Loading...
Agenda 01/22/2019 Item #16D1301/22/2019 EXECUTIVE SUMMARY Recommendation to terminate for convenience Agreement No. 15-6424 for the Scheduling and Dispatch Management Services Contract for Collier Area Transit (CAT) Fixed Route and Paratransit Program with Medical Transportation Management, Inc., d/b/a Southeast MTM, Inc., and to approve the Second Amendment to Agreement No. 15-6424, related to the Management Services Contract for the CAT Fixed Route and Paratransit Program with MV Contract Transportation, Inc., providing for the assumption of the Customer Service, Scheduling, and Dispatching functions of the CAT System. OBJECTIVE: To terminate a current contract and amend another to allow for an orderly transition to a single vendor providing consolidated CAT transit management services, allowing for the increased efficiency of the transit service. CONSIDERATIONS: On November 10, 2015, the Board of County Commissioners (Board) entered into separate agreements with Medical Transportation Management, Inc. (MTM), to provide Scheduling and Dispatching Services for the CAT system, and with MV Contract Transportation, Inc. (MV), to provide management and operating services for the system. Both contracts were solicited and awarded at that time. The dispatching services were separated from the management and operations agreement in an effort to increase accountability in the performance of these respective functions. After evaluating the use of the dual contract method, staff found that the anticipated benefits of the change did not justify retaining that method. On June 18, 2018, the Procurement Services Division posted a Request for Proposal (RFP) providing for the consolidation of transit operations under one (1) vendor; and notifications were sent to three thousand one hundred and ninety-six (3,196) vendors. Ninety-seven (97) vendors downloaded RFP packages, and seven (7) vendors submitted proposals by the August 15, 2018 deadline. MV Contract Transportation, Inc. is the recommended vendor from the RFP solicitation; and staff is currently engaged in negotiations with MV for a new agreement to bring back to the Board at a future meeting. MTM did not submit a proposal to the RFP and is experiencing challenges maintaining staff due to the pending contract change. Staff recommends the termination of MTM’s agreement for convenience (as outlined in Section 10 of the Contract) which states “the County may terminate this Agreement for convenience with a thirty (30) day written notice.” MTM has provided the County with correspondence agreeing to waive the 30-day written notice requirement to help assist the County through this process, with an effective termination date of January 31, 2019. To ensure a smooth transition and minimize effects on the service, staff recommends approving the attached Second Amendment to MV’s agreement setting forth the assumption and monthly costs of the customer service, scheduling, and dispatching functions for the Transit System on an interim basis until the Board can approve a new contract with MV that consolidates all services. Staff requests that the Board approve this as a Single Source procurement (as allowed under Procurement Ordinance No. 2017 -08, Section 11: Procurement Methods, subsection 11), because of the novel situation where MV is uniquely qualified to provide these interim services based on its current experience and exposure to the CAT system, and the fact that staff will shortly be recommending that MV be awarded a consolidated agreement where it will be performing the very same services covered by the proposed amendment. If approved, the termination of the MTM Contract will be effective at the close of business on January 31, 2019, and the proposed amendment would authorize MV to assume the customer service, scheduling, and dispatching functions effective February 1, 2019, until a new agreement is approved by the Board. 16.D.13 Packet Pg. 938 01/22/2019 FISCAL IMPACT: This modification will result in a monthly increase of $28,093.30 to the contract with MV Contract Transportation, Inc. until a permanent contract is entered into with the County for consolidated services. Funding for transit operations are budgeted within the family of Transit Funds 426 and 427 and Transit Grant Funds 424, 425, 428, and 429. Grant funding levels will offset the cost in FY19 from funding rolled forward from FY18. GROWTH MANAGEMENT IMPACT: This Item is consistent with Objective 12 of the Transportation Element of the Growth Management Plan. LEGAL CONSIDERATIONS: This Item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To terminate for convenience Agreement No. 15-6424 for the Scheduling and Dispatch Management Services Contract for Collier Area Transit Fixed Route and Paratransit Program with Medical Transportation Management, Inc., d/b/a Southeast MTM, Inc., with an effective termination date of January 31, 2019; and to approve the attached Second Amendment to Agreement No. 15-6424 with MV Contract Transportation, Inc., related to the Management Services Contract for the Collier Area Transit Fixed Route and Paratransit Program, to assume the customer service, scheduling and dispatching functions for the Transit System, as a Single Source acquisition, and authorize the Chairman to sign the attached proposed amendment. Prepared By: Michelle Arnold, Division Director, Public Transit & Neighborhood Enchancement Division ATTACHMENT(S) 1. [linked] 15-6424 MTM_Contract (PDF) 2. 15-6424 MTM Contract Amendment_04-10-2018 item D7 (PDF) 3. Termination notice email Correspondence from MTM (PDF) 4. [linked] 15-6424 MV_Contract (PDF) 5. 15-6424 MV Contract Amenement1_04-13-18 (PDF) 6. Notice of Intent to Terminate - executed (PDF) 7. Proposed 15-6424 Contract Amendement with MV (PDF) 8. FY19 Waiver Request 105 - MV Contract Trans (PDF) 9. [Linked] MV Exhibits to 15-6424 MV_Contract (PDF) 10. [Linked] MTM Exhibits to 15-6424 MTM_Contract (PDF) 16.D.13 Packet Pg. 939 01/22/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.D.13 Doc ID: 7755 Item Summary: Recommendation to terminate for convenience Agreement No. 15-6424 for the Scheduling and Dispatch Management Services Contract for Collier Area Transit (CAT) Fixed Route and Paratransit Program with Medical Transportation Management, Inc., d/b/a Southeast MTM, Inc., and to approve the Second Amendment to Agreement No. 15-6424, related to the Management Services Contract for the CAT Fixed Route and Paratransit Program with MV Contract Transportation, Inc., providing for the assumption of the Customer Service, Scheduling, and Dispatching functions of the CAT System. Meeting Date: 01/22/2019 Prepared by: Title: Division Director - Pub Tran & Nbrhd Enh – Public Transit & Neighborhood Enhancement Name: Michelle Arnold 01/14/2019 9:25 AM Submitted by: Title: Division Director - Pub Tran & Nbrhd Enh – Public Transit & Neighborhood Enhancement Name: Michelle Arnold 01/14/2019 9:25 AM Approved By: Review: Public Transit & Neighborhood Enhancement Caroline Soto Additional Reviewer Completed 01/14/2019 9:53 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 01/14/2019 10:30 AM Public Services Department Kimberley Grant Level 1 Reviewer Completed 01/15/2019 10:30 AM Procurement Services Sandra Herrera Additional Reviewer Completed 01/15/2019 10:37 AM Procurement Services Ted Coyman Additional Reviewer Completed 01/15/2019 2:38 PM Public Services Department Todd Henry Level 1 Division Reviewer Completed 01/15/2019 2:42 PM Grants Erica Robinson Level 2 Grants Review Completed 01/15/2019 2:56 PM Public Services Department Steve Carnell Level 2 Division Administrator Review Completed 01/15/2019 3:30 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 01/15/2019 4:37 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 01/15/2019 4:40 PM Grants Therese Stanley Additional Reviewer Completed 01/15/2019 5:17 PM County Attorney's Office Scott Teach Level 3 County Attorney's Office Review Completed 01/16/2019 10:57 AM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 01/16/2019 1:57 PM Board of County Commissioners MaryJo Brock Meeting Pending 01/22/2019 9:00 AM 16.D.13 Packet Pg. 940 MEMORANDUM Date: April 11, 2018 To: Tessie Sillery, Operations Coordinator PTNE Division From: Martha Vergara, Sr. Deputy Clerk Minutes & Records Department Re: Amendment to Contract #15-6424 Certified Copy Attached, for your records, please find a scanned copy of the document as referenced above, (Item #16D7) adopted by the Board of County Commissioners on Tuesday, April 10, 2018. The Minutes and Record's Department has kept the original of the referenced document as part of the Board's Official Records. If you have any questions, please contact me at 252-7240. Thank you. Attachment 16.D.13.b Packet Pg. 941 Attachment: 15-6424 MTM Contract Amendment_04-10-2018 item D7 (7755 : Transit Contract consolidation) AMENDMENT TO CONTRACT#15-6424 MANAGEMENT SERVICES CONTRACT FOR THE COLLIER AREA TRANSIT(CAT) FIXED ROUTE AND PARATRANSIT PROGRAM Scheduling and Dispatch) THIS AMENDMENT TO AGREEMENT("Amendment")is made and entered into thisltAday of April 2018, by and between Medical Transportation Management, Inc. dba Southeast MTM, Inc., whose address is 1E Hawk Drive, Lake St. Louis, Missouri 63367 (hereinafter referred to as the"Contractor"),and The Board of County Commissioners of Collier County, Florida, as the governing body of Collier County County"). RECITALS: WHEREAS, the parties entered into an Agreement dated November 10, 2015 ("Agreement"), wherein the Contractor agreed to provide Transit System Service and Support to Collier County in accordance with the terms and conditions of Contract #15-6424 the Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Scheduling and Dispatch); and WHEREAS,based upon lessons learned through the implementation of the Agreement and future Intelligent Transportation System (ITS) planned for the enhancement of the transit system, the County and the Contractor agree that the addition of a part-time Scheduler/Dispatcher to assist with covering absentees relief to avoid impacting the operations, and a Senior ITS professional to assist with the implementation and maintenance of those systems will promote the efficient operation of the transit system and is in the public interest; and WHEREAS,the pricing structure of the contract(Exhibit II) will be amended to include the added cost for adding the 1.5 positions (a part-time Scheduler/Dispatcher and a Senior ITS professional) noted above; and WHEREAS, upon recommendation by the Public Services Department Head and after reasoned consideration by the Board of Commissioners, the Board finds that this Amendment enhances the County's transportation system and is in the public interest. NOW,THEREFORE,in consideration of the mutual covenants and agreements set forth herein and for other valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the County and Contractor agree that the Agreement shall and hereby is amended and modified on the terms provided herein: Terms and Conditions 1. Recitals.The preceding recitals are true and correct and are incorporated into this Amendment by reference. 2. The following changes are being made to the below contract sections (deletions struckthrough, additions underscored). All other sections and subparts of Contract # 15-6424 not addressed below shall remain unchanged. 1 C 16.D.13.b Packet Pg. 942 Attachment: 15-6424 MTM Contract Amendment_04-10-2018 item D7 (7755 : Transit Contract consolidation) APPENDIX 1 PERFORMANCE STANDARDS In order to ensure a high standard of performance,services provided by the Contractor are to be operated in a manner that maximizes productivity without negatively impacting service quality for CAT & CAP patrons. To assure quality and a high level of customer satisfaction, all performance standards shall be reviewed on an on-going basis and are subject to change as CAT & CAP's needs change. If performance standards set forth below are changed by PTNE, the Contractor's performance standards will be immediately changed to meet the new performance standards, upon notice by PTNE to the Contractor. PTNE will review each performance factor and reward high achievement (incentives)or make deductions for substandard performance (disincentives). Generally, performance standards reviews will occur monthly. - e - 30). Cash payments or deductions shall be calculated on the Net Contract Amount Paid to the Contractor for Service Operated for the corresponding review period. All incentives achieved or incentive payments r success of tk,c Contract during the review period being evaluated. In order to be included in the incentive documentation to ensure that all incentives arc distributed according to the Contract. The following performance standards establish a range of performance that provides quality service delivery to CAT patrons. The Contractor shall attain the following performance standards: 1.0 Total # of passenger trips per revenue vehicle hour. The following outlines the incentives or disincentives for total#of passenger trips per revenue vehicle hour: Total Passenger trips per Performance Incentive/ revenue vehicle hour Indicators Disincentive> 15%above Goal 19.55 14.95 and above 1,000 10%above Goal 18.7 19.51 14.3 - 14.94 500 5%above Goal 17.85 18.6 13.95 - 14.29 250 PTNE Goal—37:8 13.0 16.16 17.81 13.00- 13.64 None Up to 5% below Goal 15.4 16.15 12.35- 12.99 250> Up to 10% below Goal 15.11 15.3 11.70- 12.34 500> 11% below Goal 15.13 11.05 or below 1,000> 2.0 On-time Performance is defined as the percentage of time that the vehicle departs no earlier than and no more than 5 minutes after the published departure times as shown in the AVAIL schedule adherence report. Incentives and disincentive shall be assessed per route.The following outlines the incentives and disincentive for on-time performance per route: 2 41111) 16.D.13.b Packet Pg. 943 Attachment: 15-6424 MTM Contract Amendment_04-10-2018 item D7 (7755 : Transit Contract consolidation) On-Time Performance Performance Incentive/ Per Route Indicators Disincentive> 3%above Goal Above 97.85 92.1% 1,000 2% above Goal 96.9 97.81 89.1-92.0% 500 1%above Goal 95.95 96.8 87.1-89.0% 250 PINE Goal-9--587% 91.06 95.9' 85-87% None Up to 1% below Goal 93.2 94.05 83.0-84.9% 250> Up to 2% below Goal 92.16 93.1 81.0-82.9% 500> 3% below Goal 92.15 83.0%or below 1,000> 3.0 Customer Satisfaction is defined as the overall passenger rating based on a semi-annual customer service report.The response categories are very poor(1), poor(2),fair(3),good (4)and very good (5). The following outlines the incentives and disincentive for customer satisfaction: Semi-Annual Customer Performance Incentive/ Satisfaction Indicators Disincentive> 15% above Goal Above 4.6 1,000 10%above Goal 4.4-4.5 500 5%above Goal 4.2-4.3 250 PINE Goal-4.0 3.9-4.1 None Up to 5% below Goal 3.7-3.8 250> Up to 10% below Goal 3.57-3.6 500> 11% below Goal 3.56 or below 1,000> The following performance standards establish a range of performance that provides quality service delivery to CAP patrons.The Contractor shall attain the following performance standards: 1.0 On-time Performance is defined as the percentage of trip time that the completed late as defined by the trip timing preference drop off trip is no more than 0 minutes late ve#iele as shown in the schedule adherence report. The following outlines the incentives and disincentive for on-time performance: On-Time Performance Performance Incentive/ Per Route Indicators Disincentive> 3%above