4 operate this late during the academic year. As part of this plan element, microtransit would be available between 10 PM and Page 94 of 155 Page 162 of 509 midnight during the academic year using three vans. Around 7,400 additional passenger-trips could be expected for an annual operating cost of around $171,000 annually. It is reasonable to charge a higher fare for microtransit than fixed route services. A general public fare of $4.00 with corresponding discounts for qualifying passenger-trips is recommended. Microtransit should initially be implemented as a one-to-two-year pilot program. Three vans will need to be procured, if the current contractor is used. Alternatively, some areas have had success in procuring a separate contractor who specializes in microtransit to operate as a “turnkey” service. Under this scenario, the City would not have to purchase new vehicles or the microtransit software, as it would be included in the total cost of the contract. If microtransit proves to be a successful form of public transit in San Luis Obispo, the city could consider expanding service to an all-day, city-wide microtransit service. A ballpark cost estimate for an expanded microtransit program would be on the order of $1.7 million annually if operated from 6 AM to 10 PM. Ridership generated from other similar microtransit programs operated by California transit operators indicates a potential demand of 75,400 trips annually from an all-day city-wide microtransit program. With this level of demand, up to five vehicles would be required to operate the service at peak times while maintaining a wait time of around 30 minutes. The fare agreement with Cal Poly, would not apply to microtransit. Therefore, students would be encouraged to continue to use the more cost-efficient fixed route, as it is free to them. This leaves microtransit available for trips which are more difficult and lengthy via fixed routes. The danger of microtransit is that the curb-to-curb/on-demand aspect can make the service quite popular. If more vehicles are added to meet the increased demand, costs will begin to rise significantly. FY 2028-29 Provide Academic Year Service Levels Year-Round Cal Poly administration has indicated plans to expand class offerings and associated student activity levels in the summer. Additionally, Cal Poly will be switching to a semester based academic calendar in FY 2028- 29. Currently, SLO Transit operates a higher level of service during the academic year when student ridership is greatest. Providing that higher level of service year-round not only addresses Cal Poly schedule changes but provides the community as a whole with more frequent public transit service. This alternative met the cost-effectiveness performance standard in the alternatives analysis. As shown in the Plan Tables, this plan element would increase ridership by 16,600 annually with an associated operating cost increase of $195,900. No additional fleet would be required. This option also has the benefit of providing more consistent year-round driver schedules, which has the potential to increase driver retention. CAPITAL IMPROVEMENTS Transit services require ongoing capital investment in facilities and vehicles. Capital investments in both vehicles and passenger facilities can attract additional riders while improving the quality of service and Page 95 of 155 Page 163 of 509 safety of existing riders. Of note, California’s Innovative Clean Transit regulation will go into effect during the plan period, requiring SLO Transit to transition to zero-emission buses (ZEBs). Fleet Replacement Transit vehicles must be regularly replaced to maintain a safe and reliable fleet. The SLO Transit Asset Management Plan sets a target to allow no more than 50% of the revenue vehicle fixed route fleet to exceed the FTA-defined useful life. As the vehicle procurement process can take multiple years, transit agencies must identify their vehicle needs well in advance. A detailed fleet replacement table is presented in Chapter 8. In summary, SLO Transit has ordered eight BEB vehicles in FY 2025-26 to replace old diesel vehicles. During this planning period, an additional two BEB vehicles will be ordered. Additionally, SLO Transit plans to refurbish six diesel buses (including the double-decker). This is consistent with CARB rules and the ZEV Rollout Plan. This results in a net addition of one fixed-route bus. This will allow for the transition to battery electric buses while charging infrastructure is being developed. It is anticipated that some buses will need to charge during the day, requiring more buses to be available for service. Fleet replacement will cost on the order of $4.5 million during the seven-year planning period. Fleet Additions The plan elements described above will require six more fixed-route vehicles for maximum service. Currently, 11 vehicles are required for maximum service. The SLO Transit fleet consists of 17 vehicles presently, not including the trolley and double-decker bus. SLO Transit has already purchased 8 new BEB vehicles which will arrive sometime next year. Instead of replacing older vehicles with the new BEB’s, five of the existing vehicles will be kept in the active fleet and refurbished during the planning period. This will bring the fleet up to a total of 22 vehicles. In order to maintain an appropriate spare ratio of 25 percent for the fixed route fleet, SLO Transit should have 21 vehicles. Therefore, SLO Transit does not need to purchase new fixed route vehicles in order to implement service plan elements. SLO Transit does not own vans which would be suitable for the microtransit pilot. If microtransit service is successful in San Luis Obispo, the City should purchase at least three new vans toward the end of the planning period. This is reflected in the financial plan table below. Other Capital Improvements Table 21 in Chapter 8 presents a seven-year capital improvement plan for all items outside of revenue fleet replacement. This includes bus yard improvements, technology, bus stop improvements, BEB charging infrastructure, and rehabilitation of the Downtown Transit Center. This seven-year capital improvement program totals $6 million and will be funded primarily through the SB 125 program and Federal Transit Administration grants. Long Term Plan for Relocated Transit Center The SLO Transit Innovation Study includes the concept of Mobility Hubs, which brings together public transit, bikeshare, carshare, scooter share, and other first-last mile solutions without the use of a private vehicle. The study notes that a location of interest for a future Mobility Hub is the Downtown Transit Center. Page 96 of 155 Page 164 of 509 The 2016 SRTP noted that SLOCOG was leading an effort to construct a new enhanced transit center on Higuera Street between Santa Rosa Street and Toro Street. In 2012 the Coordinated Downtown San Luis Obispo Transit Center Study recommended a facility consisting of up to 16 bus bays, indoor/outdoor passenger waiting areas, driver break areas, restrooms and a transit information counter. The larger transit center would allow for more buses to be able to pulse in and out of the transit center which would enable enhanced route timing coordination. Currently SLO Transit has 5 bus bays. There are multiple times of day when five buses are waiting at the transit center. With full implementation of this transit plan (particularly changes to Route 2) additional bus bays will be required. In 2017 the SLO City Council adopted the Downtown Concept Plan which also envisions a relocated transit center on Higuera Street between Santa Rosa Street and Toro Street. In November of 2023 the SLO City Council approved the purchase of a property in this block on the northwest corner of Higuera Street and Toro Street (1166 Higuera Street). This is the same property identified in the 2012 Coordinated Downtown San Luis Obispo Transit Center Study as the preferred alternative to advance into environmental review (Alternative 6). Initially this site is envisioned for parking. A transit center would require using the northern part of Higuera Street which is currently striped for parking and a bike lane and was previously one of three one- way travel lanes and parking. Project development for a relocated transit center would need to involve close coordination between the City of SLO and RTA along with SLOCOG. This would include the development of joint funding applications, environmental clearance, design, project phasing and construction. A key feature not fully envisioned in the 2012 study is the addition of bus charging at bus bays. This will be important to support the transition to a BEB fleet by both SLO Transit and RTA. FARE CHANGES This SRTP does not recommend a fare increase for SLO Transit. SLO Transit fares are currently in line or above other peer agencies and a fare increase would not be consistent with the goals of the City Council to increase the transit mode split. Two fare strategies are recommended to encourage use of the transit system: •Expand Downtown Access Program (DAP) – This provides free passes on SLO Transit for all people employed in the downtown area. The qualifying area should be extended to include all areas south of US 101, west of San Luis Obispo Creek, and north of Pismo Street. A southern extension from the downtown area encompasses all the area south of Pismo Street, west of the Union Pacific Railroad, and north of High Street. This includes the Railroad District. •Simplify Day Pass Options – Simplify the fare structure by eliminating the five and seven-day passes. •Cal-ITP Open-Loop Contactless Fare Payment System – Continue to work with SLOCOG on the implementation of fare payment technology which allows users to use any credit card/debit card/phone (open-loop) to pay for their bus trip. Page 97 of 155 Page 165 of 509 APPENDIX G - Transit Facilities Description Transit Operation & Maintenance Facility The Transit Operation & Maintenance Facility was originally constructed in 1976 and is located at 29 Prado Road, San Luis Obispo, CA 93401. The facility consists of 10,600 square feet of bus bay parking along with a 5,480 square foot combined administration and maintenance building, located at the center of the property. The building is comprised of 1,650 square feet of administrative offices and 3,830 square feet of maintenance bays along with a bus wash facility. The administrative office portion of the building is separated into four primary rooms. One room is used for the General Manager, one is shared by Dispatch and Road Supervisors, one is a driver assembly (break) room, and one is a training/meeting room. The remainder of the building consists of gender-specific restroom/locker rooms. The Transit Operation & Maintenance Facility has undergone a charging infrastructure upgrade for planned installation of twelve (12) ChargePoint, electric charging stations. Currently, two (2) single-port charging stations are installed and a project is underway to install four (4) additional dual-port charging stations by March 2026. Additional charging stations will be installed as funding becomes available. The City is responsible for the following Operation and Maintenance Facility items: •Landscaping •HVAC system •Fire alarm systems •Scheduled building repairs •Security camera system •Phone •Internet for City-owned assets •Electrical services (for both the facility and the charging infrastructure) •Pressure washing (Transit Center only excluding bus bays) •Bus wash facility repairs •Backflow testing and repairs All other items not listed (i.e. water, wastewater, gas, internet for contractor-owned assets, trash/recycling) are the responsibility of the contractor. Page 98 of 155 Page 166 of 509 Downtown Transit Center SLO Transit operates out of a central transfer hub located in Downtown San Luis Obispo, adjacent to City Hall. The Downtown Transit Center provides a location for passengers to board, alight, and transfer between all SLO Transit routes. The Transit Center is located across the street from San Luis Obispo Regional Transit Authority’s (RTA) Government Center allowing convenient transfers to and from RTA’s regional transit services. The Transit Center consists of five (5) loading bays, organized in a sawtooth manner allowing for easy pull-in and pull-out operations. Passengers have access to shelters with benches, trash receptacles, and a hydration station. The Transit Center provides designated signage for route and schedule information including large system-wide maps, rider update notices, and digital, real-time, arrival and departing signage. The Transit Center sidewalk and passenger seating areas are pressure-washed twice a month through a contracted, third-party vendor. With the recent adoption of the City’s 2025-27 Financial Plan, Council approved a Downtown Transit Center Rehabilitation project which calls for the addition of a minimum, two added bus bays, additional security cameras, updated amenities including shelters and signage, and ADA improvements as needed. The design phase for this project is scheduled to be completed by the end of June 2027 with construction beginning fall/winter 2027. Both the Transit Center and the Maintenance Facility are monitored by remote cameras. Page 99 of 155 Page 167 of 509 Page 100 of 155 Page 168 of 509 Maintenance Equipment Quantity Description SEFAC Jacks 8 Mobile lifting units with fixed claws Scaffold 1 Fiberglass framed scaffold purchased to service double-decker bus Forklift 1 Mitsubishi Model FGC2ON-LE Bus Wash Equipment Make: NS Corporation Model: 5M-400 1 Installed in 2000. Recently serviced in 2024. Rehabilitation budgeted in FY 2026-27. On-Board Equipment Quantity Description Fare box Make: Genfare Model: Odyssey 17 9 on buses / 7 Spare / 1 Training Make: Genfare Model: Fast Fare 15 On buses Auto Vehicle Locator Hardware Make: LILEE Systems Model: STS-1020 Router 17 On model year 2017 buses and older Make: Cradlepoint model: R1900 Router 2 On bus 2271 (Proterra) and 2272 (New Flyer) Auto Voice Annunciators 19 Make: Waysine Mobile Data Terminals iPad Mini 19 MDTs Automatic Passenger Counters HELLA 17 On model year 2017 buses and older Iris IRMA Matrix 2 On bus 2271 (Proterra) and 2272 (New Flyer) UTA Systems 6 On the 2025 Gillig buses Destination Signs TwinVision 31 2013 buses and older Hanover 33 2017 buses and newer Bike Racks Byk-Rak 2-Position 1 Spare Byk-Rak 3-Position 12 Sportworks 2-Position 6 On the 2025 Gillig buses Sportworks 3-Position 8 Radios Mobile Radios 20 Motorola units in fleet vehicles Handheld Radios 8 Handheld units Computers Dell Laptop Win7 Intel Cor 15 Street Supervisor Van Unit Administrative/Office Equipment Quantity Description Fare box Vault 1 Make: Genfare Model: Dualport Vault Fare box probes 2 Make: Genfare Model: Universal Data Probe (UDP) Computers 3 Two desktops and one laptop used for GFI system, Safe Fleet/Seon APPENDIX H - City-Provided Equipment Page 101 of 155 Page 169 of 509 LABOR AGREEMENT BETWEEN FIRST TRANSIT, INC., SAN LUIS OBISPO, CALIFORNIA And INTERNATIONAL BROTHERHOOD OF TEAMSTERS LOCAL UNION NO. 986 Effective January 1, 2021 through December 31, 2025 APPENDIX I - 2023-2025 Collective Bargaining Agreement Page 102 of 155 Page 170 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 2 Table of Contents PREAMBLE ................................................................................................................................... 3 Article 1 - Purpose and Intent of the Agreement ............................................................................ 3 Article 2 – Recognition ................................................................................................................... 3 Article 3 - Management Rights ....................................................................................................... 3 Article 4 - No Discrimination ......................................................................................................... 4 Article 5 – Union Security .............................................................................................................. 4 Article 6 - No Strikes, No Lockouts ............................................................................................... 5 Article 7 – Dues Check Off ............................................................................................................ 5 Article 8 - Grievance and Arbitration ............................................................................................. 6 Article 9 - Employee Conduct and Work Rules ............................................................................. 7 Article 10 - Shop Stewards ............................................................................................................. 8 Article 11 – Visitation ..................................................................................................................... 9 Article 12 - Bulletin Board ............................................................................................................. 9 Article 13 – Seniority ...................................................................................................................... 9 Article 14 - Safety and Health ...................................................................................................... 11 Article 15 - Equipment Status ....................................................................................................... 12 Article 16 – Payday ....................................................................................................................... 12 Article 17 - Hours and Work ........................................................................................................ 12 Article 18 - Wages ........................................................................................................................ 13 Article 19 - Attendance Incentive Bonus Days............................................................................. 14 Article 20 – Senior Driver Bonus – Drivers Only ........................................................................ 15 Article 21 - Insurance.................................................................................................................... 15 Article 22 – Vacation .................................................................................................................... 17 Article 23 – Holidays .................................................................................................................... 19 Article 24 – Sick Leave................................................................................................................. 20 Article 25 – Funeral and Bereavement Leave............................................................................... 20 Article 26 - Jury Duty ................................................................................................................... 20 Article 27 – Uniforms ................................................................................................................... 21 Article 28 – Non-Bargaining Unit Employees.............................................................................. 21 Article 29 – Assignment of Extra Work ....................................................................................... 21 Article 30 – Meal and Rest Periods .............................................................................................. 23 Article 31 – Teamsters 401(k) ...................................................................................................... 