Loading...
HomeMy WebLinkAbout06-12-2013 ph2 2013 transit fund reviewcounctL âqenòâ pepoRt Meeting Date Jlune 12,2013 t"t *u'o"tPH2 FROM: Prepared By: CITY OF SAN LUTS OBISPO Daryl R. Grigsby, Director of Public'Works Timothy Scott Bochum, Deputy Director of Public Works John Webster, Sr., Transit Manager SUBJECT.. 2OI3 TRANSIT ENTERPRISE FUND REVIEW RECOMMENDATIONS 1. Review and accept the 2013 Transit Enterprise Fund Review; 2. Conceptually approve the 2013-14 Transit Enterprise Fund budget, with final action on June l7 ,2013 with the adoption of the 2013-15 Financial Plan; 3. Authorize the City Manager or her designee to negotiate and approve (consistent with the existing agreement) three one-year contract extensions with First Transit, Inc. to perform operations and maintenance for 2013-14,2014-15, and 2015-16 FY' REPORT IN BRIEF This report presents the annual Transit Enterprise Fund review and key issues that may have an effect on the overall health of the fund. Overall, the Transit Fund is forecast to end 20I2-I3 with a modest year-end working capital amount to assist with operations and minor capital expenditure project needs. The Transit Fund is able to maintain the minimum 20o/o resewe level in working ðupitut in accordance with the City Financial Management policies in addition to supporting capital improvement program projects and significant program operating changes contained in this report and fund analysis as attached. Finally, the City of San Luis Obispo's Transit Fund continues to provide a viable mobility option for residents and visitors. A wide range of users continue to receive iervices, including commuters, transit-dependent riders, students, disabled, and elderly. This report will briefly touch on some of the accomplishments of the past year, provide information on all Transit F¡nd revenues and funding concerns and address overall transportation operations. kt addition, this report seeks Council approval of three one-year contract extensions with First Transit, Inc. to perform SLO Transit operations and maintenance. DISCUSSION Transit Accomplishments in 2012-13 Although the Tiansit Fund Review primarily reports on financial and budgetary information, it is importãnt to reflect on the accomplishments that have occurred during the past fiscal year. Council approval of the Transit Fund budget allows SLO Transit to provide continued services and support. Ttre following is a list of highlights that SLO Transit has been able to accomplish in the 20II-I2 fiscal year. PH2-1 Ridership It is projected that SLO Transit total ridership will exceed one million riders with projected ridership of 1,088,000 patrons in2012-13. 1. Mobility Training - New Freedoms Grant Staff received an initial grant from the Federal Transit Administration (Section 5317) in the amount of $20,000 to increase marketing and training services to the elderly. The City moved forward with the outreach program and in April 2009 awarded a contract to Ridership Development Consultants (RDC) for expanded marketing and outreach to the City's stakeholders. Staff has continued to submit successor grant applications in order to continue the existing mobility program and Council approved a successor agreement with RDC on June 7,201I. During 2012-13, RDC held eight informational, outreach and training sessions for senior and disabled rider education (through April 2013.) RDC direct outreach has included over 200 telephone, email or in person contacts and provided printed ridership tools to over 150 participants this year. Program marketing and informational materials are available at over a dozen locations throughout the City. As a result, SLO Transit has experienced an increase in ridership (through April 2013) of approximately 70o/o (52,018 vs 88,430) in this segment as compared to the same period in 2009-10 before the start of this grant funded program. 2. Ad Hoc Marketing Committee The Mass Transportation Committee (MTC) Marketing Ad Hoc committee for SLO Transit met with Cal Poly faculty and students to seek Trolley marketing assistance from the University. In March, the MTC members reviewed four Cal Poly class marketing plan presentations and recommended that some presented materials be incorporated into the Trolley Marketing efforts in20l3-I4. 3. New Transit buses Two new 40' transit vehicles were placed into service in March 2013. These new vehicles incorporate into their design the latest state of the art safety features and one vehicle is equipped with a luggage rack for use mainly on routes that service the Maxine Lewis Memorial Shelter on Orcutt Street and the Prado Day center at Prado Raod. This feature will help reduce items such as carts and large bags currently stored in the main aisle and improve safety regarding accidents due to trips/falls for passengers who are boarding and departing. 4. Capital projects Bus stop improvement projects included modifications to the Prado Road bus stop that expanded the area behind the bus shelter to reduce or eliminate passengers standing in the road during peak periods. A 12- month security camerapilot project was installed at the Downtown Transit Center (DTC) in Muy, and City Transportation and IT staff will be responsible for system monitoring and evaluationof camera performance during the pilot period. Staff will make a final recommendation at the end of the pilot project whether to continue the installation and also utllize the information to evaluate a comprehensive city-wide program for use at additional bus stops. Other projects included a new access gate leading to the transit facllity, improved transit facrlity lighting and a portable generator. PH2-2 Transit Revenues State Budget Impacts Overall, the Governor's proposed State budget does not make any signif,rcant changes to funding for transporlation or public transit. However, any further reduction of funding to the City, Cal Poly or the SLO Regional Transit Authority could have a significant impact on service levels for 20I3-I4 and beyond. San Luis Obispo Regional Transit Authority (RTA) SLO Transit shares State and Federal funding for transit services with RTA. This Joint Powers Association (JPA) Agreement allocates annual "off the top" funding to RTA from State Transportation Development Act (TDA) funding. The recently adopted 2013-14 RTA budget approved an increase to RTA by approximately 5676,192, thereby decreasing available resources for SLO in 20I3-I4. Representatives from RTA, San Luis Obispo Council of Govemments (SLOCOG) and SLO Transit continue to work on options for funding that would maximize transit service provisions for each agency. State Transportation Development Act The State Transportation Development Act (TDA) is comprised of two sources of funding for transportation programs. The first, Local Transportation Fund (LTF), is derived from lc cent collected in retail sales taxes. The second, State Transpofiation Assistance (STA), is derived from the statewide sales tax on diesel fuel. Both of these funds are distributed to the regions by the State. The regional agency, SLOCOG, then allocates this amount to each of the seven cities, the County, SLOCOG, and the Consolidated Transportation Services Agency for the San Luis Obispo region. LTF funds are apportioned according to population for public transit, street/road improvements and bikeway/pedestrian facilities. STA funds are formula-based and used for public transit purposes. The State budget has yet to be approved and therefore the State Controller projected STA funding allocation remains preliminary at this time. Preliminary data represents a decrease of STA funding of approximately $96,090 (-35%) over 2012-13 FY. The County Auditor LTF projections are higher than originally estimated with a one-time significant increase of approximately $625,384 (+28%) in 2013-14 over the previous year. This increase is largely attributed to a one-time caffyover of funding, which is not anticipated in future years. With a proposed fund reserve, the County Auditor has increased the LTF allocations for jurisdictions. This allocation is a one-time increase in LTF funding and as such will not become the new base for subsequent years. Overall, the total State transit funding is anticipated to increase by 22o/o in20l3-I4 over the previous year. Staff will evaluate additional service priorities and capital projects as part ofthe next Program ofProjects. Federal Fundins On May 13,2013 the Federal Transit Administration (FTA) published a Federal Register Notice describing the FY 2013 apportionment of FTA funds based on the Consolidated and Further Continuing Appropriations Act, 2013 (FY 2013 Appropriations) which provides funds for the full 20I2-I3 fiscal year, and as applicable, reflects sequestration triggered by the Balanced Budget and Emergency Deficit Control Act of 2011. The fnal2012-13 apportionments are slightly higher than the current revenue estimates. Any remaining funding at the end of the fiscal year will be PH2.3 designated as carryover and made available to be programmed during the next Program of Projects cycle in September 2013 Program of Projects The Transit Fund analysis anticipates a slight increase in the level of FTA 5307 funding apportionment for the upcoming20l3-I4 f,rscal year as a result of the fnal2012-13 apportionments posted on May 13,2013. This projection provides adequate support for operating assistance and preventive maintenance functions for SLO Transit only. New capital projects have been projected as part of the Program of Projects (POP) in the 2013-14 f,rscal year. Also, additional projects may be brought forward as part of a revised POP if Federal funding allocations come in higher than projected. Any reduction in Federal operating assistance will need to be offset with potential service reductions or other cost savings measures. Subsidies Cal Poly Subsidy Agreement The City successfully negotiated a five-year Subsidy Agreement with Cal Poly which began on July 1,2011. The SLO Transit budget projection for the 3'd year of the agreement in2013-14 includes a 1.96% increase in Cal Poly subsidy and 3o/o in each of the remaining two years. If the State budget significantly affects Cal Poly's ability to fund the Subsidy Agreement, the City and the University have agreed to meet and discuss potential program modif,rcations or service level reductions. Cal Poly has not indicated that this will be necessary for the coming year. Trolley Operations While the funding form the Community Promotions program was eliminated in FY 2012-13 there are sufficient Transit operating funds to continue trolley service through the end of October 2013. Ridership on Fridays and Saturdays continue to decrease when compared to the same July-April period last year. When trolley services conclude in October, staff will evaluate the trolley ridership data to determine if further service adjustments are rwarranted and whether to resume Friday and Saturday trolley services again in AprlI 2014. This will also allow time for the new Cal Poly materials to be incorporated into the Trolley Marketing efforts in 20I3-I4 and to evaluate the impact. Thursday trolley service remains productive but ridership was down during the same July- April period last year. Purchased Transportation First Transit Contract On June 6, 2006 the City Council approved a three-year contract with First Transit, Inc. to provide Purchased Transportation for operations and maintenance services for SLO Transit for the period July 1, 2006 through June 30,2009. This agreement included a possibility of seven one-year extensions and authorized the City Manager to execute the agreement. In February 2012, Council approved a contract extension (4th option year) through June 30,2013. The City was not required to modify service levels althaf time as there were no significant increases in the City's contribution to RTA. Staff is recommending that Council approve the final three extension years available in the current agreement effective July 1, 2013 through June 30, 2016. The First Transit proposal is a 2.83Yo increase in FY 2013-14 over the current year contract costs for transit services, and comes with the recognition by First Transit that it is aware of the current financial difficulty facing the City. A PHz.4 comparison of the rates for the three extension terms is provided in Table I below. The actual three year cost total increase is 8.27Yo. As a comparison, when the City circulated the last Invitation for Bids (IFB) in 2005, the two other proposals received provided an overall cost increase of approximately 30o/o. Table 1 - Purchased Annual Contract Costs Overall, the City is very satisfied with the level of seruice and professionalism that First Transit has provided the City for the last twelve years. First Transit has been a fair and responsive contractor as well as a safe operator of the City's bus fleet. The First Transit contract contains many innovative ideas that previously led them to be the consensus candidate contractor for SLO transit services. Highlights of these elements are: 1. Passenger Attitude and Service. The overwhelming philosophy in the current First Transit contract was that passengers come first. As First Transit professed in consideration for the City's current contract, First Transit puts quality hrst. 2. Driver Attitude and Service. First Transit recognizes the value of its experienced drivers. First Transit has innovative employee incentive programs thaL are designed to increase morale of the employees. First Transit will continue to proactively hire and train new drivers and also retain quality drivers that will perform the City's transit service. 3. Maintenance Tracking Sofnuare and Hardware. First Transit is an industry leader in the use of innovative techniques and information services to keep costs low. First Transit will continue to provide a maintenance software package that will monitor the preventative maintenance and overall health of each SLO Transit vehicle. This software tracks vehicle performance and helps optimize parts distribution and cost recovery. This information has helped the City to better schedule major vehicle rehabilitation and replacement. It is for these reasons stated above in conjunction with the modest proposed contract cost increases that staff recommends Council approve the extension agÍeements. There is a high likelihood that if staff is required to rebid for the transit operating services that the costs will come in higher. Staff will return to Council in 2015-16 to seek approval to issue a formal Request for Proposal (RFP) for transit operations and maintenance. 20tt-r2 $886,266 $2.58s $ 1,000,031 sL,886,297 3.0% 20t2-t3 $932,508 s2.672 $1,003,377 $1,965,890 4.2% 20t3-t4 $956,982 s2.70s $ 1,064,556 s2,021,549 2.8% 20r4-ts $966,205 $2.80s $ 1,1 04,1 68 s2,070,373 2.4% 20rs-t6 s982,020 $2.913 sr,r46,454 s2,r28,475 2.8% .\ii{\ ,,ilì,,i; iil:ilIi ¡rJi ir,lltt¡¡rttr'r ì1",r 'i¡ j 'ì"¡{, 'iít, ¡i tirli fri! \V:ltj r\Iir^.,,iiì,tt i.ìllr'¡',r¿"., '.q ìì PH2-5 Transportation Operations Continued Volatili\) in Fuel Costs Fuel costs are once again very volatile as experienced in 2008 and 2010 when fuel prices increased significantly to almost $5 per gallon. Although fuel prices were showing stabilization in April, staff projects fuel costs will continue to rise over the next year. Projected fuel costs in 2013-14 are $4.08 per gallon and $4.21 per gallon i¡2014-15, with an average of 114,000 gallons of diesel fuel purchased in a fiscal year. Staff projects this budget to be adequate, however outside market influences make this assumption difficult to control. Should fuel prices increase significantly above staff projections for fuel prices per gallon, staff will return to Council with identified service-level reductions or possible use of Transit Fund working capital reserves. General Government The newly revised Cost Allocation Plan resulted in a cost reduction of approximately 24o/o for FY 2013-14 over the current year. This cost reduction is attributed to the change in methodology for how the City calculates direct and indirect charges for Enterprise Funds that receive General Fund program support. The Cost Allocation Plan, which also affects the performance of farebox ratio, is considered a Central Service plan by the Federal Transit Administration and does not require its review or certification. Short Ranse Transit Plan The City Council adopted the Short Range Transit Plan (SRTP) update in 2009. As a result of funding constraints, all available revenues are allocated to support SLO Transit operating services. No new initiatives or increase in selices, as recommended in the SRTP, have been included in the Transit Enterprise Fund analysis. These recommendations will be addressed and brought forward to Council as funding sources are identified. RTA has submitted an application for FTA funding in order to conduct a first time ever'Joint" SRTP that will include SLO Transit operations and make recommendations for potential servic e eff,rciencies. Farebox Ratio With the service fare increase approved in 2009, SLO Transit's farebox ratio was projected to stabilize in 2010-11 and beyond. Staff also projected the renegotiated Cal Poly Subsidy Agreement would be a key component in meeting the State required 20Yo farebox ratio for the SLO Transit system. In the 2012-13 fiscal year farebox ratios are projected to meet the 20o/o requirement and expected to remain stable if revenue estimates are met. Should farebox ratios begin to consistently fall below the 20% required level, the City could be subject to a State funding penalty and reduced transit funding revenues. If the farebox ratio projections consistently remain below 20o/o, a fare increase may be necessary so as not to endanger future funding levels. Staffing Related As sumptions Increased City PERS contributions that will be initiated on July I,2013 are integrated into the fund review. Additional staff savingsof 2Yo are estimatedin2014-15 and 2.5o/oin2015-16 andbeyond. A2.25% non-staffing savings is calculated every other year, in20l4-15 and20l6-17. An estimated 1% PERS employer paid contribution is noted n 2014-15 and an additional lYo in 2015-16 and beyond. PH2-6 FISCAL IMPACT As shown in the 2013 Transit Enterprise Fund Analysis (Attachment 1), staff is projecting the 2013- 14 fiscal year to end with a modest year-end working capital. Funding continues to be lean and highly dependent upon Federal and State grants and final budget appropriations. While staff does not project any service-level reductions for SLO Transit at this time, the projected revenue forecasts give very little capacity for funding variations. Due to one-time-only funding increases, as well as other cost savings and a minimal capital improvement program, the fund is projected to finish 2012- 13 fiscal year with a small amount of positive cash flow. These projections are dependent upon revenues provided by the State and Federal budgets, which have yet to be approved. Changes in Financial Position is included as part of the 2013 Transit Fund Review and show that overall revenues are projected to meet or exceed expenditures in 2012-13, leaving a positive year- end balance of $1,515,100. Should the final Federal apportionment be significantly reduced from projected levels, use of transit reserve fund may be needed to-support this deficit for the immediate shortfall. The revised 20L2-I3 budget and projected funding for the 2013-14 Fiscal Year includes assumptions of revenues in key funding sources that have seen significant reductions by State budget take-aways over the past three years. With the one-time State funding increases for FY 2014, the fund is projected to end the 2013-14 fiscal year with a year-end working capital of $2,061,500. A conservative budget is proposed, which minimizes capital projects, defers bus replacements and maintains year-end reserves to address minor shortfalls in revenues. Maintaining year-end working capital reserve funding is prudent for the following three reasons: . Minimizing service-level impacts as a result of State and Federal budget reductions. Minimizing service-level impacts as a result of purchased transportation operations and maintenance contract costs o Weathering volatile fuel prices ALTERNATIVE Modify the Fund Anølysis. The City Council could choose to accept all or part of the 2013 Transit Fund Review analysis as presented and direct staff to seek additional funding sources, defer capital projects or provide transit operating cost reductions. Staff does not recommend this option as the proposed f,rscal forecast provides the best "snapshot" of funding at this time based upon the current and the latest information provided by the State and Federal government. Staff will continue to update the fiscal forecast and information on funding sources as received, with an intention to defer capital projects ifgrant funds are not realized. ATTACHMENTS 1. 2013 Transit Enterprise Fund Anal)¡sis 2. Contract Amendment First Transit 3. Attachment 3-Exhibit A-First Transit Scope.Pdf 2012v3 docx PH2-7 2- ATTACHMENT 1 Transit Enterprise Fund 2013-15 F¡nancial Plan Transit Enterprise Fund 2013 Fund Analysis June 12,2013 PH2-8 2013 Transit Fund TABLE OF CONTENTS I. Contents OVERVTEV/ .............. 2OI3-T5 FINANCIAL PLAN 1. Summary of Operating Programs 2. Capital lmprovement Program 3. Revenues, Subventions and Grants ................ ASSUMPTIONS......... 1. General Government Assumptions.............. 2. RevenueAssumptions................ 3. Transportation Operating Expenses................. 4. Capital Improvement Program (CIP) Expenses ......... 5. Ridership Assumptions................ LOOKING TO THE FUTURE.. 1. State, Federal and Regional Budget Impacts.............. 2. TDA PerfoÍnance Audit 3. Other Unknowns. EXHIBIT A - Changes in Financial Position I. il. m. ry V. 10 11 PH2.9 ctty ot sân Lurs onrspo 2013 Transit Fund Report I. OVERVIEW This report presents the financial position of the Transit Enterprise Fund, based on the 20ll-13 Financial Plan operating program budget, projected 2012-13 year-end funding, and recommends operating program and capital project requests to address the identif,red needs in the Transit Seryices program in the 2013-15 Financial Plan. While the State budget proposal does not make any signihcant changes to project funding for transporlation, the ever-turbulent Federal budget situation continues to delay the final Federal Transit Administration (FTA) apportionment for transit-related program funding. As a result, the Transit Enterprise Fund program moves cautiously into the 2013-14 fiscal year but is optimistic that the estimated level of Federal funding will be approved. Staff is projecting a year free of seruice reductions but one that is contingent on outside influences ultimately determining if service changes or fare increases may be necessary. Staff will be monitoring the budget situation closely, and return later in the year with any changes or reductions that require Council consideration. Capital expenditures will be limited to projects that can be funded from grant revenues, keeping the local match required to a minimum, and preserving as much for operating expenses as possible. If needed, the capital purchases can be deferred, in the shoft-term, freeing up funds intended to be used as a local match. Staff currently forecasts the 2012-13 budget as balanced, with revenues meeting or exceeding expenditures. However, volatile fuel costs, additional costs associated with contract rebidding, increase subsidy to the San Luis Obispo Regional Transit Authority (RTA) and unresolved issues at the State and Federal levels would affect transit funding levels. Staff continues to monitor the budget situation closely, and will retum later in the year with any changes or reductions that need to be considered. il. 2013-15 FINANCIAL PLAN 1. Summary of Operating Programs Below is the summary of the 2013-15 Financial Plan operating budget projections for the Transit Services Enterprise Fund. PH2 - 10 2012-13 2013-14 2014-15 2015-16 20t6-r7 2017-18 Rel'ised Budset Budset Prolected Proiected Proiected Sraffìng Contract Services Other Operating Expenses SOPC - Contract Serivces SOPC - Education / Training Estimated Savings (Staffing & Non) 227,500 2,683,100 8 1,100 20,000 228,100 2,834,000 81,300 20,000 240,900 2,515,300 70,300 229,500 2,545,300 82,300 80,000 4,300 226900 2,609,600 82,200 20,000 228,400 2,903,000 81,400 20,000 (s,700) 2,800 (8,900) 2,800 (5,700) 2,800PERS Contribution Minor- Capital Operating Budgct 2,826,500 2,941,400 2,930,900 3,009,400 3,157,300 3,229,900 The Fund Analysis includes two significant operating program changes (SOPC). One SOPC recommendation is to increase conhact services funding for the SLO Transit Short Range Transit Plan. The second SOPC is a recommended increase in education and training to attend relevant transit operations training for staff. The operating budget as reflected above shows a l'eduction in staffing expenditures as a result of employee concessions and increase in contract costs for purchased tlanspoftation seryices, fuel and one-time contract services suppoft in20I2-I3 duling an interim leave of the Deputy Directol of Public Works. A signif,rcant change to SLO Transit's operating expenditures is accounted for in General Government by the change in methodology for calculating direct and indirect charges as part of the City's Cost Allocation Plan. The City successfully negotiated a f,rve-year Subsidy Agreement with Cal Poly which began on July 1, 2011. The SLO Transit budget projections for the 2012-13 fiscal year include a 4o/o increase in the Cal Poly subsidy. If the State budget significantly affects Cal Poly's ability to fund the Subsidy Agreement, the City and the University will undertake discussions on potential program modifications or service-level reductions. 