Goal Above 97.85 98.5% 1,000 2%above Goal 96.9 97.81 97.1-98.4% 500 1%above Goal 95.95 96.8 96.1 -97.9% 250 PTNEGoal- 96% 91.06 95.9494-96% None Up to 1% below Goal 93.2 91.05 92.0-93.9% 250> Up to 2% below Goal 92.16 93.1 89.0-91.9% 500> 3% below Goal 92.15 88.9%or below 1,000> 2.0 Customer Satisfaction is defined as the overall passenger rating based on a semi-annual customer service report.The response categories are very poor(1), poor(2),fair(3),good (4)and very good (5). The following outlines the incentives and disincentive for customer satisfaction: 3 C 16.D.13.b Packet Pg. 944 Attachment: 15-6424 MTM Contract Amendment_04-10-2018 item D7 (7755 : Transit Contract consolidation) Semi -Annual Customer Performance Incentive/ Satisfaction Indicators Disincentive> 15%above Goal Above 4.6 1,000 10%above Goal 4.4-4.5 500 5%above Goal 4.2-4.3 250 PTNE Goal-4.0 3.9-4.1 None Up to 5% below Goal 3.7-3.8 250> Up to 10% below Goal 3.57-3.6 500> 11% below Goal 3.56 or above 1,000> 3.0 Average Passengers per Vehicle Revenue Hour rating based on monthly reports.The following outlines the incentives and disincentive for average passenger per Vehicle Revenue Hour: Sena-i-Anfm4a4 Monthly Performance Incentive/ Average PPVRH Indicators Disincentive> 15% above Goal 2.01 and Above 2.3 1,000 10%above Goal 2.2 2.29 1.93-2.0 500 5%above Goal 2.1 2.19 1.84- 1.92 250 PTNE Goal-2.0 1.75 1.91 2.05 1.75-1.83 None Up to 5% below Goal 1.9 1.81 1.66- 1.74 250> Up to 10% below Goal 1.8 1.71 1.58- 1.65 500> 11% below Goal 44 1.49 or below 1,000> 4.0 % of Active Paratransit Passengers Transitioned from Paratransit to Fixed Route rating based on monthly reports.The following outlines the incentives and disincentive for#of passengers transition from Paratransit to Fixed Route: Semi-Annual Percentage of Active Paratransit Performance Incentive/ Passengers Transitioned Indicators Disincentive> 15% above Goal Above 4% 1,000 10%above Goal 3%-3.9% 500 5%above Goal 2%-2.9% 250 PTNE Goal-1% 0.76%- 1.9% None Up to 5% below Goal 0.51%-0.75%250> Up to 10% below Goal 0.26%-0.50%500> 11% below Goal 0.25%or below 1,000> APPENDIX 2 LIQUIDATED DAMAGES Liquidated damages will be assessed for Contractor deficiencies specified herein. Liquidated Damages are not punitive but intended to recover Collier County's cost for the Contractor's deficiencies, lost service or additional work by PTNE for service delivery to the patron. PTNE will consider extenuating circumstances in assessing damages. The Contractor has the ability to control liquidated damages through well trained drivers, re-fresher training, and effective communications with staff. Liquidated damages shall be 4 16.D.13.b Packet Pg. 945 Attachment: 15-6424 MTM Contract Amendment_04-10-2018 item D7 (7755 : Transit Contract consolidation) deducted from any monies due, or which may thereafter become due, to the Contractor under this Contract. Liquidated damages will not be assessed for the above described occurrences arising from causes beyond the control of Contractor as determined by PINE. In the event the Contractor fails to comply with the following standards, PINE shall assess liquidated damages as follows: Requirements Liquidated Damage Amount Contractor must submit complete and accurate reports by the PTNE $100.00 for each calendar day late for the established due dates.monthly and/or quarterly reports. 500.00 for each calendar day late after the pre-established date for the yearly report. The Contractor shall notify PINE of every accident or incident immediately, $100.00 for each hour beyond the initial— but no more than two hours after the occurrence. The Contractor shall 2-hour window for notification. submit informaticn accurately and complete. The Contractor shall provide written documentation for any vehicle $250.00 for each calendar day late after accident or incident. The County shall receive written copies of incident the pre-established timeframe for a and accident reports within 24 hours of occurrence. The Contractor shall report and full report inclusive of photos. provide a full report inclusive of photos and police report within seven calendar days of the accident/incident.The Contractor shall submit reports accurately and complete. The Contractor shall be required to develop and administer EEO,Title VI,& Liquidated damages shall be assessed on Drug and Alcohol policies and programs consistent with Federal, State & a daily basis from the date of the written Local requirements. notice until either PTNE or FTA deems compliance has been met and issues a written notification. First violation 500 daily Second violation 1,000 daily Third violation 1,500 daily Fourth violation 2,000 daily _ The Contractor shall ensure farebox collections are reconciled on a daily $250 per occurrence of farebox receipts basis(Monday through Friday). not being reconciled as required. The Contractor is expected to care for all County provided equipment and $50.00 plus the cost of repair if establish policies and procedures to ensure that equipment is not Communication Equipment is found tampered with,abused or neglected. tampered with, abused and/or neglected as identified by PTNE Staff and/or PTNE's repair Contractor. The contractor is expected to coordinate with the Operating vendor to Excessively late Fixed Route trips will be ensure that the Fixed Route and Paratransit Services are performed on- assessed $50 per loop for any late time time. The services are incentivized when Performance measures are point that is late 10 minutes or more.Fixed exceeded and dis-incentivized when stated performance measure aren't Route trips that depart a time point early met. On-time performance is an important element to an efficient transit will be assessed$100 per occurrence. system and will affect ridership if not managed. Excessively late Paratransit trip will be assessed $50 per trip if the trip time is 15 minutes or more passed the timing preference criteria. A Closed Run is when a driver is not available to perform scheduled trips Closed runs due to the lack of timely assigned to a run causing the trips to go in unscheduled status. written notification to Operations Vendor will result in a $250 assessment per run closed. The Contractor is expected to submit accurate,complete reports within the $50.00 per day per occurrence for PTNE established timeframes. Infractions may include failure to submit Reporting Infractions. 5 C 16.D.13.b Packet Pg. 946 Attachment: 15-6424 MTM Contract Amendment_04-10-2018 item D7 (7755 : Transit Contract consolidation) reports by established dates, submission of inaccurate or incomplete reports,or maintaining proper records. Examples of reporting infractions include,but are not limited to: a. Failure to maintain current records for training documentation, in personnel files for all personnel.At a minimum,this includes: o Drivers'License records o Defensive Driving records o Motor Vehicle records c Background records o Customer Comments and/or other Incident reports b. Failure to maintain and submit any requested reports as required and/or requested. c. Failure to report incomplete and inaccurate driver manifests. The Contractor shall faithfully adhere to all standard MVR, background $1,000.00 per incident discovered where screening reviews and driver licensing and registration requirements.the Contractor failed to adhere to all review requirements. PTNE requires full staffing by the Contractor. 25%of the salary for the time that a key personnel position is vacant for over 14 days. 100.00 per day per vacancies in Supervisory Personnel. All required supervisory positions (starters, street supervisors, service supervisor, and safety personnel) must be covered each day in case of turnover,sickness,vacation or other absences with a qualified replacement. 100.00 per day for any non PTNE- approved personnel operating a route without PTNE's prior written approval. _ County vehicles are to be used for approved purposes only. 500 for any occurrence of Contractor using Collier County vehicles for other than an explicit PTNE approved purpose. _ The Contractor shall process all paratransit eligibility applications within 21 $250.00 per occurrence of the Contractor days of receiving a complete application. not processing completed paratransit eligibility applications with the required 21-day timeframe. The Contractor shall pirform schedule a minimum of 20%scheduled trips $5,000 per month of less than 20% of on non-County-owned vehicles. (This percentage may be revised on an total paratransit trips performed by non- annual basis). County owned vehicles. The Contractor shall be responsible for securing all facilities each evening. $1,000 per door or gate that is left unsecured in the evening. 6 O 16.D.13.b Packet Pg. 947 Attachment: 15-6424 MTM Contract Amendment_04-10-2018 item D7 (7755 : Transit Contract consolidation) EXHIBIT II-PRIC ING STRUCTURE Fixed Route C. • ... . I I i . i 020 Scope Item Scope Description 72,842 73,935 75,044 76,170 77,313 1 System Planning and Administration 40,964 $40,503 41,267 42,048 $42,845 Management Labor&Fi inge,Administrative Clerical Labor&Fringe,Office Materials& Supplies,Reports,Administrative/Corporate Support,capital Depreciation,Interest Expense, Internet/Cell,Employee Welfare,Employee Recruiting,Business Licensing,Payroll Processing,Printing and Graphics,Postage, Dues and Subscriptions,Buy America Program, EEO/Affirmative Action Program,Overhead 2 Insurance 570 587 605 623 641 Auto Liability,Business Practices,Workers Compensation,Other Insurance,Insurance Deductible,Accident Repairs 3 Customer Service 69,297 70,385 71,537 72,717 73,923 Reservationists Wages and Fringe,Dispatcher Wages and Fringe 4 Scheduler 7,139 7,256 7,375 7,497 7,622 Schedulers Wages and Fringe 5 Planner/Mobility Manager 11,016 $11,220 $11,429 11,641 $11,858 Planner I Mobility Manager Wages and Fringe 6 Safety Program 0 0 0 0 0 Development and Implementation of all requires safety and security plans,table top exercises,etc. 7 Drug&Alcohol Testing Program 1,081 1,113 1,146 1,181 1,216 Employee Testing,Random Testing,Post- Accident&Reasonable Suspicion Testing, Employee Assistance Program 8 Start Up Costs 13,523 0 0 0 0 Expenses 9 Other(If any other,please specify) 3,550 3,598 3,672 3,749 3,827 Travel,Uniforms,Materials,Management Fee SUBTOTAL FIXED ROUTE 147,139.88 $134,661.80 $137,032.00 $139,455.33 $141,932.93 588,559.153 $538,6479 $5487128.00 $540 $5677731.72 435,699.40 $673,308.08 $685,160.00 $694,276.63 $4-097664-4S 7 16.D.13.b Packet Pg. 948 Attachment: 15-6424 MTM Contract Amendment_04-10-2018 item D7 (7755 : Transit Contract consolidation) Paratransit r.• ' • • ••• .i . I . I • 020 Scope Scope Description Minimum 20%of trips to be provided on non-County owned vehiclesItem 1 System Planning and Administration 163,857 $162,012 $165,069 $168,191 $171,380 Management Labor&Fringe,Administrative Clerical Labor&Fringe,Office Materials& Supplies,Reports,Administrative/Corporate Support,capital Depreciation,Interest Expense, Internet/Cell,Employee Welfare,Employee Recruiting,Business Licensing,Payroll Processing,Printing and Graphics,Postage, Dues ar,d Subscriptions,Buy America Program, EEO/Affirmative Action Program,Overhead 2 Insurance 2,280 2,348 2,418 2,491 2,566 Auto Liability,Business Practices,Workers Compensation,Other Insurance,Insurance Deductible,Accident Repairs 3 Customer Service 277,187 $281,540 $286,149 $290,866 $295,692 Reservationists Wages and Fringe,Dispatcher Wages and Fringe 4 Scheduler 28,557 $29,024 $ 29,501 8' X39,488 41,731 59,929 $61,016 Schedulers Wages and Fringe 5 Planner/Mobility Manager 44,063 44,881 $45,716 46,566 $47,433 Planner I Mobility Manager Wages and Fringe 6 Pegram Sr.ITS Coordinator 0 0 32,771 80,224 $81,797 requires safety and security plans,table top cxercisc -e€,Responsible for planning, implementing and supporting enterprise wide information systems and technologies, including enterprise system operations, technical services,and data collection. Collaborate with the client and other key stakeholders to establish goals and define the strategies for successful project implementations. 7 Drug&Alcohol Testing Program 4,322 4,452 4,585 4,723 4,865 Employee Testing,Random Testing,Post- Accident&Reasonable Suspicion Testing, Employee Assistance Program 8 Start Up Costs 54,091 0 0 0 0 Expenses 9 Other(If any other,please specify) 14,202 $14,391 14,689 $14,995 $15,308 Travel,Uniforms,Materials,Management Fee SUBTOTAL PARATRANSIT 588,560 $538,647 8 $557,821 $56;',732 593,129 $667,985 $68()057 8 16.D.13.b Packet Pg. 949 Attachment: 15-6424 MTM Contract Amendment_04-10-2018 item D7 (7755 : Transit Contract consolidation) SUBTOTAL FIXED ROUTE 147,140 $134,662 $137,032 $139,455 $1413 TOTAL FIXED&PARATRANSIT 735,700 $673,309 $730,161 $807,440 $821 IN WITNESS WHEREOF,the parties hereto, have each, respectively, by an authorized person or agent, have executed this Amendment on the date and year first written above. ATTEST: Dwight E. Brock, Clerk of Courts BOARD OF CI . ,TY COMMISSIONE: i, COLLIER _! NTY ORIDA 4 a i . By. r. . 1 By A Andy Solis, Chairman IDyy rDated: i SEAL) Aft si, stb'Chairman's signature only. Contractor's Witnesses: Medical T'.nortat . - anagement, Inc. 1 j By: Signature First fitness F 16 Y‘. V t&t, 5 24-„,/ci TType/print signature arfd titleT TType print wi •-ss nameT Seco,o 01/ Type/print witness name Ap. ." '-''d a. . arm and Legality: Jeffrey A Mat,' ow, County Attorney I. I 9 0 16.D.13.b Packet Pg. 950 Attachment: 15-6424 MTM Contract Amendment_04-10-2018 item D7 (7755 : Transit Contract consolidation) From:Brian Balogh To:ArnoldMichelle Subject:Ride Right Contract Date:Friday, January 11, 2019 5:27:05 PM Michelle – It was nice talking with you today as always. I have confirmed with our team that if you choose to proceed with a transition from Ride Right to another provider effective 1-31-19 as we discussed, this would not be an issue. MTM would not require a 30 day notice in this instance. We will look forward to hearing confirmation of that plan and make preparations accordingly. Please let me know if you have any questions or need anything further regarding this matter. Thank you, Brian Brian Balogh COO – Transit, MTM, Inc. 635 Maryville Center Drive, MO 63141 Cell: 312.560.6084 BBalogh@mtm-inc.net |www.mtm-inc.net Confidentiality Notice: The information contained in this electronic transmission is privileged and confidential intended for the use of the addressee listed. The authorized recipient of this information is prohibited from disclosing this information to any other party without the sender's permission, and is required to destroy the information after its stated need has been fulfilled. If you are not the intended recipient, you are hereby notified that any disclosure, copying, distribution, or action taken in reliance on the contents of these documents is strictly prohibited (Federal Regulation 42 CFR, Part 2, and 45 CFR, Part 160). If you have received this information in error, please notify the sender or call 1-888-561-8747 to arrange for return of these documents. 