24 Article 32 - Savings and Severability ........................................................................................... 24 Article 33 – Waiver ....................................................................................................................... 24 Article 34 - Duration of Agreement .............................................................................................. 25 Page 103 of 155 Page 171 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 3 PREAMBLE This Agreement made and entered into this 1st day of January 2021 by and between First Transit, Inc. (Company) for its facility operated under contract to the City of San Luis Obispo, California, and General Teamsters, Airline, Aerospace and Allied Employees, Warehousemen, Driver, Construction, Rock and Sand Union, Local No. 986, affiliated with the International Brotherhood of the Teamsters (Union). Article 1 - Purpose and Intent of the Agreement It is the intention of the parties that this Agreement will establish sound relations between the Company and its employees, which will promote harmony, genuine cooperation, and efficiency, to the end that the employees and the Company may mutually benefit. The Union realizes that, in order for the Company to provide maximum opportunities for continuing employment, good working conditions, and pay, the Company must be in a strong competitive position, which means it must produce high quality service at the lowest possible cost consistent with fair labor costs, and therefore, the Union and the employees pledge a full day’s work for a full day’s pay in accordance with this Agreement. The Company and Union recognize the responsibility of the Company, Union, and Employees to abide by all Federal, State, and Local laws and regulations. Article 2 – Recognition The Company recognizes the Union as the sole and exclusive representative for the purpose of collective bargaining with respect to wages, hours and working conditions for all full-time, regular part-time and casual Drivers, Road Supervisors and Dispatchers who are employed by the Company at the 29 Prado Road, San Luis Obispo, CA 93401 location, excluding Technicians, Service Workers, office clerical employees, all other employees, guards and supervisors employees, as defined by the National Labor Relations Act, as amended. Article 3 - Management Rights A. The Company retains and shall continue to have the complete and exclusive right and power to exercise each of the traditional and historical rights of management which the employer might have exercised prior to certification of the Union except as such rights and powers and rights are expressly and clearly limited by specific obligations of the Company set forth in this Agreement. Such rights and powers include, but are not limited to, the following: to hire, promote, transfer, lay off, recall, retire, discipline, suspend, or discharge employees; to assign employees to various hours, days and shifts to work; to assign employees to any available duties or work; to establish and enforce rules and regulations in its National Employee Handbook; to establish and maintain minimum standards of work; to determine the methods, processes, facilities, and equipment for conduct and administration of business; to discontinue all or any if its operation or to transfer to other locations. Page 104 of 155 Page 172 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 4 B. Before implementation of a new or revised rule, policy or regulation (“policy”), the Company will provide notice of such policy to the Union no less than fifteen (15) calendar days before its implementation. However, the Company may notify the Union in less than fifteen (15) calendar days before implementation if the revised policy involves an urgent safety concern, is mandated by the client, or where proper notice is not possible due to circumstances beyond the control of the Company. If requested, the Union will be afforded the opportunity to meet with the Company to discuss the new or revised policy. If a Company policy is in conflict with a term or condition in the CBA, the provision in the CBA takes precedence. Article 4 - No Discrimination The provisions of this Agreement shall be applied equally to all employees. The Company and the Union agree that there shall be no discrimination against any employee on the basis of sex, race, color, disability for which with or without a reasonable accommodation the employee can perform the essential functions of the job, religion, national origin, or union support or nonsupport. Article 5 – Union Security A. All employees who are now in the bargaining unit and all new employees after 30 days of employment shall become members of the Union and remain in good standing for the duration of this Agreement as a condition of continuous employment. B. All employees shall be on probation until they have completed sixty (60) working days of service from the last date of hire with the Company. A thirty (30) day extension may be added by mutual agreement between the Union and the Company. Until completion of said probationary period, an employee may be terminated at the complete discretion of the company and such termination shall not be subject to the grievance and arbitration provisions of Article 8 of this agreement. C. An employee in the bargaining unit who fails to maintain membership, payment of initiation fees, core fees, or dues shall be discharged by the Company upon receipt of written notice and demand from the Union. Such notice to the Company shall not be sent until the affected employee has had at least 60 calendar days to correct such default and has failed to do so within that 60- day period. D. The Company will notify the Union each month of all employees entering or leaving the employ of the Company. E. It is further agreed that the Company shall deduct the initiation fees and dues from the pay of each employee, and shall forward all such fees and dues so deducted to the office of the Union each month. Such initiation fees and dues shall be deducted upon the basis of a dues deduction form voluntarily executed by the employee. The Union shall supply membership forms to the Company for new hire notification. G. The Union shall indemnify the Company and hold it harmless against any and all claims, demands, suits, or other forms or liability of any kind, which may arise out of or by reason of actions taken by the Company for the purpose of complying with this Article. Page 105 of 155 Page 173 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 5 H. Neither the Company nor the Union, its agents or members shall discriminate against any employee because of his or her membership in the Union or decision to join or not to join the Union. Article 6 - No Strikes, No Lockouts A. During the term of this Agreement, there shall be no lockouts of employees. B. During the term of this Agreement, there shall be no concerted activities such as strikes (including sympathy strikes), work stoppages, slowdown, picketing, boycotts of the Company or its products, or any of its affiliated companies; whether based on any alleged violation by the Company of any provision of this Agreement; or of any Federal or State law; or of any regulation; court ruling, decision or order or of any decision or award of any arbitrator; or in support of any objection involving wages, hours of employment or other conditions or employment practices. C. In the event of any such concerted activity, the Union shall immediately repudiate such action and shall notify and instruct the employees orally and in writing that such action is in violation of this Agreement and that they are to return to work at once and shall immediately make every reasonable effort to bring about a cessation of such violations. D. The Company shall have the right to discharge and or discipline any one or more employees who cause or engage in any such concerted activity. The Company shall have the sole discretion as to the severity of penalty to be imposed, or whether to impose any penalty, in any individual case. E. In the arbitration of any grievance protesting the discharge or discipline of any employee for violation of or failure to comply with this Article, the arbitrator shall only have the authority and jurisdiction to decide whether the aggrieved person did in fact violate this section and must, if such violation is found to have occurred, sustain the discharge or discipline imposed without modification thereof or other award. F. In the event of any concerted activity as provided herein, the Union shall be liable to the Company employer for all damage and losses of any nature whatsoever which are caused by or result from any concerted activity, unless promptly after the commencement of such concerted activity and notification by the Company the Union fully complies with its obligation under this section, paragraph C. The successful party in any legal action shall be entitled to recover reasonable attorney’s fees as part of its judgment by any court in which such actions are adjudicated. Article 7 – Dues Check Off A. The Company shall deduct the initiation fees and dues from the pay of each bargaining unit employee, and shall forward all such fees and dues so deducted to the office of the Union each month. Such initiation fees and dues shall be deducted upon the basis of a dues check off form voluntarily executed by the bargaining unit employee. Initiation fees shall be deducted from each bargaining unit employee’s paycheck. If the initiation fee is greater than $200.00, it shall be deducted from the employee’s paycheck at the rate of 1/10 of the initiation fee per month for 10 months. If the initiation fee is less than $200.00, $10.00 per month will be deducted from the employee’s paycheck until the fee is paid in full. Page 106 of 155 Page 174 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 6 B. The Union shall indemnify the Company and hold it harmless against any and all claims, demands, suits, or other forms or liability of any kind, which may arise out of or by reason of actions taken by the Company for the purpose of complying with this Article. Article 8 - Grievance and Arbitration A. A grievance is defined as a dispute between the parties concerning the meaning, interpretation, application or alleged violation by the Company of the express terms of this Agreement. B. Grievances meeting the above definition shall be processed in the following manner: STEP 1 - Grievances must be submitted in writing to the Operations Manager, or designee, no later than ten (10) working days after the employee knew or should have known of the event, occurrence or nonoccurrence giving rise to the grievance. The grievance shall be in such detail as to identify the nature of the grievance, date of the alleged grievance, and the provision or provisions of the Agreement violated by the Company and shall be signed by the aggrieved employee and Shop Steward. The Operations Manager, or designee, shall schedule a meeting, if requested by the Union, within ten (10) working days after receipt of the written grievance with the employee and the appropriate Union representative. The Operations Manager, or designee, shall respond to the Grievance in writing as to his or her decision regarding the Grievance within ten (10) working days after receipt of the Grievance by the Operations Manager, or designee, or in the case of a meeting, within ten (10) working days following the date of the meeting. STEP 2 - In the event the grievance is not resolved to the satisfaction of the Union in the above STEP 1, the Union may submit the grievance to the General Manager, or designee, within ten (10) working days following the date of the Company’s answer in STEP 1. The General Manager, or designee, and the Union Business Agent shall meet within ten (10) working days of the date the grievance is appealed to STEP 2, to discuss the grievance. The General Manager, or designee, shall respond in writing to the grievance within ten (10) working days following the date of the meeting. STEP 3 - In the event the grievance is not resolved in STEP 2, the matter may by mutual agreement be referred to Grievance Mediation. The Grievance Mediation shall consist of up to two (2) members representing each of the parties hereto, plus a neutral mediator from the Federal Mediation and Conciliation Service (FMCS) who shall act as Chairman, and who shall mediate the dispute in an attempt to have the parties reach a settlement. STEP 4 – In the event the grievance is not resolved in STEP 3, the Union may refer the Grievance to arbitration by written notice to the General Manager within 15 working days following the date of the General Manager’s response in STEP 3. C. The Company and the Union believe that in order to foster good Labor-Management relations, potential grievance issues may be best addressed if they are informally discussed as early as possible after the issue is known. However, such informal discussions shall not extend the time limits for filing or processing a grievance in writing as set forth in STEP 1, and it is the Union’s and the aggrieved employee’s responsibility to assure that the time limits are honored. Page 107 of 155 Page 175 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 7 D. After a demand for arbitration has been made, within ten (10) working days the Union shall submit a request to the Federal Mediation and Conciliation Service (FMCS) for a list of five (5) names of impartial Arbitrators in the region nearest to the Company’s premises. The Company and the Union shall, within ten (10) working days following receipt of the list of Arbitrators from FMCS, alternately strike names from the list until only one (1) name remains, and the Union shall strike first. The remaining Arbitrator shall act as the impartial Arbitrator who shall hear and decide the issue. E. It is understood that the Arbitrator shall be without authority or jurisdiction to add to, remove from, alter, or otherwise amend in any way any provision of this Agreement. F. The salary and all expenses of the Arbitrator shall be shared equally between the Company and Union. Unless otherwise specifically agreed in advance, each party shall be responsible for costs it incurs and for the expenses of presenting its case. G. The specific time limits set forth in this Article may be extended by mutual agreement between the Company and the Union. “Working days” shall mean Monday through Friday, excluding Holidays. Article 9 - Employee Conduct and Work Rules A. The parties consider work rules to be an important responsibility. They are a necessary part of managing a business so that employees can be treated fairly, and work safely and effectively. These rules apply to all employees. B. The parties agree that just cause shall be the basis for disciplinary action. C. The Company maintains a progressive discipline procedure to ensure a fair method of discipline. This system is intended to give employees advanced notice, whenever possible, of problems with their conduct or performance in order to provide them an opportunity to correct any problems. D. The parties are committed to a system of progressive discipline with the understanding that offenses will be evaluated on a case-by-case basis and the severity of the offense will be considered in determining the appropriate discipline. Where progressive discipline applies, the parties will adhere to the following procedure: First Violation: Verbal Counseling (documented); Second Violation: Written Warning; Third Violation: Final Written Warning and Suspension for two (2) days without pay; Fourth Violation: Termination However, violations of the most serious matters as set out in the Company’s National Employee Handbook such as, dishonesty, fighting in the workplace or while on duty, insubordination, violation of the Company’s Drug & Alcohol policy, failure to report an accident, incident, or moving violation as required by the Company’s accident and moving violation policy, harassment of any kind, and major safety infractions, may be addressed by termination on the first offense. In addition to the above, the parties may mutually agree to alternative discipline on a non- precedent setting basis. Page 108 of 155 Page 176 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 8 E. Limitation of Discipline – Discipline Warnings will not be considered for the purpose of subsequent discipline after one (1) year from issuance, except in the case of accidents, safety and driving records, which will be considered and issued in accordance with the progression in the National Employee Handbook. F. The Union and employees will be provided with a copy of all written discipline within ten (10) working days from the date the Company knew or reasonably should have known of the incident or infraction. If the Company has not completed its investigation within the ten (10) day period above, it will notify the Union in writing to request an extension of time. No request for an extension will be unreasonably denied. Copies of discipline will be provided to the employee and will also be sent via fax, email or regular mail to the Local Union office. G. Weingarten Rights: An employee may request union representation at an investigatory interview. If so requested, a union steward shall be present at the meeting. In the event no union stewards are available and the meeting cannot be rescheduled, another available bargaining unit employee may serve as an alternate if agreed to by the employee. If Union representation is waived by the employee, such waiver will be noted and initialed by the employee. Where an employee refuses to initial a waiver, a witness for the Company will note the refusal in the presence of the employee. Article 10 - Shop Stewards A. Selection as a Steward shall not change the full-time productive status of an employee. The Steward shall not be discriminated against in any manner by the Company because of the employee’s activities in presenting any adjustment of grievance or disputes. B. Stewards shall be allowed reasonable time during their regular working hours to resolve disputes and handle grievance issues, provided that the employer’s business is not unnecessarily or unreasonably disrupted. The Company shall not normally be responsible for compensating the Steward for Union business (e.g., handling grievance issues, arbitrations, negotiations, etc.); however, certain meetings may be conducted on Company time by mutual agreement of the Union and the Company. Stewards, upon their request, may be afforded the opportunity to inspect records, video, statements, and other relevant information necessary to properly investigate and process a grievance. Time for such inspection will not be paid by the Company outside of the Steward’s regularly scheduled working hours, unless approved by the Company in advance. C. A Union member elected or appointed to serve as a full-time Local Union official shall, upon request, be granted a leave of absence during the period of such employment with the Union. An employee placed on a Union leave of absence will not receive any pay or benefits by the Company during the period of leave. An employee with two (2) or more years of location seniority at the time their leave begins will retain his/her seniority rights during the leave period, and will accumulate seniority for all pay, benefit, and bidding purposes. No more than one (1) employee shall be permitted to be on a Union leave of absence at any one time. D. Upon at least one (1) working days’ notice, the