2. Capital Improvement Program Below is the summary of the 2013-15 Financial Plan capital project budget projections for the Transit Enterprise Fund. The table below shows the 2013-15 Capital Improvement Program and assumptions for capital projects in the Transit Fund. The City has been successful in acquiring some outside grant funding to assist in various transit facility improvement caprtal projects, including vehicle replacements, in 2010-11 fiscal year as shown in table below. There are three bus replacement capital projects scheduled in the 20I3-I4, 2014-15 and 2015-16. There is one fleet addition Transit Sedan with Wheelchair lift anticipatedin2013-14. Other State and Federal Revenue will suppod various Finance and Information Technology capital projects for technology upgrades. As with past practice, the City will continue to rely on grants for capital projects and will to augment the proposed Transit capital program of projects to be reflective of actual grant funding received. PH2 - 11 Auto Bus Passenger Counters Bus Stop Shelter Replacements Transit Facility Expansion SLO Transit Bus Replacements (#0201, 0203,0202) SLO Transit Sedan w/ Wheelchair Lift Bus Stop Equipment Signage & Cameras Firewall Replacement Document Management Network Security Upgrades Enterprise Storage Growth Network Switching Up grades Microsoft Office Replacement ,3()o 31,3 00 &, 954,700 $$ 874,000 $ 31,300 $ 45,700 3. Revenues, Subventions and Grants State transit funding is predicted to increase for this fiscal year 2012-13 as a result of the better than expected sales/gas taxlexcise tax revenues and one-time carryover funding, which resulted in an increase in State revenues of approximately 1Io/o over current year. However, this increase in funding is somewhat offset by an increase in the City's subsidy to the San Luis Obispo Regional Transit Authority (RTA). Federal revenues are expected to be about the same as previous year's allocation, however; if the f,rnal Federal apportionment is significantly reduced from projected, the Transit Enterprise Fund year-end reserves will be needed to support the deficit for the immediate shortfall. Staff has included projections of expenditures in the operating budget that are realistic, but if exceeded, will cause funding hardship. While staff does not project any service-level reductions for SLO Transit at this time, the projected revenue forecasts give very little capacity for funding variations. Due to one-time-only funding increases, as well as other cost savings and a minimal capital improvement program, staff is projecting to finish 2012-13 fiscal year with a small amount of positive cash flow. These projections are dependent upon revenues provided by the State and Federal budgets, which have yet to be approved. Investrpnt and P¡operty Revenues Subventions and C¡rants TDA Grants (LTF, STA) Other Grants (ARRA, Prop 18, FTA Grants Service Charges 0ther Revenues Total Revenues 5,800 5,800 5,800 4,075,800 3,533,800 3,623,000 $$ $ $ $ $ $ $ $ $ $ $ 3 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 347,000 495,',l00 31,300 1261,000 30,300' 2,019A00' 695,300 4ooo' l2eeAN 30,300' 1/i74,300' 724,000 1,338,500 30,300' 1,503f00' 745,000 PH2 - 12 ilI. ASSUMPTIONS The following assumptions have been used to forecast the Transit Enterprise Fund analysis. The discussion below provides detail for the key assumptions used to generate the changes in f,rnancial position as provided as Exhibit A. It is important to note the proposed budget is a "snapshot" of cunent funding and expenditure projections as of May 2012. The following discussion focuses on major issues that could have an affect the Transit Enterprise Fund next fiscal year. These assumptions have been incorporated into the 2013-15 budget projections. 1. General Government Assumptions Minimum working capital (reserve) should equal at least 20o/o of the total Operating Program expenditures according to the City's fiscal policy. Based upon this policy, the minimum reserve level should be approximately $600,000 to $700,000. The year-end working capital exceeds the minimum reserve policy levels. General Assumptions include: a. One-time payment of California Joint Powers Insurance Association (CJPIA) of $17,600 in20I3-I4 þlaced in Other Sources) b. 1% PERS Employer Paid Contlibution in 20I4-I5 and an additional i% PERS Contribution in 2015-16 and beyond. (expense incorporated into Transportation Operating Expenditures) c. Non-staffing savings of 2.25Yo in 2014-15 and 2016-17. (expense incorporated into Transporlation Operating Expenditures) d. Staffing savings of 2o/o in20l4-15 and2.5 Yo tn20l5-16 and beyond. The Transit Enterprise Fund will commit all available transit funding to SLO Transit and will canyover any unused funding for use in subsequent years and to maintain an adequate year-end fund balance (reserve) to help weather budget uncertainties. 2. Revenue Assumptions Fare Revenue Fare increases adopted by the City Council in April 2009 continue to help bring in revenue to meet expenses and the farebox recovery ratio of 20o/o required by the State. SLO Transit has proposed a conseryative budget based upon revenue projections. There is little ability for adjustment should the State and Federal allocations come in significantly lower than projected. Staff will return to Council for proposed service-level reductions or rate increases the decrease in revenues is significant. A 3% annual growth in bus ridership revenues for 20I3-I4 fiscal year based upon past experience with an increase in ridership due to rising fuel costs. This Fund Analysis assumes no fare increases in revenue projections. State Mandated Farebox Ratio With the fare increase approved in2009, SLO Transit's farebox ratio was projected to stabilize in 2010-11 and beyond. Staff projected the renegotiated Cal Poly Subsidy Agreement would be a key component in meeting the required 20% farebox ratio for the SLO Transit system. The 2012-13 farebox ratio is projected at I9.7Yo. This decrease in farebox ratios was a direct result of a change in the City's methodology for calculating direct and indirect charges for Enterprise Funds that receive General Fund program support. The revised Cost Allocation Plan has decreased the amount appropriated for General Fund support services in20l3 and beyond. Staff PH2 - 13 projects the that stability in revenues will support the ability to meet or exceed farebox ratio requirements in the future. Cal Polv Subsidv The City successfully negotiated a five-year Subsidy Agreement with Cal Poly which went into effect on July 1, 201i. The Fund Analysis assumes Cal Poly subsidy per set contract rate through 20t5-16 and assumes a 5%6 subsidy increase in2016-17 and3o/o in 2017-18. If the State budget significantly affects Cal Poly's ability to fund the Subsidy Agreement, the City and the University will undertake discussions on potential program modifications or service-level reductions. That is not assumed to be necessary as part of the Fund Analysis. Trollqt Operations While the one year funding by the Tourism Business Improvement District (TBID) was eliminated in FY 20I2-I3 there are sufficient Transit operating funds to continue this service through the end of October 2013. Ridership on Fridays and Saturdays continue to decrease when compared to the same July-April period last year. When trolley services conclude in October, staff will evaluate the trolley ridership data to determine if further service adjustments are warranted and whether to resume Friday and Saturday trolley services again in Aprll2014. This will also allow time for the new Cal Poly materials to be incorporated into the Trolley Marketing efforts in 2013-14 and to evaluate the impact. Thursday trolley service remains productive but down during the same July-April period last year. Tr ans p ort at i on D ev elopment A c t The Transportation Development Act (TDA) is comprised of two sources of funding for transportation programs, Local Transpoftation Funds (LTF) and State Transportation Assistance (STA) funding. LTF is derived fromY¿ cent collected in retail sales taxes. STA is derived from the statewide sales tax on diesel fuel. Both of these funds are distributed to the regions by the State. The State budget has yet to be approved and therefore the State Controller projected STA funding allocation remains preliminary at this time. Preliminary data represents a decrease of STA funding of approximately $96,090 (-35.10%) over 2012-13 FY. This projection assumes an allocation increase for the San Luis Obispo Regional Transit Authority (RTA) of 73o/o in 2013- 14 and l6Yo in 2014-15. Representatives from RTA, San Luis Obispo Council of Governments (SLOCOG) and SLO Transit continue to work on options for funding that would maximize transit service provisions for each agency. The County Auditor LTF projections are higher than originally estimated with a one-time significant increase of approximately $625,384 (+25%) in 2013-14 over the previous year. This increase is largely attributed to a one-time carryover of funding, which is not anticipated in future years. Conservative funding levels assumed in FY 2016 and beyond, back to lower historical levels. F ederal Trans it Adminis tration Federal Transit Assistance (FTA) funding is formula-based upon population and service level categories. As of this writing, the Federal Government has yet to adopt the final fifty percent of transit Section 5307 appropriations for the 2012-13 fiscal year. Indications are that the final transit apportionments will remain at current levels. PH2 - 14 The Fund Analysis projects FTA funding of $1,918,700 in 2013-14 aîd$1,764,000 in 2014-15. This Federal funding will be used for operating assistance of SLO Transit services and various capitalprojects such as bus shelter replacements, transit facility expansion and bus replacements. 3. TransportationOperatingExpenses Contract Services The Fund Analysis assumes a modest 3o/o increase in Purchased Transportation costs in 2013-16 and 20I7-I8 and a 7o/o in 2016-17 the first year of a nerw contract. The current contract for Purchased Transportation is set to expire June 30,2013. Staff is recommending the contract be extended through to 2016-17 . Fuel Fuel costs continue to be volatile and are diff,rcult to predict. Staff has projected fuel costs in 2013-14 at $4.08 per gallon and $4.21 per gallon in 2014-15 with an average of 1 i4,000 gallons of diesel fuel purchased in a fiscal year. Staff projects this budget to be adequate, however outside market influences make this assumption difhcult to control. Should fuel prices increase significantly above staff projections for fuel prices per gallon, staff will return to Council with identified service-level reductions or possible use of Transit Fund working capital reserves. General Government The newly revised Cost Allocation Plan resulted in a reduction of approximately 24% for FY 2013-14 over the current year. This reduction is attributed to the change in methodology for how the City calculates direct and indirect charges for Enterprise Funds that receive General Fund program support. The Cost Allocation Plan, which also affects the performance of farebox ratio, is considered a Central Service plan by the FTA and does not require FTA review or certification. Short Range Transit Plan The City Council adopted the Short Range Transit Plan (SRTP) update in2009. As a result of funding constraints, all available revenues are allocated to support SLO Transit operating services. No new initiatives or increase in services, as recoÍrmended in the SRTP, have been included in the Transit Enterprise Fund analysis. These recommendations will be addressed and brought forward to Council as funding sources are identified. RTA has submitted an application for FTA funding in order to conduct a first time ever'Joint" SRTP that will include SLO Transit operations and make recommendations for potential service efficiencies. Mobilin Trainins - New Freedoms Grant This program is fully funded by Federal Transportation Assistance (5317) grant funding. Staff has continued to submit successor grant applications in order to continue the existing mobility program. II20I2-I3, RDC has held at least 8 informational, outreach and training sessions for senior and disabled rider education in FY 2012-13. RDC direct outreach has included over 200 telephone, email or in person contacts and provided printed ridership tools to over 150 participants this year. Program marketing and informational materials are avallable at over a dozen locations throughout the City. As a result, SLO Transit has experienced an increase in ridership (through April 2013) of approximately 70%o in this population segment as compared to the same period in 2009-10 before the start of this grant funded program. PH2 - 15 4. Capital Improvement Program (CIP) Expenses The Transit Fund analysis anticipates a conservative level of Federal funding apportionment for in the 2013-14 fiscal year. This modest revenue projection will provide support for operating assistance, preventive maintenance functions for SLO Transit and some capital improvement projects. New capital projects have been projected as part of the Program of Projects (POP) in the 20I3-I4 fiscal year and additional projects may be brought fotward as paft of a revised POP if Federal frrnding allocations come in higher than projected. Reductions in Federal funding would require deferring of capital projects, or potential service reductions or other cost savings measures. 5. Ridership Assumptions It is projected that SLO Transit total ridership will once again, for the seventh consecutive year, exceed the one million riders target with a projected 1,088,000 ridership in20I2-I3. Evening Service th. eu.ning S*ice program is estimated at approxim ately 28,368 miles at an arrrrtal net cost to the Transit Services program (minus fare revenues) of $147,360 annually. The Evening Service program does not deliver significant additional revenue to assist with farebox recovery ratios. The Transit Enterprise Fund analysis does not include any assumptions in reductions for Evening Service program levels at this time. Overall, SLO Transit fare rates and revenues are adequate to support current operations for the 2013-14 f,tscal year. Should revenue sources decline signif,rcantly from projected, staff will return to Council with recommendations for service-level reductions or fare modifications as necessary. Trollev Operations The one-year funding by the Tourism Business Improvement District (TBID) was eliminated in FY 2012-13. Ridership on Fridays and Saturdays continue to decrease when compared to the same July-April period last year. When trolley services conclude in October, staff will evaluate the trolley ridership datato determine if further service adjustments are warranted and whether to resume Friday and Saturday trolley services again in Apr1I2014. IV. LOOKING TO THE FUTURE 1. State, Federal and Regional Budget Impacts Overall, the projected revenues from the State, Federal and Regional governments are sufficient to support transit service operations. Grant funding amounts are estimated based upon the latest information provided by the government. Actual Federal, State (LTF Increase & STA) allocations are unknown but are expected in September 2013. Should funding estimates be below projected, staff may recommend deferring bus replacements and other capital projects or fare increases. The last fare increase occurred in 2010. 2. TDA Performance Audit Triennial performances are a requirement for the continued receipt of State TDA funds for public transit under the California Public Utilities Code. The last State-mandated performance triennial audit of SLO Transit was for fiscal years 2008-2010. A finding of the audit review period, noted the budget and staffing resources devoted to this function did not provide for target marketing, branding, positioning, or updates to the March 2004 Marketing Plan. The finding recommended an increase in funding resources to develop and implement a marketing and public information PH2 - 16 program to attract new riders, generate advertising revenue, and inform the public about service changes likely to result from implementation of SRTP recommendations. An Ad Hoc Mass Transportation Committee reviewed and updated the SLO Transit Marketing plan in March 20II and recommended that the City "Hire afull time city staff person, assigned to the Transit Division, Department of Public Works to implemenl the goals, objectives and strategies of the SLO Transit Marketing Plan Update." This recommendation has not been brought to Council as additional funding needed to implement it has not been identif,red. Other recommendations such as working with Cal Poly students and staff to produce media ads for a marketing campaign have proven successful for the fixed route system. Another joint project was recently completed with a focus on Trolley operations and media ads created by a Cal Poly marketing class to increase trolley ridership. 3. Other Unknowns Volatile Fuel Prices Staff continues to exercise prudent judgment in projecting budgets for fuel needed for the SLO Transit system. Volatile fuel prices continue to pose challenges in balancing the budget. Staff will continue to analyze fuel trends and make budget adjustments as necessary. Cost Allocation Plan The change in methodology for how the City calculates direct and indirect charges for Enterprise Funds that receive General Fund program support has had an impact on the Transit Fund's overall operating costs. These changes also affect the Fund's required farebox ratio. While the FTA does not require FTA review or certification of the City's Cost Allocation Plan, future modifications in the way the General Government allocation is calculated could have an impact on the Fund's ability to meet farebox requirements. Purchas ed Transp ortation The current contract for Purchased Transportation with First Transit, Inc. is set to expire June 30, 2013. Staff is recommending the contract be extended through to 2016-17. Staff will solicit proposal for services at that time and award return to Council to award contract. Purchased Transportation contract costs are unknown but are estimated with a 7Yo increase over the current contract costs. PH2 - 17 V. EXHIBIT A - Changes in Financial Position 2013.15 TRANSIT FUND FINANCIAL SCHEDULES PH2 - 18 41 62 6 . s O O 47 6 . 5 0 0 1. 4 1 9 . 7 0 0 FT A Ga n t s Ge n e n l Go v e m r e n t fn v e s t r e n t an d Pr o Þ e r t y Re v c n u o s Su b v e n t i o n s an d Gr a n t s Se w i c e Ch a r s e s Pl a n ).¡16-17 20 1 + 1 5 20 1 3 - 1 4 20 t 2 - 1 3 7- Ye a r - E n d 20 t t - 1 2 Rc r e n u e s lO t h e ¡ Re v e n u e s 35 90 0 &æ n d i t u r e s ä; BJ ,U ls :CH A N G E S IN FI N A N C I A L PO S I T I O N . TR A N S I T FU N D -. - . . . , . . . . - . .. . . . . . .ì -. . . -2 - 1 . 1 p 9 ì 5. 8 0 0 I ,5 9 2, 0 0 0 4 60 0 ' 70 0 5- 8 0 0 s 1. 9 2 7 . 2 0 0 5, 8 0 0 ì5 8rn...,. ... .. .¡,8q9 63 9, 4 0 0 Re w n u e s MO A of Y c a r Ca p i t a l , ED d of Y c a r F\ ¡ n d Rc s c r r e s o/ o Mn i m u m Rc s e r w Fu n d B â l a n c c - w 1x Ra t i o St a l e Tr a n s i t os ¿ 1ã !, , _ 2 1 6 , 5 0 _ ; 0 4, 7 8 0 , 4 0 0 ir r . o o o l 54 - 6 1 3 0 0 $ 6s ? 3 6 0 - l 00 ' 3, 2 4 3 , 4 0 0 41 00 - 3, 6 58 , 7 0 0 7 40 0 1 40 , 0 - , (8 , l 0 9 ) t6 2 70 0 (2.800) (2.800)3,200'" s.zoo ' s.zooI 3?117-?e00 :?q94,e00 I,806.200 1.824.300 74 0 s 15,900' 18,100' 1, 9 9 8 , 9 0 0 1, 9 2 ' , 7 , 2 0 0 r.790.300 99 0 , 6 0 0 1, 4 5 2 , 6 0 0 1, 9 9 8 , 9 0 0 1, 9 2 7 , 2 0 0 r, 7 9 0 , 3 0 0 I,806,200 Co s ts r$'697,3201,840 ,8Q-6,?pq S .. 1,824,300 20.8% s ¡, 9 ? p , ? , 0 0 Ac l To l a l Fa r e s / To t a l 20 . 3 % 20 . 0 20 . 5 % 20 8% PH2 - 1920 9% AGREEMENT BETWEEN CITY OF SAN LUIS OBISPO AND FIRST TRANSIT, INCORPORATED PH2 - 20 No. 1. 2. J. 4. 5. 6. 7. 8. 9. 10. 11. 12, 13. 14. 15. t6. t7. 18. T9 20. 2t. 22. 23. 24. 25. 26. 28. 29. 30. 31. 32. aaJJ. 34. 35. 36. 37. 38. No. 27. TABLE OF CONTENTS Topic Agreement Purpose Scope-of-Work Time Period Maximum Obligation Price Formula Invoice Payment Farebox Revenue Control Management Medical Assistance to Passengers Uniforms Modifications of Agreement Contract Assignments Disputes Stop-Work Termination Communications Proprietary Rights Shortages and Delays Audit Transportation Data Reporting'Workers' Compensation Contractor's Employee Responsibilities Transit Employee Protective Agreements Insurance Letter of Credit Fidelity Bond Prime Contractor Responsibilities Nondiscrimination Disadvantage Business Enterprise Conflict of Interests Conflict of Transportation Interests Title to Supplies and Equipment Headings Retention of Records Right to Adequate Assurance of Performance Indemnification Topic Paqe Cover 5 5 5 5 5 7 7 7 7 8 8 8 8 8 9 9 9 10 11 11 11 t2 12 12 T2 t4 15 15 15 t6 16 16 l6 t6 16 t6 16 t7 Page PH2 - 21 39 40 4l 42 43 44 45 46 47 48 49 50 Merger Additional Services Changes in Scope-of-Work Conflicting Use Liaison Failure to Perform Liquidated Damages Waivers Interpretation, Jurisdiction, and Venue Severability Debarred Bidders General Equipment Requirements Public Contact Code Section 10162 Questionnaire Integrity Certification Energy Conservation Air Pollution Federal Changes Clean Water Privacy Arbitration Disclosure of Lobbying Activities Non- Collusion Affidavit Interest of Members of or Delegates of Congress Drug-Free'Worþlace Contractor' s Representations Contractor's Eligibility Program Fraud and False or Fraudulent Statements and Related Acts Governing Law Patent Rights Attorneys'Fees Recycled Products Civil Rights Charter Service School Bus Service No Government Obligation to Third Parties Incorporation of Federal Transit Administration (FTA) Terms Drug and Alcohol Testing Uses of Buses and Equipment Agreement Signatures I7 I7 t7 18 18 18 18 18 t9 t9 t9 T9 20 20 20 20 20 20 2l 2I 2l 2l 22 22 22 22 22 23 23 24 24 24 25 25 25 26 26 26 27 51 52. 53. 54. 55. 56. 57. 58. 59. 60. 61. 62. 63. 64. 65. 68. 70. 71. 72. 73. 74. 75. 76. 77. 66 67 PHz - 22 1 2 AGREEMENT THIS AGREEMENT is entered into this _day of June 2013, by and between the CITY OF SAN LUIS OBISPO, Califomia, hereinafter referred to as "CITY" and "FIRST TRANSIT", hereinafter referred to as "Contractor". \ryITNESSETH WHEREAS, Contractor has the management and technical personnel, expertise and other assets useful for the support of City's transportation project; and WHEREAS, Contractor is desirous of providing such services; NOW, THEREFORE, in consideration of the.foregoing recital and covenants and agreements of each of the parties herein set forth, the parties hereto do agree as follows: Purpose. City hereby contracts with Contractor to provide transportation management, maintenance, and operation seruices upon the terms and conditions hereinafter set forth. Scope-of-Work. Contractor shall provide the services øs previously agreed and set forth in Exhibit A, supplemented by Attachment #2 except when inconsistent with Exhibit A. Subject to the terms and conditions set forth in this agreement, Contractor will provide the services to be rendered as set forth in the Scope of Work in Exhibit A and subsequent addendums per Form 1.3 attached hereto and by reference incorporated herein and made a part hereof. Time Period. The term of this agreement shall be from July I, 2073 to June 30, 2016. Contractor shall commence transit service operations of City's transportation project on July I,2013, and continue operation through June 30, 2016 within the budget defined under the heading "Maximum Obligation". Maximum Obligation. City agrees to pay Contractor in consideration for its servtces as described herein. The maximum cost to be paid by City to Contractor shall not exceed the following amount. FY 2013-14-$2,021,549 FY 2014-15-$2,070,373 FY 2015-16-$2,128,475 Price Formula. The price formula will be based on two (2) tiers the City agrees to pay the Contractor for performance of the service set forth in this Agreement as follows: a. Tier L. Payment of a fixed mileage rate, per revenue vehicle mile, in the following fiscal year: ßY 2013-14 $2.705 for revenue service, not to exceed $1,064,566 FY 2014-15 $2.805 for revenue service, not to exceed $1,L04,L68 FY 2015-16 $2.913 for revenue service, not to exceed 51,146,454 aJ 4 5 PHz - 23 The City will continue to pay for additional service trip revenue miles as approved by the transit maîageÍ. These types of trips include: any sweeper service needed at the start of the Cal Poly school year, additional vehicles that may be necessary to perform service when the double deck bus is out of service for maintenance, and other specialty trips. The City will not pay for additional shadow buses that are required to get individual route trips back on schedule if running late due to detours, passenger loads etc. Revenue vehicle miles will be calculated by determining the mileage of the actual distance that each bus travels during revenue serice. Revenue vehicle miles during revenue service are solely based upon the published route alignment approved by City. Mileage and time from the bus yard to the first scheduled service stop and the mileage and time from the last scheduled service stop to the bus yard are excluded. Time miles for driver meals, training, maintenance, and any other miles and time when transit buses are not operating the public bus schedule available for passengers paying fares are specifically excluded from use in the price formula. The revenue mileage rate shall compensate Contractor for vehicle operatot's wages and fringe benef,rts, purchase of bus parts and components, oil, lubricants, grease, batteries, mechanic supplies, antifreeze, and tires, bus cleaning supplies, radio maintenance. The City will pay all fuel related costs for Revenue, staff vehicles and City owned support vehicles are to be used exclusively f'or Street Supervisor and Maintenance duties. 