16.D.13.c Packet Pg. 951 Attachment: Termination notice email Correspondence from MTM (7755 : Transit Contract consolidation) 16.D.13.ePacket Pg. 952Attachment: 15-6424 MV Contract Amenement1_04-13-18 (7755 : Transit Contract consolidation) 16.D.13.ePacket Pg. 953Attachment: 15-6424 MV Contract Amenement1_04-13-18 (7755 : Transit Contract consolidation) 16.D.13.ePacket Pg. 954Attachment: 15-6424 MV Contract Amenement1_04-13-18 (7755 : Transit Contract consolidation) 16.D.13.ePacket Pg. 955Attachment: 15-6424 MV Contract Amenement1_04-13-18 (7755 : Transit Contract consolidation) 16.D.13.ePacket Pg. 956Attachment: 15-6424 MV Contract Amenement1_04-13-18 (7755 : Transit Contract consolidation) 16.D.13.ePacket Pg. 957Attachment: 15-6424 MV Contract Amenement1_04-13-18 (7755 : Transit Contract consolidation) 16.D.13.ePacket Pg. 958Attachment: 15-6424 MV Contract Amenement1_04-13-18 (7755 : Transit Contract consolidation) 16.D.13.ePacket Pg. 959Attachment: 15-6424 MV Contract Amenement1_04-13-18 (7755 : Transit Contract consolidation) 16.D.13.ePacket Pg. 960Attachment: 15-6424 MV Contract Amenement1_04-13-18 (7755 : Transit Contract consolidation) 16.D.13.ePacket Pg. 961Attachment: 15-6424 MV Contract Amenement1_04-13-18 (7755 : Transit Contract consolidation) 16.D.13.ePacket Pg. 962Attachment: 15-6424 MV Contract Amenement1_04-13-18 (7755 : Transit Contract consolidation) 16.D.13.ePacket Pg. 963Attachment: 15-6424 MV Contract Amenement1_04-13-18 (7755 : Transit Contract consolidation) 16.D.13.ePacket Pg. 964Attachment: 15-6424 MV Contract Amenement1_04-13-18 (7755 : Transit Contract consolidation) 16.D.13.ePacket Pg. 965Attachment: 15-6424 MV Contract Amenement1_04-13-18 (7755 : Transit Contract consolidation) 16.D.13.f Packet Pg. 966 Attachment: Notice of Intent to Terminate - executed (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 967 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 968 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 969 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 970 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 971 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 972 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 973 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 974 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 975 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 976 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 977 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 978 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 979 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 980 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 981 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 982 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 983 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 984 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 985 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 986 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 987 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 988 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 989 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 990 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 991 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 992 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 993 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 994 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 995 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 996 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 997 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.g Packet Pg. 998 Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.gPacket Pg. 999Attachment: Proposed 15-6424 Contract Amendement with MV (7755 : Transit Contract consolidation) 16.D.13.h Packet Pg. 1000 Attachment: FY19 Waiver Request 105 - MV Contract Trans (7755 : Transit Contract consolidation) 16.D.13.h Packet Pg. 1001 Attachment: FY19 Waiver Request 105 - MV Contract Trans (7755 : Transit Contract consolidation) NOTES: EXHIBIT II -PRICING STRUCTURE COMPENSATION FOR STARTUP COST TIME AND MATERIAL o Call Monitoring Capabilities: MTM will be responsible for incorporating this service noted in the proposal at no additional cost to the County. o MTM will hand out and collect all driver manifests and paratransit funds for all drivers. o The cost ls reduced by $4,000 annually for the use of MV's Transit Miner reporting software. o The reduction of the startup costs from $77,742 to $67,614 with the condition that these be capped at the proposed levels, as follows: ----' -----, ------ < -~ ~ ~ ----; -:.. _-Startup Ell'~~k~own List - ------------ Description of Service Incumbent and New Hire Training Wages, references checks, payroll/benefit set-up, physicals, and drug screens. Includes training on nights and weekends for incumbent employees, as well as a small number of new hire employees. Includes new Mobility Coordinator training wages for required certifications, as well as out of town trainers to assist with trainino durino transition. Staff Moving Expense Mobility Coordinator relocation expenses, and travel/lodging for NTI and AT A certification courses Travel Lodging, car rental, fuel, meals, tolls, etc. for Implementation team, trainers, and cor orate mana ement Printing and Postage Printing training materials, program manuals, new hire paperwork, etc. and shi in documents/su lies to the Collier office Technology Laptop computers for local management, software/email licenses, IT Setup, transition su lies Training/Meeting Supplies Materials and refreshments for workin lunches/dinners Background Checks Per RFP must include out of state for all emplo ees Includes GL insurance, business license, etc. Recruiting ------- -- Not to Exceed Amount: $ 25149 $ 7,500 $ 1,975 $ 3,985 $ 500 $ 3,435 $ 1,470 $ 1,250 The Startup costs will be considered pass-through transactions and all invoices wlll include back up documentation to substantiate expenses. - A G R E E M E N T 16-§424 !2! Management Services Contract for the comer Area Transit (CAT) Fixed Route and Paratranslt Program (OPERATIONS) THIS AGREEMENT, made and entered into on this ta+1"'ci ay of rJ 0v9 M bc.c 2015, by and between MV Contract Transportation, Inc., authorized to do business in the State of Florida, whose business address is 5910 Central Expressway, Suite 1145, Dallas, Texas 75206, (the "Contractor", "Owner" or "MVn} and Collier County, a political subdivision of the State of Florida, (the "County"): W I T N ES S E TH: 1. CONTRACT TERM AND COMMENCEMENT. The term of this Agreement shall be for a period of five (5) years with three (3) one (1) year renewal options, effective upon the date of the Issuance of the initial Purchase Order. The Contractor shall commence services upon the issuance of said Purchase Order. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for three (3) additional one (1) year periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. Prices shall remain firm for the initial term of the Agreement. Requests for consideration of a price adjustment must be made thirty (30) days prior to renewing for the first and subsequent years in writing to the Procurement Services Director. Price adjustments are dependent upon the consumer price index (CPI) over the past twelve (12) months, budget availability, and the County Project Manager, or Designee's approval. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than thirty (30) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK. The Contractor shall provide Operations services associated with the Collier Area Transportation (CAT) System in accordance with the terms and conditions of as described In the exhibits listed below which are made an Integral part of this Agreement. Exhibit I: Exhibit II: Exhibit Ill: Exhibit IV: ExhlbltV: Scope of Services Pricing Structure & Liquidated Damages FT A Provisions Package Contractor's (MV's) Proposal dated June 4, 2016 Request for Proposal #16·6424 These documents include all expectations of the Contractor, including the Federal Transportation Administration Grant Requirements. Page 1 Agreement t 15·6424' for Management Service s Contract for the Collier Area Transit (CAT) Fixed Route and Paratranslt Program (OPERATIONS) This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3. COMPENSATION. The County shall pay the Contractor for the performance of this Agreement upon completion of the work depicted in the Scope of Services, Exhibit I, as accepted and approved by the County Project Manager, or Designee, pursuant to the fees as set forth in Exhibit II Pricing Structure. Payment(s) will be made upon receipt of a proper invoice and in compliance with Chapter 218 Fla. Stats., otherwise known as the "Local Government Prompt Payment Act''. 3.1 Travel and Reimbursable Expenses: Travel and Reimbursable Expenses must be approved in advance in writing by the County. Travel expenses shall be reimbursed as per Section 112.061 Fla. Stats. Any trips within Collier and Lee Counties are expressly excluded. Reimbursements shall be at the following rates: Mileaae $0.445 per mile Breakfast $6.00 Lunch $11.00 Dinner $19.00 Airfare Actual ticket cost limited to tourist or coach class fare Rental car Actual rental cost limited to compact or standard-size vehicles Lodging Actual cost of lodging at single occupancy rate with a cap of no more than $150.00 per niaht Parkina Actual cost of parkina Taxi or Airport Limousine Actual cost of either taxi or airport limousine Reimbursable items other than travel expenses shall be limited to the following: telephone long- distance charges, fax charges, photocopying charges and postage. Reimbursable items will be paid only after Contractor has provided all receipts. Contractor shall be responsible for all other costs and expenses associated with activities and solicitations undertaken pursuant to this Agreement. 3.2 Liquidated Damages: For performance not delivered in accordance with this contract, the County may incur additional expense, loss of confidence by system users, and negative or adverse bad publicity for the program and other damages to the County and the program. System performance outside of performance norms causes passengers to file complaints and make multiple calls to ensure that trips are properly booked and delivered. The actual damages caused by such a breach are uncertain or difficult to accurately estimate or prove. For this reason, Liquidated Damages, not otherwise specifically addressed and identified herein, may be assessed against the Contractor for the Performance Measures listed in Exhibit I titled "Appendix 1 Performance Standards" and "Appendix 2 Liquidated Damages." 3.3 In order to ensure a high standard of performance, services provided by the Contractor are to be operated in a manner that maximizes productivity without negatively impacting service quality for Page 2 Agreement# 15-6424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program (OPERATIONS) 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. The Contractor shall report to and be responsive to the Collier County PTNE Director and/or designee. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Contract Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINA TlON. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Business Auto liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. D. Employee Dishonest Bond: Shall be maintained by the Contractor to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. Consultant waives its right of recovery against County as to any claims under this insurance. Such insurance shall have limits of not less than $500,000 Per Occurrence. Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. Coverage afforded under the policies Page 5 Agreement# 15-6424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program (OPERATIONS) Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 24. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 25. KEY PERSONNEUSTAFFING. The Contractor's personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the contract. The Contractor shall assign as many people as necessary to complete the services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service dates. The Contractor shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and/or experience. (2) that the County is notified in writing as far in advance as possible. The Contractor shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. 26. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Contractor's discretion. 27. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 28. SUBCONTRACTING. As to any assigned subcontractor(s) approved by the County and providing services on behalf of the Contractor, the Contractor shall include in its contract with such subcontractor(s) all clauses mandated by the Federal Government. Any Federal funds used to pay for goods or services on a contract greater than one hundred thousand dollars ($100,000) require the addition of such third party clauses. Reference on this matter is made to the Federal Transit Administration Best Practices Procurement Manual, Appendix A.1, as amended. As the expert, the Contractor shall be presumed to have specialized knowledge as to which clauses are required in its subcontracts and to take all required action incident to the Federal Administration reporting requirements. Page 8 Agreement# 15-6424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program (OPERATIONS) IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST:0 COLLIER COUNTY, FLORIDA Dwi•ht E. Brock, Cler Oi.ourts i ` ICI ti^.'LBy1., By Dated: z ` ,_;,1,, / Donna Fia Chairman Attesiii tiairm,,,i $` signature only. MV Contract Transportation, Inc. Contractor By. t.. iep i na ure r-e_c VV r'f /-t' Dtl el, , U'1 TTy0e/print witne 7.. name? TType/print sign ure and title' U/Vv LlAY&LVv) c. d Witne XAPV\ K 1 ' 0 TType/print witness nameT A.•roved as to Fe m and Legality: 0A.. .tit, Assistant C• Attorney EVYI V. ftpIn Print Name Page 9 Agreement#15-6424 for Management Services Contract for the Collier Area Transit(CAT)Fixed Route and Paratransit Program OPERATIONS) CAO 1.6 Holiday Service The Contractor shall not provide service for the following holidays, unless otherwise directed by PTNE: • New Year's Day Memorial Day U.S. Independence Day Labor Day Thanksgiving Day Christmas Day If it becomes a safety concern to continue service, the contractor and PTNE will communicate to determine if service should be halted for the day. The decision to halt service will be at PTNE's discretion. 1. 