Company will permit reasonable unpaid time off to an employee and/or Steward for the purpose of preparing for or serving as a witness in an arbitration proceeding for which the Company is a party. Any employee missing work in accordance with this section shall not be issued an attendance infraction. Page 109 of 155 Page 177 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 9 Article 11 – Visitation Business representatives of the Union shall be permitted limited access to the Company’s premises during regular business office hours, for the purpose of determining that the Agreement is being observed and for the adjustment of complaints and grievances with the Company. Union visitors shall check in with the General Manager, or designee, prior to a site visit and may enter locations beyond the drivers’ lounge after notifying the General Manager, or designee. Article 12 - Bulletin Board A. The Company will provide space that may be used by the Union for posting routine notices of general interest to Union members and of Union affairs. B. It is understood that no offensive or derogatory material shall be placed on such bulletin board. C. The Union bulletin board will be prominently located in full and unobstructed view. Union bulletin board space shall be for the posting of Union items only. Article 13 – Seniority A. Seniority shall be determined by original date of hire for “Company seniority.” If original hire dates are the same, seniority will be established by drawing numbers. The employee with the highest number shall be listed first. “Classification seniority” will be determined by the most recent date upon which an employee entered their current classification. B. Employees will be hired into casual positions unless either a part-time or a full-time position is open and available. Full-time employees are employees who are regularly scheduled for 32.5 hours or more per week, and part-time employees have a regularly scheduled workweek of less than 32.5 hours. Exception to the hour requirement will be made during the summer when the service levels are reduced by the City. C. Road Supervisors and Dispatchers will generally be hired into either a part-time or full-time position; however, the Company may hire casual Road Supervisors and Dispatchers. Effective July 1, 2023, Road Supervisors and Dispatchers designated as full-time shall be guaranteed forty (40) hours per week. D. If a position is vacant, employees within that classification shall be permitted to bid into such position, in order of seniority. The Company will not be required to employ part-time positions. E. Casual employees are eligible for those provisions of the agreement where coverage is specifically provided, or as required by law. The Company will not be required to employ casual positions. Casual employees have no permanent schedule. Casual employees are required to work a minimum of 20 hours per month, when work is available. The 20 hours per month requirement will be calculated using a 3-month average for each employee; however, a casual employee shall work no less than ten (10) hours in any given calendar month, unless otherwise approved by the General Manager. Page 110 of 155 Page 178 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 10 F. Transfers between full-time and part-time positions can occur when an open position is available within the employee’s respective classification. Transfers from full-time or part-time positions into a casual position can occur at any time with management’s approval. G. Seniority shall prevail for selection of work and vacation within each classification, except as specifically provided elsewhere in this Agreement. H. Seniority shall be broken and all rights under this Agreement will be terminated, in the following instances: 1) Discharge for just cause; 2) Resignation or other termination of service; 3) Layoff of six (6) months or the period of time equal to the employee’s length of employment, if employed for less than six (6) months of service; 4) Failure to return from layoff within one (1) calendar week after the date of notice of recall by the Company to the employee’s last known address appearing in his or her personnel record. I. If it becomes necessary to reduce the workforce, the least senior employee within the affected classification shall be laid off first in accordance with classification seniority, regardless of full- time, part-time, or casual status, subject to willingness of the remaining employees to accept available full-time or part-time positions. When the work force is increased, employees are to be returned to work in the reverse order in which they were laid off within their classification, subject to willingness of the remaining employees to accept available full-time or part-time positions. J. The Company shall conduct General Bids of all Assignments at least three (3) times per calendar year. The new schedules shall become effective at the beginning of the first pay week after the bid occurs. The regular General Bid shall be posted at least seven (7) calendar days prior to bidding. The Union shall be sent a copy of the general bid, and be given the opportunity to review that bid at least five (5) working days before the bid is posted. Should an immediate service change be mandated by client direction, the Company shall make any temporary changes necessary and will post the bid no less than three (3) calendar days prior to bidding. The Company will post the seniority list each month. The Company will make every effort to construct full-time bids that contain with no more than one (1) meal period per daily assignment, and to limit those meal periods to up to sixty (60) minutes. The Company will make every effort to construct full-time bids with a total span of less than nine hours and meal periods scheduled as close to the middle of the work shift as possible. Daily Paddles (i.e. work assignments) will state the start time, end time, required meal and rest break times, and total work hours. K. Assignments that become available between General Bids will be posted for bid. Page 111 of 155 Page 179 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 11 Article 14 - Safety and Health A. The Company shall publish such health and safety regulations, as it deems necessary for the safe operation of its facility. All unit employees shall be required to adhere to said safety rules. Failure of any employee to abide by a safety rule established by the Company or a safety or health standard established by any governmental agency shall be grounds for discipline or discharge. B. It is recognized and agreed that the occupation, safety and health of employees is a major concern to both the Company and Union, and that both are responsible for the compliance with safety and health standards. C. A minimum of one (1.0) hour of pay shall be allowed for attendance at Company-required safety meetings. The minimum shall not apply if an employee reports late for the meeting, or leaves early. In the case of an employee reporting late, the employee will be paid actual time. A full, part-time, or casual employee, not working on their scheduled day off, who is required to attend a safety meeting, will be paid a two (2) hour minimum. Any employee who does not complete the annually required California DMV (VTT) safety hours will be required to attend make- up classes. (1) When employees are required to attend safety meetings on a scheduled day off, that meeting will last no longer than one (1) hour and they will be paid two (2) hours at their regular rate of pay. In the event that the meeting lasts longer than one (1) hour, the employee will be paid for the actual length of time of the meeting plus one (1) hours’ pay. (2) Safety Meeting Before Start of Shift: When a safety meeting starts two (2) hours or less before an employee’s start time the employee will be paid the one (1) hour minimum described in C(1) above, and no additional time will be paid outside the meeting time. When a time period of greater than two (2) hours elapses between an employee’s start time and the beginning of a safety meeting on a day the employee works, that employee shall be paid a two (2) hour minimum. An employee may choose to attend a safety meeting on the date scheduled, or may, at their option, attend a makeup meeting. (3) Safety Meeting After End of Shift: When a safety meeting begins one (1) hour or less after an employee’s end time, the employee will be paid the one (1) hour minimum described in C(1) above, and no additional time will be paid outside the meeting time. When a time period of greater than one (1) hour elapses between an employee’s end time and the beginning of a safety meeting on a day the employee works, that employee shall be paid a two (2) hour minimum. An employee may choose to attend a safety meeting on the date scheduled, or may, at their option, attend a makeup meeting. D. The Company will make available to all drivers a list of all restroom stops along current bus routes. E. Physical Exams: If an employee is required by the Company to take a physical exam during his/her regularly scheduled hours, the Company will compensate the employee for any time lost in the course of taking the exam. Page 112 of 155 Page 180 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 12 Article 15 - Equipment Status A. Prior to operation, the employee will inspect his or her vehicle using the established Company inspection procedure. All defects must be immediately reported on the Defective Vehicle Report. Any omissions, false, or misleading statements on a defect report shall be grounds for discipline to include discharge. B. Employees may be disciplined for refusing to operate a vehicle that the Company has inspected, approved, and determined as safe for operation. In the event a driver subsequently believes a vehicle is unsafe for operation, he or she will immediately report such safety concerns to the Company. An employee who reports an unsafe vehicle shall not be required to operate that vehicle until it has been inspected and determined to be safe to operate by the Company. After inspection of the vehicle by a member of the maintenance department or management team, the ultimate determination of vehicle safety shall be made by the Company. It shall be a violation of this Agreement and a violation of the no-strike clause for any employee or employees to cease or refuse work, operate assigned equipment, or refuse to engage in any of their assigned duties, except as specifically set out in this section. C. The Company shall make every effort to maintain all vehicles with properly operating heating, ventilation, air conditioning and windshield wipers. If such equipment is inoperable or malfunctioning, the employee shall immediately report the issue to the Company. In such case, if the inoperability of this equipment results in an unsafe working condition as determined by the Company, it shall take the appropriate action to immediately remedy the unsafe working condition. Article 16 – Payday Paydays shall be every other Friday. Individual’s checks will be distributed to employees by 2:00 P.M. on payday. In the event a holiday falls on Friday, the Company shall issue the employees’ checks on the previous day. Article 17 - Hours and Work All time worked in excess of forty (40) hours in any workweek shall be paid at the one and one half (1 ½) times the hourly rate of pay. Dispatchers and Road Supervisors: All time worked in excess in excess of eight (8) hours in a single workday or forty (40) hours in one (1) workweek shall be paid at the one and one half (1 ½) times the hourly rate of pay. The workweek is Sunday through Saturday. Page 113 of 155 Page 181 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 13 Article 18 - Wages A. Drivers will be paid the following hourly wage rates based on length of employment: Level Current January 1, 2021 January 1, 2022 January 1, 2023 July 1, 2023 January 1, 2024 January 1, 2025 Start Revenue $16.50 $17.16 $18.00 $18.72 $19.28 $20.10 $21.00 1st Anniversary from Hire Date $17.00 $17.68 $18.21 $18.85 $19.32 $20.24 $21.15 2nd Anniversary from Hire Date $17.50 $18.20 $18.84 $19.50 $20.08 $20.93 $21.88 3rd Anniversary from Hire Date $18.00 $18.72 $19.47 $20.15 $20.75 $21.64 $22.61 4th Anniversary from Hire Date $18.60 $19.34 $20.17 $20.88 $21.60 $22.67 $23.69 5th Anniversary from Hire Date $20.16 $20.97 $21.86 $22.68 $23.63 $24.81 $25.93 6th Anniversary from Hire Date $20.60 $21.42 $22.33 $23.17 $24.49 $25.83 $27.25 B. A Driver who is assigned to work with a trainee will be paid a premium of $1.25 per hour, in additional to the employee’s hourly wage rate, while performing these duties. C. Employees shall be paid 15 minutes to perform pre-trip duties each time the employee is required to start his or her work from the facility. If a fluid check is required, an additional five (5) minutes will be paid. When an employee begins work at a location other than the facility, the employee will be paid a total of ten (10) minutes for travel to the location and for performing an inspection of the vehicle. D. Dispatchers and Road Supervisors will be paid the following hourly wage rates based on length of employment: Page 114 of 155 Page 182 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 14 Level Date of Ratification* January 1, 2022 January 1, 2023 July 1, 2023 January 1, 2024 January 1, 2025 Start Revenue $17.16 $18.00 $18.72 $19.28 $20.10 $21.00 1st Anniversary from Hire Date $17.30 $18.21 $18.85 $19.32 $20.24 $21.15 2nd Anniversary from Hire Date $17.50 $18.84 $19.50 $20.08 $20.93 $21.88 3rd Anniversary from Hire Date $18.00 $19.47 $20.15 $20.75 $21.64 $22.61 4th Anniversary from Hire Date $18.60 $20.17 $20.88 $21.60 $22.67 $23.69 5th Anniversary from Hire Date $20.16 $21.86 $22.68 $23.63 $24.81 $25.93 6th Anniversary from Hire Date $20.60 $22.33 $23.17 $24.49 $25.83 $27.25 *Dispatchers and Road Supervisors will receive the increases in the Date of Ratification column effective the first full pay period following ratification. Such increases shall not be made retroactive. Article 19 - Attendance Incentive Bonus Days A. An Attendance Incentive is available to full-time and part-time employees who achieve perfect attendance. Perfect attendance is defined as completing all scheduled work hours throughout the period of measurement, and includes time off on paid vacation, paid holidays, paid funeral leave, paid jury duty, and scheduled/pre-approved unpaid absences. One incident of being tardy or leaving before the end of a driver’s shift during the bonus period will be permitted. B. Upon achieving perfect attendance for a period of three 3) calendar months, beginning April 1, July 1, October 1, and January 1, one Incentive Bonus Day will be granted, to a maximum of four (4) Incentive Bonus Days each year. An Incentive Bonus Day will be equal to the employee’s average daily hours worked for the period of measurement. C. An Incentive Bonus Day may be banked for up to 12 months from the date earned. Incentive Bonus Days may be used as a personal day off, or as additional vacation. If used to receive pay for an unexcused absence (excluding AWOL), then such day will not be assessed attendance points if an employee notifies the Company immediately upon receipt of the Company-provided form issued upon their return to work, thereby indicating they are electing to use an Incentive Bonus Day. If the employee fails to so notify the Company, then the employee will be assessed attendance points accordingly. Page 115 of 155 Page 183 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 15 D. This Article will continue to apply only to Drivers through December 31, 2022. Effective January 1, 2023, Dispatchers and Road Supervisors will also be eligible to earn the Attendance Bonus Days (i.e. the first incentive bonus day can be earned April 1, 2023 for perfect attendance starting January 1, 2023 – March 31, 2023). Article 20 – Senior Driver Bonus – Drivers Only Drivers that have completed 5 years of full-time service, will on their 6 year anniversary date, and subsequent anniversary dates, be eligible for a $500.00 bonus. The bonus will be paid to the Senior Driver if he or she meets the following goals during the 12-months preceding their 6 year (and subsequent) anniversary date(s): 1. Earn all 4 Attendance Bonus Days; 2. Not have a preventable accident; and 3. Have no more than one (1) valid customer complaint provided that the conduct reported in such complaint does not result in disciplinary action in accordance with Company policy or the terms of this agreement Article 21 - Insurance Section 1 - PLAN DESIGNATION: Subject to the provisions of this Article, the Company shall offer to employees covered under this agreement a group health plan(s) containing medical coverage to eligible full-time employees to be administered by the Company. The Company retains the right to change medical, dental, or vision plan providers at any time during the term of the agreement with another provider providing the same or similar coverages at an equal or lower cost. Section 2 - QUALIFIED EMPLOYEE DEFINITION: A qualified employee shall meet the following eligibility criteria: A. Be classified as a full-time employee*; B. Make, through payroll deductions, all contributions required in a twelve (12) month period; C. Newly Hired Employees: Contributions for each newly hired full-time employee shall be due and payable no later than the first day of the month following thirty (30) calendar days of employment. * Note: Part-time employees who regularly work more than thirty (30) hours per week shall be offered health insurance coverage that meets the requirements of the ACA. Section 3 – MEDICAL COVERAGE AND CONTRIBUTION RATES: An eligible employee electing coverage for health benefit coverage shall, through payroll deduction, contribute the percentage shown in this Section towards the total cost of the premium and the Company shall pay the remaining percentage. Employees are eligible to enroll on the first day of the month following attainment of qualifications as provided in Section 2 above. If participation is waived by the Page 116 of 155 Page 184 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 16 employee during open enrollment, they may enroll in the plan the next annual open enrollment period. Medical Coverage for Company Base Plan (Employer and Employee Contributions): Upon ratification, all current enrollment and contributions will remain unchanged for the remainder of the 2021 plan year for all Drivers, Dispatchers and Road Supervisors. Employees will not be eligible to modify benefits until open enrollment for the 2022 plan year. Coverage/contribution changes will require ninety (90) calendar days following ratification of this Agreement, before they go into effect. Effective as soon as possible following January 1, 2022 (i.e. the 2022 plan year) subject to the above, Employer/employee contributions will be as follows: HDHP Company Plan 1 (Base Plan): Coverage Tier Employee Contribution Employer Contribution EE Only 7% 93% EE + 1 7% 93% EE + Family 12% 88% HDHP Company Plan 2: Coverage Tier Employee Contribution Employer Contribution EE Only 21% 79% EE + 1 26% 74% EE + Family 25% 75% Effective January 1, 2024 (i.e. the 2024 plan year), Employer/employee contributions will be as follows: HDHP Company Plan 1 (Base Plan): Coverage Tier Employee Contribution Employer Contribution EE Only 7% 93% EE + 1 7% 93% EE + Family 12% 88% Page 117 of 155 Page 185 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 17 HDHP Company Plan 2: Coverage Tier Employee