'Ihe City will receive a monthly fuel credit if these vehicles are used in non contractual related operations support such as to shuttle FT drivers tolfrom the DTC or other locations such as Cal Poly. The Transit Manager will be notified on each occasion that a City vehicle is used for this purpose and the circumstances. City support vehicles will keep a trip log approved by the Transit Manager. City owned vehicles are not allowed to travel out of the City of San Luis Obispo without authorization of the Transit Manager in advance. The revenue vehicle mileage rate assumes all variable and consumable costs of the Contractor. b. Tier 2. Payment of a fixed monthly management fee per service month in the following fiscal year: FY 2013-14-$79,749 for management services, not to exceed $956,982 FY 2014-15-$80,517 for management services, not to exceed $966,205 FY 2015-16-$81,835 for management services, not to exceed $982,020 The monthly rate shall compensate Contractor for all fixed costs, including, but not limited, to all the cost elements assigned to Contractor in Section 3, except those included in paragraph 5(a) of this Agreement. It shall also include the insurance premium. City Responsibilities. City shall provide the facilities located at 29 Prado Road, San Luis Obispo, California, which includes Operations Offices, dispatch area, driver's c PH2 - 24 6 lounge, garage and parking facilities, licensed mobile radio system and radio system maintenance, vehicles and licenses, tickets, coupons and transfers, coupon and ticket sales, printed timetables, service marketing and promotion, service planning and system monitoring. Invoice. Contractor shall submit monthly invoices to City for services provided as follows: all revenue vehicle mileage costs, total vehicle mileage costs, the fixed monthly management fee, reimbursements andfuel in accordance to Exhibit A, Scope-of-Work, Section 3.23.13. Services as revised and reimbursements shall be invoiced to City not later than the tenth (10th) day of the month following the service month provided. No charge will be allowed for missed revenue vehicle miles during revenue service. Fixed monthly rate shall be billed monthly. All required reports and submissions as described in attached Exhibit A, shall be accurately completed and submitted to City prior to payment of monthly fee. Payment. All payments by City shall be made in affears after the service has been provided. Payment shall be made by City no more than thirty (30) days from City's receipt of the invoice. Payrnent will be made on a monthly basis. If City disputes any items on an invoice for a reasonable cause, City may deduct that disputed item from the payment but shall not delay payment for the undisputed portions. The amounts and reasons for such deletions shall be documented to Contractor within fifteen (15) working days after receipt of invoice by City. City shall assign a sequential reference number to each deletion. Payments shall be by voucher or check payable to and mailed first class to FIRST TRANSIT. INC. 22192 NETWORK PLACE CHICAGO.TL 60673-1221 Farebox Revenue. All farebox revenues collected by Contractor are the property of City. Operating revenues include all fares, sales of tickets and passes, and advertising sales. Contractor shall be responsible for handling farebox revenues in the mannff discussed in Exhibit A, Scope of Work, Section 3 and as necessary for City to meet state and federal funding sources. Control. In performing the services under this Agreement, the Contractor shall act as an Independent Contractor and shall have full control of the work and the manner in which it is performed. Contractor in no circumstances shall be considered as an agent or employee of City, and Contractor's employees are not entitled to participate or be part of any pension plan, insurance, bonus, or any similar benefits, which City provides its employees. A certif,rcate must be completed and submitted with the bid (Refer to Certification2.T). 7 8 9 PH2 - 25 10 11. 12 13 14. Management. During the terms of this Agreement, Contractor shall provide sufficient executive administrative personnel as shall be necessary and required to perform it duties and obligations under the terms hereof, and described in attached Exhibit A, Scope-of-Work. All management personnel to be employed must be committed exclusively to the performance of work on City's project and shall not perform any other services for Contractor or other entity. Management personnel shall be full-time employees of Contractor. Medical Assistance to Passengers. Contractor's employees shall not be required to perform any medical or quasi-medical functions for passengers. In the event of illness on board a vehicle, the driver shall advise the dispatcher by radio and may proceed immediately to a medical facility for help, on the instructions of dispatcher. Uniforms. Contractor shall purchase uniforms as specified by City for all employees and shall require the employees to wear them in accordance to Exhibit A, Scope of Work, Section 3. The design, type and logo of the uniforms shall be subject to City's approval. Uniforms shall include, but not be limited to shirts, pants and jackets. Drivers shall be required to maintain neat and clean appearances. Uniforms shall be approved by the Transit Manager. Modifïcations of Agreement. This writing constitutes the entire Agreement between the parties relative to the matter of this Agreement and no modification hereof shall be effective unless and until such modification is evidenced in writing signed by both parties to this Agreement. There are no understandings, agreements or condition with respect to the subject matter of the Agreement except those contained in this writing. In the event that City determines in its sole discretion that it must require Contractor to register the vehicles identified as inventory in Exhibit A ("Leased Vehicles") in its name while City retains ownership title to the Leased Vehicles to comply with risk management policies ("Determination"), then City and Contractor shall renegotiate this Agreement to require Contractor to register the Leased Vehicles in its name with registration cost reimbursed by the City and with the City retaining ownership title to the Leased Vehicles. The Parties shall have three (3) months from the date that City notifies Contractor of its Determination to renegotiate and execute a modification to this Agreement ("Renegotiation Period") unless the Parties agree in writing to extend Renegotiation Period. If the Renegotiation Period ends without the Parties executing a modification to the Agreement, Contractor agrees to waive the ninety day (90) day notice of termination it is entitled to under paragraph l7(a) if City exercises its right to terminate the Agreement pursuant to paragraph 17(a) within ten (10) days of the Renegotiation Period expiring. Contract Assignments. This contract shall not be sold, assigned, transferred, conveyed or encumbered in whole or in part by Contractor without the prior written consent of City. Contractor shall not sell or otherwise transfer its interest in this contract without prior written notification to City. Upon receiving such notification from Contractor, City may, at its sole discretion, decide to exercise its right to terminate this contract. Contractor may assign this Agreement if the assignment is made to aparent, subsidiary, related or affiliated company. PH2 - 26 15 16. t7 Subject to the provision regarding assignment, this contract shall be binding upon the heirs, executor, administrators, successors and assigns of the respective parties. Disputes. Except as otherwise provided in this contract, any dispute concerning a question of fact arising under this contract which is not disposed or by agreement shall be decided by City's Transit Manager, who shall reduce his decision to writing and mail or otherwise fuinish a copy thereof to Contractor. The decision of the Transit Manager shall be final and conclusive unless within thirty (30) days from the date of receipt of such copy, Contractor mails or otherwise furnishes to City's Public Works Director a written appeal. The decision of the Public Works Director shall be final and conclusive unless within thirty (30) days from the date of receipt of such copy, Contractor mails or otherwise furnishes to City's City Council a written appeal. The decision of City Council for the determination of such appeals shall be final and conclusive unless determined by arbitration under the rules of the California Arbitration Act (CCP 1280-1294.2) to have been determined fraudulent, or capricious, arbitrary, or so grossly effoneous as necessarily to imply bad faith, or not supported by substantial evidence. In connection with any appeal proceeding under this clause, Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its appeal. Pending final decision of a hereunder, Contractor shall proceed diligently with the performance of the contract and in accordance with the Transit Manager's decision. This paragraph does not preclude consideration of law questions in connection with decisions provided for in this clause, provided that nothing in this contract shall be construed as making final decision of any administrative off,rcial, representative or board on a question of law. Stop-Work. City may stop work on its transportation system upon forty-eight (48) hours written notice to Contractor. City shall be liable for all relevant costs defined under Section 6 incurred prior to the stop-work period and for restart, if any. Termination. The contract may be terminated for reasons of City's convenlence or Contractor's breach or insolvency. Notice of termination shall be accomplished by registered, certified or express mail pursuant to the provisions of section 18. a. Termination for Convenience. City may terminate this contract, in whole or inpart, at any time by ninety (90) days written notice to the Contractor when it is in the City's best interest. The Contractor shall be paid its costs, including contract closeout costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to City to be paid the Contractor. If the Contractor has any PH2 - 27 18. property in its possession belonging to City, the Contractor will account for the same, and dispose of it in the marurer City directs. Contractor may terminate this Agreement for convenience upon sixty (60) days notice to the City. b. Termination for Breach or Cause. If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, City may terminate this contract for default. Termination shall be effected by serving a notice of termination on the Contractor setting forth the manner in which the Contractor is in default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by City that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, City, after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. c. Opportunity to Cure. If Contractor fails to remedy or fails to take steps to remedy to City's satisfaction the breach or default or any of the terms, covenants, or conditions of this Contract within thirty (30) days after receipt by Contractor or written notice from City setting forth the nature of said breach or default, City shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in arry way operate to preclude City from also pursuing all available remedies against Contractor and its sureties for said breach or default. d. Waiver of Remedies for any Breach. In the event that City elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by City shall not limit City's remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. Communications. All notices hereunder and communications with respect to this Agreement shall be effective upon the mailing thereof by registered or certified mail, return receipt requested, and postage prepaid to the persons named below: MR. BRAD THOMAS. PRESIDENT FIRST TRANSIT.INC. 600 VINE S . SUITE 14OO If to Contractor: CINCINNA oH 45202 PH2 - 28 With Copy to:MR. NICK PROMPONAS SENIOR VICE PRESIDENT FIRST TRANSIT. INC. 7581 WILLOW DRIVE. SUITE 103 TEMPE. AZ 85283 FIRSTGROUP AMERICA 600 VINE STREET. SUITE 14OO CINCINNATI. OH 45202 ATTENTION: GENERAL COTINSEL If to City City of San Luis Obispo 919 Palm Street San Luis Obispo, CA 93401 Attn: Transit Manager All other communications, invoices, reports, etc., shall be made to the Transit Manager of City. Proprietary Rights. All inventions, improvements, discoveries, proprietary rights, patents and copyrights made by Contractor under this Agreement shall be made available to City with no royalties, charges or other costs, shall be governed by the provisions of 49 C.F.R 18.34. All manuals prepared by Contractor under this Agreement shall be made available to City at no charge and become property of City. The required financial and activity reports per other sections of this Agreement are excluded from this provision and shall be owned by City. City may make presentations and releases relating to the project. Any report, public releases, papers and other formal publications shall be subject to the approval of City, and if appropriate, the Federal Government, before they are released. Shortages and Delays. Contractor shall not be held responsible for losses, delays, failure to perform, or excess costs caused by events beyond the control of Contractor. Such events may include, but are not limited to, the following: Acts of God, fire, epidemics, earthquake, flood, or other natural disaster, acts of government or public, terrorism, riots, war, civil disorder, or fuel shortages. However, Contractor shall not receive payment for the revenue vehicle mileage rate and shall only receive the mutually agreed direct and indirect monthly fee during the period of time that service is not provided. Contractor also grants City the right to provide these services through other means on a temporary basis should Contractor be unable to perform said services. 19. 20. 21. Audit. Contractor shall comply with the following: PH2 - 29 22 23 24 25 (a) General. Contractor shall permit the authorized representatives of City, Metropolitan Planning Organization, State of California, the U.S. Department of Transpoftation, Federal Transit Administration, and the Comptroller General of the United States to inspect and audit aIl data and records of the Contractor relating to performance under this Agreement. Contractor shall submit quarterly an unaudited report of actual expenditures (both direct and indirect costs) per the Uniform System of Accounts (Section 15). (b) Audit Settlement. At any time, City may, at its own cost, conduct or have conducted an audit of the Contractor. If the audit determines that City's dollar liability for Contractor's services is less than payments made by City to Operator, then Contractor will pay the difference in cash to City, or, at City's option, credit such overpayment against any future amounts owed by City to Contractor. If the audit determines that City's dollar liability for services provided under the contract is more than payments made by City to Contractor, then City will pay the difference to Contractor in cash. Transportation Data Reporting. Contractor collects and reports operating and financial data to City in accordance with the California Public Utilities Code, Chapter 4, Section 99243, and California Administrative Code Title 21, Chapter 3, Subchapter 2, as required under California Transportation Development Act, and of the Uniform Financial Accounting and Reporting Elements (FARE) as required under FTA National Transit Database (formerly known as Section 15 of the Urban Mass Transportation Act of 1964). Worker's Compensation. Contractor certifies that it is aware of the provisions of the Labor Code of the State of California, which require compensation or to understand self-insurance in accordance with the provisions of that Code, and it certifies that it will comply with such provisions before commencing the performance of the work of this Agreement. Contractors' Employee Responsibilities. Employees shall at all times remain the sole employees of Contractor, and Contractor shall be solely responsible for pa¡rment of all employees' wages and benefits. Contractor, without any cost or expense to City, shall faithfully comply with the requirements of all applicable State and Federal enactments with respect to employer's liability, workers' compensation, unemployment insurance and other forms of Social Security, and also with respect to withholdings of income tax at its source from wages of said employees and shall indemnify and hold harmless City from and against any and all liability, damages, claims, costs and expenses of whatever nature arising from alleged violation of such enactments or from any claims of subrogation provided for in such enactment or otherwise. The Contractor shall comply with the requirements of FTA Grant Agreement, P art lI, Section 1 1 9(b). Transit Employee Protective Agreements. (1) The Contractor agrees to the comply with applicable transit employee protective requirements as follows: (a) General Transit Emplo)¡ee Protective Requirements - To the extent that FTA determines that transit operations are involved, the Contractor agrees to carry out the transit operations work on the underlying contract in compliance with terms and conditions determined by the PH2 - 30 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 tetms 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. The Contractor agrees to carry out that work in compliance with the conditions stated in that U.S. DOL letter. The requirements of this subsection (1), however, do not apply to any contract financed with Federal assistance provided by FTA either for projects for elderly individuals and individuals with disabilities authorized by 49 U.S.C. $ 5310(a)(2), or for projects for nonurbanized areas authorized by 49 U.S.C. $ 5311. Alternate provisions for those projects are set forth in subsections (b) and (c) of this clause. (b)Transit Emolovee Protective Reouirements for Proiects Authorized bv 49 U.S.C. ö 5? 1 Olcll?l fnr Flderlr¡thIndividuals and Individuals llicqhilificc -If the contract involves\r/l 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 sub recipient 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.Part2I5, and any amendments thereto. These terms and conditions are identified in the U.S. DOL's letter of certif,rcation 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. (c) I s311 in NonurbanizedAreas - If the contract involves transit operations f,rnanced 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 3I,1979, and the procedures implemented by U.S. DOL or any revision thereto. (2) The Contractor also agrees to include the any applicable requirements in each subcontract involving transit operations financed in whole or in part with Federal assistance provided by FTA. (d) Transit Emplol¡ee Protective Agreements - Contractor Liabilitl¡ - The pricing agreed upon herein is contingent upon the assumption that Contractor shall not be liable for any transit employee protection obligations including those associated with 49 U.S.C. 531I,49 U.S.C.A. 5333(b) or any other transit employee protective requirements as referenced above. If Contractor shall be liable for any transit employee protection obligations, pricing shall be adjusted to cover such costs upon receipt of relevant information from the City. PH2 - 31 26 Insurance. The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees or subcontractors. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Offîce form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. 'Workers'Compensation insurance as required by the State of California and Employer's Liability Insurance. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $2,000,000 per occurence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $2,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing pa5rment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, and agents are to be covered as insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the Cþ, its officers, officials, employees, and agents. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or agents shall be excess of the Contractor's insurance and shall not contribute with it. PH2 - 32 27 3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its ofhcers, off,rcials, employees, agents or volunteers. 4. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insuret's liability. 5. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Verifïcation of Coverage. Contractor shall fuinish the City with a certificate of insurance showing required coverage. Original endorsements effecting general liability and automobile liability coverage are also required by this clause. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage's for subcontractors shall be subject to all of the requirements stated herein. Letter of Credit. Prior to execution of this Agreement, the prospective Contractor shall furnish to City aLetter of Credit (LOC) in the amount equal to Two Hundred Thousand Ten Dollars ($210,000). The Letter of Credit (LOC) shall be made payable to City and shall be held by City throughout the term of this Agreement to guarantee performance by Contractor. Fidelity Bond. During the period of time this Agreement shall be in effect, Contractor shall cause its staff personnel to be covered under an appropriated bond protecting City from employee theft up the amount of fifty thousand dollars ($50,000) with respect to any single occurrence by Contractor's employees. Contractor shall furnish City with a certificate from it fidelity bond carrier showing proof of such coverage. Said coverage shall provide for notification of City directly by Contractor's bond carrier at least fifteen (15) days in advance in the event ofcancellation or change ofsuch coverage. Prime Contractor Responsibilities. Contractor is required to assume responsibility for all services for which a cost proposal is offered whether or not Contractor Possesses skills to perform within its organization. City will consider Contractor to be sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. No subcontract will be entered into by Contractor to perform work relating to this Agreement without the prior written authorization of City. 28 29 PH2 - 33 30 31 32 JJ 34. 35 36. 37 California Labor Code. In connection with the performance of this Agreement, Contractor shall comply and adhere to all applicable labor laws to employees and public transit employees. Disadvantaged Business Enterprise. In connection with the perfotmance of this Agreement, Contractor will cooperate with City in meeting City's commitments and goals with regard to the maximum utilization of disadvantaged business enterprise. Conflict of Interests. Contractor promises that it presently has no interest, which would conflict in any manner or degree with the performance of its services hereunder. Contractor further promises that in the performance of this contract, no person having such interest shall be employed. A certificate must be completed and submitted with the bid (Refer to Certification 2.8). Conflict of Transportation Interests. Contractor shall not divert any revenues, passengers or other business from City's project to any taxi or other transportation operation of Contractor. Title to Supplies and Equipment. Title to pafts, supplies and equipment is owned by the current Contractor may be available for purchase by the new Contractor. The Contractor shall maintain a reasonable spare inventory. At all times the Contractor shall maintain a complete and accurate inventory listing including item name and description, purchase price, quantity, and location ofeach part. Headings. The headings or titles to sections of this Agreement are not part of the Agreement and shall have no effect upon the construction or interpretation of any party of this Agreement. Retention of Records. Contractor and City agree to retain all documents relevant to this Agreement for five years from the termination of the contract or until all Federal/State audit are complete for the fiscal year, whichever is later. Upon request, Contractor shall make available these records to City, State, or Federal government's personnel. Upon completion of term of contract, Contractor shall provide City with maintenance, vehicle, and operating data pertaining to SLO Transit in hardcopy and electronic format acceptable to City as a condition of final payment to Contractor. Right to Adequate Assurance of Performance. Each part to this Agreement undertakes the obligation that the other's expectation of receiving due performance will not be impaired. 'When reasonable grounds for insecurity arise with respect to the performance of either party, the other may, in writing, demand adequate assurance of due performance and until he receives such assurance, may, if commercially reasonable, suspend any performance for which the agreed return has not been received. "Commercially reasonable" includes not only the conduct of a party with respect to performance under this Agreement, but also conduct of a party with respect to other Agreements with parties to this Agreement or others. After receipt of a justified demand, failure to provide within a reasonable time, but not exceeding PH2 - 34 38. 