7 Scope of Work The Contractor shall provide all resources and administration required to operate the services outlined in this scope and to be consistent with federal, state, local regulations including the Transit Development Plan (TOP) and Transportation Disadvantaged Service Plan (TDSP). PTNE will have control of all policy matters relating to the CAT & CAP services, at a minimum to include standards of service, service area, hours of operations and the setting of fare rates and fare media. The Contractor shall ensure that all services are operated and delivered in a safe, courteous, customer-friendly, reliable and in a timely manner and that the passengers' best interests are of foremost concern. Rates for both fixed route and paratransit shall be set for the initial term of the contract. The Contractor shall provide all toll tags and administration for the CAT & CAP Services. The Contractor shall be responsible for all toll tags, toll charges and fines associated with toll tag usage. The Contractor shall ensure that appropriate level of back-up/extra board drivers is available to ensure continuity of service. The Contractor shall develop and implement policies and procedures consistent with Federal, State and Local regulations, including Collier County Practices and Procedures (CMA's) and Job Safety Analysis' (JSA). This should also include an anti-nepotism policy. The Contractor shall develop and implement policies and procedures to match PTNE standards regarding cell phones usage, conflicts of Interest, diversity, etc. within 90 days of contract award. The Contractor shall be responsible for the prevention of fraudulent practices by the Contractor's employees, agents, drivers, or any other person(s) acting under its control or direction in the performance of services pursuant to this contract and the CAT & CAP Programs. Such practices shall include, but not be limited to: a. Unauthorized dealings in, tampering with, or entering falsified information on documents or recording falsified, electronic information related to the provision of CAT or CAP Services under this contract. b. Allowing ineligible drivers to transport patrons. c. Transportation of ineligible patrons, including other unscheduled patrons or drivers. d. Allowing drivers to collect other than the appropriate fare or accepting gratuities. e. Misrepresentation of the verification and validity of actual trips taken; trip origins; trip destinations; vehicle odometer readings; fare and/or fare media returned by drivers; and/or Exhibit I Agreement # 1 ~424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program (OPERATIONS) Family Size 1 2 3 4 5 6 7 8 The Contractor shall monitor and resolve all operational issues regardless whether it stems from vehicles, drivers and or patrons. The Paratransit portion of the contract will be awarded based on a per approved paratransit client trip. There shall be two separate rates, the first shall be for trips provided on County-owned vehicles, the second shall be for trips provided on non County-owned vehicles. PTNE shall not be charged additional for required personal care attendants or guests (as allowable under federal ADA provisions). The following are the historic number of trips to approved passengers that have been provided: Total # of Trips Year Ambulatory Wheelchair Provided to Passengers Passengers Approved Clients 12/13 61,285 18,923 80,208 13/14 59,549 16,845 76,394 14/15* 47,967 14,093 62,060 .. * Information provided for FY 14/15 1s a partial year cons1st1ng of data from July 181 through March 31 61 ) Passenger Co-Pay (Fare) The co-pay is determined by which transportation program the trip is conducted under. ADA and TD programs which require different co-:pays as outlined below. The fare for ADA service is $3.00 for a one-way door-to-door trip. The fare for TO service is based on an income scale. The fare is $1.00, $3.00, $4.00 $5.00 or $7.00, per one-way trip. The current TO co-pay rates are presented in the table below: TD Rate and Fare Structure (Effective October 1, 2014-September 30, 2015)* Passenger pays Passenger pays Passenger pays Passenger pays Passenger pays $1.00 if household $3.00 If household $4.00 if household $5.00 If household Income Is at or Income Is >100%· Income Is >151%-Income Is >226%-$7.00 if household under Poverty 150% of Poverty 225% of Poverty 337% of Poverty income is +337% Level Level Level Level of Poverty Level $11,670 $11,671-$17,505 $17,506-$26,258 $26,259 -$39,328 $39,329 $15,730 $15,731 -$23,595 $23,596-$35,393 $35,394-$53,010 $53,011 $19,790 $19,791 -$29,685 $29,686 -$44,528 $44,529 -$66,692 $66,693 $23,850 $23,851 -$35,775 $35,776-$53,663 $53,664-$80,375 $80,376 $27,910 $27,911 -$41,865 $41,866-$62,798 $62,799 -$94,057 $94,058 $31,970 $31,971 -$47,955 $47,956-$71,933 $71,934-$107,739 $107,740 $36,030 $36,031 -$54,045 $54,046 -$81 ,068 $81,069-$121,421 $121,422 $40,090 $40,091-$60,135 $60,136-$90,203 $90,204-$135,103 $135,104 *Source: U.S. Department of Health & Human Services 2014 Poverty Guidelines A third party Contractor will be responsible for CAP eligibility recommendations to PTNE staff. CAP Rider's Guide is available on the PTNE webpage at www.colliertransit.com The Contractor shall only provide paratransit service for eligible patrons in the CAP service area who are properly certified by PTNE and are enrolled in CAP's program. CAP currently operates Route Match operating system on version 6.0.13. Exhibit I Agreement# 1 ~424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program (OPERATIONS) 2.0 CAT & CAP SERVICE 2.1 CAT Service The Contractor shall be prepared to provide all resources necessary to operate the estimated number of revenue hours as projected. PTNE representatives may ride in the Contractor operated vehicles with or without prior notice to the Contractor to monitor compliance with the Contract and PTNE's performance standards. Failure to operate the CAT Services safely and/or in the patrons' best interests may result in the assessment of liquidated damages and/or the removal of personnel from revenue service. Liquidated damages are not punitive, but intended to recover PTNE's cost for poor delivery of service. 2.1.1 CAT Operating Standards PTNE has established the following operating standards to which the Contractor shall meet or exceed during Year 1 of the Contract: A The Contractor shall maintain a productivity of at least 17.0 passenger trips per Revenue Vehicle Hour (RVH), without compromising service, safety, punctuality or quality for the first year of the contract. B. The Contractor shall operate each route in a manner to maintain on time performance of at least 95%, as shown in the Avail report. On-time performance will be evaluated on a per route basis. On time is defined as the time that the vehicle departs no earlier than and no more than five (5) minutes after the published departure times. C. The Contractor shall maintain an overall passenger customer service rating of four (4) based on a semi-annual customer service report. The response categories will be very poor (1), poor (2), fair (3), good (4), and very good (5). D. If patrons are unable to make a connection due to their bus not running on time, the Contractor shall make every effort to have the passenger transported at a minimum to the bus that they intended to transfer to. E. There shall be no more than 1.2 accidents per 100,000 miles. Year two (2) and beyond operating standards will be provided to the Contractor by September 1 each year. If new operating standards are not provided by September 1, the prior year standards shall remain in effect. 2.2 CAP Service The Contractor shall be prepared to provide all resources necessary to operate the trips assigned. PTNE representatives may ride in the Contractor operated vehicles with or without prior notice to the Contractor to monitor compliance with the Contract and PTNE's performance standards. Failure to operate the CAP Services safely and/or in the patrons' best interests may result in the assessment of liquidated damages and/or the removal of personnel from revenue service. Liquidated damages are not punitive, but intended to recover PTNE's cost for poor delivery of service. Each non-County owned vehicle shall be equipped with a two-radio that is compatible with the County system. At such time that the vehicle is no longer providing service to CAP, the Contractor shall provide documentation that the radio programming has been removed. Failure to remove the programming and provide documentation shall result in liquidated damages being assessed. Exhibit I Agreement# 15-6424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratranslt Program (OPERATIONS) 2.2.1.1 CAP Operating Standards PTNE has established the following operating standards to which the Contractor shall meet or exceed during Year one (1) of the Contract: A. Trips may be scheduled after 5:00 p.m. for service the next day. Trips may be dispatched after 5 p.m. the day prior to service or on the day of service. B. Passengers are not given a set pick-up time. Instead they are told to be ready for their ride to arrive from between one to two hours before their appointment time. This window is dependent on the service area of the pick-up and drop-off points. The service areas are defined as the Naples Service Area, Golden Gate Estates Service Area, Marco Island Service Area and lmmokalee Service Area. Trips within one service area have a one hour window. Trips between service areas have a two hour window. The one to two hour windows are inclusive of travel time between pick-up and drop-off. The Scheduling Contractor may negotiate special pick-up arrangements with the customer, in advance, as the situation dictates. These arrangements shall be documented and maintain on file to distinguish these trips from regularly scheduled trips for determining on-time performance. Medical appointments and employment must follow the 30 minutes early to zero minute's late policy. C. Four or more passengers dropped-off-and/or picked-up at the same location constitute a group trip. The Scheduling Contractor may negotiate special arrangements with the customer or agency, in advance, for a group trip. These special arrangements will be documented and evaluated separately for on-time performance. Every effort will be made to keep the ride times within the service window for these trips. D. The pick-up process for return trips is the same as the originating trip. Depending on the location, the window may be one to two hours. Expectations are that travel within a single service area will be within the one hour window and trips between service areas will have a two hour window. E. PTNE allows will-call trips, when patrons have missed their scheduled trips, and are placed on hold for the next available pick-up. F. PTNE has a "No Strand" policy. At no time shall a CAP patron be stranded away from home. Every attempt should be made to complete the trip. G. PTNE has a zero tolerance of refusal to pay policy: If the passenger does not have the appropriate amount to pay their fare, transportation will not be provided. However, if the passenger refuses to pay for the return trip, the no strand policy will override. The passenger will not be eligible to reserve a future trip until payment of their fare has been fulfilled. H. PTNE only allows each trip to have one destination. Brief stops at locations before the scheduled destination will not be allowed. If multiple destinations are needed, each section of the trip must be scheduled separately and the rider must pay a fare for each ride. I. Children under the age of 12 or individuals requiring special assistance must have a personal care attendant (PCA). The PCA must be an adult and must be able to provide necessary assistance to the passenger. J. All passengers under the age of 5 and fewer than 50 pounds will be required to use a child restraint device. This device must be provided by the parent or sponsoring agency. Exhibit I Agreement# 15-6424 for Management Services Contract for the Collier Area Transit {CAT) Fixed Route and Paratransit Program {OPERATIONS) K. Passengers will be allowed to bring up to four shopping bags onto the vehicle. Bags must fit under the passenger's seat, and/or on their lap. l. PTNE's no-show/late cancellation policy states that all scheduled trips must be canceled at least 2 hours prior to the scheduled trip in order to avoid being deemed a "No Show''. Passengers are not responsible for "no-shows" due to sudden illness, family or personal emergency, transit connection or appointment delays, extreme weather conditions, operator error or other unforeseen reasons for which it's not possible to call to cancel or take the trip as scheduled. late Cancellations and/or No Shows may result in suspension of service. The contractor must work with the customer service contractor to verify that a late cancellation or no show charge is valid so as to not inaccurately assess a suspension to a patron. M. The Contractor shall operate in a manner to maintain on time performance of at least 95%, as shown in the Avail report. On-time performance will be evaluated for all completed drop-offs. N. There shall be no more than 1.2 accidents per 100,000 miles. 0. There shall be no more than two complaints per 1,000 miles. P. A minimum of 20% of trips shall be provided by non-County owned vehicles on a monthly basis. Q. A minimum 20% spare ratio shall be maintained for County owned vehicles. 3.0 CONTRACTOR PERSONNEL 3.1 Key Personnel The Contractor shall employ key personnel in the positions of General Manager, Operations Manager(s), and Safety and Training Manager(s). All key personnel shall be employees of the Contractor. The General Manager shall have a reporting relationship to the PTNE Director and/or any other personnel assigned by PTNE to ensure continuity of service performance. The contractor shall provide PTNE with cell phone numbers and email addresses to ensure communication twenty-four hours a day, seven days a week, three hundred sixty five days per year. PTNE reserve the right to approve all key personnel qualifications and management changes. The Contractor shall notify PTNE of the intent to change key personnel assigned to this contract. Changes in key personnel in the positions of General Manager, Operations Manager(s), and Safety and Training Managers must be approved in advance and in writing by PTNE's Transit Manager. PTNE reserves the right to review applicant's credentials and conduct interviews as needed. 3.1. 1 Operations Managers shall be solely dedicated to the CAT & CAP operations. There shall be seven day a week on-site coverage for all CAT services. 3.1.2 Safety and Training Manager(s) shall be solely dedicated to the Safety and Training of the CAT & CAP services. The Safety and Training Manager shall be the Drug and Alcohol Designated Employee Representative (DER) and shall be responsible for the Contractor's Drug and Alcohol Program. The Contractor shall provide a certified and trained backup to the Safety and Training Manager as the DER at all times throughout the term of the Contract. The Safety and Training Manager or their designee shall provide training for new hires and route training to keep drivers up to date on safety issues and defensive driving skills. Road observations for a minimum of (2) two hours per day must be completed on a daily basis to ensure "on time" performance standards as established Exhibit I Agreement # 15-6424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program /6:\ (OPERATIONS) ~ herein, check on any problem areas, make recommendations on route adjustments and ensuring good driving behavior. The Safety & Training Manager shall provide a monthly safety report to PTNE which must include a summary of monthly accident and incident occurrences. 