Contribution Employer Contribution EE Only 20% 80% EE + 1 25% 75% EE + Family 25% 75% The Company makes no guarantee that two current plans will be available on or after open enrollment of each plan year. Rate adjustments to the plan premiums are anticipated at the beginning of each plan year. Section 4 – DENTAL INSURANCE: The Company will make available group dental insurance to each full-time employee on the first of the month following 30 days of employment. The Company will pay 25% of the premium for the plan level selected under the Company’s PPO dental plan, or comparable substitute plan, only. Employees may participate in the HMO plan with no Company contribution. Effective January 1, 2024, the Company will pay 35% of the premium for the plan level selected under the Company’s PPO or HMO dental plan, or comparable substitute plan(s). The Company makes no guarantee that these plans will be available on or after enrollment each year. Rate adjustments to the plan premiums are anticipated at the beginning of each plan year. Section 5 – VISION INSURANCE: The Company will make available group vision insurance to each full-time employee on the first of the month following 30 days of employment. The employee will be responsible for 100% of the premium for the plan level selected under the Company’s vision plan. D. The Company will provide $10,000 life insurance and $10,000 accidental death and dismemberment insurance to each full-time and part-time employee who has completed his or her probationary period, and will pay 100% of the cost of such coverage. Employees may elect to purchase higher amounts of coverage through the Company at the employee’s cost, according to the premium amounts and increments offered by the Company. In addition, the Company will provide $25,000 in coverage at no cost to the employee, if the employee is fatally injured in a motor vehicle accident while wearing a seat belt. Article 22 – Vacation A. Full-time employees covered by this Agreement shall receive vacation with pay each year, as follows: Years of Employment Vacation After one year One Week (Accrued at 3.33 hours per month) After two years Two Weeks (Accrued at 6.66 hours per month) After five years Three Weeks (Accrued at 9.99 hours per month) After ten years Four Weeks (Accrued at 13.32 hours per month) Page 118 of 155 Page 186 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 18 B. An employee will accrue vacation during their first year at the accrual rate listed above and, after the first year is complete, will be entitled to one (1) week of vacation. In each year thereafter, once an employee reaches the next milestone anniversary date subject to the schedule above, the employee will be entitled to an additional week of vacation, which is accrued at the rate indicated. Vacation is accrued monthly on a prorated basis over the course of the prior year subject to the employee’s anniversary date. Vacation pay will be equivalent to forty (40) hours per vacation week (8 hours per day) at the employee’s straight time hourly rate at the time the vacation is taken. Employees will not accrue vacation during periods of unpaid leave. C. For the purpose of bidding vacation, the vacation calendar year will be from April 1st through March 31st of each year. Employees will be eligible to bid the amount of vacation the employee has earned prior to April 1st towards the following vacation calendar year. Employees will continue to accrue throughout the year, and may request to use additional accruals after they are earned, but cannot bid such time in April before it is earned. D. The vacation calendar year schedule for the following year shall be posted and offered for bid by seniority by January 5, and, with bidding completed by February 28. Each employee will be allowed 24 hours to bid. Each employee will be allowed to bid in seniority order in accordance with the Location bid rules. Vacation must be bid in full week increments and must start on Sunday and end on Saturday, including scheduled days off. All employees with accrued vacation must bid all vacation, except employees have the option to reserve one (1) week (or two (2) weeks if they have 4 weeks available) of available vacation for use during the year. If an employee fails to bid as scheduled the employee will have temporarily forfeited his or her bid position, and such employee shall be eligible to schedule vacation subject to the Location bid rules. E. One week of vacation may be used in single day increments, if such time was not scheduled during the vacation bid. It is the employee’s responsibility to schedule all of his or her vacation. Vacation will be approved on a first-come first-served basis according to the operational needs of the Company, with seniority prevailing only if multiple requests are submitted on the same day. The Company shall provide a response to any request for vacation within five (5) business days from the date of the request. F. Accrued but unused vacation time may be carried over to the next year, but in no event shall the amount of total carryover exceed forty (40) hours. Any remaining accrued time shall be paid out annually on the first full pay period in April. At the employee’s option, unscheduled vacation may be used to pay for an employee’s unscheduled days off (days off that are not pre-approved by the Company), however, such use will not avoid application of the Company’s attendance policy rules, if applicable. An employee must notify the Company immediately upon receipt of the Company provided form issued upon their return to work, thereby indicating the employee elects to use a vacation day to get paid for the absence. G. If a holiday occurs on an employee’s chosen vacation day, the holiday will be paid according to the Holiday provisions of the Agreement, and the vacation day will be taken at another time. H. Vacation must be used prior to requesting excused, unpaid days off. Page 119 of 155 Page 187 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 19 I. Upon termination or separation of employment, the Company will pay out vacation accruals based on the accrual rate for fully completed years of service. For example, if an employee terminates after one year and six months of employment and has not used any vacation, the employee will be paid out for one week and six months of unused vacation at the accrual rate for one week of vacation (i.e. 3.33 hours per month). The employee will not be paid out any time at the two week accrual rate because the employee has not completed the full year of service and, therefore, is not entitled to two weeks of vacation. Article 23 – Holidays A. Employees covered by this Agreement shall be paid for the following holidays, or the days celebrated as such by the Company: Drivers: New Year's Day Labor Day Memorial Day Thanksgiving Day July Fourth Christmas Day Two (2) Floating Holidays Road Supervisors/Dispatchers: New Year’s Day Thanksgiving Day MLK’s Birthday Day After Thanksgiving Memorial Day Christmas Eve Independence Day Christmas Day Labor Day One (1) Floating Holiday B. An employee who works on a paid holiday shall be paid holiday pay in addition to his or her regular hours of work. An employee not scheduled to work on the holiday, shall be paid holiday pay. Holiday pay shall be based on the employee’s hours worked for the previous four weeks, divided by 20, not to exceed 10 hours of pay for the holiday. If a part-time employee’s average is less than four (4) hours, the employee will receive four (4) hours of holiday pay. If a full-time employee’s average is less than eight (8) hours, the employee will receive eight (8) hours of holiday pay. Workdays absent while on paid vacation, paid holidays, paid funeral leave, and paid jury duty will be counted as hours worked for purposes of this provision. C. To be entitled to holiday pay, an employee must work his or her last scheduled shift before the particular holiday, and his or her first scheduled shift after the particular holiday. An employee must work on the holiday if scheduled unless excused in advance by the Company. An employee who reports to work on the Holiday, or the day before/after the Holiday, but is subsequently sent home by the Company due to illness, shall receive Holiday pay. Page 120 of 155 Page 188 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 20 D. A Floating holiday(s) will be granted for all Full-time and Part-time non-probationary employees based on their classification as a Driver or Dispatcher/Road supervisor in accordance with the tables above in section A of this Article. Floating holidays must be used during the normal vacation/fiscal year (Apr-Mar). However, a floating holiday may be carried over if a requested day had been denied by management due to operational needs. Article 24 – Sick Leave A. All non-probationary represented employees (full time, part time and casual) will be eligible for sick leave accumulated at the rate of one (1) hour for each thirty (30) worked hours up to a maximum of twenty-four hours (24) in a year. B. Sick leave may be carried over to the following year but may not exceed a maximum of forty - eight (48) hours. C. To receive sick leave pay the employee shall notify the Dispatcher as early as possible but no later than one (1) hour prior to the employees scheduled start time. Employees must use and shall use paid earned sick leave for personal sick time off or FMLA leave t o care for eligible dependents. Sick leave may be used in no less than two (2) hour increments. D. Employees may be required by the Company to provide a physician’s medical certification for absences longer than three (3) consecutive days. Unused paid sick time will not be paid at termination of employment. Article 25 – Funeral and Bereavement Leave After one year of continuous employment, a full-time or part-time employee shall be eligible to receive pay at their regular hourly rate for time lost for up to three (3) consecutive work days to attend the funeral of his or her spouse/domestic partner, parent, child, brother, sister, grandchildren, stepmother, stepfather mother-in-law, father-in-law, or grandparent. The Company may require proof of the relationship and of death of the relative (i.e., death certificate, newspaper notice, etc.). Days off while on approved funeral leave, paid or unpaid, shall not be counted as an attendance infraction. Article 26 - Jury Duty After one year of continuous employment, a full-time or part-time employee who is called for jury service shall be paid for hours lost from work not to exceed eight (8) hours per day, with no deductions for juror pay, for up to five (5) days per 12-month period. The employee must provide the Company with a copy of the Jury Duty notice as soon as possible after receipt. When the employee is released from jury duty for the day, the employee must notify the Company and make him or herself available for work if requested by the Company. Days off while on approved jury duty, paid or unpaid, shall not be counted as an attendance infraction. Page 121 of 155 Page 189 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 21 Article 27 – Uniforms A. The Company shall designate and approve, according to the Company’s policy, all appropriate uniform apparel and supplies that shall be worn whenever an employee is on duty. Upon successful completion of the training period, the Company shall provide at no cost to the employee five shirts, five pants, one tie, one light weather jacket, and a safety vest. Uniforms that are worn out in the normal course of employment will be repaired or replaced at no cost to the employee. B. The Company will provide each employee with a footwear allowance of up to $50.00 every 12 months to cover the cost of footwear required by the client. The footwear allowance will only be paid to new hire employees after 6 months of employment. Thereafter, employees shall receive a shoe allowance one (1) time during each calendar year. The Company will only provide the footwear allowance after the employee submits the receipt to management and management approves the style of footwear purchased. The employee will be responsible to pay any cost above the $50.00 allowance. C. Upon termination of employment with the Company, the employee must return the uniforms to the Company or the Company may deduct the cost of uniforms not returned from the employee’s final paycheck. The employee shall pay the cost of lost uniforms. Article 28 – Non-Bargaining Unit Employees Non-Bargaining unit employees may perform scheduled work under the following circumstances: to train and instruct employees on new or changed operations and equipment; to assure proper standards of operation and quality; to protect the safety of employees and equipment; in the course of research, experimental, developmental or prototype work; to overcome personnel, mechanical, or operational problems in order to avoid interruption of operations or schedules; and to cover for absentees or other employee changes until a bargaining unit employee can be obtained. Article 29 – Assignment of Extra Work A. Drivers: The Company will maintain and post three (3) rotating sign-up sheets for extra work: one (1) sheet that is posted two (2) weeks before the week of the assignments (i.e. third week sign up), one sheet that is posted one (1) week before the week of the assignments (i.e. second week sign-up) and one (1) sheet that is posted for the current week (i.e. first week sign - up). Each week on Saturday sign-ups will close at 12 noon. By 3:00 p.m. the third week sign-up sheet will be rotated to the second week sign-up sheet, which in turn, will be rotated to the first week sign-up. A new third week sign-up list will then be posted. The Company will apply the following guidelines to fill open paddles: 1. The Company shall offer extra work to casual drivers first during the third week sign-up based on their casual classification seniority until they reach 20 hours of work. Any casual driver shall also be offered extra work during the same third week sign-up that exceeds Page 122 of 155 Page 190 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 22 20 hours total, as long as they are offered that work while they are at 20 hours or less for the work week. 2. The Company will then offer extra work to full-time and part-time drivers on the third week sign-up who are available to perform the work. The Company will assign volunteers in classification seniority order; however, the Company maintains the right to exercise its discretion in such assignment based on overtime, DOT driving time, or an urgent demand. Once the full-time and part-time Driver seniority lists have been exhausted, the Company shall then offer additional extra work to casual drivers. 3. On the second week signup, the Company will offer the extra work remaining open following the third Week Signup to all drivers for signup on a first-come-first-served basis. There will be no bumping for work offered on the second week signup list. Any vacated assignments will become available to other drivers on a first-come-first-served basis. However, the Company maintains the right to exercise its discretion in such assignment based on overtime, DOT driving time, or an urgent demand. 4. On the first week signup, the Company will offer the extra work remaining open following the second week signup to all drivers for signup on a first-come-first-served basis. There will be no bumping for work offered on the first week signup list. Any vacated assignments will become available to other drivers on a first-come-first-served basis. However, the Company maintains the right to exercise its discretion in such assignment based on overtime, DOT driving time, or an urgent demand. Once the full-time driver list is exhausted, the Company may then offer additional extra work to casual drivers. 5. If there are no Volunteers for remaining work assignments, then with notice given twenty- four (24) to forty-eight (48) hours’ in advance of the assignment, a driver may be assigned (Told) that he/she will drive. If a full-time driver volunteers for an extra work assignment during the regular work week they will not be assigned (Told) to perform additional work extra assignments during that same work week, unless the Company has exhausted the remaining list of drivers who have not volunteered during that workweek and are otherwise eligible to receive an additional assignment. The order for being assigned (Told) to drive will be in reverse seniority order (i.e. lowest to most senior on the seniority list). Effective the first full week following ratification of this agreement, the rotation list will reset every two (2) weeks at which time assignments will start from the bottom of the seniority list. In covering open work employees may volunteer for one, two or all pieces of a paddle on a single day. When the company is assigning an employee to cover open work, the Company may assign the employee one, two or all pieces of a paddle on a single day. B. Road Supervisors and Dispatchers: The Company will apply the following guidelines when extra shifts/work becomes available: 1. The Company shall offer extra work to Road Supervisors and Dispatchers within their classification in classification seniority order, from highest classification seniority to lowest before forcing extra work. However, the Company maintains the right to exercise its discretion in such assignment based on overtime, DOT driving time, or an urgent demand. Page 123 of 155 Page 191 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 23 When forcing extra work for Road Supervisors and Dispatchers, the company shall force all extra work from within an employee’s classification in reverse classification seniority order. 2.A twenty-four (24) hour notice must be given if a Road Supervisors or Dispatcher is to be assigned (Told) that he/she must work an extra work assignment. 