39 4t 40 thirty (30) days, such assurance of due performance as is adequate under the circumstances of the particular case is a repudiation of this Agreement. Acceptance of any improper delivery, services or payments does not prejudice the aggrieved party's right to demand adequate assurance of future performance. Indemnifïcation. Contractor hereby warrants that all its work will be performed in accordance with generally accepted professional practices and standards as well as the requirements of applicable federal, state, and local laws, regulations and ordinances, it being understood that acceptance of Contractor's work by City, shall not operate as a waiver or release of Contractor. Contractor will be responsible for obtaining any and all permits at its expense and shall indemnify, hold harmless and defend City its agents, and employees from and against any and all actions, claims, damages, environmental contaminations and spills, disabilities or expenses, and witness costs that may be asserted by any person entity arising out of or in connection with Contractor's activities necessary to perform the services and complete the tasks provided for herein, except to the extent that the claim is based on the negligence or willful misconduct of City, its employees or agents. These indemnification obligations not limited in any way by any limitation of the amount or type of damages or compensation payable by or for the seryices and tasks described in this Agreement or its agency under Workers' Compensation acts, disability benefit acts or other employee benefit acts. Merger. This contract set forth the entire agreement between the parties with respect to be subject matter thereof, and supersedes and replaces all proposals, negotiations, representations and implied obligations. The obligations, liabilities and remedies set forth herein are exclusive and shall operated as limitations on any action brought in connection with the services, including an action in tort. Additional Services. Additional services as authorized in writing by City or its designee will be paid for on an individual basis at the regular revenue vehicle mileage rate as set forth inparagraph 5 and will be billed separately from this Agreement. Changes in Scope-of-Work. City, without invalidating the contract, may order additions to or deletion of service hours for fixed route services or deletions for the work to be performed. If justified, the contract charges will be adjusted accordingly. Any alteration(s) made in the provisions, which arc part of this contract shall not operate to release any surety or sureties from liability or any bond(s) or Letter(s) of Credit (LOC) attached thereto and make a part thereof. New provisions must be mutually agreeable to City and Contractor. City shall have the right to make changes in routes, schedules, and other elements of work not involving extra cost and not inconsistent with the work to be performed. In addition, City may make alterations or additions in routes or schedules to respond to the demands and special events and other occuffences, provided that if additional justified cost to Contractor results there from, extra payment will be made by City in an amount equal to the extended revenue vehicle mileage rate specified in the contract or as may be otherwise agreed to by City and Contractor in advance of such extra work. PH2 - 35 42 Conflicting Use. Contractor shall not use any vehicle, equipment, personnel or other facilities, which are dedicated to City for performing services under this Agreement for any use whatsoever other than provided for in this Agreement. Liaison. Contractor shall assist and cooperate with City in meeting the objectives of providing quality public transportation services. Contractor shall perform close liaison activities, coordination and cooperation with City on matters related to operations, monitoring, reporting, and service performance measurements. Failure to Perform. City recognizes that the operation of a public transit service is subject to circumstances and variables beyond the control of Contractor. However, a properly run service will take steps to reasonably accommodate such circumstances without compromising the safety or reliability of the service. City and Contractor will monitor service performance to assure that strict adherence of routes and schedules are being maintained. If performance is found to be substandard, City may request in writing adequate assurance of performance as def,tned under Paragraph 37 of this Agreement, and subject to Service Performance Standards in Section 3.25. Contractor understands that continual substandard performance such as servlce runs departing ahead of schedule, missed service runs, service runs departing scheduled stops fifteen minutes or more after the scheduled time, frequent accidents and safety violations, frequent vehicle failure and frequent public complaints regarding driver behavior or dirty vehicles are grounds for termination of this Agreement. Liquidated Damages. Liquidated damages may be assessed as described in Exhibit A, Scope-of-Work with the following revision. On Time performance First Transit will continue to work to improve OTP levels as mandated in agreement and assist with installation of automatic vehicle locator system manufactured by Digital Recorders Inc. (DRI). In lieu of continued use of the existing EDAPTS system for OTP monitoring, First Transit and the City agree to use individual manual on time performance monitoring as the OTP system until such time as the new DRI system has been installed. Penalties and incentives for OTP will continue to be assessed as per the existing agreement. 'When operational the DRI system has been installed and fine tuned for accuracy, the City and First transit will negotiate a new OTP benchmark and penalty/incentive agreement that will be the basis for future OTP monthly tracking by City and First Transit staff. Waivers. Neither City's review, approval or acceptance of payrnent for the services required under this Agreement shall be construed to operate as a waiver of any rights under Agreement or of any cause of action arising out of the performance of the Agreement The parties agree that City shall have the final authority to require the reassignment from work under this Agreement by Contractor of any employee of Contractor subject to the following 43. 44 45. 46. PH2 - 36 47 48 49 50 requirements. The request must be in writing, state the reasons for the request, and the request must not violate applicable local, state and federal laws and regulations. The waiver by City of any breach of any term, covenant, condition or agreement herein contained shall not be deemed to be a waiver of any subsequent breach of the same or of a breach of any other term, condition or agreement herein contained. Interpretation, Jurisdiction, and Venue. The contract shall be construed and interpreted solely in accordance with the laws of the State of California; venue or any suit, right or cause of action arising under or in connection with this Agreement shall be exclusively in San Luis Obispo, California. Severability. If any provision of this Agreement or the application thereof to any person or circumstances is rendered or declared illegal for any reason or shall be invalid or unenforceable, the remainder of the Agreement and application of such provision to other persons or circumstances shall not be affected thereby but shall be enforced to the greatest extent permitted by applicable law. The parties agree to negotiate in good faith for a proper amendment to this Agreement in the event any provision hereof is declared illegal, invalid, or unenforceable. Debarred Bidders. The Contractor agrees to obtain certifications on debarment and suspension from its third party contractors and subcontractors and otherwise comply wit U.S. Department of Transportation regulations, "Government wide Debarment and Suspension (Nonprocurement) and Government wide Requirements for Drug-Free Worþlace (Grant)", in compliance with 49 C.F.R. Part 29. A certif,rcate must be completed and submitted with the bid (Refer to Certif,rcation2.4). General Equipment Requirements. The Contractor, at its sole discretion and cost, may decide to purchase and install an above grade fuel storage for all engine types with the exception of compressed natural gas (CNG). In the event that the Contractor should decide to exercise this option, Contractor shall comply with all associated federal, state and local, regulations, and monitoring requirements. Contractor shall be responsible for all associated costs for the preparation of all applications, permits, and licenses to the above grade fuel storage facilities. In addition, the Contractor shall be responsible for all associated costs for installation and construction of infrastructure and all other costs to install the above grade fuel storage facilities. The Contractor shall, at its own expense, be responsible for all regulatory permits, maintenance, and all other costs of operating and using the above grade fueling facilities. Contractor shall assume all environmental responsibility associated with said fuel facility and indemniflz the City for any responsibility of environmental contamination, fines, andlor damages associated with the fueling facilities. In event the Contractor should exercise this option; the Contractor will be subject to all city and local requirements associated with the purchase and installation of the fueling facility. Upon termination of the Contract, the City shall reserve the right to either offer a fair market price for ownership of the fueling facility or require the Contractor to remove PH2 - 37 51. 52. 53. 54. the above-grade fueling facilities and return property to equal or better condition to City's satisfaction prior to the effective date of termination. Public Contract Code Section 10162 Questionnaire. The Contractor has completed and submitted the questionnaire with the bid (Refer to Certif,rcation2.9). Integrity Certification. Contractor has properly completed and executed certification regarding Lower Tier Debarment, Suspension and other Responsibility Matter. Energy Conservation. The Contractor shall comply with mandatory standards and policies relating to energy efficiency that are contained inapplicable State energy conservation plans issued in compliance with the Energy Policy and Conservation Act, 42USC 6321 et seq. Air Pollution. The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42U.5.C. $$ 7401 et seq . The Contractor agrees to report each violation to City, FTA, and the appropriate EPA Regional Office. The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. The Contractor may be required to submit evidence to City that the governing air pollution criteria will be met. The evidence and related documents will be retained by the Contractor for on-site examination by FTA. Federal Changes. The Contractor understands that Federal laws, regulations, policies, and related administrative practices applicable to the Agreement on the date the Agreement executed may be modified from time to time. The Contractor agrees that the most recent of such Federal requirements will govem the administration of this Agreement at any particular time, except if there is sufficient evidence in the Agreement of a contrary intent. Such contrary intent might be evidenced by express language in letters including those signed by the FTA Administrator. Likewise, new Federal laws, regulations, policies and administrative practices may be established after the date the Agreement has been executed and may apply to this Agreement. All standards or limits set forth in this Agreement to be observed in the performance of the project are minimum requirements. 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 City and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to comply shall constitute a material breach of this contract. Clean Water. The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. I25l et seq. The Contractor agrees to report each violation to the City, regional water 55 56 PH2 - 38 57 58. 59. resource ageîcy, FTA and the EPA Regional Office. The Conhactor also agrees to include these requirements in each subcontract exceeding one hundred thousand dollars ($100,000) hnanced in whole or in part with Federal assistance provided by FTA. Privacy. The Contractor and its employees shall comply with the Privacy Act of 1974,5 USC. 552a. The Contractor agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying Agreement. The Contractor also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government f,rnanced in whole or in parl with Federal assistance provided by FTA. Arbitration. In the case of any controversy between the parties concerning but not limited to the validity, construction or interpretation of this Agreement, the parties shall refer such dispute in writing to an arbitrator. Each party shall appoint one person to hear and determine the dispute and, if the two persons so selected are unable to agree, those two persons shall select a third impartial arbitrator whose decision shall be final and conclusion upon both parties. The cost of arbitration shall be borne by the losing party or in such proposition as the arbitrator decides. The arbitrator may hold meetings, hearings, and take testimony of witnesses and receive evidence, by shall not be empowered to compel the attendance of any person or the production of any evidence. The result of arbitration hereunder shall be binding upon the parties. Disclosure of Lobbying Activities. 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. A certificate must be completed and submitted with the bid (Refer to Certification 2.5). Non-Collusion Affidavit. By submitting a proposal, the prospective Contractor represents and warrants that such a proposal is genuine and not a sham, collusive, or made in the interest or in behalf of any person or party not therein named and that the prospective 60 PH2 - 39 61. 62. 63. Contractor has not directly or indirectly induced or solicited any other Contractor to put in a sham bid, or any other person, frrm or corporation to refrain from presenting a proposal and that the prospective Contractor has not in any mannü sought by collusion to secure an advantage. If it is found that collusion exists, proposals will be rejected and contract awards shall be null and void. A certificate must be completed and submitted with the bid (Refer to Certification2.T). Interest of Members of or Delegates of Congress. No member of or delegate to the Congress of the United States shall be admitted to any share or port of this contract or to any benefit arising therefrom. Drug-Free Workplace. The Contract shall comply with Government Code Section 8355 in matters relating to providing a drug-free worþlace. A certificate must be completed and submitted with the proposal (Refer to Certification 2.3). Contractor's Representations. The Contractor is familiar with all requirements of the general conditions, specifications and instructions. The Contractor is familiar with all matters affecting the performance of the work, including all general and special laws, ordinances and regulations that may affect the work, its performance or those persons employed therein. The Contractor is in the business and is fully qualifred and skilled in the f,reld of public transit and is fully willing and able to satisfy the requirements of the contract at the bid rates and any ward of contract is in reliance on such representations. It shall be the Contractor's responsibility to adhere to all federal, state, and local laws regarding the proposed service contract. Contractor's Eligibility. Contractor certifies it is not on the Comptroller General's list of ineligible contractors. Program Fraud and False or Fraudulent Statements and Related Acts. The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. $ $ 3801 et !gq. 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, the Contractor certif,tes or afhrms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, f,tctitious, 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 the Contractor to the extent the Federal Government deems appropriate. The 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 64 65 PH2 - 40 66. 67 reserves the right to impose the penalties of 18 U.S.C. $ 1001 and 49 U.S.C. $ 5307(nX1) on the Contractor, to the extent the Federal Government deems appropriate. The Contractor agrees to include the above two clauses in each subcontract f,rnanced in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. Governing Law. The Agreement which may ensue under this solicitation shall be governed exclusively by the federal laws of the United States of America, the laws of the State of California and the County of San Luis Obispo, and municipal code of the City of San Luis Obispo. THIS AGREEMENT WILL NOT BE GOVERNED BY THE UNITED NATIONS CONVENTION ON CONTRACTS FOR THE INTERNATIONAL SALE OF GOODS OR BY THE PROVISIONS OF ARTICLE 2A OF THE UNIFORM COMMERCIAL CODE, THE APPLICATION OF WHICH IS EXPRESSLY EXCLT]DED. The rights, obligations, and remedies of the parties shall be governed by the laws of the State of California. Whenever there is no applicable state statute or decisional precedent governing the interpretation of, or disputes arising under or related to, this contract, then Federal common law, including the law developed by Federal boards of contract appeals, the United States Claims court (formerly the Court of Claims), and the Comptroller General of the United States, shall govern. Venue of any action shall lie exclusively in the County of San Luis Obispo, California. This is the complete agreement between the parties. If any provision of the contract is fund to be invalid or unenforceable, the remaining provisions shall not be impaired. Patent Rights. FOR ALL PLANNING, RESEARCH, DEVELOPMENT, OR DEMONSTRATION UNDER THIS CONTRACT OR PROJECT: If any invention, improvement, or discovery of City or any of its third party contractors is conceived or ltrst actually reduced to practice in the course of or under this Project, and that invention, improvement, or discovery is patentable under the laws of the United States of America or any foreign country, City shall notify FTA immediately and provide a detailed report. The rights and responsibilities of City, its third party contractors and the Government with respect to such invention, improvement, or discovery, will be determined in accordance with applicable Federal laws, regulations, policies, and any waiver thereof. Any patentable result arising out of this contract, as well as all information, designs, specifications, know-how, data, and findings shall be made available to City and the government for public use, unless the Department of Transportation shall, in a specific case where it is legally permissible, determine that it is in the public interest that it not be so made available. If in accordance with this agreement, the Contractor furnishes research, development or consultative services in connection with the work and, if in the course of such research, development or consultation patentable subject matter is produced by the vendor, its PH2 - 41 68 70 officers, agents, employees, subcontractors, or suppliers, City shall have without cost or expense to it, an irrevocable, non-exclusive, royalty-free license to make, have made, and use, either itself or by anyone on its behalf, such matter in connection with any activity now or hereafter engaged in or permitted by City. Promptly, upon request by City, the Contractor shall furnish or obtain from the appropriate person a form of license satisfactory to City, but it is expressly understood and agreed that, as between City and the Contractor, the license herein provided for shall nevertheless arise for the benefit of City, immediately upon the production of said subject matter, and shall not await formal exemplif,rcation in a written license agreement, as provided above. Such license may be transferred by City to its successors, immediate or otherwise, in the operation or ownership of any facility now or hereafter operated by City, but such license shall not be otherwise transferable. Attorneys' Fees. Should either party institute any action to enforce this Agreement, or any provision hereof, the prevailing party in any such action or proceeding shall be entitled to receive from the other party all costs and expenses, including reasonable attorney's fees. Recycled Products. The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 1,2873, as they apply to the procurement of the items designated in Subpart B of 40 CFP.Paú247. Civil Rights. 1. Nondiscrimination. In accordance with Title VI of the Civil Rights Act, as amended, 42U.5.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, the 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, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. 2. Equat Employment Opportunity. The following equal employment opportunity requirements apply to the underlying contract: (a) 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 employnent 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 S_Qq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Emplo¡rment 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 1l PH2 - 42 72. are treated during emplo1.ment, 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. (b) Age. In accordance with section 4 of the Age Discrimination in Emplo¡ment 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. (c) Disabilities. In accordance with section 102 of the Americans with Disabilities Act, as amended , 42 U .S .C . 5 I2II2, the Contractor agrees that it will comply with the requirements of U.S. Equal EmploSiment 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 lssue. 3. The 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. Charter Service Operations The contractor agrees to comply with 49 U.S.C. 5323(d) and 49 CFR Part 604, which provides that recipients and sub recipients 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. School Bus Operations Pursuant to 69 U.S.C. 5323(Ð and 49 CFR Part 605, recipients and sub recipients 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 specif,red exemptions. When operating exclusive school bus service under an allowable exemption, recipients and sub recipients may not use federally funded equipment, vehicles, or facilities. No Government Obligation to Third Parties The Contractor acknowledge and agree that, notwithstanding any conculrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the t5 74. PH2 - 43 75 76. 77 express wdtten consent by the Federal Government, the Federal Government is not a party to this Agreement and shall not be subject to any obligations or liabilities to the City, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. Incorporation of Federal Transit Administration (FTA) Terms The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1E 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. The Conhactor shall not perform any act, fail to perform any act, or refuse to comply with any (name of grantee) requests which would cause (name of grantee) to be in violation of the FTA terms and conditions. Drug and Alcohol Testing The 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 the City of San Luis Obispo, 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. The Contractor agrees further to certify arurually its compliance with Parts 653 and 654 before July 1 and to submit the Management Information System (MIS) reports before March 10 to the Transit Manager at955 Morro Street, San Luis Obispo, CA 93401. To certify compliance the contractor shall use the "Substance Abuse Certifications" in the "Annual List of Certif,rcations and Assurances for Federal Transit Administration Grants and Cooperative Agreements," which is published annually in the Federal Register. Uses of Buses and Equipment. Contractor will use the buses, equipment, and SLO Transit's Bus Operations and Maintenance (OM) Facility solely for the purpose of operating SLO Transit service or for maintenance and other uses directly associated with the Service. Contractor's right to use the Buses and Equipment is merely a license that is terminable at will by SLO Transit andmay not be transferred or assigned by Contractor. Contractor will maintain the condition of the Buses, Equipment, and OM Facility and will return them to SLO Transit on the Termination Date in the same condition in which it received them, normal wear and tear accepted. Should Contractor return any Bus or Equipment prior to the Termination Date for any reason, it will be in the same condition as when delivered to the Contractor, normal wear and tear accepted. Without limiting the foregoing, the steering, suspension, body, brake, and drive train components of any Bus PH2 - 44 ) returned to SLO Transit at any time must, at the time of its return, meet OEM Specifications and manufacturer safety standards. City reserves the right to extend maintenance services and/or bus washer to third parties performed by the successful contractor. City and successful contractor will coordinate billing and conditions on a case-by-case basis. Prior to the Effective Date, Contractor and SLO Transit will video record the interior and exterior of each Bus, and conduct a joint inspection of its mechanical condition to establish its overall condition as of the time of transfer of the Bus to Contractor. WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their respective officer's thereunto duly authorized on the day written below their signatures. CONTRACTOR CITY By: Nick Promponas, SVP ATTEST By: APPROVED AS TO FORM By: Contractor Legal Counsel By: Jan Howell Marx, Mayor ATTEST: Maeve Kennedy Grimes, City Clerk APPROVED AS TO FORM: By: Christine Dietrick, City Attorney By: PH2 - 45 SECTION 3: SCOPE-OF-WORK Attachment 3 Exhibit A PH2 - 46 Attachment 3 Exhibit A Section 3 Table of Contents Subiect 3.0 General Information 3.1 Role of SLO Transit 3.2 Role of Contractor 3.2.I Operation 3.2.2 Operation Management 3.2.2.I Resident Manager 3.2.2.2 Maintenance Supervisor 3.2.2.3 Operations Supervisor 3.3 Driver Selection and Supervision 3.4 Training of Drivers and Operations Personnel 3.5 System Safety 3.6 Road Supervision 3.7 Deliveries and Distributions 3.8 HandlingOperationalEmergencies 3.9 Declared Emergencies 3.10 Vehicle Scheduling and Dispatching 3.11 Customer Service 3.12 Farebox Revenue Collection and Accounting 3.13 National Transit Database 3.14 Reporting 3.I4.I Daily Reports 3.14.2 Weekly Reports 3.I4.3 Monthly Reports and Invoice 3.14.4 Schedule Change and Runcut Reports 3.15 Monitoring and Auditing 3.16 Insurance 3.17 TrainingEquipment 3.18 Recycling Program 3.19 3.20 3.21 3.22 3.23 Marketing Activities Schedule Change Assistance Drug Testing Required Computer Capabilities and Competencies Maintenance 3.23.1 GeneralRequirements 3.23.2 Daily Vehicle Servicing 3.23.3 Facility Cleaning 3.23.4 Vehicle Interior Cleaning 3.23.5 Vehicle Exterior Cleaning 3.23.6 Preventative Maintenance and Inspection PH2 - 47 Attachment 3 Exhibit A 3.23.7 Subiect 3.23.8 3.23.9 3.23.10 3.23.11 3.23.12 3.23.t3 3.23.14 Daily Pre-Trip Vehicle Repair Tools and Equipment Maintenance Documentation and Reporting Major Repairs and Maintenance Computer and Special Diagnosis Training Fuel Cost Reimbursement Environmental Adherence 3.24 Service Performance Standards 3.24.I Incentives 3.24.2 Penalties 3.24.3 Employee Bonus Fund PH2 - 48 3.0 3.1 3.2 Attachment 3 Exhibit A SECTION 3: SCOPE-OF-WORK (Exhibit A of Agreement) General Information This Scope-of-Work contains technical specifications concerning work to be performed by independent Contractor upon entering into a written agreement with City. Proposing Contractors 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- 'Work as appropriate. This section describes the following: the role of City, the minimum level of performance required of Contractor in the area of transit operation and maintenance and standard performance and incentives. Role of the City City will establish policies and procedures for the provision of Fixed Route Transit Seryices of SLO Transit. City shall provide vehicles furnished with mobile radio units, fareboxes, decals and logos, vehicle licenses, system marketing and marketing literature, passes, tickets and transfers. Refer to Appendix 1 in Section 8 (which will be Exhibit A, Appendix 1 of the Agreement) lists all items and services provided by the City. Role of Contractor 3.2.I Operation Contractor is required to perform all fixed route transit operation services using vehicles and facility (facility located at 29 Prado Road, San Luis Obispo) provided by City. Fixed route service shall be operated in strict accordance with timetables published by City. 3.2.2 Operations Management Contractor shall provide operations management at a level and capability to oversee its functions and employees. Duplication of City's general management responsibilities is specifically not requested. The contract also requires key positions with the goal to enable the Contractor to better focus on overall operations, service reliability, safety, and quality of service. The key management position in Section 3.2.2.I is required by the Contractor to maintain. 