3.2 Personnel Coverage At a minimum, one member of the key personnel shall be on duty at all times for management coverage while vehicles are in service, Monday through Saturday. The Contractor shall also identify primary and secondary supervisory personnel to assist key personnel with daily management during normal business hours. The Contractor shall maintain a back-up staffing plan to accommodate all key personnel absences of more than one week with qualified substitute personnel. The back-up staffing plan shall be submitted to PTNE for review and approval during the proposal and shall keep the approved back-up staffing plan current at all times. If it is determined that a key personnel member will be absent for more than 45 days, the Contractor will present the resumes of qualified candidates for PTNE's approval. Failure to present and maintain qualified candidates may lead to the assessment of liquidated damages. The Contractor shall ensure that there is management coverage during all hours of CAT & CAP service. Any gaps in key personnel or other personnel which affect the quality of service may result in the assessment of liquidated damages. The key personnel requirement does not relieve the Contractor of responsibility for maintaining appropriate staffing levels of administration and support personnel. The Contractor's key personnel shall, at a minimum be required to: • Attend various management and/or Board, committee meetings; • Schedule and participate in all CAT/CAP Community Outreach events; • Participate in all Public Transit Ad-Hoc Advisory Committee meetings; • Prepare presentations upon request. The Contractor shall work with PTNE in regards to any changes to the CAT or CAP program which at a minimum may include: • Changes to CAT or CAP Policies and/or Procedures; • Changes to fare structure; • Changes to service areas; • Route modifications 3.3 Safety and Training Staff The Contractor shall provide qualified and dedicated full time Safety and Training staff (categorized as safety sensitive) as needed to meet the requirements of the Contract. The requirement of the Contract for Safety and Training staff at a minimum include: A. All new, refresher, remedial and any other required training of drivers, B. All new, refreshers, remedial and any other required training of support staff to include road supervisors, etc. C. Monitoring of all safety sensitive staff. D. Safety Administration E. Tracking and documentation of all training. All of the Contractor's Safety and Training staff shall be trained and certified to conduct training courses consistent with Federal, State, Local, Transportation Disadvantaged Service Plan, and Transit Development Plan requirements and shall be trained in accident investigation procedures Exhibit I Agreement# 15-6424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program (OPERATIONS) f6:\ \~~ as required by the US Department of Transportation. The Contractor shall develop procedures to investigate, develop and rate each accident to determine if the accident could have been prevented utilizing the National Safety Council definition of preventability. In addition, this review will establish the need (and schedule, as necessary) for any corrective training, operating guidelines provision or equipment maintenance or technical correction required, together with a follow-up. The Contractor shall provide all training documentation, certifications and safety programs to PTNE for PTNE's review and approval on a monthly basis. As the Contractor updates and/or changes training certification and/or safety, the Contractor shall provide updates to PTNE for their review and approval. Every 12 months, the Contractor shall conduct a minimum of six mandatory safety meetings with duration of a minimum of 2 hours. Advanced notice of these meetings must be provided to PTNE. The Contractor shall develop procedures and training programs subject to PTNE review and approval to address all types of emergency situations, including accidents, crime/security incidents, evacuation procedures and inclement weather. 3.4 Staff The Contractor shall be responsible for providing all levels of staff as required to deliver the CAT and CAP services. It is the Contractor's responsibility to maintain appropriate management staffing levels for all administration and personnel. The Contractors staff shall at a minimum: • Be proficiently trained in ADA regulations and compliance requirements. • Be proficiently trained and have a complete understanding of the CAT and CAP fare policy. • Be proficiently trained in all CAT and CAP policies and procedures. • Be proficiently trained to conduct conversations with English speaking patrons. • Be proficiently knowledgeable of the CAT and CAP service area and hours of service. • Be proficiently knowledgeable of the street system for development of detours/alternate routing for inclement weather, parades, and construction and/or street closures as required. • Be proficient in Customer Service Excellence at all times. • Be prepared to conduct conversations in other languages by use of adequately trained staff or translation services. • Be prohibited from soliciting and/or accepting gratuities or gifts from patrons of the system. • Be sensitive to persons with disabilities. • Be sensitive to passengers needs and must be able to handle passenger complaints, rudeness and problems as they occur. • Shall report all incidents and accidents regarding CAT/CAP property, facilities, or passengers. This includes but is not limited to accidents/incidents that occur during training and/or incidents that may affect service delivery. • Shall, when requested by PTNE, distribute notices to passengers, schedules and/or other promotional materials or otherwise render assistance in CAT/CAP's monitoring and Exhibit I Agreement # 15~24 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratranslt Program (OPERATIONS) @ supervising operations. • Be proficiently trained and certified in Maintenance of Traffic operations if required for their position. • Have an accurate clock or watch (set daily) displaying hours and minutes available and in clear sight at all times during the operation on any vehicle. 3.5 Hiring Requirements The Contractor shall verify compliance with the following minimum requirements and submit documentation to PTNE, for all positions: • The Contractor shall conduct a thorough local, county, state and federal background check on all applicants/employees prior to employment offer and every 6 months after date of hire. The background check shall include a comprehensive out of state review. This shall be done to ensure that applicants and personnel do not have a criminal conviction that would make the person a threat to passenger safety or threaten the loss of CAT/CAP property. A conviction record will not necessarily prohibit employment; factors such as the date of the offense, seriousness and nature of the violation, and rehabilitation will be taken into consideration. No employees shall have any felony criminal convictions. No employees shall have a Driving While Intoxicated or Driving under the Influence (DWI/DUI) convictions on their record within the past 10 years. All criminal convictions will be reviewed on a case-by-case basis by the Contractor and PTNE's Transit Manager prior to a candidate's hire. PTNE shall participate only in reviewing candidate's histories. The Contractor shall be solely responsibility for all hiring decisions. • All employees shall be cleared to receive a Collier County identification badge. This includes completing a Collier County administered background check at the sole expense of the contractor. All criminal convictions will be reviewed on a case-by-case basis by the Contractor and PTNE's project manager prior to a candidate's hire. PTNE shall participate only in reviewing candidate's histories. The Contractor shall be solely responsible for all hiring decisions. • The Contractor shall conduct a check of the motor vehicle records (MVR) of an applicant's driving history. The applicant must not have more than one traffic citation for a moving violation in the past two (2) years. The Contractor shall update the MVR review every six (6) months after hire. • All applicants must possess a High School Diploma or General Equivalency Diploma (GED). • Each driver must possess and maintain a Commercial Driver's License with the proper endorsements. Each driver must be licensed for a minimum of three (3) years. • All safety sensitive applicants and employees must pass the mandatory DOT physical (at the time of hire and subsequently, as required), drug and alcohol testing and background investigation. Applicants who were previously terminated by any previous employer for drug or alcohol use shall not be eligible for hire. 3.6 Drivers Entering Service The Contractor shall not place a Driver into revenue service until: • All hiring requirements have been fulfilled. Exhibit I Agreement # 15-6424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program (OPERATIONS) • All training is completed and documented. • PTNE has reviewed the driver's file. • Collier County has issued a County identification badge, and • Activation in all applicable Intelligent Transportation Systems (I.E. Trapeze, Avail, Route Match, Zonar, etc.) 3. 7 PTNE Audits PTNE reserves the right to randomly audit Contractor employee files for compliance of contract requirements. Upon PTNE's request, all personnel records, to include at a minimum, MVR, background checks and documentation of DOT physical (if applicable), shall be made available to PTNE. Contract employees found to be out of compliance shall be removed from service until verification of compliance by PTNE staff. It is the Contractor's responsibility to keep Contract compliant documents for all personnel. Should PTNE's random audit find a non-compliant file, the Contractor shall be assessed liquidated damages. 3.8 Transition of Employees During the initial transition to a new Contract, all employees who are currently affiliated with CAT & CAP and have successfully completed the required training courses may be considered for retention by the Contractor without further required training. It is the Contractor's responsibility to determine the driving qualifications, abilities and driving history for all drivers. All employees, regardless of previous status, must meet the same hiring criteria as a new applicant inclusive of background checks, MVR, and issuance of County badge. 4.0 TRAINING 4.1 General Requirements The Contractor shall be responsible for all training and shall ensure that all personnel understand and use safe and efficient driving and passenger assistance practices while performing any and all CAT or CAP Services. Each driver trainee shall be trained to safely operate each vehicle type included within this Contract prior to its operation. All personnel shall be monitored by the Contractor to ensure Contract performance and the Contractor shall schedule refresher courses as needed. PTNE reserves the right to review and approve all training, materials and course work prior to Contract commencement and throughout the term of the Contract. PTNE also reserves the right to participate in any safety and/or training activity. The Contractor shall provide its Training Program for PTNE's approval. The Contractor shall prepare and distribute to all employees a Driver's Manual. Contents of the Driver's Manual shall include the following subject areas: driver's rules; accident/incident policies; radio policies and procedures; farebox policies and procedures; fog and inclement weather policy; vehicle inspection, care and maintenance policy and procedures, reporting procedures and pertinent sample forms. The Training program shall meet or exceed FT A and FOOT requirements, and shall include: • Safety & Security-minimum of 24 hours, including: o Safe vehicle operation Defensive Driver Training per the National Safety Council standards or an equivalent course approved by Collier County o Vehicle breakdown, accident, passenger incidents, adverse weather and other emergency/safety procedures including emergency vehicle evacuation. o Accident prevention o Hazard recognition Exhibit I Agreement# 15-6424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program (OPERATIONS) ·~ • Customer Service -minimum 24 hours, including: o Customer Relations Course. The purpose of the course is to help provide employees with customer service skills and reinforce that these employees are the first point of contact with the public and that interaction must be professional and pleasant for the public. o Role of Transit Operation o Customer Basics o Communications o Difficult Situations o Customers with Disabilities & ADA requirements o Sensitivity training to develop skills and increase understanding of people with disabilities, all sexual orientations, diverse cultures, races and ages. • Collier Area Transit Specific-minimum 16 hours, including: o Local Policies and Procedures o Fare Policies o Documentation & Paperwork o Reporting for Duty o Appearance o Code of Conduct o Employee/Operator Handbook o Policy instruction, such as trip scheduling, service hours, service area, complaint procedures, wait time, fare structure, transfer locations, ADA operation, etc. o Knowledge of service area, map reading, address locating and familiarity with streets and landmarks. o Sexual Harassment • Regulatory -minimum 16 hours, including: o Drug & Alcohol Program Training o Commercial Driver's License Training o Occupation Safety and Health Administration (OSHA} Training o Americans with Disabilities Act Training o Rule 14-90 • Technical Operator Skills (on bus training rime}-minimum 40 hours, including: o Vehicle Familiarization o Pre/Post Trip Inspections o Seat Positioning/Mirrors o Vehicle Start-Up Procedures o Steering/Maneuvering o Lift/Ramp Deployment o Signaling o Braking o Routine Procedures o Service/StopsfTransfer Facilities o Driving Conditions/Adverse Weather o Vehicle and equipment operations, including proper mo-way radio protocol, wheelchair and scooter securement, ramp operations, and operation of any automated devices installed in the vehicle. Exhibit I Agreement # 15~424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program ~ (OPERATIONS) \..3 • Route/Line Training (on the job training)-minimum 80 hours, including: o System and Route Familiarization o Line Instructor Training and Observation o On the Job Training • Passenger Assistance Technique (PAT) minimum 4 hours. -This training must satisfy the paratransit service Passenger Assistance Training/Sensitivity Requirement of Rule 14-90. Training shall include elderly and disability sensitivity components, passenger relations and assistance, passenger handling, securement of wheelchairs, use of seatbelts, assistance to the visually impaired and dealing with service animals. • Adult and juvenile Cardiopulmonary Resuscitation training including general first aid, proper response to emergency medical needs of riders and hazardous waste disposal procedures. The Contractor shall test each driver trainee at the end of the training to determine competency, and shall monitor performance throughout employment to ensure each driver follows all procedures introduced in training. 4.2 Remedial/Refresher Training The Contractor shall ensure that all CAT and CAP trips provided for this Contract meet PTNE's goals of on-time performance and with the patrons' best interests. The Contractor shall provide to PTNE, at minimum, performance statistics by route/manifest and driver on a daily basis. The Contractor shall monitor drivers to ensure that proper training and/or retraining is provided upon PTNE's request or when any of the following conditions exists: • Drivers with low on-time performance • Drivers with high levels of accidents and/or incidents • Drivers who fail to get out of the vehicles to provide assistance to patrons • Drivers who fail to 'arrive' and 'perform' as defined in this Scope of Service 4.2.1 Remedial Training Contractor shall ensure that Drivers receive a minimum of: • 8 hours one-on-one retraining after a preventable accident and/or at PTNE's request. • 4 hours one-on-one retraining (2 hours classroom and 2 hours on the road) after a driver receives more than two (2) verifiable Service complaints regarding passenger relations and/or safety within a six (6) month period and/or at PTNE's request. • 40 classroom hours and twenty-four (24) hours of observed ride checks and/or at PTNE's request for driver who receives three (3) or more verifiable service complaints regarding passenger relations and/or safety within a six (6) month period and/or at PTNE's request. 