3.Cross-Utilization for Extra Work: All represented employees will be offered or forced to take extra work assignments as follows: a)Extra work will first be offered to qualified and available employees within the classification in which the extra work requirement exists (primary), and in the manner prescribed in this Article for that classification. b)Once the company has exhausted all resources within the primary classification in which the extra work assignment exists, that extra work will then be offered to qualified and available employees within the other two (alternate) classifications. Seniority for the alternate classifications will be determined based on Company seniority from a combined Company seniority list containing all employees within the two alternate classifications, c)Once work has been offered to the classification in which the extra work assignment exists, and also to the remaining two alternate classifications, the company shall then force employees within the primary classification based on reverse classification seniority. d)Once the company has exhausted all employees mandated to work within the primary classification in which the extra work assignment exists, the alternate classifications may then be mandated based on reverse Company seniority order. Article 30 – Meal and Rest Periods Section 1 - Rest Periods: Every employee shall be entitled to take a ten (10) minute net rest period during each four (4) hour block of working time, or major fraction thereof, during the course of the employee’s shift, which rest period shall be paid time. The rest period may include periods when the employee is on his/her route but the employee is not required to operate or remain in the vehicle. Any employee who believes that he/she did not receive a proper rest period in accordance with this Agreement or law shall make such claim, in writing, to the appropriate supervisor within 24 hours of the end of the shift in which the rest period was allegedly denied or shall be deemed to have waived any right to recover (1) one hour of pay at the employee’s regular rate of pay for any failure by the Company to provide the employee with a rest period during such shift. Section 2 - Meal Periods: Every employee who is scheduled for or works a work period of more than six (6) hours during a workday shall be provided with a thirty (30) minute meal period beginning prior to the completion of the fifth (5th) hour of the workday. Every employee who is scheduled for and works a work period in excess of twelve (12) hours during a workday shall be entitled to a second thirty (30) minute meal period beginning prior to the completion of the tenth Page 124 of 155 Page 192 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 24 (10th) hour of the workday. The meal period(s) shall be unpaid. Any employee who does not wish to take an unpaid meal period may do so by executing a waiver of the meal period, which waiver can be revoked in writing by the employee by delivery of a written revocation notice to the Company. Any employee who believes that he/she did not receive a proper meal period in accordance with this Agreement or law shall make such claim, in writing, to the appropriate supervisor within 24 hours of the end of the shift in which the meal period was allegedly denied or shall be deemed to have waived any right to recover one (1) hour of pay at the employee’s regular rate of pay for any failure by the Company to provide the employee with a meal period during such shift. Section 3 - Arbitration of All Meal and Rest Period Claims: Any and all disputes or claims alleging that one or more employees was not provided with one or more meal periods or rest periods in accordance with the requirements of this Agreement or law, shall only be subject to resolution or determination through the grievance and arbitration provisions of the parties’ Collective Bargaining Agreement, which arbitration shall be final and binding on all parties, and may not be brought in any other forum. Article 31 – Teamsters 401(k) On the first of the month following thirty (30) days of employment, employees covered under this agreement shall be eligible to participate in the Teamsters Supplemental Income 401k Plan in accordance with the eligibility conditions and restrictions of the plan. Employees are 100% vested in the plan and will be eligible to receive an employer matching contribution of 50% of up to 6% of the employee’s contributions. The Company agrees to pay an administrative fee of $4.50 per quarter for any active partici pants of the plan. The Union and the Plan will hold the Company harmless for any, and all costs or other expenses associated with the administration, operation or application of the Plan or any other Plan deficiencies that may arise for any reason whatsoever. The Company will not be involved in the administration of the Plan in any manner whatsoever nor shall the Company have any fiduciary liability. Article 32 - Savings and Severability If any term or provision of this Agreement is rendered invalid or unenforceable by reason of existing or subsequent legislation or by decree of a court of competent jurisdiction or decision of any authorized government agency, such term or provisions to the extent only that is held invalid or unenforceable shall be deemed separable from the remaining terms and provisions of this Agreement and said remaining terms and provisions shall be binding upon the parties and shall remain in full force and effect. Article 33 – Waiver The parties acknowledge that during the negotiations which resulted in this Agreement, each had the unlimited right and opportunity to make demands and proposals with respect to any subject matter not removed by the law from the area of collective bargaining, and that the understandings and agreements arrived at by the parties after the exercise of that right and opportunity are set forth in this Agreement. Therefore, the Company and the Union, for the life of this Agreement Page 125 of 155 Page 193 of 509 First Transit, Inc. and IBT 986, San Luis Obispo CA, 2021-2025 25 each voluntarily and unqualifiedly waives the right and each agrees that the other shall not be obligated, to bargain collectively with respect to any subject or matter not specifically referred to or covered in this Agreement, even though such subject or matter may not have been within the knowledge or contemplation of either or both of the parties at the time they negotiated or signed this Agreement. Article 34 - Duration of Agreement This Agreement shall be effective from January 1, 2021 through and including December 31, 2025, except as changes, amendments or supplements may be mutually agreed during its term and reduced to writing. This Agreement shall be automatically renewed from year-to-year thereafter, unless either party gives written notice of a desire to modify, amend or terminate same at least 60 days but not more than 90 days prior to the expiration date or any anniversary date thereof. For the Company For the Union First Transit, Inc. Teamsters Local 986 ________________________________ ________________________________ Fadi Chakbazof Cliff Reynolds Senior Vice President, West Region Business Agent Date: ________________________ Date: ____December 20, 2021 Page 126 of 155 Page 194 of 509 APPENDIX J - Penalties (Liquidated Damages) Penalties: Issued Monthly (per occurrence) Penalties City’s election not to reduce the amount owed by it to Contractor for the assessments detailed in this section shall not act as a waiver as to City’s right to make such assessments in the future. In addition, the penalties detailed in this section shall not relieve Contractor of its obligations to satisfy each and every requirement under the terms of the Agreement. The invalidity or unenforceability of any particular assessment established in this section shall not affect the validity or unenforceability of other assessments established in this Agreement. City’s decision with regard to the assessment of payment increases or reductions is final and may not be appealed. After penalties are assessed, the rate of consideration shall revert to the rates specified in the Service and Payment schedule until the next assessment is made. 1.Cleanliness 1.1. Vehicle Cleanliness Penalty Should a vehicle be pulled out of revenue service for severe non -compliance of the vehicle cleanliness standards set forth in the scope of work, the Contractor shall be assessed a penalty of one hundred dollars ($100.00) per occurrence. Instances of vehicle cleanliness not in compliance with standards set forth in the scope of work can be brought to the attention of City staff by passengers, the public, the complaint process, city staff observation and any other method . 1.2. Facility Cleanliness Penalty Contractor shall pay City the sum of one hundred dollars ($100.00) per day, after notice to cure, if the Transit Manager deems the Bus Operations and Maintenance Facility as unsatisfactory. 1.3. Facility Damage Penalty Contractor shall pay City the sum of the cost of repairs plus one hundred dollars ($100.00) per day for any damage incurred by the Contractor to the Bus Operations and Maintenance Facility. 2.Schedule Adherence Penalties may be incurred in a cumulative manner with an example being the following: A missed run or trip occurs. Each stop not served, due to the missed run/trip will be accrued along with the Missed Run/Trip penalty. Page 127 of 155 Page 195 of 509 2.1. Late Departure/Pull–Out (leaving more than ≥5 minutes of schedule) Contractor shall pay City the sum of one hundred dollars ($100.00) for each failure to begin operation of a scheduled trip of a runcut, past five (≥5) minutes of the route pull (scheduled start time) designated by City. 2.2. Early Departure/Pull-Out (leaving ≥1 minutes of schedule) Contractor shall pay City the sum of two hundred dollars ($200.00) for each event where the bus leaves (≥1) minutes before the route pull (scheduled start time of each trip of a runcut) designated by City. 2.3. Off-Route Contractor shall pay City the sum of fifty dollars ($50.00) for each occasion on which a bus is “off-route”, that is operating on streets other than those designated on the route maps established by City for the route being run. This excludes detours due to street closures on any specific route. This penalty is cumulative with other penalties including but not limited to Missed Runs/Trips, Missed Stops, and Missed Passengers. 2.4. Missed Run/Trip (leaving ≥15 minutes of schedule) Contractor shall pay City the sum of two hundred fifty dollars ($250.00) for each occasion of failure to complete a run and/or trip on any route. This penalty is cumulative with other penalties. 2.5. Missed-Stop(s) [per stop] Contractor shall pay City the sum of fifty dollars ($50.00) for each bus stop not served as a result of missed service. This penalty is cumulative with other penalties 2.6. Missed Passenger(s) [group per stop] Contractor shall pay City the sum of fifty dollars ($100.00) per passenger that is left behind by the bus for failing to stop. This penalty is cumulative with other penalties. 2.7. Failure to Operate Service (At-All) Contractor shall pay City the sum of the “Daily Cost of Operating” plus one thousand dollars ($1,000.00) for each day on which the contractor fails to operate the transit service At-All. This penalty is cumulative with other penalties. 3. Performance A bus shall be considered “NOT ON-TIME” if: It arrives at a particular scheduled arrival time of two (2) minutes and zero (0) seconds or earlier; it arrives over four (4) minutes and fifty nine (59) seconds after the scheduled arrival time; it departs before the scheduled departure time; and/or Page 128 of 155 Page 196 of 509 it departs over five (5) minutes and zero (0) second after the scheduled departure time. Service performance standards require that ninety five percent (95%) of all buses providing service perform “ON-TIME”, and zero percent (0%) of those buses qualify as “HOT”. (“HOT” is defined as leaving before the scheduled departure time.) 3.1. On-Time Performance <95% Contractor shall pay City a monthly lump sum of two hundred fifty dollars ($250.00) as a penalty payment for each revenue service route for which on time performance is less than 95% on any one transit route. 3.2. On-Time Performance <90% Contractor shall pay City a monthly lump sum of five hundred dollars ($500.00) penalty payment for each revenue service route (local transit) on which on time performance is less than 90%. 3.3. On-Time Performance <85% Contractor shall pay City a monthly lump sum of one thousand dollars ($1,000.00) penalty payment for each revenue service route (local transit) on which on time performance is less than 85%. 4. Reporting 4.1. Unsatisfactory CHP Rating (per report) Contractor shall pay City the sum of five hundred dollars ($500.00) for each inspection that SLO TRANSIT receives an unsatisfactory rating from the California Highway Patrol. In addition to other applicable penalties, Contractor shall pay City the sum of two hundred fifty dollars ($250.00) for each bus that receives an unsatisfactory rating by the California Highway Patrol. In addition to other applicable penalties, Contractor shall pay City the sum of five hundred dollars ($500.00) per day that the California Highway Patrol terminates service due to an unsatisfactory rating. 4.2. Failure to Employ (Management) Contractor shall pay City an amount equal to one-hundred fifty percent (150%) of daily salary including all fringe benefits which shall be deducted for each day the positions of Resident Manager, Operations Manager, and/or the Maintenance Manager is vacant. This assessment will not be made until the thirtieth (30) day following notice of employment separation and/or departure from this project. 4.3. Failure to Report (off routes, early, hot, etc.) Contractor shall pay City the sum of one two hundred and fifty dollars ($250.00) per incident for failing to report penalties and/or liquidated damages. Page 129 of 155 Page 197 of 509 4.4. Failure to Report Major Incidents Contractor shall pay City the sum of three hundred dollars ($300.00) per instance of not alerting city staff within (60) minutes of a major incident such as a preventable, vehicle accident/collision, passenger or driver injury, and or any criminal activity. 4.5. Late Reports Contractor shall pay City the sum of fifty dollars ($50.00) per report for each occasion on which Contractor fails to submit when due any periodic editions of the reports required by City. 4.6. Farebox Deposit Shortage (%) Diff Reconciliation Contractor shall be responsible for any and all lost revenue collected in fareboxes and shall pay the City the lost revenue if the amount of collected fares is equal to or greater than 0.5 percent (0.5%) LESS of GFI calculated fare revenue from the electronic fareboxes. 5.Staff Performance 5.1. Uniform Non-Compliance Contractor shall pay City the sum of fifty dollars ($50.00) per incident that a driver or Road Supervisor of the Contractor fails to comply with the Uniform/Dress Code. 5.2. Failure to Announce Stops (ADA) Contractor shall pay City the sum of two hundred and fifty dollars ($250.00) per bus stop that a bus driver fails to announce bus stops if vehicle annunciator system is not working and the vehicle remains in revenue service. 5.3. Preventable Accident Contractor shall pay City a sum of fifty dollars ($150.00) for each preventable collision accident involving any of the revenue vehicles, whether in or out of service. 5.4. Improperly Licensed Driver (endorsements) Contractor shall pay City a sum of one thousand ($1,000.00) for each driver lacking the proper license and endorsements. 5.5. Failure to Abide by City Policies Contractor shall pay City a sum of one hundred ($100.00) for each failure to abide by City policies. 5.6. Failure to Load Passenger Before Driver Swap Contractor shall pay City a sum of fifty dollars ($50.00) for each incident that a driver fails to load passenger before beginning a driver swap during a revenue service. 5.7. Fare Evasion by Driver Page 130 of 155 Page 198 of 509 Contractor shall pay City a sum of fifty to one hundred dollars ($50.00-$100.00) plus fare for each incident that a driver allows family or friends to ride a route without paying required fare. 5.8. Failure to pass FTA Audit of Drug & Alcohol Program Contractor shall pay City the sum of five hundred dollars ($500.00) per incident where the Contractor fails to pass any FTA Audit of the FTA Drug and Alcohol Program. 5.9. Breaking CA Vehicle Code Contractor shall pay City the sum of five hundred dollars ($500.00) per incident that a driver is found in violation of the CA Vehicle Code. 6. Maintenance 6.1. Non-Compliance Preventative Maintenance Schedule Contractor shall pay City the sum of two-hundred dollars ($200.00) for any infraction that a Preventative Maintenance Inspection is not completed per adopted schedule. 6.2. Non-Compliance Facility Maintenance Schedule Contractor shall pay City the sum of two hundred dollars ($200.00) for any infraction that a Facility Maintenance Inspection is not completed per adopted schedule. 6.3. Inoperable Lifts/Non ADA Compliance Contractor shall pay City the sum of two hundred dollars ($200.00) per incident that a bus is placed in service with an inoperative wheelchair lift. 6.4. Total Vehicle Miles between Road calls and Chargeable Service Calls Contractor shall pay City the rate of one cent ($0.01) per total system vehicle miles in the event that systemwide total vehicle miles between road calls and chargeable service calls falls less than four thousand (4,000) miles. 6.5. Misuse of Fuel (stealing fuel, other than for service) Contractor shall pay City the sum of two hundred dollars ($200.00) for each occasion that the City finds there has been a misuse of fuel, whether the fuel was for contractor vehicles or contactor staff’s private vehicles. Page 131 of 155 Page 199 of 509 APPENDIX K - Federal Proposal and Contract Certification Forms The proposing firms is required to complete and submit the following forms. Form 1. Debarment and Suspension Certification The Federal Transit Administration (FTA) requires third-party contractors to submit this certificate to the grantee (the CITY). In addition, any subcontractor doing work valued at $25,000 or more is required to submit this certificate to the grantee. Form 2. Certification Regarding Lobbying Activities FTA requires that each third-party contractor submit this certification to the grantee (the CITY). Any subcontractor doing work valued at more than $100,000 is also required to submit a certification to the grantee. Form 3. Disclosure of Lobbying Activities FTA requires any third-party contractor or subcontractor whose participation exceeds $100,000 and who is involved in lobbying activities must submit this statement to the grantee. Form 4. Drug-Free Workplace Act Certification Form 5. Non-Collusion Affidavit Form 6. Tax Liability Certification Form 7. Workers’ Compensation Certification Page 132 of 155 Page 200 of 509 FORM 1 DEBARMENT AND SUSPENSION CERTIFICATION FORM This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 29 CFR Part 98, Section 98.510, Participants’ responsibilities. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211). (BEFORE COMPLETING THIS CERTIFICATION, READ THE FOLLOWING INSTRUCTIONS WHICH ARE AN INTEGRAL PART OF THE CERTIFICATION) 1.The prospective recipient of Federal assistance funds certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2.Where the prospective recipient of Federal assistance funds is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. The Proposer shall require that the language of this certification be included in the contract documents for all subcontractors and material suppliers at all tiers, and that all subcontractors and material suppliers shall certify and disclose accordingly. The Proposer certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification. In addition, the Proposer understands and agrees that the provisions of 31 U.S.C. §§ 3801 et al. are applicable to th is certification. Name and Title of Authorized Representative Signature Date Page 133 of 155 Page 201 of 509 INSTRUCTIONS FOR FORM 1 1.By signing and submitting this proposal, the prospective recipient of Federal assistance funds is providing the certification as set out below. 2.The certification in this class is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective recipient of Federal assistance funds knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the Department of Labor (DOL) may pursue available remedies, including suspension and/or debarment. 3.The prospective recipient of Federal assistance funds shall provide immediate written notice to the person to whom the proposal is submitted if at any time the prospective recipient of Federal assistance funds learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4.The terms “covered transaction”, “debarred”, “suspended”, “ineligible”, “lower tier covered transaction”, “participant”, “person”, “primary covered transaction”, “principal”, “proposal” and “voluntarily excluded”, as used in this clause, have the meanings set out in Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5.The prospective recipient of Federal assistance funds agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the DOL. 6.The prospective recipient of Federal assistance funds further agrees by submitting this proposal that it will include the clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transactions,” without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7.A participant in a covered transaction may rely upon a certification of prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may but is not required to check the List of Parties Excluded from Procurement of Non-procurement Programs. 