3.2.2.1 Resident Manager Contractor shall designate and provide the services of a full+ime Resident Manager, subject to the approval of the Transit Manager. The Resident Manager must have a minimum of five years of experience in transportation operations or a similar industry, including at least three years supervisory experience with drivers or employees of a similar industry. A bachelor's degree in a related field from a four- year college may be substituted for two years of transportation experience and for one year of supervisory experience. The office of the Resident Manager will be physically located at City's operations facility (29 Prado Road, San Luis Obispo) and this individual will be expected to PH2 - 49 Attachment 3 Exhibit A remain at the facility or otherwise within the service area, and shall perform no other work, thus, solely working on this Scope of Work. The principle function of the Resident Manager will be to oversee employees of Contractor and monitor operational activities associated with this Scope-of-Work. The Resident Manager will regularly advise City's Transit Manger in advance of times during which the individual will be unavailable due to sickness and vacation. The Resident Manager will, through Contractor, be responsible to City for the safe and reliable provision of fixed route bus seruice referenced in this Scope-of Work. The Resident Manager will be expected to directly supervise the daily activities of all drivers, dispatchers, call takers, oversee the development and implementation of standard operation procedures approved by the Transit Manager, and other personnel necessary to support system operations. Contractor shall assure City that the Resident Manager designated for this project will not be replaced without the written consent of the Transit Manager. Should the services of the Resident Managers become no longer available to Contractor, the resume and qualification of the proposed replacement shall be submitted to the Transit Manager for approval as soon as possible, but in any event, no later than five (5) working days prior to the departure of the incumbent Resident Manager, unless Contractor is not provided with such notice by the departing employee. The Transit Manager shall have up to ten (10) working days following receipt of these qualifications to respond to Contractor concerning acceptance of the candidate for replacement Resident Manager. The candidate(s) for replacement will be orally interviewed by the Transit Manager. If an acceptable replacement is not found within ten (10) days after the Resident Manager has departed, Contractor shall assign a senior management official, or other supervisor approved by the Transit Manager to serve as interim Resident Manager until a suitable permanent replacement is found. The Transit Manager retains the right ofprior approval over each candidate. Contractor shall undertake all reasonable efforts in good faith to maintain quality and continuity in its selection of the Resident Manager. The Resident Manager will work cooperatively with City's Transit Manager in matters of assuring service quality, providing operation data as described in this Scope-of-Work, responding to comments from bus passengers and the general public and responding to specific requests for other assistance as the need arises. 3.2.2.2 Maintenance Supervisor Contractor shall provide the services of a capable Maintenance Supervisor, subject to approval of the Transit Manager. The office of the Maintenance Supervisor will be physically located at City's operations facility (29 Prado Road, San Luis Obispo) and this individual will be expected to remain at the facility or otherwise within the service area, and shall PH2 - 50 Attachment 3 Exhibit A perform no other work, thus, solely working on this Scope of Work. The principle function of the Maintenance Supervisor will be to oversee employees of Contractor and monitor operational activities associated with this Scope-of-Work. The Resident Manager will regularly advise City's Transit Manger in advance of times during which the Maintenance Supervisor will be unavailable due to sickness or vacation. An Acting Maintenance Supervisor will be designated by Contractor during the absence of the Maintenance Supervisor due to sickness or vacation. The Maintenance Supervisor must have a minimum of five (5) years of experience in progressively responsible positions of a relevant nature. The Maintenance Supervisor must have experience with large and small bus diesel, gasoline, and CNG engines, air conditioning systems, transmissions, and wheelchair lifts. Technical expertise is considered as important as administrative capability in the Maintenance Supervisor; however, some demonstrated ability to direct the work of other maintenance personnel, and interact with the City. The Maintenance Supervisor shall receive formal training at the sole expense of Contractor in maintenance and repair techniques of all types of vehicles and their associated equipment and components used by SLO Transit in service immediately upon assignment of the position. Contractor shall define the relationship between the Resident Manager, Operations Supervisor, and the Maintenance Superuisor. The Maintenance Supervisor shall be directly responsible for maintaining the fleet as described in this Scope-oÊWork and for monitoring the performance of all work to ensure thatall specifications are met. Contractor shall assure City that the Maintenance Supervisor designated for this project will not be replaced without the written consent of the Transit Manager. Should the services of the Maintenance Supervisor become no longer available to Contractor, the resume and qualifications of the proposed replacement shall be submitted to the Transit Manager for approval as soon as possible, but in no event, later than five (5) working days prior to the departure of the incumbent Maintenance Supervisor, unless Contractor is not provided with such notice by the departing employee. The Transit Manager shall have up to ten (10) working days following receipt of these qualif,rcations to respond to Contractor concerning acceptance of the candidate for replacement Maintenance Supervisor. The proposed replacement candidates will be interviewed by the Transit Manager. If an acceptable replacement is not found with ten (10) days, Contractor shall assign a senior management offlrcial or other supervisory employee acceptable to City to serve as interim Maintenance Supervisor on a full-time basis until a suitable permanent replacement is found. The Transit Manger retains the right of prior approval over each candidate. Contractor shall undertake all reasonable efforts in good faith to maintain quality and continuity in its selection of the Maintenance Supervisor. PH2 - 51 Attachment 3 Exhibit A The Maintenance Supervisor will work cooperatively with City's Transit Manager to assure service quality, and provide maintenance data as described in Section3.23 of this Scope-of-'Work. 3.2.2.3 Operations Supervisor Contractor shall provide the services of a capable Operations Supervisor, subject to approval of the Transit Manager. The office of the Operations Supervisor shall also be physically located at City's operations facility. This individual will be expected to remain at the facility or otherwise within the service area, and shall perform no other work, thus, solely work on this Contract. The principle function of the Operation Manager will be to assist the Resident Manager in the oversight of employees of Contractor and monitor operational activities associated with this Scope-of-Work. The Operations Supervisor will report to the Resident Manager. The Operations Supervisor will assume the duties of the Resident Manager at times the Resident Manager is unavailable due to sickness or vacation. Contractor shall assure CiIy that the Operations Supervisor designated for this project will not be replaced without the written consent of the Transit Manager. Should the services of the Operations Supervisor become no longer available to Contractor, the resume and qualification of the proposed replacement shall be submitted to the Transit Manager for approval as soon as possible, but in no event, no later than five (5) working days prior to the departure of the incumbent Operations Superuisor, unless Contractor is not provided with such notice by the departing employee. The Transit Manager shall have up to ten (10) working days following receipt of these qualifîcations to respond to Contractor concerning acceptance of the candidate for replacement Operations Supervisor. The candidate(s) for replacement will be orally interviewed by the Transit Manager. If an acceptable replacement is not found within ten (10) days after the Operations Supervisor has departed, Contractor shall assign a senior management official, or other supervisor approved by the Transit Manager to serve as interim Operations Supervisor until a suitable permanent replacement is found. The Transit Manager retains the right ofprior approval over each candidate. Contractor shall undertake all reasonable efforts in good faith to maintain quality and continuity in its selection of the Operations Supervisor. I)river Selection and Supervision Contractor shall be entirely responsible for the employment and supervision of drivers necessary to perform system operations. Such responsibilities shall include, although not necessarily be limited to: driver recruitment, screening, selection, training, supervision, employee relations, evaluation, retraining and termination. 3.3 PH2 - 52 3.4 Attachment 3 Exhibit A Contractor shall use appropriate driver screening and selection criteria in order to employ drivers of City vehicles. These criteria will include, although not necessarily be limited to: o Department of Motor Vehicles license check, . Criminal record check, and . Drug and substance abuse testing in conformance with United States Department of Transpofi ation regulations. Contractor shall be responsible for all applicable labor assignments for revenue servrce drivers. The composition of Contractors labor assignments shall reflect abalance between efficient labor utilization and reasonable personnel practices supporting driver longevity of experience and job commitment. Drivers shall be in uniform at all times while in service or otherwise on duty. The Contractor shall provide driver uniforms for its employees. Minimum uniform requirements as specified in Paragraph 12, Uniforms, of the Agreement shall be adhered. 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). Nothing in this section shall be construed by either Contractor or City to be in conflict with the language and intent of Paragraph 9, Control, of the Agreement, of which this Scope-of-Work is a part. Refer to Appendix2 in Section 8 (which will be Exhibit A, Appendix 2 of the Agreement). Training of Drivers and Operations Personnel At all times during operation of any bus in connection with these services, drivers shall have available a time piece having and accuracy of plus (+) one (1) minute per month and set each day in accordance with procedures provided by City to the Contractor. Refer to Appendix 2 in Section 8 (which will be Exhibit A, Appendix 2 of the Agreement). Outlines all driver and driver training requirements. Contractor shall develop, implement and maintain a formal training and retraining program for all drivers in accordance with Federal and State of California laws. The program must provide a fixed minimum number of hours of training for new employees, including classroom instruction, behind-the-wheel training under supervision of a certified instructor, and in-service training. It will be the responsibility of Contractor to train drivers to ensure good conduct of passengers on the buses. Drivers will enforce City's rules of conduct. The program must provide formal retraining measures, including criteria for determining the success of retiring efforts. Contractor shall not conduct behind-the-wheel training with vehicles provided by City while in revenue service hours. All drivers must complete Contractor formal training program as approved by City and be licensed with a valid California Class 2 Operator' s License prior to entering revenue service. PH2 - 53 3.5 3.6 Attachment 3 Exhibit A Dispatchers and call takers, as well as any other individuals who may from time to time be assigned to working the revenue selice route telephone information phone lines shall be trained in proper telephone etiquette. Employees will be monitored for courtesy and tact; refresher training offered, as necessary. Drivers will, when requested by City, hand out notices to passengers or otherwise render assistance in City's monitoring and supervising operations. Driver will conduct surveys to collect passenger data as specif,red by the City. Drivers will be required to honor special passes, collect tickets and issue and collect transfers as directed by City. Drivers will not handle money. Drivers will record ridership counts by passenger category on manual and/or electronic counters provided on the buses. System Safety Contractor shall assume full responsibility for assuring the safety of passengers. The Contractor shall also be responsible that operations personnel and City's capital assets are maintained at the highest possible level throughout the duration of the Agreement. Contractor shall comply with all applicable California Highway Patrol and OSHA requirements. Contractor shall develop, implement and maintain a fbrmal sal'ety program approved by City, which meets or exceeds the minimum responsibilities dehned in this Scope-of-Work. This program should include the establishment of a safety committee with a minimum of six annual meetings with membership approved by City and periodic safety meetings, participation in safety organizations, safety incentives offered by Contractor to drivers and other employees, and participation in risk management activities under the auspices of Contractor's insurance carrier or other organization. Road Supervision Contractor shall provide fuIl time road supervision to monitor drivers and vehicles operating in revenue service and the supervisors will conduct system monitoring, assist drivers in revenue service, and conduct passenger surveys. At the sole discretion of the Transit Manager, Road Supervisors may conduct weekly sample suryey summaries in accordance the requirements of National Transit Database (formerly Section 15) reporting requirements per City's satisfaction. Contractor shall develop, implement and maintain formal procedures to be used by road supervisory personnel. Road supervision should be scheduled and coordinated by the Resident Manager or his/her designee. Deliveries and Distributions Contractor shall deliver appropriate schedules outlets throughout the community. Contractor personnel will also deliver information packets to the Committee members of the Mass 3.7 PH2 - 54 Attachment 3 Exhibit A Transportation Committee (MTC) homes prior to their meetings as well as packets to subcommittees of the MTC's. Contractor shall distribute information to customers prepared and as specified by City 3.8 Handling Operational Emergencies Contractor shall develop, implement, and maintain formal procedures to respond to emergencies and routine problems. Such occumences to be addressed include, although are not necessarily limited to: in-service vehicle failures; revenue vehicle buses operating more than fifteen (15) minutes behind published schedule; lift failures on buses in service; passenger disturbances; passenger injuries and vehicle collisions. 3.9 Declared Emergencies In the event of a declared emergency, the Contractor shall deploy vehicles in a manner described by the City. City shall only be obligated to provide extra compensation to the Contractor for service, which significantly exceeds the normal expense of operating the service during such period of declared emergency. 3.10 Vehicle Scheduling and Dispatching Contractor shall provide an adequate fixed number of persons to staff revenue service vehicle dispatching functions. These persons shall also be responsible for maintaining radio control with all vehicles in service and for maintaining the daily dispatch log. The dispatch log format and contents is subject to the approval of the Transit Manager. Scheduling and dispatching personnel shall be trained in professional techniques, radio protocol, and in cooperation approaches with drivers and passengers. City shall provide Contractor with a mobile radio system revenue service dispatching. Contractor shall have staff trained and experienced in preparing efficient schedules and run-cuts for City fixed route service after City provides the necessary parameters and criteria. The schedules prepared shall be submitted to City for approval. Personnel shall be trained as discussed in Section 3.4 and the performance will be monitored and refresher haining will be offered by Contractor, as necessary. 3.11 Customer Service City shall provide telephone extensions for use by Contractor for providing telephone information and receiving reservations for revenue service. Contractor shall maintain a courteous, professional, and composed demeanor during all interactions with the public. The existing telephone lines will be provided, for revenue services. Contractor shall provide trained personnel to receive incoming telephone calls. Telephones will be answered during all hours there is a bus in revenue service to provide telephone information as requested by customers and other agencies. Adequate customer information staffing shall be provided during these times. Contractor shall arraîge work shifts which efficiently reflect the volume of incoming telephone calls. PH2 - 55 Attachment 3 Exhibit A Contractor shall develop, implement and maintain a daily schedule of labor resources to handle telephone calls. This schedule shall identi$ work assignments, specifu non- telephone work assigned concur¡ently, and work shift times. 3.12 Farebox Revenue Collection and Accounting All farebox revenues collected on vehicles operated in fixed route service are the property of City. Contractor shall make all reasonable efforts to collect fares on behalf of City. City shall provide a fare and transfer policy and shall retain sole option to adjust such policy. City shall provide electronic registering fareboxes, farebox receiving vault, and farebox computer. Contractor shall provide bill counters, and coin counters. Contractor shall develop a secure fare revenue processing process, subject to approval by Transit Manager, to account for revenues collected on fixed route buses and deposit them into local bank account designated by City for that purpose. Contractor shall not open vaults prior to 8.00 a.m. on the next operating day following the day for which revenues were collected. City reserves the right to count revenues contained in each farebox vault. Contractor shall faithfully deposit farebox revenue into City's account not later than one (1) banking day after the day for which revenues are collected. 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. 3.13 National Transit Database The Contractor shall be responsible for collection of Federal Transit Administration (FTA) National Transit Database (NTD) Report data (formerly Section 15). The Contractor will also be responsible for the design of all sampling methodology in accordance to FTA Circular 27I0.4A,. The Contractor shall prepare and submit daily, weekly, monthly, quarterly and annual NTD reports to the Transit Manager. Also, the Contractor should certifu that the data is accurate and should develop an auditing procedure for the annual reports. Specifically, the Contractor will be responsible for collecting data for the NTD forms in approved format by the Transit Manager. 3.14 Reporting Contractor shall submit operating data and related information to the specification and satisfaction of City. As City's needs for data change from time to time, Conhactor shall assist City in implementing revised data collection procedures and methods. Contractor shall be responsible for accurately completing then forms developed by Contractor and approved by City at the time interval indicated. One original copy of each form shall be provided to City. Contractor shall duplicate forms as necessary for completion and submittal to City. Weekly reports shall be delivered to City no later than 3:00 p.m. on the second working day following the end of the operating week. Typically, this will be Tuesday. Monthly reports, including Contractor's invoice, shall be submitted to City no later than the tenth (1Oth) day of the calendar month following the month of service provided. PH2 - 56 Attachment 3 Exhibit A All reports shall be regarded as supportive documentation of Contractor's invoice for payment and shall be submitted on a timely basis. 3.14.1 Daily Report o Contractor shall submit daily ridership adjustments by route and fare type to Transportation Assistant each business day morning. o Farebox edits will be completed each morning before 10:00 am. 3.14.2 Weekly Reports The following reports shall be submitted to City on a weekly basis Dispatch log (original) Lost and Found Logs Crystal Reporting Canned/Text Messages Reports Weekly Repair Schedule of all vehicles Staff work schedule for the up-coming week The Transit Manager shall be immediately notified of any incident and accident. A written report shall be submitted to the Transit Manager within two (2) hours of the accident. Written Accident Report to include Police Report number within ten days ofoccurrence (upon occurrence). NTD surveys, which consists of: the recording and summation of passenger activity; beginning and ending farebox revenue, calculation of passenger miles and total farebox revenue collected Unusual occuffence report, serious unusual occurrences shall be reported immediately Incident report per NTD Wheelchair Usage Report Bicycle Usage Report Fixed Route revenue bank deposit slip, original and photo copy Written response to service complaints (upon occurrence) Passenger comments and complaints log Fare Media packets, containing Prado Tokens, Free Tokens, Promo passes and unused issued Day Passes. Weekly AVL, Electronica Sign, OtVia and Client Software issues report. 3.14.3 Monthly Reports and Invoice The following reports shall be submitted to City on a monthly basis: o Crystal Reports On-Time Performance Report o Schedule adherence reports will include a separate summary of on-time performance for revenue services. . Invoice for services provided a a PH2 - 57 Attachment 3 Exhibit A ¡ Management report by Contractor, outlining activities for the month including any unusual events, incidents, suggestions, etc., per Section 3.23.I0. o Hours and mileage report by vehicle, including revenue hours/miles, non-revenue hours/miles, total vehicle seryice hours/miles, training hour/miles, city use hours/miles, and maintenance hours/miles. o Mechanical defects during revenue and non-revenue service . Body damage by vehicle o Preventative maintenance report by vehicle with cost . Drug and alcohol tests and results . Facility cleanliness report 3.14.4 Schedule Change and Runcut Reports The following report shall be submitted electronically to the City five working days after a minor or major schedule change: o Drivers' paddles, and run cuts. o Summary, format to be approved by City, which will include daily revenue hours and miles, non-revenue hours and miles, total hours and miles, and recover time by run by route, by service period (AM peak, midday, PM peak, and evening) and by day type (weekday, Saturday, Sunday, holiday, etc.). 3.15 Monitoring and Auditing Cil"y shall have the right to have authorized persorurel board, at no cost to CiIy, all buses utilized by Contractor in the performance of service for the pulpose of monitoring service. In addition, the City reserves the right to monitor services and audit all records in connection with providing seruice, using hired personnel, without prior notification to the Contractor. 3.16 Insurance Contractor shall procure and maintain in full force, insurance at the levels prescribed in Paragraph 26,Insurance, of the Agreement. Contractor's insurance policy shall cover City employees with appropriate California DMV licenses to operate City owned equipment at the sole request of the Transit Manager or his designee. Contractor shall charge City for the direct cost of insurance only. City's designated employees will be covered for liability insurance. 3.17 TrainingEquipment Contractor shall provide all training equipment including, but not limited to, the following: VCR, TV, video camera and all other audio and visual equipment associated to driver and safety training. 3.18 Recycling Program PH2 - 58 Attachment 3 Exhibit A Contract shall implement, maintain, and encourage a recycling program for their employees to material that can be recycled by the City. Contractor will implement measures to reduce paper trash as a requirement of the City. 3.19 MarketingActivities City will provide primary marketing and advertising. However, the Contractor will assist and contribute to marketing and advertising both financially and non-financially of revenue services to promote ridership on SLO Transit. The Contractor should maintain a current understanding of the SLO markets and the demographics to implement campaigns approved by City. Contractor shall install advertising material on the vehicles as requested by Transit Manager or his/her designee, shall distribute brochures to all brochure distribution points in seruice area on a frequency that is sufficient to maintain a continuous brochure supply at each of the locations, but not less than once per week, and shall distribute literature on the vehicles at all times. 3.20 Service Change Assistance Contractor will provide personnel to assist in service change activities including, but not limited to, the following: bus stop sign route information, bus stop schedule information, rider alerts, passenger notifications, new bus stop evaluations, schedule deliveries, runtime evaluation, and other field assistance necessary to implement schedule changes. 3.21 Drug Testing Drug testing must be done in compliance with the United States Department of Transportation regulations. This includes pre-employment, post-accident, random and probable cause testing. Contractor will submit a copy of their drug testing policy and program to City prior to commencing work on the contract. Contractor will also submit ongoing reports as required by City, the United States Department of Transportation, and the Federal Transit Administration. The Contractor will bear the cost of this program. 