4.2.2 Refresher Training The Contractor shall ensure that Drivers receive mandatory minimum training as noted below before returning to regular duties from a medical leave; re-instatement or any separation from their regular duties: Days of Leave 1 to 29 days Required Instructional Required Line 8 hours Training Instruction Exhibit I 3 days Agreement# 15-6424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program (OPERATIONS) 30 to 89 days 16 hours 5 days 90 to 364 days 3 days 5 days 365 days to 729 days 3 to 5 days 5 to 10 daYs 730 days or more Full basic trainina certification-200 hours 4.2.3 Recertification The Contractor shall ensure that employees undergo a full recertification every year to include at a minimum the following areas: • ADA • Accident reporting procedures • Cardiopulmonary Resuscitation (CPR) (Re-certify every two years) • Conflict resolution/customer relations • Customer Service/Sensitivity • Emergency procedures • Fare collection • FirstAid • Passenger assistance training (PAT) • Wheelchair lift/ramp and wheelchair securement • Sexual Harassment 4.2.4 Ride Checks The Contractor shall ensure that every active Service Driver has a ride check once every year during revenue service with a certified DOT instructor. Each target ride should be a minimum of 30 minutes. PTNE personnel or other representatives may elect to also conduct observation rides with the Contractor's Drivers with or without prior notice to the Contractor to ensure compliance with the terms of the Contract. Copies of all Contractor observation ride forms shall be made available to PTNE when requested. A summary report is due monthly to PTNE's Project Manager. Failure to conduct and document mandatory ride checks may result in the assessment of liquidated damages. 4.2.5 line Instructors also known as Behind the Wheel Trainers (BWT) The Contractor shall ensure that line lnstructors/BWT have a minimum of 5 days of line instructor/BWT certification prior training any students/Drivers. The certification shall include, but not be limited to: • Accident Reporting Procedures • Operating System Procedures • Pre-trip procedures for CAT & CAP provided vehicle operations • Intelligent Transportation System Functionality & Operations • Vehicle Operations The Contractor shall provide the PTNE Project Manager with documentation of refresher/remediaVrecertification of each driver. This shall be provided on a monthly basis for the drivers who have completed refresher/remediaVrecertification. 4.3 Post-Hire Requirements and Removal PTNE may require the Contractor to immediately remove any driver and/or safety sensitive person from service for any one of, but not necessarily limited to, the following: Exhibit I Agreement # 15-6424 for Management Services Contract for lhe Collier Area Transit (CAT) Fixed Route and Paratransit Program (OPERATIONS) A. Committing unsafe or inappropriate acts while providing service as documented by Service Supervision and/or Management staff reports or from a driver's complaint history. B. Operating a cell phone or any other PTNE non-approved electronic device while operating a revenue vehicle without prior approval. This includes the use of ear pieces, ear cords and blue tooth. C. Revocation or non-renewal of a valid Florida Driver's License. This includes Drivers, Street Service and Safety Supervisors and Training staff. D. More than two (2) moving violations and/or preventable accidents or one (1) accident classified as negligent in any rolling twelve (12) month period. E. More than three (3) Driver Behavior and/or Driver Safety complaints per six month period. F. Distributing any unauthorized materials, i.e. religious, political or solicitations while representing CAT & CAP. G. Inability to maintain an individual 85% on-time-performance in a 30 calendar day period. The Contractor shall develo'p corrective action plans for these individuals for PTNE's review and approval. H. Failure to submit to or pass a drug or alcohol test. I. Failure to properly utilize all seat belts for the driver and all passengers. J. Unprofessional communications and/or behavior with Dispatchers over the radio or in the presence of a CAT or CAP patron. K. "Arriving" a trip early in an effort not to show lateness on a schedule or "performing" a trip late in an effort to circumvent an accurate GPS location that could result in fewer trips per driver. L. "Arriving" and/or "Performing" a trip with no patrons being transported in order to commit fraud. M. Failure to notify the Contractor of a moving violation (traffic ticket), an arrest or conviction of a criminal offense of a Class A or Class B misdemeanor, or felony; or placement on probation or deferred adjudication for a Class A or Class B misdemeanor, or felony; or DWI, before the end of the business day following the day the employee receives notice of such action(s). The Contractor shall immediately remove any driver and/or safety sensitive personnel from driving until disposition of a DWIIDUI charge by the courts. A safety sensitive person who has a conviction of DWIIDUI, regardless of whether the conviction stems from operation of a CAT or CAP vehicle or a privately owned vehicle, will be removed from service. PTNE reserves the right to have the Contractor remove any driver and/or safety sensitive personnel from CAT or CAP driving until disposition of criminal charges (e.g., violent crimes, firearm or drug related that would cause concern for the safety of themselves, other employees, patrons and/or PTNE property) by the courts. Upon notice of an arrest or conviction or placement on probation or deferred adjudication, the Contractor in conjunction with the PTNE Transit Manager, will determine whether any personnel action is required. The Contractor must notify the PTNE Transit Manager immediately that an employee is no longer employed by the Contractor. Exhibit I Agreement # 15-6424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and ParatransH Program (OPERATIONS) W ~ 5.0 PREVENTIVE MAINTENANCE 5.1 Vehicle Preventive Maintenance Requirements 5.1.1 County Owned Vehicles The Contractor shall operate an adequate number of vehicles in service at all times to efficiently provide the required service, allowing for a minimum 20% spare ratio for routine maintenance to be scheduled. The Contractor will establish a schedule for routine maintenance of vehicles as well as regular communications with Collier County staff and Scheduling Contractor to determine maintenance schedules, non-routing maintenance reporting and scheduling procedures, and acceptable timelines for vehicles in shop and out of service. A vehicle maintenance program is required to be coordinated with County staff and the Scheduling Contractor and must include at least schedules for preventive maintenance, safety inspections and vehicle repair records. The vehicles shall be maintained per the manufacturer's instructions and warranties. The Contractor agrees to use the vehicles in a careful and proper manner for the intended service only and to comply with all federal, state, local or other governmental laws, regulations, requirements and rules with respect to use, maintenance and operation of the vehicles. The vehicles shall not be operated beyond the limits established in the applicable policies of insurance as hereinafter set forth, and may only be used for the transportation of passengers or as requested by PTNE. Employees shall not utilize the vehicles for personal use. When necessary to break for lunch while utilizing support or paratransit vehicles, discretion and common sense must prevail. The Contractor shall establish a communication protocol with Collier County staff and the Scheduling Contractor for vehicle maintenance to identify vehicles which need preventive maintenance, and those which are in need of non-scheduled maintenance as identified through pre-trip and post-trip inspections of vehicles on a daily basis. The Contractor will ensure that all drivers properly complete and report body and mechanical defects on any vehicle. The Contractor shall accomplish this by utilizing Zonar; the electronic pre and post-trip monitoring system for vehicle maintenance inspections and reports. A Vehicle Pre-Trip Inspection report will be prepared each day for each vehicle, and completed by the driver to indicate that they checked the vehicle for body and mechanical defects prior to commence of the driver's first run of the day. A Post-Trip Inspection Sheet will be prepared at the completion of service each day. Daily records of pre-trip and post-trip inspections will be maintained by the Contractor, and provided to PTNE upon request. The wheelchair lift on each vehicle shall be cycled one complete cycle prior to departure for service each day. The Contractor shall ensure that no vehicle is placed into Service without having properly functioning onboard communication equipment and wheelchair lift. If a paratransit vehicle's air conditioning or heating is not functioning properly and if there are no other vehicles available, the passengers will be transported rather than canceling a trip. Passengers with health conditions affected by air condition or lack thereof will be notified if their vehicle's air conditioner is not working, and the passenger will be given an opportunity to decide whether or not to take the trip, with no late cancellation penalties. The Contractor shall perform daily vehicle inspections, maintain logs of daily service and schedule and report all service activities necessary to operate vehicles and equipment safely and efficiently. The Contractor shall develop, implement and maintain a written checklist of items included in the daily inspection and/or servicing of each vehicle. The checklist shall be computerized and kept on file for the County to review/access and maintained for five (5) years. Daily vehicle inspections and maintenance responsibilities shall include, but are not limited to: • Recording field usage and charting bus fuel use by vehicle; • Vehicle Climate Control; • Re-fueling of vehicles at the end of service; Exhibit I Agreement# 15-&424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program (OPERATIONS) (~ '.,_,/ At a m1mmum, all vehicles shall have exteriors washed and cleaned of all dirt, oil and accumulated grime, at least twice per week or as necessary to maintain a neat appearance. Only County-owned vehicles may be washed and cleaned on County premises. All vehicles shall be free of outer body damages (i.e. accident damage, paint damage, cracks, breaks, dings or dents, damaged or faded decals, cracked glass, etc.) that noticeably detract from the overall appearance of the vehicle. For County Owned vehicles, rubber or vinyl exterior components such as tires, bumper fascia, fender skirts and door edge guards shall be cleaned and treated with a preservative as necessary to maintain an attractive appearance and consistent with the bus wrap vendors maintenance suggestions. 5.2.2 Interior All interiors shall be cleaned of all dirt and trash at the end of each day's use. Ceilings, windows, dashes, walls, stanchions, and grab rails shall be thoroughly cleaned twice per week or as necessary. All foreign matter such as gum, grease, dirt and graffiti shall be removed from interior surfaces during the daily interior cleaning process. Upholstery shall be steam cleaned as necessary, but at least quarterly, and upholstery damage shall be scheduled for repair immediately upon discovery. The cost of upholstery repairs for County owned vehicles shall be the responsibility of the County. Buses shall be kept free of vermin and insects at all times. The Contractor shall be responsible for exterminating all vermin and inspects from all vehicles immediately upon their discovery, utilizing safe, non-hazardous and Environment Protection Administration (EPA)-approved insecticides/materials. All vehicles shall be free of interior damages (i.e. accident damage, cracks, breaks, damaged or faded decals, torn upholstery, damaged interior panels, cracked glass, etc.) that noticeably detract from the overall appearance of the vehicle. 5.3 Transfer Facilities, Administration & Operations Buildings The Contractor shall maintain transfer facilities and other facilities provided for their use in clean and neat conditions at all times. The Contractor shall maintain the facilities by removing trash, sweeping, vacuuming, mopping, pressure washing or cleaning windows in order to maintain an attractive appearance at all times. All facility repairs shall be reported to the PTNE Transit Manager for coordination with the County Facilities Management Department. All, passenger and employees health or safety repairs shall be reported directly to the Facility Management Department, with the PTNE Transit Manager notified as soon as possible thereafter. The Contractor shall provide a front of house employee at the main and secondary transfer stations to assist with the health, safety and security of the public. The Contractor shall be responsible for ensuring doors are secured each night. The Contractor shall be responsible for all labor and materials associated with this work. 5.4 Bus Stops. Shelters & Park & Ride Lots PTNE will purchase all signs, posts, benches, shelters, schedule holders and trash receptacles for CAT fixed route bus stops and facilities. The Contractor shall be responsible for the labor and equipment necessary for the installation of all bus stop signs, posts and schedule holders in accordance with Municipal Uniform Traffic Control Devices (MUTCD) Manual and ADA requirements. The Contractor shall be responsible for the removal of any damaged signs, posts, benches, shelters, bike racks and trash receptacles as directed by PTNE. The Contractor shall be responsible for the labor, equipment and materials for the following items related to Bus Stops, Shelters & Park & Ride lots including, but not limited to: • Monitor all bus stops, shelters and transit amenities on a regular basis (weekly at a minimum), document and rectify any maintenance issues. Exhibit I Agreement# 15-6424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransil Program (OPERATIONS) ~ ~) •Trash removal from bus stops at least every other day or more frequent if necessary; • As schedule modifications occur, replace the schedule holder signs with PTNE provided laminated schedules and time points. • Develop a maintenance program, which must be approved by PTNE which meets the following minimum standards: o The Contractor's supervisors and bus operators may be utilized as a monitoring resource for bus stop maintenance. Customer comments and requests will also provide information related to the bus stop maintenance requirements. o The Contractor shall clean and maintain the improvements and grounds at all bus stop sign, bench, and shelter locations to include, but not limited to: trash removal (2X per week), pressure cleaning of shelters and amenities, at least once annually or as needed. o Graffiti removal, paint touch-up, general cleaning, etc. as needed. o Hazardous conditions such as damaged facilities will be responded to by the Contractor as quickly as possible, but not more than 24 hours from the time when the Contractor was made aware of the damage. o Complete an annual report of existing stop locations and identify potential improvements based upon ridership criteria identified by PTNE. The