8.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9.Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to the other remedies available to the Federal Government, the DOL may pursue available remedies, including suspension and/or debarment. Page 134 of 155 Page 202 of 509 FORM 2 CERTIFICATION REGARDING LOBBYING ACTIVITIES FORM The undersigned CONTRACTOR certifies, to the best of his or her knowledge and belief, that: 1.No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq .)] 3.The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. A 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. A 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The CONTRACTOR, ______________________, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Bidder understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Signature of Contractor’s Authorized Official Name and Title of Contractor’s Authorized Official Date Page 135 of 155 Page 203 of 509 Review Public Burden Disclosure Statement DISCLOSURE OF LOBBYING ACTIVITIES OMB Control Number: 4040-0013 Expiration Date: 2/28/2025 Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 1.* Type of Federal Action: a. contract b. grant c.cooperative agreement d.loan e.loan guarantee f.loan insurance 2.* Status of Federal Action: a.bid/offer/application b.initial award c.post-award 3.* Report Type: a. initial filing b. material change 4.Name and Address of Reporting Entity: Prime SubAwardee * Name * Street 1 Street 2 * City State Zip Congressional District, if known: 5.If Reporting Entity in No.4 is Subawardee, Enter Name and Address of Prime: 6. * Federal Department/Agency:7.* Federal Program Name/Description: CFDA Number, if applicable: 8. Federal Action Number, if known:9. Award Amount, if known: $ 10.a. Name and Address of Lobbying Registrant: Prefix * First Name Middle Name * Last Name Suffix * Street 1 Street 2 * City State Zip b.Individual Performing Services (including address if different from No. 10a) Prefix * First Name Middle Name * Last Name Suffix * Street 1 Street 2 * City State Zip 11.Information requested through this form is authorized by title 31 U.S.C. section 1352. This disclosure of lobbying activities is a material representation of fact upon which reliance was placed by the tier above when the transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to the Congress semi-annually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. * Signature: *Name: Prefix * First Name Middle Name * Last Name Suffix Title: Telephone No.: Date: Federal Use Only: STANDARD FORM LLL (REV. 7/1997) Authorized for Local Reproduction FORM 3 Page 136 of 155 Page 204 of 509 Federal Agency Form Instructions Form Identifiers Information Agency Owner Grants.gov Form Name Disclosure of Lobbying Activities (SF-LLL) Form Version Number 1.2 OMB Number 4040-0013 OMB Expiration Date 02/28/2022 Form Field Instructions Field Number Field Name Required or Optional Information 1. *Type of Federal Action:Required Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. This field is required. 2. *Status of Federal Action Required Identify the status of the covered Federal action. This field is required. 2-a.a.Bid/Offer/Application Check if applicable Click if the Status of Federal Action is a bid, an offer or an application. 2-b.b.Initial Award Check if applicable Click if the Status of Federal Action is an initial award. 2-c.c.Post-Award Check if applicable Click if the Status of Federal Action is a post-award. 3.0 *Report Type Required Identify the appropriate classification of this report. 3-a.a.Initial filing Check if applicable Check if Initial filing. 3-b.b.Material change Check if applicable If this is a follow up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the previously submitted report by this reporting entity for this covered Federal action. This field is required. INSTRUCTIONS FOR FORM 3 Page 137 of 155 Page 205 of 509 Field Number Field Name Required or Optional Information Material Change Year Conditionally Required If this is a follow up report caused by a material change to the information previously reported, enter the year in which the change occurred. Material Change Quarter Conditionally Required If this is a follow up report caused by a material change to the information previously reported, enter the quarter in which the change occurred. Material Change Date of Last Report Conditionally Required Enter the date of the previously submitted report by this reporting entity for this covered Federal action. 4. Name and Address of Reporting Entity Required Provide the information for Name and Address of Reporting Entity. Prime Check if applicable Click to designate the organization filing the report as the Prime Federal recipient. Subawardee Check if applicable Click to designate the organization filing the report as the SubAwardee Federal recipient. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. Tier if known: Optional Identify the tier of the subawardee, e.g., the first subawardee of the prime is the 1st tier. Name Required Enter the name of reporting entity. This field is required Street 1 Required Enter Street 1 of the reporting entity. This field is required. Street 2 Optional Enter Street 2 of the reporting entity. City Required Enter City of the reporting entity This field is required. State Required Enter the state of the reporting entity. This field is required ZIP Required Enter the ZIP of the reporting entity. This field is required Page 138 of 155 Page 206 of 509 Field Number Field Name Required or Optional Information Congressional District, if known Optional Enter the primary Congressional District of the reporting entity. Enter in the following format: 2 character state abbreviation – 3 characters district number, e.g., CA-005 for California 5th district, CA-012 for California 12th district, NC-103 for North Carolina’s 103rd district. 5. If Reporting Entity in No. 4 is Subaward, Enter Name and Address of Prime Conditionally Required If Reporting Entity in No. 4 is Subaward, provide the information for the Name and Address of Prime Name Required If the organization filing the report in item 4, checks "Subawardee", enter the full name of the prime Federal recipient. Street 1 Required If the organization filing the report in item 4, checks "Subawardee", enter the address of the prime Federal recipient. Street 2 Optional If the organization filing the report in item 4, checks "Subawardee", enter the address of the prime Federal recipient. City Required If the organization filing the report in item 4, checks "Subawardee", enter the city of the prime Federal recipient. State Required If the organization filing the report in item 4, checks "Subawardee", select the appropriate state from this pull down menu. ZIP Required Enter the ZIP of Prime. This field is required Page 139 of 155 Page 207 of 509 Field Number Field Name Required or Optional Information Congressional District, if known Optional Enter the Congressional District of Prime. Enter in the following format: 2 character state abbreviation – 3 characters district number, e.g., CA-005 for California 5th district, CA-012 for California 12th district, NC-103 for North Carolina’s 103rd district. 6. Federal Department/Agency Required Enter the name of the Federal Department or Agency making the award or loan commitment. This field is required. 7. CFDA Number: Required Enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. Pre-populated from SF-424 if using Grants.gov. CFDA Title: Required Enter the Federal program name or description for the covered Federal action. Pre-populated from SF-424 if using Grants.gov. 8. Federal Action Number Optional Enter the most appropriate Federal identifying number available for the Federal action, identified in item 1 (e.g., Request for Proposal (RFP) number, invitation for Bid (IFB) number, grant announcement number, the contract, grant, or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001". 9. Award Amount Optional For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitment of the prime entity identified in item 4 or 5. Page 140 of 155 Page 208 of 509 Field Number Field Name Required or Optional Information 10.a.Name And Address of Lobbying Registrant Required Provide the information for the Name and Address of Lobbying Registrant. Prefix Optional Enter the prefix (e.g., Mr., Mrs., Miss), if appropriate, for the Lobbying Registrant. First Name Required Enter the first name of Lobbying Registrant. This field is required. Middle Name Optional Enter the middle name of Lobbying Registrant. Last Name Required Enter the last name of Lobbying Registrant. This field is required. Suffix Optional Enter the suffix (e.g., Jr. Sr., PhD), if appropriate, for the Lobbying Registrant. Street 1 Required Enter the first line of street address for the Lobbying Registrant. Street 2 Optional Enter the second line of street address for the Lobbying Registrant. City Required Enter the city of the Lobbying Registrant. State Required Select the appropriate state of the Lobbying Registrant. ZIP Code Required Enter the Zip Code (or ZIP+4) of the Lobbying Registrant. 10.b.Individual Performing Services Required Provide the information for Individual Performing Services Prefix Optional Enter the prefix (e.g., Mr., Mrs., Miss), if appropriate, for the Individual Performing Services. First Name Required Enter the first name of the Individual Performing Services. This field is required. Middle Name Optional Enter the middle name of the Individual Performing Services. Last Name Required Enter the last name of the Individual Performing Services. This field is required. Page 141 of 155 Page 209 of 509 Field Number Field Name Required or Optional Information Suffix Optional Enter the suffix (e.g., Jr. Sr., PhD), if appropriate, for the Individual Performing Services. Street 1 Required Enter the first line of street address for the Individual Performing Services. Street 2 Optional Enter the second line of street address for the Individual Performing Services. City Required Enter the city of the Individual Performing Services. State Required Select the state for the address of the Individual Performing Services from this pull down menu. ZIP Code Required Enter the Zip Code (or ZIP+4) of the Individual Performing Services. 11. Information requested through this form is authorized by title 31 U.S.C. section 1352. This disclosure of lobbying activities is a material representation of fact upon which reliance was placed by the tier above when the transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to the Congress semi- annually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. N/A N/A Signature: Required Completed by Grants.gov upon submission. Name: Required Provide the information for the Name of the Certifying Official. Page 142 of 155 Page 210 of 509 Field Number Field Name Required or Optional Information Prefix Optional Enter the prefix (e.g., Mr., Mrs., Miss), if appropriate, for the Certifying Official. First Name Required Enter the first name of Certifying Official. This field is required. Middle Name Optional Enter the middle name of the Certifying Official. Last Name Required Enter the last name of the Certifying Official. This field is required. Suffix Optional Enter the suffix (e.g., Jr. Sr., PhD), if appropriate, for the Certifying Official. Title: Optional Enter the title of the Certifying Official. Telephone No.: Optional Enter the telephone number of the certifying official. Date: Required Completed by Grants.gov upon submission. Page 143 of 155 Page 211 of 509 FORM 4 DRUG-FREE WORKPLACE ACT CERTIFICATION FORM Contractor/Bidder Firm Name: _________________________________________ The contractor/bidder firm named above hereby certifies compliance with Government Code Section 8355 in matters relating to providing a drug-free workplace. The above named will: 1.Publish a statement notifying employees that unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited and specifying actions to be taken against employees for violations, as required by Government Code Section 8355 (a). 2.Establish a Drug-Free Awareness Program as required by Government Code Section 8355 (a)(1)(B), to inform employees about all the following: (a)The dangers of drug abuse in the workplace, (b)The person’s or organization’s policy of maintaining a drug-free workplace, (c)Any available counseling, rehabilitation and employee assistance programs, and (d)Penalties that may be imposed upon employees for drug abuse violations. 3.Provide as required by Government Code Section 8355 (a)(1)(C), that every employee who works on the proposed contract: (a)Will receive a copy of the company’s drug-free policy statement, and (b)Will agree to abide by the terms of the company’s statement as a condition of employment on the contract. I, the official named below, hereby swear that I am duly authorized legally to bind the contractor to the above described certification. I am fully aware that this certification, executed on the date and in the county below, is made under penalty of perjur y under the laws of the State of California. Authorized Representative’s Name and Title: _________________________________________ Authorized Representative Signature: _________________________________________ Date executed: _________________________________________ Contractor/Bidder Firm’s Mailing Address: _________________________________________ Federal I.D. Number: _________________________________________ Page 144 of 155 Page 212 of 509 FORM 5 NON-COLLUSION AFFIDAVIT FORM (Title 23 United States Code Section 112 and Public Contract Code Section 7106) State of: ______________________________ County of: ______________________________ _____________________________ (Name) being first duly sworn, deposes and says that he or she is _____________________________ (Title) of _____________________________ (Company Name) the party making the foregoing bid, that such bid is not made in the interest of, or on behalf oh, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that said bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, collusion, or conference, with anyone to fix the bid price of the bidder or any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bud are true; and, further, that the bidder has not, directly or in directly, submitted his or her bid price of any breakdown thereof, of the contents thereof, of divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member of agent thereof to effectuate a collusive or sham bid. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on _______________, 20____, at ____________________, _____________________ (Date) (City) (State) _______________________, ____________________________, ________________________ Printed Name Signature of Authorized Official Title Page 145 of 155 Page 213 of 509 FORM 6 TAX LIABILITY CERTIFICATION FORM The Proposer certifies that: 1.It has no unpaid federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; 2.It has not been convicted of a felony criminal violation under any federal law within the preceding 24 months; and 3.It shall require that the language of this certification be included in the award documents for all subcontractors and material suppliers at all tiers, and that all subcontractors and material suppliers shall certify and disclose accordingly. The Proposer certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification. In addition, the Proposer understands and agrees that the provisions of 31 U.S.C. §§ 3801 et al. are applicable to th is certification. Title of Company/Firm: ______________________________ Name: ______________________________ Title: ______________________________ Signature: ______________________________ Date: ___________________________________ Page 146 of 155 Page 214 of 509 FORM 7 WORKERS’ COMPENSATION CERTIFICATION FORM Labor Code Section 3700 in relevant part provides: Every employer except the State shall secure the payment of compensation in one or more of the following ways: 1.By being insured against liability to pay compensation by one or more insurers duly authorized to write compensation insurance in this State. 2.By securing from the Director of Industrial Relations a certificate of consent to self-insure, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to employees. 3.For any county, city, city and county, municipal corporation, public Owner, public agency, or any political subdivision of the state, including each member of a pooling arrangement under a joint exercise of powers agreement (but not the state itself), by securing from the Director of Industrial Relations a certificate of consent to self-insure against workers’ compensation claims, which certificate may be given upon furnishing proof satisfactory to the director of ability to administer workers’ compensation claims properly, and to pay workers’ compensation claims that may become due to its employees. On or before March 31, 1979, a political subdivision of the state which, on December 31, 1978, was uninsured for its liability to pay compensation, shall file a properly completed and executed application for a certificate of consent to self-insure against workers’ compensation claims. The certificate shall be issued and be subject to the provisions of Section 3702. I am aware of the provisions of Labor Code Section 3700 which require every employer to be insured against liability for Workers’ Compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this Contract. Signed (Contractor) Date Print Name and Title Page 147 of 155 Page 215 of 509 NOTICE: This workbook is provided as an example and template for PROPOSERS to use when generating price PROPOSALS in response to the CITY's solicitation for Transit Operation and Maintenance Services. The workbook includes formulas and links, and is not password protected. PROPOSERS should take care to ensure that all formulas and links are correct when PROPOSALS are submitted. Price PROPOSALS must be submitted in un-protected executable Excel format with all appropriate formulas and links, to enable complete cost analysis. Password protected price PROPOSALS may be considered non-responsive. Cost Proposal Forms Instructions: 1. Complete Base Cost Proposal Form and the Alternate Cost Proposal Form for all base years. Include all costs associated with fixed and variables required for service delivery. 