3.22 Required Computer Capabilities and Competencies The City shall provide its Contractor employees with access to computer workstations capable of operating Microsoft Windows environment, Microsoft Office 2000, Access, and email communications with City for City use only. City shall provide six (6) computers, software and IT support, and diagnosis and repair of equipment. The Contractor at its sole expense will supply all the training of software, tracking and ridership programs. Contractor's hardware and software shall be compatible with City's computer and information environment. 3.23 Maintenance 3.23.1 General Requirements Contractor shall perform maintenance functions and activities as described in this sub-section and in Appendices 3 and 4 in Section 8 (which will be Exhibit A, Appendix2 and Appendix 3 of the Agreement). PH2 - 59 Attachment 3 Exhibit A Using City's facilities and major tools in place on June 30, 2013, Contractor shall service, maintain and repair revenue and non-revenue service vehicles to the satisfaction of City. Services provided by Contractor shall meet or exceed the general standards prevailing within the transit industry, and shall, at a minimum, meet the specific requirements described herein, and those of the bus manufacturers. Contractor shall be responsible for purchasing and maintaining, tools and equipment inventories, vehicle cleaning and servicing, providing reports describe herein and maintaining a clean and safe work area. Contractor shall be responsible for maintaining GFI farebox equipment and bus washer. Using the fleet of City's revenue vehicles referenced in this Scope-of-Work, Contractor shall ensure that there are sufficient number of operable vehicles available to meet all scheduled services in a safe, reliable, and clean manner. Refer to Section 3.24. 3.23.2 Daily Vehicle Servicing For vehicle servicing requirement, refer to Appendix 3 in Section 8 (which will be Exhibit A, Appendix 4 of the Agreement). 3.23.3 Facility Contractor shall provide janitorial services to the building and grounds. Contractor shall be responsible for cleaning the operations office areas, maintenance office arca; all shop areas and the service areas including washing, fueling and parking facilities on a weekly basis to the satisfaction of the Transit Manager. Facility cleaning will include, but not be limited to these activities: vacuuming, floor scrubbing, dusting, window washing and bathroom cleaning. If major repairs are required, Contractor shall noti$ the Transit Manager in writing. Contractor shall retain responsibility for cleaning, resurfacing and painting of all shop areas, fueling and washing areas and the parking areas. Facility cleaning will be done on a daily basis and shall include, but not be limited to: sweeping and floor scrubbing to remove grease and oil from concrete surfaces and pickup of papers and garbage at the fueling, washing and parking areas to the satisfaction of the Transit Manager. Contractor will assume responsibility for cleaning the operations office area, maintenance office areas, driver's day room, all bathrooms and windows. If in the opinion of the Transit Manager, the cleaning is not satisfactory; City shall assess a penalty of Two Hundred Fifty Dollars ($250.00) per day. Refer to Section 3.25.2.9. City will provide structural or mechanical repairs to the facility and grounds, unless required repairs are required due to abuse, misuse, or willful damage by Contractor, its employees, agents, and representatives. 3.23.4 Vehicle 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 and dusted daily. During the daily interior cleaning process, all foreign matter such as gum, grease, dirt and PH2 - 60 Attachment 3 Exhibit A graff,rti shall be removed from interior surfaces, including interior panels, windows, seats and upholstery. All graffiti and dirt adhered to the seats; interior panels and windows must be removed within 24 hours. Any damage to seat upholstery shall be repaired within twenty- forn (24) hours upon discovery. The interiors of all vehicles shall be thoroughly washed at least once per week, including all windows, seats, floor, stanchions and grab rails. Ceilings and walls shall be thoroughly cleaned at least once per month, or more often as necessary. Floors shall be waxed with a non-slip wax at least once per month, or more often as necessary. The interior glass for the destination sign shall be cleaned as necessary to maintain a clean appearance and maximize visibility. Vehicle shall be able to pass the white glove test. Refer to Appendix 3 in Section 8 (which will be Exhibit A, Appendix 3 of the Agreement). Refer to Section 3.24. 3.23.5 Vehicle Exterior Cleaning Contractor shall remove all graffiti, dift and/or other marks on the vehicle exterior within twenty-four Q\ hours of discovery. Exteriors of all vehicles shall be washed as required to maintain a clean, inviting appearance and in no event less than twice per week. 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 edge guards shall be cleaned and treated with a preseruative at least once per month, or as necess ary to maintain an aftractive appearance. Contractor shall maintain an up-to-date record of all washings and major cleanings. Said record shall be made available to Transit Manager upon request. A vehicle may be removed from service by the Transit Manager for unacceptable appearance, and Contractor shall be subject to penalties. Contractor shall be subject to random spot checks where a City staff member checks a sample of vehicles. City reserves the right to pull vehicles out of seryice if they do not meet the standards set forth in this contract. This check will look for cleanliness problems, graffiti, W/C lift operation, seats missing, mechanical operations, mechanical conditions, and any other critical items City deems important. Please refer to Appendix 3 in Section 8 (which will be Exhibit A, Appendix 3 of the Agreement). Refer to Section 3.24. PH2 - 61 Attachment 3 Exhibit A 3.23.6 Preventative Maintenance and Inspection Contractor shall perform all maintenance work on all vehicles utilized in the provision of service associated with this Agreement. Contractor shall adhere strictly to the preventive maintenance schedules in accordance with industry manufacturer's standards and manufacturers' service schedules. This schedule shall be considered by Contractor to be the minimum requirement only, and shall not be regarded as reasonable cause for deferred maintenance in specific instances where Contractor employees observe that maintenance is needed in advance ofschedule. Contractor shall not defer maintenance for reason of shortage of maintenance staff or operable buses, nor shall service be curtailed for the purpose of performing maintenance. Contractor shall adjust the work schedules of its employees as necessary to meet all scheduled services and complete maintenance activities according to the maintenance schedule. Refer to Appendices 3 and 4 in Section 8 (which will be Exhibit A, Appendix 3 and Appendix 4 of the Agreement). 3.23.7 Daily Pre-Trip Inspection Each vehicle operator must conduct a daily pre-trip vehicle inspection prior to placing the vehicle in service. Contractor shall submit to the Transit Manager for approval of list of items to be included as part of the daily vehicle inspection. Daily pre-trip inspections must be supplemented by regularly scheduled maintenance inspections to monitor the vehicles operating condition. Contractor shall keep a record of all such inspections and shall make said record available to Transit Manager or City upon request. Prior to pullout, Contractor shall repair or replace any vehicle, which poses a safety or operational problem based on results of the daily pre-trip vehicle inspection. 3.23.8 Vehicle Repair All repairs to revenue and support vehicles, including electronic components, shall be performed by Contractor. Repairs shall include, although not be limited to, work to correct loss damage and adjustments due to normal wear and tear of vehicles. Repair work shall be conducted as soon as such work is identified. Contractor shall repair problems as noted during scheduled inspections and on daily trouble cards in a timely basis. Contractor shall provide City weekly repair schedule maintenance to assure City that repairs are remedied. Contractor shall document the time and nature of the repair work completed in response to identification of problems by staff or passengers. Preventive maintenance and running repairs shall receive first priority in the application of Contractor's resources to work described in Appendices 3 and 4 in Section 8 (which will be Exhibit A, Appendix 3 and Appendix 4 of the Agreement). Major repairs and heavy maintenance shall be performed as described in Section 3.23.12. Major repairs and heavy maintenance, such as major component rebuilds shall be second priority and performance. Contractor will be expected to consult with City immediately when available resources cannot cover all maintenance and repair work. In such PH2 - 62 Attachment 3 Exhibit A circumstances, City shall prioritize work. City may utilize other vendors and suppliers to make major repairs should Contractor be unable for whatever reason to perform this work. Contractor shall be familiar with vehicle warranties and shall notiSi City prior to commencingwananty work on any vehicle. Contractor shall be responsible for the maintenance and repair, but not be limited to, the following: electronic headsigns, vehicle computers, electronic fareboxes, wheelchair ramps and lifts, bus washer, all other electronic, mechanical, and non-electronic bus components. 3.23.9 Tools and Equipment Contractor shall provide all tools necessary for the maintenance and repair of City's equipment. Contractor may use City tools in place as of July 1,2013. Contractor shall conduct an annual audit and reconciliation of the tools and equipment provided by City. Contractor shall reimburse City for the full replacement value of any and all items broken, damaged, lost or stolen. City shall inform Contractor in writing of the items for which reimbursement is expected and shall deduct the entire amount from the next monthly payment to City for services operated and invoiced in accordance to the terms of the Agreement. 3.23.10 Maintenance Documentation and Reporting Contractor shall be required to submit reports and supportive documentation evidencing the performance as described in this Scope-of-Work. Contractor shall provide reports in the form and on the schedule approved by the Transit Manager. As City's needs for data changes form time to time, Contractor shall willingly assist the Transit Manager in implementing revised reporting procedures and methods. Contractor shall be responsible for accurately completing the following forms at the time interval indicated. One original copy of each form shall be provided to Contractor by City. Contractor shall duplicate forms as necessary for completion and submittal to City. Weekly reports shall be submitted no later than 4:30 p.m. of the second working day following the end of the operating week. Typically, this will be Tuesday. Monthly reports, including the Contractor's invoice, shall be submitted to City no later than the tenth (10th) day of the calendar month. All reports shall be regarded as supportive documentation of Contractor's invoice for pay. 3.23.10.1 Weekly Reports The following reports shall be submitted to City on a weekly basis PH2 - 63 Attachment 3 Exhibit A o Bus report to be provided to City and identifying current vehicle status, including preventive maintenance inspections (PMI) in progress, air conditioning and wheelchair lift status. o Report of damages due to accident. A written report shall be provided to City staff immediately after occurrence. o PMI checklists. o Consumption of fuel by each vehicle & lubricants by each vehicle. . Roadcall report identifuing date, vehicle number, problem and mileage of vehicle and miles since last road call, and PMI for that vehicle. . Service call report. 3.23.10.2 Monthly Reports The following reports shall be submitted to City on a monthly basis o Warranty claims for all labor and parts. o All work orders. o Distribution of Contractor employee bonus fund. 3.23.11Major Repairs and Heavy Maintenance Major repairs and heavy maintenance shall include 1. Replacement of engine and/or transmission of vehicles owned by City that are not under wananty; and exterior and interior painting of entirc vchiclcs; 2. Major repair to the engine shall include all failed components housed within the cylinder heads, accessory drive covers and block of the engine, and any component which requires the removal of the engine from the vehicle or the separation of the transmission from the engine; 3. Major repair to the transmission shall include all failed components housed within the casing of the transmission (excluding f,rlters) to include the torque converter and transmission retarder; and, 4. Major repair to the rear axle and drive gear assembly shall include any repair other than outside wheel bearing and seals. If Contractor determines that major repair and heavy maintenance is necessary, Contractor shall noti$' the Transit Manager in writing, detailing the reasons for such a determination and including pertinent information from the vehicle file and a detailed outside vendor's cost estimate. After inspection and review by Transit Manager and/or his designee, City may direct Contractor in writing, to proceed with the recommended work. City will reimburse the Contractor for the amount approved by the Transit Manager. Contractor will be responsible for costs not approved by the Transit Manager. Contractor shall submit a copy of the detailed invoice to Transit Manager. If Transit Manager andlor his designee determine that such work is necessary due to maintenance and/or failure to maintain component based on manufacturer's instruction PH2 - 64 Attachment 3 Exhibit A andlor recommended/specified service interval by Contractor, City will not be liable for any costs. Contractor shall remain responsible for all costs related to repair or replacement of any engine driven component such as generators, hydraulic pumps, water pumps, valve covers, oil pans, alternators, voltage regulators, air compressors, air conditioning compressors, vacuum pumps, starter motors and turbocharger. Contractor shall also remain responsible for all costs related to repair or replacement of transmission related parts such as oil coolers, extemal oil lines, external filters, external linkage modulators, external speedometers/odometers, "driven" gears or sensors, neutral start switches and temperature sensors. 3.23.12 Computer and Special Diagnosis Training. Contractor, at its sole expense, shall provide its mechanics and employees with access to computer workstations capable of operating Microsoft Windows environment, Microsoft Office 2000, Access (and other database applications (e.g. FoxPro), and email communications with City. The Contractor, at its sole expense, shall provide all the training of software, hardware diagnosis repair equipment by the Contractor and/or the City. Contractor's hardware and software shall be compatible with City's computer and information environment. Contractor, at its sole expense, shall provide all training for servicing activities directly or indirectly associated to transit operations and vehicle maintenance, including but not limited to, the following: transmissions, engines, electronics, GFI fareboxes, etc. 3.23.13 Fuel Cost Reimbursement The Contractor is responsible for all fuel related costs for First Transit owned vehicles. The City will pay alI fuel related costs for Revenue and city owned staff vehicles. City owned support vehicles are to be used exclusively for Street Supervisor and Maintenance duties. The City will receive a monthly fuel credit if these vehicles are used in non-contractual related operations support such as to shuttle FT drivers tolfrom the DTC or other locations such as Cal Poly. The Transit Manager will be notified on each occasion that a City vehicle is used for this purpose and the circumstances. City support vehicles will keep a trip log approved by the Transit Manager. City owned vehicles are not allowed to travel out of the City of San Luis Obispo without authorization of the Transit Manager in advance. The revenue vehicle mileage rate assumes all variable and consumable costs of the Contractor. 3.23.14 Environmental Adherence Contractor shall be responsible for all environmental expenses and maintenance for bus operations. Contractor shall be responsible for establish and/or transfer facility operator with appropriate environmental agencies, perform all necessary duties and tasks to prepare and submit report to the state, and pay appropriate fees. The Contractor shall also be responsible for the inspection and cleaning of two clarifiers at the bus yard. PH2 - 65 Attachment 3 Exhibit A 3.24 ServicePerformance Standards 3.24.1Incentives 3.24.1.1 Total Revenue Vehicle Miles between Preventable Collision Accidents Incentive The City shall pay the Contractor a fiscal quarterly lump sum of two hundred dollars ($200) as an incentive payment if fixed-route preventable collision accidents between revenue vehicle miles equals or exceeds seventy thousand (70,000) miles. The total revenue miles will be computed using the City's fiscal quarter period consisting of three months. The first fiscal quarter consists of the months of July, August, and September. The second fiscal quarter consists of the months of October, November, and December. The third fiscal quarter consists of the months of January, February, and March. The fourth fiscal quarter consists of the months of April, May, and June. The number of preventable accidents and incidents occurring in the fiscal quarter when divided into the total revenue vehicle miles will be the basis for determining miles between incidents. 3.24.2 Penalties City's election not to reduce the amount owed by it to Contractor for the assessments detailed 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 it obligations to satisfu 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. The Transit Manager's decision with regard to the assessment of payment increases or reductions, based on Section 3.24.2, is final and may not be appealed. After bonuses or 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. This Performance Incentives Program does not lessen City's right to declare a material breach of contract for non-compliance reasons, nor does it constitute a waiver of any other remedies provided by law. This program is in addition to, and not in lieu of, all other City remedies for failure to perform the Agreement. 3.24.2.1 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 ofthree hundred dollars ($300.00) per occurrence. PH2 - 66 Attachment 3 Exhibit A Should a vehicle in revenue service be determined to not meet the vehicle cleanliness standards set forth in Section 3, the contractor shall be assessed a penalty of one hundred fifty dollars ($150.00). 3.24.2.2 On-Time Performance Penalty Contractor shall pay City a monthly lump-sum of five-hundred dollar ($500) as a penalty payment for each revenue service route for which on time performance is less than 95Yo on any one transit route, and a one thousand dollar ($1,000) penalty payment for each revenue service route (local transit) on which on time performance is less than 90Yo, and a two thousand dollar ($2,000) penalty payment for each revenue service route (local transit) on which on time performance is less LhanS5o/o. A bus shall be considered "NOT ON-TIME" if: (a) it depafis before the scheduled depafture time; andlor (b) it departs over ten (10) minutes and zero (0) second after the scheduled departure time. Service performance standards require that ninety f,rve percent (95%) of all buses providing selice perform "ON-TIME", and zero percent (0%) of those buses qualifu as "HOT". ("HOT" is defined as leaving before the scheduled departure time.) 3.24.2.3 Late Route Pull Penalty Contractor shall pay City the sum of two hundred fifty dollars ($250.00) for each failure to begin operation of a schedule within ten (10) minutes of the route pull (scheduled start time) designated by City. 3.24.2.4 Off-Route Penalty Contractor shall pay City the sum of two hundred fifty dollars ($250.00) 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 specif,rc route. This penalty is cumulative with other penalties. 3.24.2.5 Missed Service Penalty 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. 3.24.2.6 Missed Service Stops Penalty Contractor shall pay City the sum of two hundred fifty dollars ($250.00) for each bus stop not served as a result of missed service. This penalty is cumulative with other penalties. 3.24.2.7 Unsatisfactory CHP Rating Penalty PH2 - 67 Attachment 3 Exhibit A Contractor shall pay City the sum of two hundred frffy dollars ($250.00) for each inspection that SLO Transit receives an unsatisfactory rating from the California Highway Patrol. In addition to other applicable penalties, the 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, the Contractor shall pay City the sum of f,rve hundred dollars ($500.00) per day that the California Highway Patrol terminates service due an unsatisfactory rating. 3.24.2.8 Bus Operations and Maintenance Facility Cleanliness Penalty Contractor shall pay City the sum of two hundred fifty dollars ($250.00) per day if the Transit Manager deems the Bus Operation the Bus Operations and Maintenance Facility as unsatisfactory per Section 3.23. 3.24.2.9 Failing to Employ Required Management Penalty Contractor shall pay City the sum of one hundred fifty dollars ($150.00) for each calendar day that Contractor fails to employ and assign Resident Manager, Operations Supervisor, and Maintenance Supervisor to the services covered by the Agreement. This assessment will not be made until the thirtieth (30) day following notice of employment separation. An amount equal to the daily salary including all fringe benefits shall be deducted for each day the positions of Resident Manager, Operations Supervisor, and/or the Maintenance Supervisor is vacant. This assessment will not be made until the thirtieth (30) day following notice of employment separation andlor departure from this project. 3.24.2.10 Failing to Report Penalty Contractor shall pay City the sum of one hundred dollars ($100.00) per incident for failing to report penalties and/or liquidated damages. 3.24.2.11 Late Reports Penalty 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 as per Sections 3 and 8. 3.24.2.12 Unresolved Complaints Penalty Contractor shall pay City the sum of one hundred frfty dollars ($150.00) for each unresolved complaint. PH2 - 68 Attachment 3 Exhibit A 3.24.2.13 Non-Compliance to Uniform/Dress Code Penalty Contractor shall pay City the sum of twenty dollars ($20.00) per incidentthat a driver or Road Supervisor of the Contractor fails to comply with to the Uniform/Dress Code in Section 8, Appendix 2 (which will be Exhibit A, Appendix 2 of the Agreement). 3.24.2.14 Non-Compliance to Preventative Maintenance Inspection Penalty Contractor shall pay City the sum of one hundred dollars ($100.00) for any infraction that Preventative Maintenance Inspection is not completed with plus ten percent (10%) of the scheduled interval. 3.24.2.15 Inoperative Lifts or ramp Contractor shall pay City the sum of two hundred dollars ($200.00) per incident when a bus in placed in service with an inoperative wheelchair lift or ramp except in an emergency. 3.24.2.16 Total Revenue Vehicle Miles between Preventable Collision Accidents Penalty The Contractor shall pay the City a fiscal quarter lump sum of five hundred dollars ($500) if preventable collision accidents between revenue vehicle miles fall below fifty thousand (50,000) miles. The total revenue miles will be computed using the City's fiscal quarter period consisting of three months. The number of preventable accidents and incidents occurring in the fiscal quarter when divided into the total revenue vehicle miles; will be the basis for determining miles between incidents. 3.24.2.17 Total Vehicle Miles between Roadcalls and Chargeable Service Calls The Contractor shall pay the City the rate of one cent ($0.01) per total system vehicle miles in the event that systemwide total vehicle miles between roadcalls and Chargeable service calls falls less than four thousand (4,000) miles. 3.24.2.18 By-Passed Passenger Penalty The Contractor shall pay the City the of seventy-five dollars ($75.00) per passenger that left behind by the bus for failing to stop or for leaving the bus stop two (2) or more minutes early. The Transit Manager or his designee will provide an opportunity for the Contractor to implement an immediate remedy to the situation prior to assessing penaþ. 