Contractor shall be responsible for developing procedures in coordination with PTNE for the evaluation of requests for additional stops, routes and making recommendations to PTNE on stop and route additions, removals and relocations. The procedures and recommendations should be based on ADA, safety, route schedule and community considerations. The Contractor shall be responsible for submitting recommendations along with supporting documentation for any requested stop or route changes to PTNE for their review and approval. The Contractor shall submit a quarterly summary of stop requests, evaluations of requests for changes and other information related to stop changes. The Contractor shall be responsible for labor used in the performance of this work. 6.0 Property, Office Space, Computers & Equipment The Contractor is responsible for the preparation and administration of all documentation associated with operation of the fixed route and paratransit services. The Contractor shall be fully responsible for all PTNE provided or furnished inventory/property, and equipment. All assets (capital or non-capital) of Collier County are and will remain the property of Collier County. The Contractor shall appoint a property custodian and a backup property custodian responsible for all Collier County provided inventory or property. The Contractor shall assist PTNE personnel during physical inventory of the property. The Contractor shall be responsible for all costs for any and all improvements made solely for the Contractor's benefit which at a minimum shall include construction, permits, license, etc. The Contractor shall verbally report all damage on all PTNE provided or furnished inventory, property and/or equipment to the PTNE Transit Manager at the time the damage occurs, followed by a written report within 24 hours of each and every occurrence. The report shall contain a full explanation of all of the facts surrounding the damage. The Contractor shall secure and protect all inventory, property and/or equipment and shall replace any equipment lost, stolen or abused with PTNE approved replacements. The PTNE project manager will review all damage and make a determination as to the cost and responsibility for repairs. All damages determined by PTNE to Exhibit I Agreement # 15-6424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program (OPERATIONS) ,....---. /.)~-~ 12.1 Personal Protective Equipment The Contractor is fully responsible for all aspects of the safety and health of personnel hired to perform under this Contract. The Contractor shall furnish and enforce the use of individual personal protective equipment (PPE) as needed to complete work being performed in hazardous locations, including the streets when personnel are investigating vehicular accidents. PPE shall include, but not be limited to, hard hats, rain gear, protective foot wear, protective clothing and gloves, eye protection, ear protection, chemical resistant gloves, respirators, safety belts, safety harnesses, safety lifelines and lanyards, and high visibility reflective safety vests as necessary. The Contractor shall provide warning signs, barricades and verbal warnings as required. The Contractor shall provide all employees including but not limited to Drivers and mechanics, safety training to include special training prior to working with hazardous materials or operations. The Contractor shall document all training and provide written reports of the training to PTNE when requested. 12.2 Safetv The Contractor shall assume full responsibility for ensuring the safety of patrons, Contractor's personnel, and PTNE-provided vehicles and equipment. The Contractor shall develop, implement and maintain PTNE-approved System Safety Program Plan (SSPP) and the System Security Emergency Preparedness Plan (SSEPP) that complies with APTA (American Public Transit Association) guidelines and Chapter 14-90, Florida Administrative Code (FAC). PTNE will provide oversight, with periodic monitoring of the Contractor to confirm compliance with the approved System Safety Plan. Safety management programs shall include, but not be limited to, accident prevention, accident investigation, retraining guidelines and procedures, criteria for determining preventability of accidents, schedules and agendas for internal safety meetings that reinforce the importance of safety and participation of the Contractor's staff in safety -related organizations. A copy of the Contractor's Safety Management Program shall be submitted to PTNE's Transit Manager for review and/or approval prior to commencement of the Contract. 13.0 EMERGENCIES 13.1 Emergency Programs The Contractor shall develop, implement, and maintain business continuance plans to respond to emergencies and other problems that may occur. Occurrences include, but are not limited to: passenger injuries, disturbances, or illness; vehicle failures; inclement weather and accidents; and emerging health threats or homeland security advisory alerts. The Contractor's written plan shall include a facility back-up plan, in case the PTNE facility becomes inaccessible during inclement weather and/or accidents or any other occurrences. The Contractor's emergency plan should also allow for a temporary facility to house displacement for vehicles. PTNE reserves the right to approve all Contractor emergency programs and plans. The Contractor shall inform its employees of emergency procedures to be followed in case of fire, medical emergency, or any other life-threatening catastrophe. PTNE has established a Continuity of Operations Plan (COOP) and the Contractor shall be asked to provide responsible key personnel at Collier County's central control location in the event of a hurricane and/or storm emergency. The Contractor's key personnel, safety sensitive and non- safety sensitive personnel may be asked to volunteer during a hurricane and/or storm emergency. Exhibit I Agreement# 15-6424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program (OPERATIONS) w in lieu of the requested model of a GM with separate managers for the Fixed Route and Paratransit system. If Contractor's model does not provide the services required and the performance expected (outlined in the solicitation) within six (6) months of operations, then Contractor and PTNE will work cooperatively to re-organize staffing as necessary. 10) in addition, to assist PTNE reduce the Scheduling and Dispatch annual cost, the S&D Contractor will be permitted to utilize Contractor's Transit Miner reporting software. The following are items are also included: X Smart Alert Messenger (SAM) reporting Software X Timepoint Software X DriveCam Software X The bus.mobi X Where's my bus text* Fixed-Route Only X Mobileye collision avoidance system X Daily safety messages X All meetings and conference calls must begin with a safety message X Safety meetings monthly, at least one hour, mandatory by all employees X Safety Inspections performed monthly X Safety Audits -semi annually X Facility audits -annually X Semi-Annual Shop Audit (where contractor vehicles are maintained). X* Employee Incentives: i. Safety Bonus for all employees not just full time and not limited to just drivers, but also management/road supervisors and office staff, etc. *Our pricing does not include management team, office staff or supervision. We would be willing to discuss the cost of including all staff. ii. The Katherine Mcclary Operator Award iii. Safety Pins and Patches [KJ Employee Items iv. All existing employees seniority will be recognized. v. The existing CBA terms are the least amount that the employee will receive. vi. All existing employees who require a COL and wish to obtain one will be provided the required training. MV will pay for all training, physical and licensing costs on behalf of the employee. X vii. Continued education. X viii. 401 k -6% match X Emergency Action Plan X Hurricane Preparedness Plan X Bloodborne Pathogen Exposure Control Plan X Fire Prevention Plan X Hearing Conservation Program X Hazardous Communication Plan X Illness Prevention Plan X Heat Illness Prevention Plan X lockout Tagout Control of Hazardous Energy Program X On Board Accident Kits (must be on all vehicles) X Secret Rider Program Exhibit I Agreement# 15-6424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program (OPERATIONS) APPENDIX 1 PERFORMANCE STANDARDS In order to ensure a high standard of performance, services provided by the Contractor are to be operated in a manner that maximizes productivity without negatively impacting service quality for CAT & CAP patrons. To assure quality and a high level of customer satisfaction, all performance standards shall be reviewed on an on-going basis and are subject to change as CAT & CAP's needs change. If performance standards set forth below are changed by PTNE, the Contractor's performance standards will be immediately changed to meet the new performance standards, upon notice by PTNE to the Contractor. PTNE will review each performance factor and reward high achievement (incentives) or make deductions for substandard performance (disincentives). Review periods are every six months (October 1 through March 31 & April 1 through September 30). Cash payments or deductions shall be calculated on the Net Contract Amount Paid to the Contractor for Service Operated for the corresponding review period. All incentives achieved or incentive payments the Contractor receives from Collier County shall be distributed 100% among the Contractor's drivers, starters, safety supervisors and other non-key personnel who directly contributed to the operations success of the Contract during the review period being evaluated. In order to be included in the incentive payments, the employee must be on the payroll the date the payments are distributed. PTNE may require documentation to ensure that all incentives are distributed according to the Contract. The following performance standards establish a range of performance that provides quality service delivery to CAT patrons. The Contractor shall attain the following performance standards: 1.0 Accidents per 100.000 Revenue Miles are defined as a transit incident resulting in a fatality or passenger injuring requiring medical transport or involve a non-arson fire and/or a collision between a revenue vehicle and an object such that the amount of all damage exceeds $1,000. As the PTNE definition changes, so will the contract definition. The following outlines the incentives or disincentives for Accidents per 1000,000 Revenue Miles performance range: Accidents/100,000 Revenue Perfonnance Indicators Incentive/ Miies <Disincentive> 15% above Goal 1.02 or less $1 000 10% above Goal 1.01 -1.08 $500 5% above Goal 1.09-1.14 $250 PTNE Goal FILL IN GOAL 1.15-1.25 None Up to 5% below Goal 1.26 -1.31 <-$250> Uo to 10% below Goal 1.32 -1.32 <-$500> 11 % below Goal 1.33 and above <-$1,000> 2.0 Total # of passenger trips per revenue vehicle hour. The following outlines the incentives or disincentives for total# of passenger trips per revenue vehicle hour systemwide: Total Passenger trips per revenue vehicle hour 15% above Goal 10% above Goal 5% above Goal PTNE Goal -17.0 UP to 5% below Goal Up to 10% below Goal 11% below Goal Perfonnance Indicators Incentive/ <Disincentive> 19.55 and above $1,000 18.7-19.54 $500 17.85-18.6 $250 16.16 -17.84 None 15.4-16.15 <-$250> 15.14-15.3 <-$500> 15.13 or below <-$1 000> Exhibit I Agreement# 15-6424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program (OPERATIONS) APPENDIX2 LIQUIDATED DAMAGES Liquidated damages will be assessed for Contractor deficiencies specified herein. Liquidated Damages are not punitive but intended to recover Collier County's cost for the Contractor's deficiencies, lost service or additional work by PTNE for service delivery to the patron. PTNE will consider extenuating circumstances in assessing damages. The Contractor has the ability to control liquidated damages through well trained drivers, re-fresher training, and effective communications with staff. Liquidated damages shall be deducted from any monies due, or which may thereafter become due, to the Contractor under this Contract. Liquidated damages will not be assessed for the above described occurrences arising from causes beyond the control of Contractor as determined by PTNE. In the event the Contractor fails to comply with the following standards, PTNE shall assess liquidated damages as follows: Requirements Liquidated Damage Amount Contractor must submit complete and accurate reports by the PTNE $100.00 for each calendar day late for the established due dates. monthly and/or quarterly reports $500.00 for each calendar day late after the pre-established date for the yearly report. The Contractor shall notify PTNE of every accident or incident $100.00 for each hour beyond the initial 2 hour immediately, but no more than two hours after the occurrence. The window for notification, Contractor shall submit information accurately and complete. The Contractor shall provide written documentation for any vehicle $250.00 for each calendar day late after the accident or incident. The County shall receive written copies of pre-established timeframe for a report and full incident and accident reports within 24 hours of occurrence. The report inclusive of photos. Contractor shall provide a full report inclusive of photos and police report within seven calendar days of the accident/incident. The Contractor shall submit reports accurately and complete. The Contractor shall be required to develop and administer EEO, Liquidated damages shall be assessed on a Title VI, & Drug and Alcohol policies and programs consistent with daily basis from the date of the written notice Federal, State & Local requirements. until either PTNE or FTA deems compliance has been met and issues a written notification. First violation $ 500.00 daily Second violation $1,000.00 daily Third violation $1 ,500.00 daily Fourth violation $2,000.00 daily All drivers are required to collect fares from patrons. $10.00 per uncollected fare, in addition to the amount of the uncollected fares being deducted from the invoice request. The Contractor shall remove all farebox receipts from revenue $250 per occurrence of farebox receipts not vehicles daily and secure funds in the vault room. being secured in the vault room on a daily basis. Drivers are expected to conduct themselves in a professional, safe $25.00 per day per occurrence for Driver- and courteous manner at all times. Driver Infractions include, but related infractions as documented or reported are not limited to: to PTNE. Exhibit I Agreement # 15-6424 for Management Services Contract for the Collier Area Transit (CAn Fixed Route and Paratranslt Program (OPERATIONS) a. Employees not in complete proper uniform, while in Revenue Service; b. Driver(s) and/or any other passenger(s) smoking while in the Vehicle at any time; c. Driver(s) who display unprofessionalism over the radio with any personnel: d. Driver(s) who display unprofessionalism to PTNE clients and/or other personnel; e. Driver(s) who fail to properly log in; f. Driver(s) who get lost; g. Driver(s) with Lost or Expired Collier County Identification Badges h. Driver(s) leaving vehicle with patrons unattended. i. Driver(s) leaving vehicles unsecured. j. Employees who engage in the purchase or consumption of alcohol, drugs or tobacco products while in full or partial uniform. The Contractor is expected to care for all County provided equipment and establish policies and