2. Complete the Base Position Headcount Form and the Alternate Position Headcount Form worksheet for all base years. Indicate the proposed number of staff planned for each position for each year. 3. Complete the Start-up & Transition Costs worksheet. Include all one-time transition and project start- up related costs. APPENDIX L - Cost Proposal Forms Page 148 of 155 Page 216 of 509 Name of Proposing Firm: Authorized Representative Signature: Authorized Representative Title: Date: Budget Elements Year One Year Two Year Three Year Four 7/1/2026-6/30/2027 7/1/2027-6/30/2028 7/1/2028-6/30/2029 7/1/2029-6/30/2030 Administrative Expenses General Management Position Wages General Management Position Benefits Operations Management Position Wages Operations Management Position Benefits Other Administrative Position(s) Wages Other Administrative Position(s) Benefits Facility Utilities and Expenses Payroll/IT Services Travel Non-Revenue Vehicles Other (specify below): Subtotal -$ -$ -$ -$ Insurance Materials and Supplies Telecommunications Vehicle Liability Insurance General Liability Insurance Other (specify below): Subtotal -$ -$ -$ -$ Operating Expenses Safety and Training Management Position Wages Safety and Training Management Position Benefits Bus Operation Position(s) Wages Bus Operation Position(s) Benefits Road Supervision Position(s) Wages Road Supervision Position(s) Benefits Employee Recruitment and Screening Materials and Supplies Uniforms Other (specify below): Subtotal -$ -$ -$ -$ BASE COST PROPOSAL FORM The below budget breakdown and the other attached materials represent an offer to do work as described in this Proposal. It is understood that this offer shall remain in effect for ninety (90) days from the date set for opening proposals unless withdrawn pursuant to the conditions of the subject RFP. Page 149 of 155 Page 217 of 509 Maintenance Expenses Maintenance Management Position Wages Maintenance Management Position Benefits Mechanic/Technician Position(s) Wages Mechanic/Technician Position(s) Benefits Other Maintenance Staff Position(s) Wages Other Maintenance Staff Position(s) Benefits Maintenance Parts and Supplies Cleaning Supplies Lubricants and Fluids Other (specify below): Subtotal -$ -$ -$ -$ Other Expenses Start-up and Tranisition Costs (Linked to S&T Costs Sheet)-$ Corporate Overhead and Support Management Fee Other (specify below): Subtotal -$ -$ -$ -$ Grand Total -$ -$ -$ -$ Operating and Maintenance Expense -$ -$ -$ -$ Revenue Vehicle Insurance Expense -$ -$ -$ -$ Monthly Fee (Fixed Costs)-$ -$ -$ -$ Projected Vehicle Service Hours 39,608.8 39,608.8 39,608.8 40,505.7 Vehicle Service Hourly Rate (Variable Costs)-$ -$ -$ -$ Total Hourly Rate (Total Costs)-$ -$ -$ -$ Page 150 of 155 Page 218 of 509 Name of Proposing Firm: Authorized Representative Signature: Authorized Representative Title: Date: Budget Elements Year One Year Two Year Three Year Four 7/1/2026-6/30/2027 7/1/2027-6/30/2028 7/1/2028-6/30/2029 7/1/2029-6/30/2030 Administrative Expenses General Management Position Wages General Management Position Benefits Operations Management Position Wages Operations Management Position Benefits Other Administrative Position(s) Wages Other Administrative Position(s) Benefits Facility Utilities and Expenses Payroll/IT Services Travel Non-Revenue Vehicles Other (specify below): Subtotal -$ -$ -$ -$ Insurance Materials and Supplies Telecommunications Vehicle Liability Insurance General Liability Insurance Other (specify below): Subtotal -$ -$ -$ -$ Operating Expenses Safety and Training Management Position Wages Safety and Training Management Position Benefits Bus Operation Position(s) Wages Bus Operation Position(s) Benefits Road Supervision Position(s) Wages Road Supervision Position(s) Benefits Employee Recruitment and Screening Materials and Supplies Uniforms Other (specify below): Subtotal -$ -$ -$ -$ ALTERNATE COST PROPOSAL FORM The below budget breakdown and the other attached materials represent an offer to do work as described in this Proposal. It is understood that this offer shall remain in effect for ninety (90) days from the date set for opening proposals unless withdrawn pursuant to the conditions of the subject RFP. Page 151 of 155 Page 219 of 509 Maintenance Expenses Maintenance Management Position Wages Maintenance Management Position Benefits Mechanic/Technician Position(s) Wages Mechanic/Technician Position(s) Benefits Other Maintenance Staff Position(s) Wages Other Maintenance Staff Position(s) Benefits Maintenance Parts and Supplies Cleaning Supplies Lubricants and Fluids Other (specify below): Subtotal -$ -$ -$ -$ Other Expenses Start-up and Tranisition Costs (Linked to S&T Costs Sheet)-$ Corporate Overhead and Support Management Fee Other (specify below): Subtotal -$ -$ -$ -$ Grand Total -$ -$ -$ -$ Operating and Maintenance Expense -$ -$ -$ -$ Revenue Vehicle Insurance Expense -$ -$ -$ -$ Monthly Fee (Fixed Costs)-$ -$ -$ -$ Projected Vehicle Service Hours 57,355.5 57,355.5 57,355.5 57,355.5 Vehicle Service Hourly Rate (Variable Costs)-$ -$ -$ -$ Total Hourly Rate (Total Costs)-$ -$ -$ -$ Page 152 of 155 Page 220 of 509 Base Year One Base Year Two Base Year Three Base Year Four 7/1/2026-6/30/2027 7/1/2027-6/30/2028 7/1/2028-6/30/2029 7/1/2029-6/30/2030 Management General Management Operations Management Maintenance Management Safety and Training Management Other (Specify below): Subtotal 0 0 0 0 Non-Management Bus Operations (Full-time) Bus Operations (Part-time) Road Supervision Dispatching Other Administrative Position(s) Mechanic/Technician Position(s) Other (Specify below): Subtotal 0 0 0 0 Grand Total 0 0 0 0 BASE POSITION HEADCOUNT FORM Page 153 of 155 Page 221 of 509 Base Year One Base Year Two Base Year Three Base Year Four 7/1/2026-6/30/2027 7/1/2027-6/30/2028 7/1/2028-6/30/2029 7/1/2029-6/30/2030 Management General Management Operations Management Maintenance Management Safety and Training Management Other (Specify below): Subtotal 0 0 0 0 Non-Management Bus Operations (Full-time) Bus Operations (Part-time) Road Supervision Dispatching Other Administrative Position(s) Mechanic/Technician Position(s) Other (Specify below): Subtotal 0 0 0 0 Grand Total 0 0 0 0 ALTERNATE POSITION HEADCOUNT FORM Page 154 of 155 Page 222 of 509 Item Units $ Each Total -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ Start-up & Transition Costs Total Page 155 of 155 Page 223 of 509 Page 224 of 509 39 Exhibit A Project Detail List Exhibit A provides a detailed list of projects which are being funded by impact fees collected. Details of projects include Construction Start Date, Project Status, Total Estimated Project Cost, Estimated Project Cost Fund by Fees, % of Project Funded by Fees, Fees Expended to Date, and the % of Fees Funded. This information is provided to satisfy Annual Reporting Requirements of The Mitigation Fee Act. Data provided is from the Impact Fee Nexus Studies, Financial Plans and/ or Capital Improvement Plans. Expenditures to date are from July 1, 2018, to current due to the implementation of new accounting system. Parkland Funds Project Details Citywide Park Development Impact Fee (Fund 510) CIP Project Number CIP Project Name Project Start Date Project Status as of 6/30/2025 Total Estimated Project Cost Estimated Cost Funded by Fees % of Project Funded by Fees Fees Expended to Date % of Fees Expended n/a n/a n/a n/a -$ -$ n/a -$ n/a Citywide Park Improvement Impact Fee (Fund 519) CIP Project Number CIP Project Name Project Start Date Project Status as of 6/30/2025 Total Estimated Project Cost Estimated Cost Funded by Fees % of Project Funded by Fees Fees Expended to Date % of Fees Expended 2000188 Mitchell Park Improvements Feb-24 Completed 476,671.75$ 225,000.00$ 47%224,835.99$ 100% 20000514 Emerson Park Amenity Upgrades & Beautification TBD Design 4,664,612.00$ 1,854,612.00$ 40%-$ 0% Orcutt Area Specific Plan Parks Impact Fee (Fund 511) CIP Project Number CIP Project Name Project Start Date Project Status as of 6/30/2025 Total Estimated Project Cost Estimated Cost Funded by Fees % of Project Funded by Fees Fees Expended to Date % of Fees Expended 2000057 Orcutt Area Parks (Linear, Pocket)TBD Design 4,157,523.31$ 2,734,487.70$ 66%735,621.37$ 27% 2000054 Righetti Community Park TBD Design 27,363,912.00$ 2,093,623.00$ 8%28,635.27$ 1% Margarita Area Development Impact Fee (Fund 512) CIP Project Number CIP Project Name Project Start Date Project Status as of 6/30/2025 Total Estimated Project Cost Estimated Cost Funded by Fees % of Project Funded by Fees Fees Expended to Date % of Fees Expended TBD MASP Planned Park TBD Not Started 16,075,928.70$ 3,454,600.12$ 21%-$ 0% Page 276 of 509 40 Transportation Funds Project Details Citywide Transportation Development Impact Fee (Fund 507)Citywide Transportation Development Impact Fee (Fund 507) TIF Program Project Identification CIP Project Number CIP Project Name Construction Start Date Project Status as of 6/30/2024 Total Estimated Project Cost Estimated Cost Funded by Fees % of Project Funded by Fees Fees Expended to Date % of Fees Funded 91435 LOVR Interchange Landscape 2099821 San Luis Creek Bridge Widening at LOVR 1000013 WRRF Modeling 91613/ 2091613 Prado Road Interchange 91611 Orcutt Tank Farm Roundabout Design 1000164/ 2000164 Orcutt/Tank Farm Roundabout Construction #8 - S. Broad Street Intersections 91609 Broad Street Corridor Access Improvements 2030 Ongoing (b)5,000,000.00$ 4,000,000.00$ 80% $ 296,735.73 7% N/A Reimbursement Agreement - SLO Public Market (Tank Farm/Long Traffic Signal) N/A Reimbursement Agreement- The Connect SLO (Orcutt/Sacramento/Duncan Traffic Signal) Unknown Prior Project - Miscellaneous Expenses 91293 Railroad Crossing Upgrade - California & Foothill N/A N/A 5,406.00$ 5,406.00$ 100% $ 5,406.00 100% 91294/ 2091294 Higuera at 50 Higuera Widening 2025 Design 91610/ 2091610 Higuera Street Widening Bridge to Elks 2025 Design #15F - Prado Rd. Bridge Widening: West of Higuera St and Higuera & Prado Intersection Improvements 91252 Prado Road Bridge Widening 2026 Design 13,000,000.00$ 5,200,000.00$ 40% $ 291,288.40 6% #19 - Prado Rd Extension S. Higuera to Broad 2000195 Prado Road Extenstion Reimbursement 2035 Ongoing (d)26,526,200.00$ 8,013,184.00$ 30% $ - 0% 91375/ 2091375 Railroad Safety Trail Taft to Pepper - 2018 2000609 Railroad Safety Trail Implementation #22 - Broad Bicycle Blvd / Anholm Bikeway 2000036 North Chorro Neighborhood Greenway - Phase 2 2024 Complete 5,000,000.00$ 1,196,542.00$ 24% $ 207,005.00 17% 1000502 Active Transportation Plan Implementation 99615/ 2099615 Bicycle Projects 1000073/ 2000073 Transportation Safetey and Operations 2000069 Pedestrian Crossing Improvements 1000015 2018 Transportation Monitoring 90949 Traffic Model Update 1000537/ 2000537 Transportation Monitoring & Modeling Update 2000165 Transportation Impact Fee Program Update 90653 Traffic Volume Counts a - Interchange project substantially completed in 2016, wtih additional costs incurred through 2022 for landscape mitigation. Ongoing costs include pay-down of debt financing obligations for interchange construction. b - TIF Project #8 includes upgrades at multiple intersections. One intersection improvemetn (Broad/Woodbridge) was substantially completed in 2022, with the remaining anticipated to start construction by 2030. c - TIF Project #9 includes multiple intersection control upgrades within the city. Two of these intersections (Tank Farm/Long and Orcutt/Sacramento) were completed in 2021, with the remaining anticipated to start construction by 2030. d - TIF Project #19 includes a larger road extension. A portion of this project was constructed (Higuera to Serra Meadows) is copmlete, with the remaining street extension anticipated to be constructed in phases through 2035. e - TIF Project #21 includes a larger cross-town bicycle path, a portion of which was completed in 2022 (Taft to Pepper). The remainder is expected to be constructed by 2035. f - TIF Project #40 includes several planned pedestrian/bicycle intersection crossing upgrades throughout the city. A portion of these are completed, with the remaining anticipated to be compelted by 2030. Airport Area Transportation Development Impact Fee (Fund 503) TIF Project Name CIP Project Number CIP Project Name Construction Start Date Project Status as of 6/30/2024 Total Estimated Project Cost Estimated Cost Funded by Fees % of Project Funded by Fees Fees Expended to Date % of Fees Funded 91252 Prado Road Bridge Widening TBD Design 22,042,320.00$ 3,875,000.00$ 18%646,172.92$ 17% 91613/ 2091613 Prado Road Interchange TBD Planning 72,319,571.00$ 2,130,000.00$ 3%47,687.78$ 2% 2000056 Reimbursement Agreement - 600 Tank Farm 2035 Ongoing (a)7,250,751.00$ 7,250,751.00$ 100%127,951.77$ 2% 1,500,000.00$ Ongoing (f) a - AASP TIF Project "Tank Farm Road (Including Median Improvements) includes a larger corridor improvement project with road widening, a new roundabout at Tank Farm/Santa Fe. Current expenditures reflect costs for pre-construction work related to the Tank Farm/Santa Fe Roundabout as part of the the 600 Tank Farm Road development project. Note that AASP TIF was retired in 2018 and projects were consolidated/transfered into Citywide TIF program. Funds reported here are for AASP TIF fees collected from development projects vested prior to 2018. Fees collected/expended on this project were excluded from TIF project costs included in Citywide TIF in 2018. $ 97,615.90 11%900,000.00$ 60% Tank Farm Road (Including Median Improvements) 100% $ 357,794.75 5%#1 - Hwy 101/LOVR Interchange #9 - Misc. Intersection Control Upgrades $ 15,750,000.00 $ 15,750,000.00 $ 7,134,172.00 $ 7,134,172.00 N/A Complete (a)/ Debt Service 7% #4 - Orcutt & Tank Farm Intersection N/A Complete $ 4,748,684.00 $ 2,750,000.00 58% $ 2,755,687.42 100% 100% $ 679,911.10 4%2030 Ongoing (c ) 103%Ongoing (e ) 17% #44 - Traffic Volume Count Program and Traffic Model Ongoing Ongoing $ 900,000.00 $ 900,000.00 100% $ 109,855.65 12% #21 - Railroad Safety Trail $ 11,000,000.00 $ 2,871,701.00 26% $ 2,966,465.02 #2 - Hwy 101/Prado Interchange 2028 Design 22% $ 35,000,000.00 $ 7,560,000.00 $ 1,249,672.43 #13 - Higuera Widening: Madonna Rd to City Limits $ 6,120,000.00 $ 2,754,000.00 45% $ 196,578.13 2035 #40 - MIsc. Ped Bike X-Ing Controls 2030 Page 277 of 509 41 Emergency Service Funds Project Details Los Osos Valley Road Impact Fee Fund (Fund 504) TIF Project Name CIP Project Number CIP Project Name Construction Start Date Project Status as of 6/30/2024 Total Estimated Project Cost Estimated Cost Funded by Fees % of Project Funded by Fees Fees Expended to Date % of Fees Funded T5,T6 - Costco Calle Joaquin Relocation Cost 1000175 Costco LOVR Development Reimbursement N/A Ongoing (a)6,488,429.25$ 6,488,429.25$ 100%4,999,362.69$ 77% San Luis Ranch Transportation Development Impact Fee (Fund 514) TIF Project Name CIP Project Number CIP Project Name Construction Start Date Project Status as of 6/30/2024 Total Estimated Project Cost Estimated Cost Funded by Fees % of Project Funded by Fees Fees Expended to Date % of Fees Funded #29 - Madonna Class I (Hwy 101 to Oceanaire)1000567/ 2000567 Madonna Road Bike Path Landscaping Design 2026 Ongoing (a)1,500,000.00$ 510,000.00$ 34%27,799.80$ 5% #9 - Misc. Intersection Control Upgrades 1000073 Transportation Safety & Operations 2030 Ongoing (f)15,750,000.00$ 15,750,000.00$ 100%6,648.00$ 0% b - TIF Project #9 includes multiple intersection control upgrades within the city. One intersection (LOVR/Calle Joaquin) was compelted in 2022, with the remaining anticipated to start construction by 2030. Orcutt Area Transportation Impact Fee (Fund 515) TIF Project Name CIP Project Number CIP Project Name Construction Start Date Project Status as of 6/30/2024 Total Estimated Project Cost Estimated Cost Funded by Fees % of Project Funded by Fees Fees Expended to Date % of Fees Funded T6 - Orcutt Road Widening N/A Orcutt Associates, LLC - Settlement/Reimbursement N/A Complete 383,400.00$ 344,592.00$ 90%216,531.00$ 63% B1 - Pedestrian and Bicycle Paths 20001062 ATP - Railroad Safety Trail & Bullock Culvert Replace 2027 Planning 2,800,000.00$ 2,800,000.00$ 100%-$ 0% a - TIF Project XXX includes ongoing payment of reimbursement obligations to Costco for construction of the Calle Joaquin Road Realignment. Construction project is complete, but timing of final pay-off of reimbursement obligation is dependent on actual LOVR TIF fees collected. a - TIF Project #29 includes constuction of a shared-use path along Madonna Road, which was completed as part of the San Luis Ranch development in 2022. Additional expenditures through 2024 include path landscaping, which is anticipated to be completed in 2025-26. Fire Impact Fee (Fund 516) Project Number Project Name Project Start Date Project Status as of 6/30/2025 Total Estimated Project Cost Estimated Cost Funded by Fees % of Project Funded by Fees Fees Expended to Date % of Fees Expended Fire Station Improvements $ 14,372,037.00 $ 2,525,815.00 18% TBD Fire Station 1 Fire Apparatus Repair Facility (Remodel)TBD Not Started 550,000.00$ 96,800.00$ 18%-$ 0% TBD Fire Station 2 Remodel TBD Not Started 3,750,000.00$ 660,000.00$ 18%-$ 0% 2000516 Fire Station 3 & 4 Remodel FY 25-26 Project Design 4,150,000.00$ 730,400.00$ 18%-$ 0% 2000122 Fire Station 5 TBD Project Design 5,322,037.00$ 936,679.00$ 18%-$ 0% TBD Fire Pumper TBD Not Started 600,000.00$ 105,600.00$ 18%-$ 0% Fire Vehicles 5,640,022.00$ 991,206.00$ 18% 2000554 Fleet Replacement: Fire May-25 Ordered 5,640,022.00$ 991,206.00$ 18%-$ 0% Police Impact Fee (Fund 517) Project Number Project Name Project Start Date Project Status as of 6/30/2025 Total Estimated Project Cost Estimated Cost Funded by Fees % of Project Funded by Fees Fees Expended to Date % of Fees Expended Police Headquarters 47,435,000.00$ 8,336,467.00$ 18% TBD Police Headquarters TBD 40,211,086.00$ 7,065,058.00$ 18%-$ 0% 2000577 Police Headquarters: Police Station TI - 1106 Walnut FY 25-26 Ready to Construct 7,223,914.00$ 1,271,408.86$ 18%-$ 0% Police Vehicles 609,800.00$ 609,800.00$ 100% TBD Fleet Replacement: Police TBD Not Started 609,800.00$ 609,800.00$ 100%-$ 0% Page 278 of 509 42 Utilities Funds Project Details In-Lieu Fee Funds Project Details Wastewater Development Impact Fee (Fund 506) CIP Project Number CIP Project Name Project Start Date Project Status as of 6/30/2025 Total Estimated Project Cost Estimated Cost Funded by Fees % of Project Funded by Fees Fees Expended to Date % of Fees Expended 91120/100077/2000607 WRRF Major Equipment Maintenance Jul-18 Ongoing 3,762,884.06$ 602,061.45$ 16%363,413.15$ 60% 91219/ 2091219 WRRF Facility Upgrade Sep-19 Ongoing 262,514,313.00$ 46,722,533.55$ 18%See Loan Below - DEBT09 WRRF SRF Loan N/A Debt Service*---876,911.71$ 0% DEBT02 2014 US Bank Wastewater Lease Installment Agreement - WRRF Energy Efficiency Project N/A Debt Service 21,139,000.00$ 4,324,359.00$ 20%691,681.11$ 16% 91118/ 2091118/1000087 Sewer Lift Station and Siphon Replacement - Calle Joaquin May-19 Complete 4,000,000.00$ 1,778,149.64$ 44%3,345,053.00$ 188% 91214 Sewer Lift Station Replacement - Margarita May-18 Complete 1,500,000.00$ 741,725.26$ 49%592,497.61$ 80% 91224/ 2091224 Sewer Lift Station Replacement - Foothill Jul-26 Planning 2,098,000.00$ 491,021.28$ 23%29,893.22$ 6% 91369/ 2091369 Sewer Lift Station Replacement - Airport Jul-24 Planning 2,130,000.00$ 1,483,818.36$ 70%99,610.46$ 7% N/A Sewer Lift Station - Silver City Oct-21 Ongoing 2,150,000.00$ 319,479.00$ 15%-$ 0% N/A Sewer Lift Station - Laguna Oct-12 Complete 3,121,300.00$ 743,281.00$ 24%-$ 0% 1000083/ 2000083 Sewer Lift Station - Buckley Sep-20 Reimbursement 2,387,877.00$ 2,387,876.51$ 100%903,076.00$ 38% DEBT01/ DEBT03 2008 Suntrust Loan and 2009 State Infrastructure Bank (CIEDB) Loan - Tank Farm Lift Station N/A Debt Service 18,325,682.00$ 8,532,321.18$ 47%2,336,207.17$ 27% *First 2019 SRF Loan payment is pending final amortization schedule. Water Development Impact Fee (Fund 509) CIP Project Number CIP Project Name Project Start Date Project Status as of 6/30/2025 Total Estimated Project Cost Estimated Cost Funded by Fees % of Project Funded by Fees Fees Expended to Date % of Fees Expended 91506 / 2091506 Groundwater Well Development Program Mar-22 Ongoing $ 1,470,000.00 $ 573,300.00 39% $ 885,478.07 154% -- $ 30,729,495.00 $ 4,916,719.92 16% $ 1,865,277.14 38% 91730 / 2001021 WTP Ozone System Maintenance