3.24.2.19 Failure to Announce Bus Stops Penalty The Contract shall pay the City frfty dollars ($50.00) per bus stop that a bus driver fails to announce bus stops. The Transit Manager or his designee will provide an opportunity for the Contractor to implement an immediate remedy to the situation prior to assessing penalty. PH2 - 69 Attachment 3 Exhibit A 3.24.3 Employee Bonus Fund In the event that the Contractor receives a Bonus, Contractor will contribute one half to an employee fund. Contractor will be responsible to establish an Employee Bonus Fund Committee of five voting members consisting of one driver, one mechanic, and one road supervisor. Non-voting members may consist of the Resident Manager or his/her designee and the City's Transit Manager or his/her designee. This Employee Bonus Fund Committee will determine how the contributions from Contractor's Bonuses are to be spent to benefit the employees andlor distributed to the employees. Contractor will report the use andlor distributions of this fund in the monthly bill in the format approved by City. PH2 - 70 Attachment 3 Exhibit A APPENDIX 1: DEF'INITIONS PH2 - 71 Attachment 3 Exhibit A ADA Related Unlinked Passenger Trips. The number of passengers who board public transportation vehicles associated or attributed to ADA compliance requirements. This is a subset of the total number of total number of unlinked passenger trips. Actual Person Count. Full and part time employees of the transit agency, permanent or temporary, who hold approved and filled positions at the end of the fiscal year. Actual Service. The total service operated during each time period (AM Peak, PM Peak, Midday, Other). Actual service excludes missed trips and service intemrptions (e.9. strikes, emergency shutdowns), but includes non-revenue service. Actual Vehicle Miles/Hours. The miles and hours a vehicle travels while in revenue service plus the deadhead/non-revenue service miles and hours. Actual vehicles miles/hours exclude miles and hours for charter services, school bus service, operator and maintenance testing. Aggravated Assault. An unlawful attack by one person upon another for the purpose of inflicting severe or aggravated bodily injury. This type of assault usually is accompanied by the use of a \4/eapon or by means likely to produce death or great bodily harm. Arson. To unlawfully and intentionally damage, or attempt to damage, any real or personal property by fire or incendiary device. Automatic Vehicle Locator (AVL). Intelligent Transportation System that is able to track vehicles by route either real-time or delayed-time. Burglary. The unlawful entry of a structure to commit a felony or a theft. This includes offenses known locally as burglary, unlawful entry with intent to commit a larceny or felony, breaking and entering with intent to commit alarceny, housebreaking, safe-cracking, and all attempts at these offenses. Bus Going off Road. A non-collision incident which occurs as result of buses leaving the roadway, and for rollovers. Chargeable Service Calls. Any occurrence that requires the Contractor to exchange a revenue vehicle with any other revenue vehicle during revenue vehicle due to any mechanical reason that does not cause an intemrption of revenue service. This includes vehicle exchanges at layover points, recover points, andlor any other location and time a vehicle is on route during revenue service. Collisions with Objects. An incident involving one or more vehicles from a transit agency with an obstacle (e.g. buildings, shopping carts, etc.) other than vehicles or persons. Collisions with Other Vehicles any other vehicle. An incident involving one or more transit agency vehicles and PH2 - 72 Attachment 3 Exhibit A Collisions with People. An incident in which one or more persons are involved in a collision with a transit vehicle ageîcy vehicle or attempted,/successful suicides. Curfew and Loitering Laws. All arrests for violations of local curfew or loitering ordinances where such laws exist. DeadheadÆ.{on-Revenue Service. The miles and hours that a vehicle travels when out of revenue service. DeadheadÆ.[on-Revenue Service includes leaving or returning to the garage or yard facility, or changing routes, and when there is no reasonable expectation of carrying revenue passengers. DeadheadÀ{on-Revenue Service does not include charter service, school bus service, operator training, or maintenance training. For non-scheduled, non-fixed route selice, deadhead/non- revenue service also includes the travel between the dispatching point and passenger pick-up and drop-off. Disorderly Conduct. All charges of committing a breach of the peace. This includes, affray; unlawful assembly; disturbing the peace; disturbing meetings; disorderly conduct in State institutions, at court, at fairs, on trains, or public conveyances, etc.; blasphemy, profanity, and obscene language; desecrating the flag; refusing to assist an officer; and all attempts to commit any ofthe above. Dispensable Parts. Include nuts, bolts, fasteners, and any other part costing less than five dollars ($s.oo). Driving Under the Influence (DUI). The driving or operating of any vehicle or coÍrmon carrier while drunk or under the influence of liquor or narcotics. Drunkenness. Arrest for all offenses or drunkenness which is the consumption of alcoholic beverages to the extent that one' mental faculties and physical coordination are substantially impaired. This includes drunkenness, drunk and disorderly, common or habitual drunkard, and intoxication. Employee. An individual who compensated by the transit agerucy and whose expense is reported to in the Federal Transit Administration object class 501 labor. Employee Work Hours. Employee labor hours, not including fringe benefits hour such as sick leave, holidays, or vacations. 'Work hours include only labor hour employees of the transit agency, both full time and part time, permanent and temporary. Fare Evasion. The unlawful use of transit facilities by riding without paying the applicable fare Fatality. A death confirmed within thirty days after an incident, which occurred under the collision, personal casualty, or fire categories. PH2 - 73 Attachment 3 Exhibit A Fires. An incident involving uncontrolled combustion manifested by flame or smoke resulting in evidence of chaning, melting, or other evidence of ignition of transit property. Fire in Right-of-Way and Others. A fire occurring in transit agency right-of-way or other transit agency propefiy. Fires in Station. A fire occurring in a transit passenger station, bus shelter or bus stop. Fires in Vehicles. A fire occurring inside a transit agency vehicle. Forcible Rape. The carnal knowledge of a female forcibly and against her will. This includes assault to rape or attempted to rape. Full Time Employees. Employees of the transit agency meeting the local definition of full time hours. Normally, these persons are entitled to receive the full benefits package Global Positioning Satellites (GPS). Matrix of satellites that are capable of locating a single vehicle or objects on earth. GPS is commonly used in conjunction with AVL and ITS systems Heavy Maintenance. Major engine and/or transmission rebuild, and exterior and interior painting of entire vehicle. Homicide. The killing of one or more human being by another. This includes murder, non- negligent manslaughter, and manslaughter by negligence. Injury. Any physical damage or harm to a person requiring medical treatment, or any physical damage or harm to a person reported at the time and place of the occurrence. For employees, and injury includes, incidents resulting in time lost from duty or any definition consistent with a transit agency's current employee injury reporting practice. Incidents. Collision, personal casualties, fires, and transit property damage greater than $ 1,000, associated with transit agency revenue vehicles; all other facilities on the transit properly; and service vehicles, maintenance areas and rights-oÊway (ROW). Intelligent Transportation Systems (ITS). Integration of current technology to improve operating effrciency and customer information to increase usage and safety. Larceny/Theft. The unlawful taking, carrying,leading, or riding away of property from possession or constructive possession of another. This includes pocket-picking, purse snatching, shoplifting, thefts from motor vehicles, thefts of motor vehicle parts and accessories, theft of bicycles, theft from buildings, theft from coin-operated devises or machines, and all other theft not specifically classified. PHz - 74 Attachment 3 Exhibit A Life Miles. Miles is the sum of revenue vehicle miles, non-revenue vehicle miles, yard miles, and maintenance miles. Mechanics Supplies. Include, but are not limited to, the following: dispensable parts (nuts, bolts, fasteners, and any other part costing less than five dollars ($5.00)), bus cleaning supplies, rags, floor mats, shop cleaning supplies, de-greasers, spray lubricants, welding supplies, and parts cleaning tank fluid Missed Service. The difference of Vehicle Revenue Miles and Hours from Schedule Revenue Miles and Hours. Non-Chargeable Service Calls. Any occurrence that requires the Contractor to exchange a revenue vehicle with any other revenue vehicle during revenue vehicle that does not cause an intemrption of revenue service. This includes vehicle exchanges at layover points, recover points, andlor any other location and time a vehicle is on route during revenue service. Operating Labor. The employee engaged in the operating of the transit system, categorizedby their functions. Other Assault. An unlawful attack or attempt by one person upon another where no weapon was used or which did not result in serious or aggravated injury to the victim. This includes simple assault, minor assault, assault andbattery, injury by culpable negligence, intimidation, coercion, hazing, and all attempts to commit these offenses. Other Person. An individual who is neither a patron nor an employee of the transit agerLcy Part Time Employees. Employees of the transit agency who work less than the local deflrnition of full time. Normally, these persons are not provided the full benefits package. Passenger Parking Facility. Parking garages and passenger parking control buildings with attached fixtures, used for parking passenger automobiles while they use the transit agency's facilities. These parking facilities are either free or available for a fee. Passenger Station/Bus Stop. The buildings and shelters, with all attached fixtures used as transit passenger station facilities. Additional passenger service is frequently available in these stations (e.g. ticket/token/pass sales, transit malls, transfer facilities, intermodal terminals, deports, terminal and high occupancy vehicle facilities). This covers major terminals, wayside stations, passenger shelters, benches, and stop signs along the route. Patron. A person who intends to use or has used the transit system and is on property affiliated with the transit system with the limits of the law. An employee is not a patron. Permanent Employee. Employees of the transit agency meeting the local definition of part time or full time hours. Normally, these persons retain job security rights and are entitled to receive the full PH2 - 75 Attachment 3 Exhibit A benefits package if working full time. Part time permanent employees may be eligible for a limited benefits package and may have job security rights. Personal Casualty Involving Boarding and Alighting Vehicle. A non-collision incident boarding or alighting a transit agency vehicle (e.g. slips, falls, door closing, lifts) in which one or more person are injured or die. A boarding or alighting incident must involve physical contact between the passenger and the vehicle. Personal Casualty Involving Inside Vehicle. A non-collision incident (e.9. sudden braking, unexpected swerving) in which one or more persons within the transit vehicle are injured or die. Personal Casualty Involving Parking Facility. A non-collision incident in a transit agency parking facility in which one or more persons within the transit parking facility are injured or die. Personal Casualty Involving in Stations/Bus Stops. A non-collision incident (e.g. involving stairs, escalators, passageways, platforms, etc.) at a station or bus stop in which one or more persons are injured or die. Rejection of Proposal. Determination that proposal is nonresponsive Revenue Vehicle Hours/Miles. Refer to Vehicle Revenue Miles/Hours. Revenue Service. The time when a vehicle is available to the general public and there is a reasonable expectation ofcarrying passengers that either directly pay fares, are subsidized by public policy, or provide payment through some contractual affangement. Vehicles operated in fare free service are considered in revenue service. Revenue service excludes non-revenue miles and hours, school bus, and charter. Revenue Service Interruptions for Mechanical Reasons. Revenue service intemrptions caused by failure of some mechanical element of the revenue vehicle. Revenue service intemrptions for mechanical reason include breakdowns of: air equipment, brakes, body parts, doors, cooling system, heating system, electrical units, fuel system, engine, steering and front axle, tear axle, and suspension, and torque converters. These revenue service intemrptions require assistance from someone other than the revenue service operator to restore the vehicle to an operating condition. Further they usually require the transfer of the passengers to another vehicle for the completion of their trip. Revenue Service Interruption for Other Reasons. Revenue service intemrptions caused by tire failure, farebox failure, wheelchair lift failure, air conditioning system, out of fuel-coolant-lubricant, and other causes not included in revenue service intemrptions for mechanical reason. Roadcalls. Roadcalls is defined to be any intemrption in revenue service caused by mechanical, for other reasons, and service calls. Roadcalls incorporate Revenue Service Intemrptions for PH2 - 76 Attachment 3 Exhibit A Mechanical Reasons and Revenue Service Intemrptions for Other Reasons as defined by the Federal Transit Administration. Robbery. The taking or attempting to take anything of value from the care, custody, or control of a person or persons by force or threat offorce or violence and/or by putting the victim in fear. The use or threat of force includes: f,rrearms; knives or cutting instruments; other dangerous weapons (e.g. clubs, acid, explosive); and strong-arm techniques. Scheduled Start Time. The time a revenue vehicle begins operating revenue service at a service stop with the reasonable expectation of carrying passengers that either directly pay fares, are subsidized by public policy, or provide payment through some contractual arrangement. Vehicles operated in fare free service are considered in revenue service. Scheduled Revenue Service. The total service schedule to be provided for picking up and discharging passengers. Scheduled revenue service is computed from internal transit agency planning documents (e.g. run paddles, public timetables). Service Calls. Any occurrence that requires the Contractor to exchange a revenue vehicle with any other revenue vehicle during revenue vehicle that does not cause an intemrption of revenue seryice. This includes vehicle exchanges at layover points, recover points, andlor any other location and time a vehicle is on route during revenue service. Sex Offenses. Any sexual acts except forcible rate, prostitution, and commercialized vice. This include offenses against chastity, common decency, morals, and the like, such as: adultery and fornication, buggery, incest, indecent exposure, indecent liberties, seduction, sodomy or crime against nature, statutory rape (no force), and making of narcotic drugs. Transit Property. All facilities which are directly controlled by a transit agency (transit agency is responsible for cleaning or maintaining) or provided to a transit agency for it use by another public or private entity (formal or informal agreement with the owner wherein services or facilities are provided to benefit the transit agency). This includes stations, exclusive rights-of-way, bus stops, and maintenance facilities. Transit Property I)amage. Any damage to transit property that require the repair or replacement of transit property agency vehicles or facilities to a state equivalent to the which existed prior to the incident. Temporary Employees. Employees of the transit agency working full time or part time hours, but only for a limited period of time for the completion of a set task or period. These persons are usually not entitled to receive any benefits and do not have any job security rights. Persons employed through a temporary employmenl agency are not temporary employees of the transit agency. Trespass. To unlawfully enter land, a dwelling, or other real property PH2 - 77 Attachment 3 Exhibit A Vandalism. The willful or malicious destruction, injury, disfigurement, or defacement of any public or private property, real or personal, without consent of the owner or person having custody or control by cutting, tearing, breaking, marking, painting, drawing covering \Mith filth, or any other such means as may be specified by local law. Vehicle Revenue Mileslllours. The miles and hours a vehicle travel while in revenue service. A transit vehicle is in revenue service only when the vehicle is available to the public and there is a reasonable expectation of carrying passengers that either directly pay fares, are subsidized by public policy, or provide pay through some contractual arrangement. This does not imply that a cash fare must be paid. Vehicles in free fare service are considered in revenue service. Vehicle revenue miles/hours exclude travel to and from storage facilities, training operators prior to revenue service, road tests and deadhead/non-revenue travel, as well as school bus and charter services. Vehicle revenue mile/hour includes layovers and recovery time. Unlinked Passenger Trips. The number of passengers who board public transportation vehicles METHODS OF MEASURES Miles between Roadcalls. Based on Transit Manager's review of reports, complaints and inspection of vehicle maintenance records. On-Time Performance and Early Runs. Based on Road Supervisor reports and City performing monthly time checks. Time checks shall be based on telephone time. UniformÆ)ress Code Compliance. Based on visual observation from Transit Manager or designee. Bus Appearance. Based on review of Contractor's records and field inspection by City. PMI and Wheelchair Lift and Ramp Compliance. Based on review of Contractor's record, complaints, and reports from regulatory agencies and user. Heating and Air Conditioning. Based on field checks along any part of a published run by City. Temperature measured in aisle as longitudinal mid-point of the bus, between thirty six (36) and forty eight (48) inches above the floor level. Preventable Collision Accidents. Based on Transit Manager's review of accident and police reports, as well as upon visual bus inspections by City. PH2 - 78 Attachment 3 Exhibit A SECTION 8: APPENDICES PH2 - 79 Aftachment 3 Exhibit A Appendix Section 8 Table of Contents Subiect City's Responsibilities Driver Requirements and Driver Training Program Revenue Vehicle Servicing Maintenance, Cleaning and Safety Program Page 129 130 135 144 1 2 3 4 PH2 - 80 2 aJ Attachment 3 Exhibit A APPENDIX 1 CITY'S RESPONSIBILITES City shall provide the following: 1. Transit Vehicles and Related Equipment Transit Vehicles Mobile radio units Maintenance of radio equipment Fareboxes (automated coin counting machine) Schedule racks for vehicles Electronic and non-electronic destination signs Decals and logos for vehicles Two non-revenue vehicles (Dodge Caravan, and one pick-up truck) Street Equipment o Bus stop signs, "L" brackets and poles ¡ Passenger shelters, benches, and schedule holders . Trash receptacles Bus Operations and Maintenance Facility o Bus Operations and Maintenance Facility located at 29 Prudo Road, San Luis Obispo, California ¡ Base station for radios . Office furniture of Operations and Maintenance Departments (As in place on June 30, 2013) o Maintenance equipment (As in place on June 30, 2013) o Six (6) desk top computers, with software, one (1) laptop for maintenance with diagnostic software (As in place as of June 30th,2013. Other Services and Material o System marketing, schedule, customer information brochures and other marketing brochures, transfers, tickets, passes, and customized route and stop information at passenger shelters, etc. o Contractor will pay for all utilities and seruices including, but not limited to, the following: telephone system and extensions, water, electricity, gâs, cable, computer communications (i.e. modem, DSL, etc.), internet services, cleaning of Contractor's offices, maintenance office area, servicing area, and bus parking area. 4. PH2 - 81 Attachment 3 Exhibit A APPENDIX 2 DRIVER REQUIREMENTS AND DRIVER TRAINING PROGRAM PH2 - 82 J 4 5 Attachment 3 Exhibit A DRIVER'S REQUIREMENT AND DRIVER TRAINING PROGRAM Prior to Contractor starting revenue service, training shall be given to each of the Contractor's employees. Training must be perfomed by qualihed driver trainer. Bus drivers must meet minimum qualifications outlined below. Driver Trainer a. Driver's Licenses. Must have either a State of Califomia, Department of Education School Bus Driver Instructor's certificate, or Deparlment of Motor Vehicles approval to certify Class 2 drivers' licenses. b. Pull Notice Program. All persons operating City equipment shall be on the DMV Pull Notice Program. Any "Notice of Action" on a drivers' record shall be reviewed by the driver trainer. No prospective or present employee of Contractor who tests positive on the drug/alcohol screening test shall be assigned to City bus service. New Bus Driver Training a. Those bus drivers without prior transit coach or charter coach driving must complete a training program that results in qualifying for a Class 2 driver certificate. b. All State of Califomia, Califomia Highway Patrol, and Department of Motor' Vehicles requirements shall be included for a new bus driver training program. Training for Existing Class 2 Certified Drivers Drivers how have an existing Class 2 certified license who have at least three months experience with transit coaches shall have minimum of sixteen ( 16) hour of training of the specific vehicles utilized for this fixed route bus service. Those drivers without at least three months transit coach experience should have at least forty (40) hour of behind the wheel training o the specif,rc vehicles for the fixed route bus service. Minimum training hours required shall be in non-revenue service. Supplemental Training for All Drivers a. All drivers, regardless of prior experience, must be given route specific training. At least sixteen (16) hours ofactual driving for each route must be included. b. A minimum of four (4) hours of classroom instruction on the following: vehicle code, radio procedures, accident procedures, driver vehicle and schedule assignments, and employee rules and regulations. c. A minimum of four (4) hours of classroom instruction of the following: fares, monthly pass sales, transfer use and procedures, regional transit information and other pertinent customer operating procedures. Drivers shall obtain through training a good working knowledge of the regional public transit system. Drivers shall be informed on an ongoing basis of transit service changes. d. A minimum of four (4) hours of classroom instruction of the following: customer courtesy and safety procedures and techniques for handling customer complaints and handling of driver-passenger confrontations and sensitivity training. e. A one (1) hour orientation to City policies and requirements for operating performance including competed trips, on-time performance, and liquidated damages/perfoÍnance bonuses. f. All drivers must receive and pass the eight hour minimum National Safety Council Defensive Driving Courses or equivalent. C. An additional eight hours of training shall be devoted to the operations of lift equipment and sensitive and courteous treatment of persons with disabilities. The lift training shall include instruction on the operation of lifts and securements, experience boarding and alighting individuals in wheelchairs under various conditions and empathy training to help operators gain insight into the special needs and specific obstacles persons with disabilities may encounter using public transportation. Note that all drivers shall undergo this training. PH2 - 83 6 Attachment 3 Exhibit A h Red Cross First Aid Training is an option which may be completed within fifteen (15) days after start ofdriver's service. Drivers' Rules and Regulations a. Uniforms/Appearance. Uniforms must be worn at all times when on duty. Contractor shall provide and maintain clean, identical uniforms for all drivers and shall enforce dress and appearance requirements, also subject to approval of City. At a minimum, dress requirements shall include: 1. Clean identical, solid color shirts for all drivers, long sleeve in winter, short sleeve for summer. 2. Clean, identical, dark solid colorjackets or sweaters for all drivers for use during cold or rainy weather. 3. Clean, identical, professionally made identihcation tags, including City logo and driver name. 4. City patch on the right sleeve of the shirt and jackets. 5. Clean, khaki solid color fullJength pants/trousers in winter, may wear khaki solid shorts in the summer, clean, black matching socks and clean, black solid shoes for all drivers. 6. Contractor may propose alternative sunìmer uniforms for drivers subject to City approval . 8. All shirts/blouses tails must be tucked into the drivers' pants/trousers. 9. Drivers must have neatly groomed hair and maintain neat appearance. b. Driver Rules 1. V/hile in uniform, a driver will not purchase, consume or be under the influence of any narcotic, intoxicant or harmful drug. 2. A driver will be responsible for keeping the vehicle clean and sanitary during his/her shift. 3. Drivers are responsible for immediately reporting any defects their assigned vehicle may have to the supervisor. 4. Drivers must conduct themselves and operate their assigned in a safe vehicle and courteous ma1ìner at all times. 5. Drivers may use vehicles only in accordance with their assigned duties. 6. Drivers are responsible for displaying proper destination signs while in service. 7. Drivers providing service must travel over the prescribed routes and must maintain time schedules. If it becomes necessary to go off route, the employee will hrst immediately notifli his/her superuisor via radio. No run will be cut short. 8. Drivers will report to the dispatchers any unusual occuffences observed on the road and any vandalism or dâmage to City property. 9. Drivers shall not accept gratuities. In-Service Training a. Drivers should receive at least one (l) hour of safety training each month. b. Contractor trainer shall conduct a one (l) hour evaluation check ride with each bus driver at least once every three months. c. Contractor shall conduct a one (l) hour refresher training in proper use of wheelchair lift procedures and use of all wheelchair securement devices with each City fixed route bus driver at least once every six (6) months. All drivers should receive refresher sensitivity training annually. 