Jul-17 Complete $ 236,133.00 $ 37,782.00 16% $ 19,491.00 52% 91731 / 2001022 WTP Chemical System Maintenance Jul-17 Complete $ 54,000.00 $ 8,640.00 16% $ 1,153.76 13% 91732 WTP Air Compressor and Dryer Maintenance Jul-17 Complete $ 50,000.00 $ 8,000.00 16% $ - 0% 91733 WTP Air Compressor Replacement Jul-17 Complete $ 10,000.00 $ 1,600.00 16% $ - 0% 99653 / 2000044 / 2001026 WTP Major Equipment Maintenance Jul-17 Complete $ 2,156,050.00 $ 344,968.00 16% $ 194,939.47 57% 1000542 / 2000542 Water Treatment Plant Major Facility Maintenance Jul-18 Ongoing $ 1,637,000.00 $ 261,920.00 16% $ 161,361.82 62% 91368 / 2091368 / 1000034 / 2000034 Water Storage Tank Maintenance Jul-18 Ongoing $ 11,836,312.00 $ 1,893,809.92 16%725,783.01$ 38% 91566 Water Treatment Plant Energy Efficiency (SST)Dec-19 Complete $ 14,750,000.00 $ 2,360,000.00 16%See Loan Below - DEBT07 2020 CIEDB (I-Bank) Loan - Water Treatment Plant Energy Efficiency N/A Debt Service - - - $ 762,548.08 32% -- $ 11,532,100.00 $ 4,514,857.00 39% $ 29,876.56 0.7% 1000528/ 2000528 Recycled Water Broad Street - Tank Farm to Aerovista Deferred Preliminary - - - $ 5,503.12 0.1% 1000530 / 2000530 Recycled Water Tank Jul-21 Preliminary - - - $ 21,845.82 0.5% 2000573 / 1000573 Recycled Water Systems Retrofits Jul-22 Preliminary - - - $ 2,527.62 0.1% DEBT04 2012 Water Revenue Refunding Bond N/A Debt Service $ 24,842,500.00 $ 3,831,389.00 15% $ 427,950.00 11% DEBT05 2018 Refunding Bond (Refund 2005, 2006, 2009 Bonds)N/A Debt Service $ 7,776,700.00 $ 3,888,350.00 50% $ - 0% DBET06 2018 Refunding Water Bond (Refund 2006 Bonds)N/A Debt Service $ 22,566,900.00 $ 3,480,430.00 15%1,494,588.53$ 43% DEBT08 Nacimiento Pipeline N/A Debt Service $ 149,879,829.00 $ 58,678,467.00 39% $ 12,646,418.53 22% Water Treatment Water Reuse Page 279 of 509 43 Affordable Housing Inclusionary In-Lieu Fee (Fund 505) Project Number Project Name Project Start Date Project Status as of 6/30/2025 Total Estimated Project Cost Estimated Cost Funded by Fees % of Project Funded by Fees Fees Expenses to Date % Funded 1000125 Courtyard at the Meadows Dec-18 Complete 14,100,000.00$ 527,401.04$ 4%527,401.04$ 100% 90496 Housing Trust Fund*Sep-18 Complete unknown -$ n/a -$ n/a N/A 527 Branch St/ 526 South St*Jun-19 Complete 1,411,500.00$ -$ n/a -$ n/a 1000193 AHF Broad Street Place*Mar-21 Complete unknown -$ n/a -$ n/a N/A Anderson Hotel*Apr-23 Complete 55,600,000.00$ -$ n/a -$ n/a N/A Bridge Street Feb-24 Complete 25,001,889.00$ 1,925,076.00$ 8%1,925,076.00$ 100% N/A Maxine Lewis Feb-24 Complete 19,700,000.00$ 310,347.00$ 2%310,347.00$ 100% *Funded entirely by other sources, no In-Lieu Fees were used. Parkland In-Lieu Quimby Fee (Fund 501) Project Number Project Name Project Start Date Project Status as of 6/30/2025 Total Estimated Project Cost Estimated Cost Funded by Fees % of Project Funded by Fees Fees Expended to Date % of Fees Expended 91563 Pickleball Courts Jul-19 Complete 148,587.50$ 148,587.50$ 100%148,587.50$ 100% 91564 Sinsheimer Park Tennis Court Lighting Canceled Canceled -$ -$ n/a -$ n/a 91683/ 2091683 North Broad Street Park Dec-23 Complete 1,675,283.00$ 1,511,203.14$ 90%1,511,203.14$ 100% 1000188/ 2000188 Mitchell Park Revitalization Project Feb-24 Complete 476,671.75$ 73,719.75$ 15%73,719.75$ 100% 1000190 Emerson Park Fitness Court Nov-21 Complete 299,748.29$ 299,748.29$ 100%298,976.09$ 100% 2001068 Laguna Lake Dog Park Sep-24 Complete 1,853,683.00$ 1,574,290.00$ 85%1,574,111.69$ 100% Open Space In-Lieu Protection (Fund 502) Project Number Project Name Project Start Date Project Status as of 6/30/2025 Total Estimated Project Cost Estimated Cost Funded by Fees % of Project Funded by Fees Fees Expended to Date % of Fees Expended 91112 Froom Ranch Improvements N/A Complete 25,169.81$ 25,169.81$ 100%25,169.81$ 100% 99837 Open Space Acquisition N/A Complete 848,856.67$ 848,856.67$ 100%848,856.67$ 100% Parking In-Lieu Fee (Fund 611) Project Number Project Name Project Start Date Project Status as of 6/30/2025 Total Estimated Project Cost Estimated Cost Funded by Fees % of Project Funded by Fees Fees Expended to Date % of Fees Expended 90435-1A 90435-1B 90435-2 Public Art In-Lieu Fee (Fund 207) Project Number Project Name Project Start Date Project Status as of 6/30/2025 Total Estimated Project Cost Estimated Cost Funded by Fees % of Project Funded by Fees Fees Expended to Date % of Fees Expended 1000503/ 2000503 Annual Public Art Maintenance and Projects 2018-2019 Ongoing $ 768,401.16 $ 768,401.16 100% $ 659,727.62 86% 2000510 Public Art Installation 2020 Ongoing 519,018.55$ 480,757.03$ 93%424,453.88$ 88% Nov-23 Under Construction 44,511,426.53$ 4,461,573.68$ 10%4,461,573.68$ 100%Cultural Arts District Parking Structure Phase 2 Page 280 of 509 44 Exhibit B Historical Project Expenditures Exhibit B reflects a complete list of projects for which expenses were incurred. Each fund’s expenditures are organized by project, fiscal year and summarizes the total expenditures for a given project over the past seven years. Expenditures reported are from July 1, 2018, to June 30, 2025. Citywide Park Development Impact Fee (Fund 510) Project Number Project Name FY 18-19 FY 19-20 FY 20-21 FY 21-22 FY 22-23 FY 23-24 FY 24-25 Total to Date N/A N/A -$ -$ -$ -$ -$ -$ -$ -$ -$ Citywide Park Improvement Impact Fee (Fund 519) Project Number Project Name FY 18-19 FY 19-20 FY 20-21 FY 21-22 FY 22-23 FY 23-24 FY 24-25 Total to Date 2000188 Mitchell Park Improvements -$ -$ -$ -$ -$ 51,716.13$ 173,119.86$ 224,835.99$ 2000514 Emerson Park Amenity Upgrades & Beutification -$ -$ -$ -$ -$ -$ -$ -$ 224,835.99$ Orcutt Area Specific Plan Parks Impact Fee (Fund 511) Project Number Project Name FY 18-19 FY 19-20 FY 20-21 FY 21-22 FY 22-23 FY 23-24 FY 24-25 Total to Date 2000057 Orcutt Area Parks (Neighborhood, Linear, Pocket)-$ -$ -$ -$ 77,083.28$ 441,191.89$ 217,346.20$ 735,621.37$ 2000054 Righetti Community Park -$ -$ -$ -$ -$ -$ 28,635.27$ 28,635.27$ 764,256.64$ Margarita Area Specific Plan Parks Impact Fee (Fund 512) Project Number Project Name FY 18-19 FY 19-20 FY 20-21 FY 21-22 FY 22-23 FY 23-24 FY 24-25 Total to Date TBD MASP Planned Park -$ -$ -$ -$ -$ -$ -$ -$ -$ Page 281 of 509 45 Citywide Transportation Development Impact Fee (Fund 507) Project Number Project Name FY 18-19 FY 19-20 FY 20-21 FY 21-22 FY 22-23 FY 23-24 FY 24-25 Total to Date 1000013 WRRF Modeling $ 393.33 -$ -$ -$ -$ -$ -$ 393.33$ 1000015 2018 Transportation Monitoring $ 60,045.00 -$ -$ -$ -$ -$ -$ 60,045.00$ 90653 Traffic Volume Counts $ 4,935.00 -$ -$ -$ -$ -$ -$ 4,935.00$ 91252/2091252 Prado Road Bridge Widening 118,916.33$ 44,078.37$ -$ 117,695.70$ 10,598.00$ -$ 211,316.96$ 502,605.36$ 91293 Railroad Crossing Upgrade - California & Foothill 5,406.00$ -$ -$ -$ -$ -$ -$ 5,406.00$ 91294/ 2091294 Higuera at 50 Higuera Widening 1,089.00$ -$ -$ -$ 69,920.25$ 17,407.02$ 57,239.40$ 145,655.67$ 91375/ 2091375 Railroad Safety Trail Taft to Pepper - 2018 177,673.63$ 565,072.99$ 1,048,375.56$ 1,122,643.11$ 47,219.70$ -$ -$ 2,960,984.99$ 91435 LOVR Interchange Landscape 257,794.75$ 50,000.00$ 40,000.00$ 10,000.00$ -$ -$ -$ 357,794.75$ 91609 Broad Street Corridor Access Improvements 25,155.75$ 434.10$ 108,863.89$ 162,281.99$ -$ -$ -$ 296,735.73$ 91610/ 2091610 Higuera Widening Chumash to Fontana 10,597.50$ 21,571.05$ 4,781.75$ 2,284.25$ 1,855.50$ 67,071.81$ 1,690.70$ 109,852.56$ 91611 Orcutt Tank Farm Roundabout Design 156,694.25$ 107,853.25$ 12,335.50$ -$ -$ -$ -$ 276,883.00$ 91613/ 2091613 Prado Road Interchange 261,800.75$ 329,967.15$ 208,532.32$ 265,019.46$ 172,809.42$ 11,150.00$ -$ 1,249,279.10$ 90949 Traffic Model Update -$ 51,553.73$ 20,093.58$ 7,247.00$ -$ -$ 60,620.59$ 139,514.90$ 99615 Bicycle Projects -$ 15,045.72$ -$ (5,384.07)$ -$ -$ -$ 9,661.65$ 1000164/ 2000164 Orcutt/ Tank Roundabout Construction -$ -$ 94,292.70$ 1,638,144.27$ 742,572.77$ 3,844.68$ 2,742.38$ 2,481,596.80$ 1000502 Active Transportation Plan Implementation -$ -$ -$ 1,521.57$ 18,678.98$ -$ -$ 20,200.55$ 1000537/ 2000537 Transportation Monitoring & Modeling -$ -$ -$ 500.00$ 39,500.00$ 13,650.00$ 41,030.14$ 94,680.14$ 1000073/ 2000073 Traffic Safety and Operations -$ -$ -$ -$ 3,441.00$ 31,773.00$ -$ 35,214.00$ 2000069 Pedestrian Crossing Improvements -$ -$ -$ -$ 5,304.58$ 25,154.99$ 15,485.00$ 45,944.57$ 2000036 North Chorro Neighborhood Greenway - Phase 2 -$ -$ -$ -$ -$ 207,005.00$ 10,895.00$ 217,900.00$ 2000609 Railroad Safety Trail Implementation -$ -$ -$ -$ -$ 5,480.03$ 110.00$ 5,590.03$ 2000165 Transportation Impact Fee Program Update -$ -$ -$ -$ -$ -$ 58,210.76$ 58,210.76$ 2000195 Prado Road Extenstion Reimbursement -$ -$ -$ -$ -$ -$ -$ -$ 2000608 Active Transportation Plan Implementation -$ -$ -$ -$ -$ -$ -$ -$ 2099821 San Luis Creek Bridge Widening at LOVR -$ -$ -$ -$ -$ -$ -$ -$ N/A Reimbursement Agreement - SLO Public Market -$ -$ 367,755.02$ -$ -$ -$ -$ 367,755.02$ N/A Reimbursement Agreement - The Connect -$ -$ -$ 312,156.08$ -$ -$ -$ 312,156.08$ 9,758,994.99$ Airport Area Transportation Development Impact Fee (Fund 503) Project Number Project Name FY 18-19 FY 19-20 FY 20-21 FY 21-22 FY 22-23 FY 23-24 FY 24-25 Total to Date 91252/ 2091252 Prado Road Bridge Widening 8,992.23$ 46,188.59$ 245,533.17$ 201,495.76$ 2,000.00$ 141,963.17$ 157,337.08$ 803,510.00$ 2091613 Prado Road Interchange -$ -$ -$ -$ 9,002.64$ 38,685.14$ 3,107.31$ 50,795.09$ 2000056 Reimbursement Agreement - 600 Tank Farm -$ -$ -$ -$ -$ 127,951.77$ 73,797.84$ 201,749.61$ 1,056,054.70$ Page 282 of 509 46 Los Osos Valley Road Impact Fee Fund (Fund 504) Project Number Project Name FY 18-19 FY 19-20 FY 20-21 FY 21-22 FY 22-23 FY 23-24 24-25 Total to Date 1000175 Costco LOVR Development Reimbursement -$ 270,094.10$ -$ -$ 114,635.00$ 22,885.69$ 566,787.71$ 974,402.50$ 974,402.50$ San Luis Ranch Transportation Development Impact Fee (Fund 514) Project Number Project Name FY 18-19 FY 19-20 FY 20-21 FY 21-22 FY 22-23 FY 23-24 FY 24-25 Total to Date 1000073 Transportation Safety And Operations -$ -$ -$ 6,648.00$ -$ -$ -$ 6,648.00$ 1000567/ 2000567 Madonna Road Bike Path Landscaping Design -$ -$ -$ -$ 24,096.00$ 3,703.80$ -$ 27,799.80$ 34,447.80$ Orcutt Area Transportation Impact Fee (Fund 515) Project Number Project Name FY 18-19 FY 19-20 FY 20-21 FY 21-22 FY 22-23 FY 23-24 FY 24-25 Total to Date 20001062 ATP - Railroad Safety Trail & Bullock Culvert Replace $ - -$ -$ -$ -$ -$ -$ -$ N/A Orcutt Associates, LLC - Settlement Agreement -$ -$ 216,531.00$ -$ -$ -$ -$ 216,531.00$ 216,531.00$ Fire Impact Fee (Fund 516) Project Number Project Name FY 18-19 FY 19-20 FY 20-21 FY 21-22 FY 22-23 FY 23-24 FY 24-25 Total to Date TBD Fire Station 1 Fire Apparatus Repair Facility (Remodel)-$ -$ -$ -$ -$ -$ -$ -$ TBD Fire Station 2 Remodel -$ -$ -$ -$ -$ -$ -$ -$ 2000516 Fire Station 3 & 4 Remodel $ - -$ -$ -$ -$ -$ -$ -$ 2000122 Fire Station 5 $ - -$ -$ -$ -$ -$ -$ -$ TBD Fire Pumper $ - -$ -$ -$ -$ -$ -$ -$ 2000554 Fleet Replacement: Fire $ - -$ -$ -$ -$ -$ -$ -$ Police Impact Fee (Fund 517) Project Number Project Name FY 18-19 FY 19-20 FY 20-21 FY 21-22 FY 22-23 FY 23-24 FY 24-25 Total to Date 2000577 Police Station TI - 1106 Walnut $ - -$ -$ -$ -$ -$ -$ -$ TBD Police Headquarters $ - -$ -$ -$ -$ -$ -$ -$ 2000553 Fllet Replacement: Police $ - -$ -$ -$ -$ -$ -$ -$ Page 283 of 509 47 Wastewater Development Impact Fee (Fund 506) Project Number Project Name FY 18-19 FY 19-20 FY 20-21 FY 21-22 FY 22-23 FY 23-24 FY 24-25 Total to Date 91118 Sewer Lift Station and Siphon Replacement - Calle Joaquin (91118)9,345.19$ 127,226.69$ 36,905.56$ 722,214.75$ 1,491,846.80$ -$ -$ 2,387,538.99$ 91120 WRRF Major Equipment Maintenance (91120)-$ -$ -$ -$ -$ -$ -$ -$ 91214 Sewer Lift Station Replacement - Margarita (91214)592,497.61$ -$ -$ -$ -$ -$ -$ 592,497.61$ 91224 Foothill Sewer Lift Station 2,080.15$ 2,097.22$ 4,044.48$ 20,400.17$ 1,108.21$ -$ -$ 29,730.24$ 91369 Sewer Lift Station Replacement - Airport 12,681.73$ 12,488.46$ 42,536.73$ 12,184.03$ 2,809.63$ -$ -$ 82,700.56$ 1000077 WRRF Asset Maintenance Management [1000077]-$ -$ 13,745.07$ -$ 8.64$ -$ -$ 13,753.71$ 1000083 Buckley Sewer Lift Station [1000083]-$ -$ 30,532.50$ 136,643.78$ 21,763.83$ -$ -$ 188,940.11$ 1000087 Sewer Lift Station – Calle Joaquin -$ 3,957.19$ -$ -$ -$ -$ -$ 3,957.19$ 2000083 Buckley Sewer Lift Station [1000083]-$ -$ -$ -$ 128,106.00$ 185,837.40$ 400,192.95$ 714,136.35$ 2000551 WRRF Power Cogeneration Upgrade [1000551]-$ -$ -$ -$ -$ -$ 881.60$ 881.60$ 2091118 Calle Joaquin Sewer Lift Station and Siphon Replacement [91118]-$ -$ -$ -$ 461,193.28$ 484,824.36$ 7,539.18$ 953,556.82$ 2091224 Foothill Sewer Lift Station -$ -$ -$ -$ 162.98$ -$ -$ 162.98$ 2091369 Sewer Lift Station Replacement - Airport -$ -$ -$ -$ 224.35$ 16,685.55$ -$ 16,909.90$ DEBT01 2009 State Infrastructure Bank (CIEDB) Loan - Tank Farm Lift Station 261,560.50$ 261,090.22$ 260,604.66$ 260,103.32$ 259,585.68$ 259,051.22$ 258,499.38$ 1,820,494.97$ DEBT02 2014 US Bank Wastewater Lease Installment Agreement 98,908.25$ 98,877.56$ 98,845.97$ 98,813.47$ 98,780.03$ 98,745.62$ 98,710.21$ 691,681.11$ DEBT03 2008 Suntrust Loan 85,866.65$ 85,305.00$ 86,945.30$ 86,087.55$ 85,131.10$ 86,376.60$ -$ 515,712.20$ DEBT09 2019 SRF Loan - WRRF -$ -$ -$ -$ -$ -$ 876,911.71$ 876,911.71$ 8,889,566.04$ Page 284 of 509 48 Water Development Impact Fee (Fund 509) Project Number Project Name FY 18-19 FY 19-20 FY 20-21 FY 21-22 FY 22-23 FY 23-24 FY 24-25 Total to Date 91506 Groundwater Well Development Program (91506) $ 26,705.98 10,085.52$ 98,724.88$ 570,784.08$ 142,106.27$ -$ -$ 848,406.73$ 91730 WTP Ozone System Maintenance (91730) $ 11,648.05 4,920.07$ -$ -$ -$ -$ -$ 16,568.11$ 99653 WTP Major Equipment Maintenance $ 2,779.56 32,494.77$ 21,381.30$ 25,644.72$ 29,292.11$ -$ -$ 111,592.46$ 1000034 Reservoir Maintenance -$ 25,558.95$ 940.86$ 112,798.84$ 7,187.31$ -$ -$ 146,485.96$ 1000044 Water TTHM Byproduct Reduction Project [1000044]12,501.82$ 414,034.47$ 21,709.32$ 11,103.01$ 2,116.86$ -$ -$ 461,465.48$ 1000064 Groundwater Basin Management 18,884.58$ 10,528.83$ -$ -$ -$ -$ -$ 29,413.41$ 1000150 Groundwater Basin Management Revised -$ 81,312.23$ 48,374.81$ 21,580.75$ -$ -$ -$ 151,267.79$ 1000528 Recycled Water Broad Street - Tank Farm to Aerovista -$ -$ -$ -$ 3,835.04$ -$ -$ 3,835.04$ 1000530 Recycled Water Tank -$ -$ -$ 1,402.96$ 4,100.16$ -$ -$ 5,503.12$ 1000542 Water Treatment Plant Major Facility Maintenance -$ -$ -$ 5,816.46$ 5,842.33$ -$ -$ 11,658.78$ 1000573 Recycled Water Systems Retrofits -$ -$ -$ -$ 2,310.10$ -$ -$ 2,310.10$ 2000034 Water Storage Tank Maintenance [1000034]-$ -$ -$ -$ 10,564.98$ 447,573.10$ 119,927.76$ 578,065.85$ 2000044 Water TTHM Byproduct Reduction Project [1000044]-$ -$ -$ -$ 39.35$ 7,203.31$ -$ 7,242.66$ 2000126 Public Safety Power Shutoff - Emergency Power [1000126]-$ -$ -$ -$ 36,736.41$ 162,763.65$ 99,481.81$ 298,981.88$ 2000150 SGMA GSP (Groundwater Basin Management) [1000150]-$ -$ -$ -$ 9,843.75$ 12,828.52$ 8,810.66$ 31,482.93$ 2000528 Recycled Water Broad Street - Tank Farm to Aerovista -$ -$ -$ -$ -$ -$ -$ -$ 2000530 Recycled Water Tank [1000530]-$ -$ -$ -$ -$ -$ 16,342.70$ 16,342.70$ 2000542 WTP Major Facility Maintenance [1000542]-$ -$ -$ -$ 4,601.95$ 120,755.12$ 24,345.98$ 149,703.04$ 2000573 Recycled Water Systems Retrofits [1000573]-$ -$ -$ -$ -$ 217.52$ -$ 217.52$ 2000606 WRRF Asset Maintenance Management [1000077]-$ -$ -$ -$ -$ 20,017.20$ -$ 20,017.20$ 2000607 WRRF Major Equipment Maintenance [1000077]-$ -$ -$ -$ 13,256.28$ 272,176.51$ 64,226.66$ 349,659.45$ 2001021 WTP Ozone System Maintenance [91730]-$ -$ -$ -$ -$ 2,923.08$ -$ 2,923.08$ 2001022 WTP Chemical System Maintenance [91731]-$ -$ -$ -$ 1,153.76$ -$ -$ 1,153.76$ 2001026 WTP Major Equipment Maintenance [99653]-$ -$ -$ -$ 4,786.26$ 39,447.60$ 31,870.48$ 76,104.35$ 2091368 Reservoir No 2 Replacement [91368]-$ -$ -$ -$ -$ -$ 1,231.20$ 1,231.20$ 2091506 Groundwater Well Development Program (91506)-$ -$ -$ -$ -$ 14,139.59$ 22,931.75$ 37,071.34$ DEBT04 2012 Water Revenue Refunding Bond 85,740.00$ 85,170.00$ 85,260.00$ 85,980.00$ 85,800.00$ -$ -$ 427,950.00$ DEBT05 2018 Refunding Bond (Refund 2005, 2006, 2009 Bonds)-$ -$ -$ -$ -$ -$ -$ -$ DEBT06 2018 Refunding Water Bond (Refund 2006 Bonds)215,712.53$ 212,136.00$ 214,152.00$ 213,528.00$ 212,760.00$ 213,120.00$ 213,180.00$ 1,494,588.53$ DEBT07 2020 CIEDB (I-Bank) Loan -$ -$ 150,772.63$ 153,363.92$ 153,088.50$ 152,806.19$ 152,516.83$ 762,548.08$ DEBT08 Nacimiento Pipeline 1,846,890.65$ 1,799,015.28$ 1,800,680.03$ 1,798,209.67$ 1,797,796.56$ 1,801,555.34$ 1,802,271.00$ 12,646,418.53$ 18,690,209.08$ Page 285 of 509 49 Affordable Housing Inclusionary Fee (Fund 505) Project Number Project Name FY 18-19 FY 19-20 FY 20-21 FY 21-22 FY 22-23 FY 23-24 FY 24-25 Total to Date 1000125 AHF Courtyard at the Meadows 630,000.00$ -$ -$ -$ -$ -$ -$ 630,000.00$ 90496 SLO County Housing Trust Fund 80,000.00$ -$ -$ -$ -$ -$ -$ 80,000.00$ N/A 527 Branch St/ 526 South St -$ 330,000.00$ -$ -$ -$ -$ -$ 330,000.00$ 1000193 AHF Broad Street Place -$ -$ 1,300,000.00$ -$ -$ -$ -$ 1,300,000.00$ N/A Anderson Hotel -$ -$ -$ -$ 1,700,000.00$ -$ -$ 1,700,000.00$ N/A Bridge Street -$ -$ -$ -$ -$ 1,925,076.00$ -$ 1,925,076.00$ N/A Maxine Lewis -$ -$ -$ -$ -$ 1,574,814.00$ -$ 1,574,814.00$ *NOTE* Includes all funding sources used 7,539,890.00$ Parkland In-Lieu Quimby Fee (Fund 501) Project Number Project Name FY 18-19 FY 19-20 FY 20-21 FY 21-22 FY 22-23 FY 23-24 FY 24-25 Total to Date 91563 Pickleball Courts $ - 148,587.50$ -$ -$ -$ -$ -$ 148,587.50$ 91564 Sinsheimer Park Tennis Court Lighting $ - -$ -$ -$ -$ -$ -$ -$ 2000057 Development Related Parks Improvements $ - -$ -$ -$ -$ -$ 1,547.50$ 1,547.50$ 91683/ 2091683 North Broad Street Park $ 7,748.95 63,656.61$ 7,748.95$ 37,069.57$ 49,398.42$ 1,161,738.43$ 183,842.21$ 1,511,203.14$ 1000188/ 2000188 Mitchell Park Picketball Courts 4,274.75$ -$ 4,274.75$ 4,053.50$ -$ 73,229.75$ -$ 85,832.75$ 1000190 Emerson Park Fitness Court -$ -$ -$ 298,976.09$ -$ -$ -$ 298,976.09$ 2001068 Laguna Lake Dog Park -$ -$ -$ -$ -$ -$ 1,574,069.83$ 1,574,069.83$ 3,620,216.81$ Open Space Protection Fund (Fund 502) Project Number Project Name FY 18-19 FY 19-20 FY 20-21 FY 21-22 FY 22-23 FY 23-24 FY 24-25 Total to Date 91112 Froom Ranch Improvements 18,104.81$ 7,065.00$ -$ -$ -$ -$ -$ 25,169.81$ 99837 Open Space Acquisition 821,687.22$ 27,169.45$ -$ -$ -$ -$ -$ 848,856.67$ 874,026.48$ Parking In-Lieu (Fund 611) Project Number Project Name FY 18-19 FY 19-20 FY 20-21 FY 21-22 FY 22-23 FY 23-24 FY 24-25 Total to Date 2000117 Cultural Arts District Parking Structure -$ 1,064,830.97$ 230,686.25$ -$ 743,138.90$ 2,104,922.15$ 317,995.41$ 4,461,573.68$ 4,461,573.68$ Public Art In-Lieu (Fund 207) Project Number Project Name FY 18-19 FY 19-20 FY 20-21 FY 21-22 FY 22-23 FY 23-24 FY 24-25 Total to Date 1000503/ 2000503 Annual Public Art Maintenance and Projects 4,544.41$ 55,796.80$ 21,147.81$ 82,779.28$ 93,069.75$ 157,784.01$ 244,605.56$ 659,727.62$ 2000510 Public Art Installation -$ -$ 334.40$ 217,500.00$ 115,220.24$ 32,863.39$ 58,535.85$ 424,453.88$ 2000036 North Chorro Neighborhood Greenway - Phase 2 -$ -$ -$ -$ -$ -$ -$ -$ 1,084,181.50$ Page 286 of 509 50 Exhibit C Development Impact Fee & In-Lieu Fee Amounts Fiscal Year 2024-2025 Parklands Fee Amount: Utilities Fee Amount: Page 287 of 509 51 Emergency Services Fee Amount: Parking In-Lieu Fee Amount: Affordable Housing In-Lieu Fee Amount: Public Art Fee Amount: Privately funded non-residential development with a total construction cost more than $100,000 must include public art with a value of one-half percent (0.5%) of the construction cost. As a voluntary option, the developer may pay an in-lieu fee. The fee is authorized by MC 17.70.140. Page 288 of 509 52 Transportation Fee Amount: Page 289 of 509 Page 290 of 509