7 8. Safety PH2 - 84 9 Attachment 3 Exhibit A Drivers shall conduct themselves with the highest regard for passenger safety and comfort, including but not limited to: a. Yield even though they may not have the right-of-way. b. Follow National Safety Council Defensive Driving Course practices. c. All information regarding any system accident is confidential. Employees will only speak to police or supervisory personnel regarding any such accident. d. Drivers shall report unsafe bus stop conditions to the dispatcher or supervisor for immediate attention. City has final determination for placement of bus stops, however, City will use Contractor input to evaluate a specihc location. Contractor will make changes to the stop(s) as directed by City, including pole installation, sign placement, printing curb stencils and/or pole removal. Physical Examinations Contractor shall provide Contractor's drivers' medical examinations at Contractor's expense at a certified medical facility, and Contractor shall not permit any driver who has not successfully passed such examination to operate a vehicle in any service included in this Agreement. Medical examinations must be sufhcient to meet the medical requirements to quali$r for a Class 2 cefültcaTe issued by the California Department of Motor Vehicles. Additional Requirements a. City may revise operating procedures, fare policies, and employees rules and regulations based on specific incidents or general policy development. City may request Contractor input, when necessary, to make changes to the operating procedures and rules and regulations included within this Agreement. b. Contractor shall supply City with a list of drivers who have completed the specified driver training program for f,rxed route bus service. This list shall be updated at least monthly and as additional drivers are trained. c. A meeting of all affected personnel of the Contractor shall be held prior to system start-up or service changes when so requested by City No mole than four (4) such meetings will be requested during any one (l) year period. City shall be permitted to attend these meetings if so requested by City. d. City shall be able to request that specific driver(s) be replaced for failure to follow the Driver's Rules: (Section 6 of this Appendix) or other reasonable cause. (A City request for a driver's dismissal from service will be given only after a verbal/written warning(s) have been given to Contractor by the City Transit Manager or designed representative). Road Supervisors' Uniforms/Appearance Contractor shall provide and maintain clean, identical uniforms for all road supervisors and shall enforce dress and appearance requirements, also subject to approval of City. At a minimum, dress requirements shall include: a. Clean identical, white shirts for all drivers. b. Clean, identical,navy blue sport coats. c. Clean, identical, professionally made identification tags, including City logo and supervisor's name and title. d. SLO Transit or City logo patch on the left front pocket ofsport coat. e. Clean, navy blue full-length pants/trousers, clean, dark matching socks and clean, black solid shoes for all male drivers. f. Clean, navy blue full-length pants/trousers (or clean, navy blue solid skirts), and clean black shoes for all female drivers. g. Contractor may propose alternative summer uniforms for supervisor subject to Transit Manager approval. h. All shirts/blouses tails must be tucked into the drivers' pants/trousers (or skirts). 10 l1 PH2 - 85 Attachment 3 Exhibit A i. Drivers must have neatly groomed hair and maintain neat appearance. PH2 - 86 Attachment 3 Exhibit A APPENDIX 3 REVENUE VEHICLE SERVICING PH2 - 87 Attachment 3 Exhibit A PURPOSE: To maintain an aesthetically appealing appearance of all City buses by establishing a scheduled system ofservicing and cleaning. DEFINITIONS DAILY SERVICING - refers to those activities required to be performed on each bus in service on any given day; to assure that said bus is reliable and presentable for the following day's operation. WEEKLY SERVICING - refers to those areas of the bus, which require particular attention during each work week; to maintain an acceptable level of appearance on all buses. DETAILING - refers to those activities which shall be performed at 3,000 mile intervals; to achieve a thorough cleaning ofthe interior and exterior ofeach bus on a regularly scheduled basis. RESPONSIBILITIES : Utility Foreman The Contractor's staff at the Facility is responsible for servicing and cleaning of all revenue vehicles in accordance with these procedures and for supervision of the work force. PH2 - 88 Attachment 3 Exhibit A PURPOSE: The procedures outlined in the following sections cover the minimum requirements for assurance that each bus is serviced, properly cleaned, and presentable for the next day's revenue operation. On a case-by-case basis, certain buses may require specific attention outside this schedule to bring them up to acceptable standards. Dail)¡ Servicine All buses that have been in revenue service shall have the following items performed on a nightly basis: 1)FUELING - Assure that each bus fuel tank is full of fuel and that the fuel cap is secured; that the amount of fuel dispensed and the respective hub odometer readings are recorded accurately on the fuel logs. 2)FLUID LEVEL CHECK - Inspect the fluid level of each bus for engine oil, transmission oil, power steering system oil, and engine coolant, either by using the dipstick or the sight glass. Add the appropriate fluid as required to raise the fluid level to the "FULL" mark. Record fluids added to each bus in the appropriate columns on the fuel log. Report any noticeable fluid leaks in the 'REMARKS" column. 3)TIRE THUMPING - Using the "TIRE THUMPER" pipe kept at the fuel island, strike each tire on each bus. The pipe should bounce off the tire upon impact, and a "HOLLOW" sound should be heard. If either of these conditions is not present, the tire is severely under-inflated or flat. Note this condition in the "REMARKS" column of the fuel 1og. PH2 - 89 1) Attachment 3 Exhibit A PROCEDURES: Dail]¡ Servicins FLOOR CLEANING INTERIOR VACULIMING - Prior to performing this procedure, employees using the vacuum system shall wear City authorized and DUST MASK, EAR PROTECTION AND SAFETY GOGGLES. Where applicable, activate and carry the vacuum hose through the ftont door of the bus, and starting in the rear, collect all trash, soil, dust and other debris off the seats and floor. Pay particular attention vacuuming the driver's compartment and that the dash areas are cleaned. Any large or heavy articles are to be placed in the plastic garbage bag and discarded into a trash barrel on the fuel island. Retract the vacuum hose from the front door. Wipe the dust off the dash and all other flat surfaces inside the bus after parking the bus in the designated slot. 2)INTERIOR SV/EEPING - Using brooms, sweep the complete interior of each bus starting in the rear and working towards the front. Pay particular attention to debris in the exit door and operator's compartment. Sweep trash from both areas into appropriate trashcan. TRASH BAG - Empty the trash receptacle located near the front area of each bus. ACCIDENT KIT - Check to ensure the accident kit is properly attached in the driver's compartment. If the accident kit is missing, install a new one. DUSTING - Using a clean damp rag, wipe clean the dashboard, farebox and all operator controls. VANDALISM/GRAFFITI INSPECTION - Inspect the bus interior to assure that no set damage or graffiti exists. Those buses found to have damaged seats or graffiti will be scheduled for the necessary repairs following the inspection. SEAT SECUREMENT - Inspect individual seat inserts to assure proper securement to the seat frame. LIGHTS - All lights including the high beams will be checked daily upon the morning startup. SAFETY INSPECTION - It is necessary to inspect the bus undercarriage on a weekly basis. 3) 4) 5) 6) 7) 8) e) PH2 - 90 Attachment 3 Exhibit A To assure inspections are being performed, Transit Manager, at his discretion, may inspect the undercarriage of buses. 10) Inspections shall be done on an odd/even basis, whereas an odd numbered bus runs over the inspection area on an odd numbered night. At this time, the bus will be inspected for any irregularities, including all brakes, and recorded on the "4" fnspection Form. All buses receiving aî ".Ã" inspection will also have all exterior lights including the high- beam headlights checked. Repairs to any defects noted will be performed as decided upon by the Shift Foreman 11) WHEELCHAIR LIFT - Those buses affixed with a blue and white international handicap symbol shall have the wheelchair lift exercised through one complete cycle prior to yard pull. If the wheelchair lift fails to complete this cycle, the failure must be reported to the Shift Foreman and logged on the fuel log. 12) RAMPS - Those buses affixed with ramps for wheelchair accessibility, the ramps shall be exercised one compete cycle prior to yard pull. If ramp fails to complete this cycle, the failure must be report to the Shift Foreman and logged. 13) The Shop Foreman will inspect the bus and noti$ Running Repair of the problem. It will then be the Foreman's responsibility to determine the action necessary to correct the situation. 14) EXTERIOR WASHING - Each bus shall be driven through the automatic bus washer on a nightly basis. If washer is inoperable, the buses will be washed manually 15) PARKING - Park the bus in the appropriate parking stall in accordance with the established parking plan for each bus. Close doors upon exiting. PH2 - 91 Attachment 3 Exhibit A PROCEDURES:'Weekl]¡ Servicingltems Each week, the Shop Foreman shall maintain a matrix of all buses assigned to the base. This matrix shall be used to assure that all buses have had the action items listed below completed at the frequency described, or that a particular bus was not available for revenue servicing during any given week. ACTION Mop Floors 'Wash'Wheels Clean Operator's Compartment Clean, replace and relocate interior Ad cards Remove graffrti Clean inside windows FREOUENCY All buses - Once weekly All buses - Once weekly All buses - Once weekly All buses - As necessary Minimum of 50Yo of fleet weekly Minimum of 100% of fleet weekly 1)MOP FLOORS - Floors shall be wet-mopped starting at the rear of the bus working forward, assuring to also mop wheel-well inner extension areas. 2)WHEELS - Wheels shall be degreased and rinsed clean. Wheels that require painting shall be reported to the Foreman. 3) OPERATOR'S COMPARTMENT - Operators' compartments shall be thoroughly cleaned,of trash from wiping clean dashboard, operator's barrier and all operator controls. Upon completion, the dashboard shall be treated with anti-static spray. CAUTION: DO NOT SPRAY ANTI-STATIC SPRAY ON STEERING WHEEL OR OPERATOR'S SEAT CUSHION. INTERIOR ANNOUNCEMENT CARDS - Inspect and replace any defective andlor defaced interior announcement cards from surplus stock. Assure that permanent plastic cards are in approved locations. An updated list of the card requirements will be posed at the fuel island for Utility Worker review. 4) PH2 - 92 s) 8) 6) 7) Attachment 3 Exhibit A New interior cards are to be installed and outdated ones removed in accordance with instructions from the City. Surplus cards are to be stored in the Utility Foreman's supply area and are to be used as replacements until that particular card is outdated. All surplus stock of an outdated card shall be disposed of at the same time as the cards are removed from the buses. GRAFFITI - One hundred percent (100%) of the assigned fleet shall be inspected for graff,rti weekly. Any grafhti found shall be removed, on a minimum of 50% of the assigned fleet or more as required, using only City's approved graffiti remover. CAUTION: EMPLOYEES USING GRAFFITI REMOVER ON INTERIOR OF BUS MUS T USE THE APPROVED RESPIRATOR. WINDOWS - All 100% of the assigned fleet shall have its interior windows cleaned weekly. Using the cleaner approved for use on windows, the interiors of all windows shall be sprayed, squeegeed clean and wiped dry with a rag. Windows include windshields, door windows and interior mirrors. EMERGENCY EXIT WINDOW AND ROOF HATCH OPERATION- Windows - Pull down on the red handle for each emergency exit window to see if window will unlock, push windows out, release handle, let window swing back to the closed position and see that it is locked in place. The Shop Foreman at each base shall develop an ongoing weekly schedule based on daily manpower assignments to assure completion of Weekly Inspection ltems. This schedule is to be approved by City. TIRES - The tires will be inspected for inflation andwear; the wheels and lug nuts for any informalities weekly. A report of such will be provided to the Maintenance Supervisor. e) PH2 - 93 Attachment 3 Exhibit A PROCEDURES:Detailing CAUTION EMPLOYEES USING GRAFFITI REMOVER ON ON INTERIOR OF BUSES MUST USE THE APPROVED DUST MASK. Detailing Each bus shall receive a thorough interior and exterior detailing following each 3,000 mile inspection. The Maintenance Supervisor shall provide the Foreman with a daily update of the numbers of the buses that have completed their 3,000 mile inspection. The detailing of these buses is to be completed within five (5) days of completion of the 3,000 mile inspection. Each thorough detailing shall include the following 1) 'Wash exterior of bus, including wheels. 2) Sweep of vacuum interior thoroughly. Remove gum and other substances, which may be stuck to the floor and sidewalls. 3) Remove any and all graffiti from interior andlor exterior of bus using City approved graffiti remover 4)Wash the entire interior of the bus thoroughly, with the exception of the cloth seats, using industrial cleaner, aerosol all-purpose cleaner, aerosol or mixed concentrated window cleaners. Rinse all washed areas and wipe dry. Squeegee and dry all windows. Do not use a water hose in the interior of the bus. Remove all side and rear double and triple seat cushions, not requiring tools, for cleaning underneath. Replace seats. Clean interior of dome light lenses as necessary Apply protective coating to bumpers, dashboard, and rubber fender walls. Do not apply to steering wheel, seats or floors. Clean all permanent plastic bus cards and install in proper locations. Move all other ad cards forward on both sides, so there are no gaps between cards. Install the plastic ad card retainers so the strap retainer covers the adjoining ends of the ad cards. Remove all steel retainers as they are replaced with the plastic. 5) 6) 7) 8) PH2 - 94 Attachment 3 Exhibit A REVENUE VEHICLE SERVICING AND CLEANING PROCEDURES CitY 3,000 MILE DETAIL SCHEDULE WEEK OF DATE COMPLETED DATE COMPLETEDBUS #BUS # Completed 3,000 mile detail schedule shall be turned in to the Maintenance Supervisor by the following Tuesday morning PH2 - 95 Attachment 3 Exhibit A APPENDIX 4 MAINTENANCE, CLEANING AND SAFETY PROGRAM PH2 - 96 Attachment 3 Exhibit A MAINTENANCE, CLEANING AND SAFETY PROGRAM FIXED ROUTE BUS SERVICE City will provide the operations and maintenance facility. Contractor's responsible for a maintenance program, and providing experienced maintenance personnel capable of properly performing all mechanical maintenance and maintaining a good vehicle appearance. 1. MECHANICAL MAINTENANCE a.Mechanical maintenance will be performed at regular intervals necessary to keep the vehicles in a safe and reliable condition. The Contractor is to use high quality replacement parts and materials when performing any vehicle repairs, as approved by City. Contractor, at its sole cost and expense, shall provide all , lubricants, repairs, cleaning, parts, supplies, labor, maintenance, major components, and component rebuilding and replacement, required for the operation of all equipment pursuanl to this Agreement. Contractor shall be fully responsible for the safe and efficient maintenance of all vehicles, radios, MDT, fareboxes, passenger counters and all other equipment to be used to perforrn this Agreement in strict conformity to all CHP regulations and orders. Contractor's duty and responsibility to maintain all vehicles and equipment is not delegable to any other person, frrm or corporation. All parts, materials, tires, lubricants, fluids, oils and procedures used by Contractor on all coaches, vehicles and equipment shall meet or exceed original equipment manufacturer (OEM) specifications and requirements. All wheelchair lift-related equipment shall be inspected, serviced and lubricated at intervals necessary to insure that the wheelchair lifts are fully operational whenever the vehicle is used in revenue service. Brake inspections and adjustments shall be performed at intervals that ensure the safe and efficient operation of the braking system. Contractor shall maintain brake systems so as to minimize brake noise. All components of the bus bodies, appuftenances, and frames shall be maintained in a safe, sound and undamaged condition at all times. Repairs (including body, glass and all bus appurtenances) shall be made within two weeks of occurrence. All mechanical, electrical, fluid, air and/or hydraulic systems shall be maintained in a safe and working condition at all times. The interior passenger compartment shall be free of exhaust fumes from the engine, engine compartment, and exhaust system of the bus. Heating and air conditioning (A/C) systems shall be maintained and used to insure that the passenger compartment temperature is comfortably maintained under all climatic conditions at all times on all in-service runs. Contractor shall maintain the A/C systems in an operable condition. Seats shall be maintained in proper operating condition at all times. All tears, gum, graffiti and other damage shall be repaired in a professional manner immediately upon their discovery. Contractor shall replace seat insert covers which are worn or b. c d. e. f. C'b' h. i. J PH2 - 97 k. Attachment 3 Exhibit A cannot be professionally repaired, using materials which are identical in design and color as those materials being replaced. All vehicle body damage must be professionally repaired within two weeks of occurrence. Contractor shall use Diesel Fuel Grade No. 2, low sulphur diesel fuel, or other premium grade diesel fuel. Contractor shall maintain buses so as to minimize visible smoke emissions. 2 VEHICLE REPORTS AND RECORDS The driver is required to perform a daily "walk-atound" inspection before taking the vehicle out of the yard including checking out the wheelchair lift operations. Any vehicle defect is to be reported to Contractor's maintenance department. If the driver is unceftain about the safe operability of the vehicle, the vehicle will be inspected by Contractor to determine if it is safe to operate; The Contractor will maintain a current vehicle record containing the following information: a. Coach Records 1. 11. iii. iv. V. vi. vii. viii. ix. X. Make Model and Year Vehicle Identification Number/Serial Number License Number Date Received Unit Repairs Preventative Maintenance "Inspection" Reports Daily "Bus Condition" Reports Work Orders Fuel Consumption (i.e., gallons/miles) for each vehicle Vehicle Maintenance Inspection Reports. The vehicle record will be a permanent part of the file. The Vehicle Maintenance Inspection Report will be kept for one year. All of these forms will be kept in a file for each vehicle. The "Preventative Maintenance Inspection" Reports will be kept for two years. Daily "Bus Condition" Reports will be kept for a30-day period. 3. SAFETY City will request that the Motor Carrier Unit of the California Highway Patrol annually prepare and submit to City a Safety Compliance Report (CHP 343) and Vehicle Inspection Reports (CHP 343A) for all vehicles specified in this agreement. Contractor must attain satisfactory rating in each category of the Safety Compliance Report (maintenance records, driver records, regulated equipment and terminal). Contractor must expeditiously correct any deficiencies noted on any vehicle inspection report. City may, at unannounced times, perform maintenance inspections by City staff or private inspection services for purposes of determining vehicle safety and condition. b. PH2 - 98 Attachment 3 Exhibit A PH2 - 99 Page i ntentiona I ly left blank. PH2 - 100 =councrl memopânÒ crty o[ san luls orrspo, frnance anò r.t. òepantment DATE: June 6,2013 TO: Mayor & Council Members VIA: Katie Lichtig, City Manager FROM: Wayne Padilla, Interim Finance Director VWF SUBJECT: Agenda Correspondence for Transit Fund, Item PH-2 AGENDA CORRESPONDENCE Please find attached several documents that represent replacement pages for presentation of the Transit Enterprise Fund Review. There is one exhibit (page PH2-19) and one page of text (page PH2-7) for the Transit Fund Review that require replacement. The exhibit shown atpage PH2-19 must be replaced with the corrected page in order to reflect the actual 2012-13 budget amount for Capital Improvement Plan Projects. The appropriations for two previously approved bus purchases were removed from the budgeted amount because staff believed that these costs had been reported in the prior year. The page of text from the staff report (page PH2-7) has been corrected to show the amended ending working capital amounts based on the correction described above. Please feel free to contact me with any questions you may have by calling me at 781-7125 orby e-mail at wpad illa@slocity.org. iuN 0 7 2013 K R VEt) T:\Council Agenda Reports\201 3\201 3-06-1 o\Agenda correspondence\6-1 2-1 3 councìl agenda corresPor CH A N G E S IN FI N A N C I A L PO S I T I O N - TR A N S I T FU N D Re v e o u e s ln v e s E r e n t æd Pr o p e r t y Re v e n u e s Su b v m t i o n s æd G¡ æ t s TD A Gr æ t s (L T F , ST A ) Ot h t r Gr æ t s (A R R A Pr o p lB , Ot h e r ) FT A G¡ æ t s Se w i æ Ch a g e s Ot h q Re v e n u e s To t a l Re v e n u e s Op e r a t i n g Pr o g m Tm p o r t a t i o n Go e ¡ a l Go v m ø t To t a l Op e n t i u g Pr o g r o s Ca p i t a l Im p r o v m e n t Pl a Pr o j e c t s To t a l Ex p € n d i t u r e s So u r c e (U s s ) o/ o PE R S Em p l o y e r Co t i b u t i o n Es t i m a f e d No n - S t a f f ¡ g Sa v i n g s Es t i D a t e d St a f i ¡ g Sa v i n g s Po t @ t i a l MO A Ad j u s b l m t s Sa v i n g s Lo s on Di s p o s i t i o n Ot h ø So u æ s (U s e s ) To t a l Ot ù e r So u c e (U s e s ) Re v e n u s md Ot h e r So u r c e (O v e r / U n d e r ) Ex p e n d i t u r e ud Ot ü e r Us ç Ca p i t a l , Be g i m i n g of Ye ü Ca p i t a l En d of Ye å r Fu d Re e n 6 20 7 . Mi n i m m R6 e w e Fu d Bs l a n c e - Op e r a t i n g Cc t s Av a i l a b l e WC fo ¡ lx Ca p i t a l Ep m s æ or ot h e r 2, 6 1 7 , 0 0 0 41 6 . 5 0 0 3, 0 9 3 , 5 0 0 82 6 , 3 0 0 2, 9 4 1 , 4 0 0 32 0 , 4 0 0 3, 2 ó 1 , 8 0 0 95 4 . 7 0 0 24 , t 0 0 I, t ' 1 7 , 5 0 0 62 0 , 6 0 0 1, 4 t 9 , 7 0 0 62 6 , 5 0 0 î s qo l ) 3, 9 0 4 J 0 0 5, 8 0 0 1, 5 9 2 , 0 0 0 1, 6 0 0 t, 8 7 3 , 9 0 0 63 9 , 4 0 0 s, 0 0 0 4, 1 2 0 , 7 0 0 2, 8 2 6 , 5 0 0 4t 6 90 0 3, 2 1 3 , 4 0 0 I. t7 5 . 8 0 0 4, 4 1 9 , 2 0 0 (2 9 8 , 5 0 0 ) 99 0 , 6 0 0 69 2 . 1 0 0 64 8 , 6 8 0 43 , 4 2 0 t9 . 7 % 5, 8 0 0 1, 9 7 ' 7 , 4 0 0 22 2 , 7 0 0 1, 9 1 8 , 7 0 0 65 0 , 8 0 0 5. 0 0 0 4, 7 E 0 , 4 0 0 42 t 6 , 5 O O (l 7 . 6 0 0 ) (1 7 , 6 0 0 ) 54 6 , 3 0 0 69 2 , 1 0 0 r¿ 3 8 . 4 0 0 6s 2 3 6 0 58 6 , 0 4 0 20 . 0 % 1, 2 4 3 , 4 0 0 30 , 3 0 0 t, 7 6 4 , 0 0 0 66 9 , s 0 0 4, 0 0 0 (1 , 4 0 0 ) 4, 7 0 0 4, 5 0 0 5,800 1,338,500 30,300 t,503,400 745.000 3,623,000 3,229,900 329 300 5, 8 0 0 5 R0 0 1, 2 6 1 , 0 0 0 30 , 3 0 0 2, 0 7 9 . 4 0 0 69 5 , 3 0 0 4, 0 0 0 3, 7 1 7 , 0 0 0 4, 0 7 5 , E 0 0 2. 9 3 0 . 9 0 0 3, 0 0 9 , 4 0 0 32 9 , 3 0 0 32 9 , 3 0 0 3, 2 6 0 , 2 0 0 3, 3 3 8 , 7 0 0 52 8 , 5 0 0 87 4 , 0 0 0 3, 7 E E , 7 0 0 +2 1 2 , 7 0 O 5,800 t,299,400 30,300 1,474,300 724,000 3,533,800 3,157,300 329,300 3,486,600 3 1.300 3"st 2900 (2,800)î ?fÍl 5,700 15,900 1,029,800 1,04s,700 697,320 348,380$s 20.8%3,s59,200 45.700 3, 9 1 9 , E 0 0 7, 4 0 0 '1 , 4 0 0 (8 , l o o ) Ð8 . 7 0 0 99 0 , 6 0 0 61 E , 7 0 0 37 t , 9 0 0 20 . 3 % 3,604,900 (2 , 8 0 0 ) 5, 7 0 0 (1 3 6 , 9 0 0 ) 1. 1 ó 6 . 7 0 0 r, 0 2 9 , E 0 0 66 7 , 7 4 0 36 2 , 0 6 0 20 . 8 % (2,800)5.?00 $$ I s $s $$ $$ $s (7 1 , 7 0 0 ) r- 2 3 8 . 4 0 0 1. 1 6 6 . 7 0 0 65 2 , O 4 0 5t 4 , 6 6 0 20 . 5 0 Á 18,100 1,045,700 r.063.E00 711,E40 351,9ó0 20.9% Ra r i o (2 0 0 / 6 St a t e Tr ü s i t De w l o p r e n t Ac r Re q u ¡ r e m e n 0 To l a l Fo r e s / To l o l Op e r q l i n g Ex p e n ¿ i l w e s PH 2 - 1 9 Transit Enterprise Fund Review 2013 Page 7 FISCAL IMPACT As shown in the 2013 Transit Enterprise Fund Analysis (Attachment l), staff is projecting the 2013- l4 fiscal year to end with a modest year-end working capital. Funding continues to be lean and highly dependent upon Federal and State grants and final budget appropriations. While staff does not project any service-level reductions for SLO Transit at this time, the projected revenue forecasts give very little capacity for funding variations. Due to one-time-only funding increases, as well as other cost savings and a minimal capital improvement program, the fund is projected to finish 2012- l3 fiscal year with a small amount of positive cash flow. These projections are dependent upon revenues provided by the State and Federal budgets, which have yet to be approved. Changes in Financial Position is included as part of the 2013 Transit Fund Review and show that overall revenues are projected to meet or exceed expenditures in 2012-13, leaving a positive year- end balance of $692,100. Should the final Federal apportionment be significantly reduced from projected levels, use of transit reserve fund may be needed to support this deficit forthe immediate shortfall. The revised 2012-13 budget and projected funding for the 2013-14 Fiscal Year includes assumptions of revenues in key funding sources that have seen signifrcant reductions by State budget take-aways over the past three years. 'With the one-time State funding increases for FY 2014, the fund is projected to end the 2013-14 fiscal year with a year-end working capital of $1,238,400. A conservative budget is proposed, which minimizes capital projects, defers bus replacements and maintains year-end reserves to address minor shortfalls in revenues. Maintaining year-end working capital reserve funding is prudent for the following three reasons: o Minimizing service-level impacts as a result of State and Federal budget reductions o Minimizing service-level impacts as a result of purchased transportation operations and maintenance contract costs o Weathering volatile fuel prices ALTERNATIVE Modify the Fund Analysis. The City Council could choose to accept all or part of the 2013 Transit Fund Review analysis as presented and direct staff to seek additional funding sources, defer capital projects or provide transit operating cost reductions. Staff does not recommend this option as the proposed fiscal forecast provides the best "snapshot" of funding at this time based upon the current and the latest information provided by the State and Federal government. Staff will continue to update the fiscal forecast and information on funding sources as received, with an intention to defer capital projects if grant funds are not realized. ATTACHMENTS 2013 Transit Enterprise Fund AnalysisI 2 aJ