procedures to ensure that equipment is not tampered with, abused or neglected. The Contractor is required to maintain all required vehicles in accordance with terms and conditions of this Contract. Vehicles found to be non-compliant by PTNE or designee after a vehicle inspection, safety or vehicle audit, will be removed from service. Examples of non-compliance include, but are not limited to: a. Vehicle(s) in-service not properly logged into the Radio, MDT or any other required systems; b. Vehicle(s) in-service that are not clean, exterior or interior; c. Vehicle(s) in-service with damaged seats or damaged interiors; d. Vehicle(s) in-service with leaky interiors due to A/C Condensation or any other fluid(s); e. Vehicle(s) with accident damage or body damage; f. Vehicle(s) with graffiti or damages in the driver's area as a result of driver misuse or abuse; g. Vehicle(s) with inoperable Radios or MOT's; h. Vehicle(s) with inoperative interior and/or exterior lights; i. Vehicle(s) with lack of current PTNE-issued publications; i. Vehicle(s) with sub-standard climate control The Contractor is expected to submit accurate, complete reports within the PTNE established timeframes. Infractions may include failure to submit reports by established dates, submission of inaccurate or incomplete reports, or maintaining proper records. Examples of reporting infractions include, but are not limited to: a. Failure to maintain current records for training documentation, in personnel files for all personnel. At a minimum this includes: o Drivers' License records o Defensive Driving records o Motor Vehicle records o Background records o Customer Comments and/or other Incident reports b. Failure to conduct and properly document mandatory ride checks. c. Failure to maintain and submit any requested reports as required and/or requested. Exhibit I $50.00 plus the cost of repair if Communication Equipment is found tampered with, abused and/or neglected as identified by PTNE Staff and/or PTNE's repair Contractor. $50.00 per day per vehicle per occurrence for non-compliant vehicle(s). $50.00 per day per occurrence for Reporting Infractions. Agreement # 15-6424 for Management Services Contract for the Collier Area Transit (CAn Fixed Roule and Paratransit Program (OPERATIONS) The Contractor shall faithfully adhere to all standard MVR, $1,000.00 per incident discovered where the background screening reviews and driver licensing and registration Contractor failed to adhere to all review requirements. requirements. The Contractor is expected to operate the systems in a safe and $100.00 per occurrence for "Safety Infractions" efficient manner. A Safety Infraction is an action in which the safety as documented or reported to PTNE. of the patron, the driver, the vehicle, other people, other vehicles and/or property is jeopardized. Safety infractions include, but are not limited to: a. Consumption of food while operating a Vehicle; b. Contractor's personnel who fail to properly complete any and all accident/incident reports regarding CAT or CAP passengers and/or Collier County property including an incomplete D&A decision tree; c. Driver(s) or Street Supervisor(s) not in possession of a valid Florida Driver's License and a Department of Transportation (DOT) medical card, while in Revenue Service; d. Driver(s) who fail to properly notify the Dispatch Office of incidents/accidents/emergency services involving passengers, property and/or Collier County property; e. Failure to conduct pre-trip inspection, including cycling of the wheelchair ramp or lift; f. Failure to make initial contact and maintain contact with Dispatch Office; g. Failure to properly tie down a wheelchair correctly or call out required ADA stops as observed by PTNE staff and/or PTNE representatives (including video playback); h. Improper use of the Radio and/or MDT equipment; i. Lack or improper use of Seat Belts for all occupants in the Vehicle; j. Operation of a revenue service with non-trained personnel; k. Operation of a Vehicle while texting; I. Operation of a Vehicle with a cell phone, cell phone ear piece or ear cord; m. Reckless driving; n. Running Red Lights; o. Speeding PTNE requires full staffing by the Contractor. 25% of the salary for the time that a key personnel position is vacant for over 14 days. County vehicles are to be used for approved purposes only. Exhibit I $100.00 per day per vacancies in Supervisory Personnel. All required supervisory positions (starters, street supervisors, service supervisor, and safety personnel) must be covered each day in case of turnover, sickness, vacation or other absences with a qualified replacement. $100.00 per day for any non PTNE-approved personnel operating a route without PTNE's prior written approval. $500 for any occurrence of Contractor using Collier County vehicles for other than an explicit PTNE approved purpose. Agreement# 15-6424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program (OPERATIONS) ~ \,_g) The Contractor shall encourage its drivers to exercise means to $100.00 per incident after a driver's second prevent instances of avoidable repeat damaae/harm to vehicles. such avoidable instance of like damaae. The Contractor shall perform a minimum of 20% scheduled trips on $5,000 per month of less than 20% of total non County-owned vehicles. (This percentage may be revised on an paratransit trips performed by non County- annual basis). owned vehicles. The Contractor shall be responsible for securing all facilities each $1,000 per door or gate that is left unsecured evening. in the evening. The Contractor shall be responsible to remove radio programming $500 per day beyond 15 days of no from non County-owned vehicles within 15 days of no longer being documentation being provided. used for County paratransit trips. Documentation must be provided to the County from a radio vendor that this has occurred. Failure to properly process "Lost and Found" recovered items in a $100 per item not properly documented or timely manner and/or failure to implement the lost and found process each instance where the County policies and in a proper manner. procedures are not followed. Exhibit I Agreement # 15-6424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program (OPERATIONS) (~ Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services June 4, 2015 PROPOSAL TO Collier County FOR Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Dated: June 4th, 2015 SUBMITTED TO: SUBMITTED BY: Collier County Purchasing Department Brenda Brilhart, Prcurement Strategist 3327 Tamiami Trail E Naples, FL 34112 Telephone: 239.252.8446 MV Transportation, Inc. and all subsidiaries, joint ventures, partnerships and affiliates 5910 N. Central Expy., Suite 1145 Dallas, TX 75206 Telephone: 972.391.4600 MV Transportation, Inc. is a federal contractor or subcontractor which complies fully with Executive Order 11246, as amended, and the applicable regulations contained in 41 C.F.R. Parts 60-1 through 60-60; 29 U.S.C. Section 793 and the applicable regulations contained in 41 C.F.R. Part 60-741; 38 U.S.C. Section 4212 and the applicable regulations contained in 41 C.F.R. Part 60-250 and/or 60-300; and 29 CFR Part 471, Appendix A. MV is an Equal Employment Opportunity/Affirmative Action Employer. Unconditional Satisfaction Guaranteed Warranty MV Transportation is pleased to provide the following unconditional warranty to the Collier County. In the event MV is selected to provide services pursuant to the Collier County Request for Proposal for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program, in addition to any contractual warranties and remedies that the Collier County is entitled to under the contract, MV will warrant its service as follows: In the event the Collier County is dissatisfied with MV’s service for any reason during the term of the contract, the Collier County may terminate the contract. In the event the contract is so terminated, MV will refund to the Collier County any and all profits made by MV resulting from this contract, during the final 12 months during the period prior to the termination. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 1 Table of Contents To ensure compliance with page limits, MV has chosen to number each Tab section separately. Tab I. Cover Letter / Management Summary ...................................................................................................................... 2 Tab II. Plans & Programs .............................................................................................................................................................. 1 a. Operating Philosophy .......................................................................................................................................................... 1 b. Plan to Meet Requirements ............................................................................................................................................... 1 c. MV’s Approach ........................................................................................................................................................................ 2 1. Operations ........................................................................................................................................................................... 2 2. Safety ..................................................................................................................................................................................... 4 3. Customer Service ............................................................................................................................................................. 14 4. Servicing and Cleaning ................................................................................................................................................. 17 5. Bus Stop/Transfer Center Maintenance/Cleaning ............................................................................................... 19 6. Bus Stop Sign and Shelter Repair Work Order Plan .......................................................................................... 19 7. Revenue Collection, Reconciliation and Deposit ................................................................................................ 19 8. Records and Reports ...................................................................................................................................................... 20 9. Personnel ............................................................................................................................................................................ 22 10. Required Issues for Discussion................................................................................................................................... 33 Tab III. Financial Capacity & Cost of Service ......................................................................................................................... 1 a. Audited Balance Sheets ....................................................................................................................................................... 1 b. Audited Consolidated Balance Sheets ........................................................................................................................... 1 c. Audited Statements of Income ......................................................................................................................................... 1 d. Audited Consolidated Statements of Income ............................................................................................................. 1 e. No Bankruptcy ........................................................................................................................................................................ 1 f. Cost Proposal Forms ............................................................................................................................................................. 1 g. Additional Plans ..................................................................................................................................................................... 1 Tab IV. Experience and Capacity of Firm ................................................................................................................................. 1 a. Key Personnel Proposed ..................................................................................................................................................... 1 b. Experience ................................................................................................................................................................................ 5 Tab V. Past Record & References .............................................................................................................................................. 1 Tab VI. Disadvantaged Business Enterprise/Small Business Enterprise ....................................................................... 1 Tab VII. Acceptance of Conditions .............................................................................................................................................. 1 Tab VIII. Required Form Submittals ............................................................................................................................................. 1 Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 2 Tab I. Cover Letter / Management Summary Ms. Brenda Brilhart, Procurement Strategist Collier County Government Purchasing Department 3327 Tamiami Trail E Naples, FL 34112 Dear Ms. Brilhart: MV Transportation, Inc. and all subsidiaries, joint ventures, partnerships and affiliates, (or “MV”) greatly appreciates the opportunity to submit its proposal in response to the Collier County Board of County Commissioners Purchasing Department’s (“County”) Request for Proposal Number 15- 6424 for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and paratransit Program, issued on behalf of the Collier County Public Transit & Neighborhood Enhancement Department (“Department”). I am hopeful that MV’s demonstrated breadth of experience and tenure in the industry offers assurance that it is a stable and qualified partner. As required, MV’s proposed operating plan is contained herein. This plan follows MV’s guiding management philosophy that service quality need not have a direct relationship to operating cost, and instead is derived by a positive work environment where proactive employee relations and professional development are encouraged. I am authorized to make representations for MV Transportation, Inc., to include all its subsidiaries, joint ventures, partnerships, and affiliates (the bidding entity). If awarded the contract, the Contracting Party will be MV Contract Transportation, Inc. MV is proposing Goodyear Auto Service Center as its subcontractor for this project. Located at 14275 Collier Blvd. in Naples, FL, Goodyear will provide vehicle maintenance on the vehicles provided by MV. Ed Griffin, vice president, is your primary contact for this procurement and can be reached any time of day at 407-455-2632 (phone) or egriffin@mvtransit.com (email). Additionally, Mr. Gary Coles (Senior Vice President) will serve as your secondary contact; he can be reached any time of day at (804) 370-2648 (phone) or gary.coles@mvtransit.com (email). Please direct all correspondence related to this and all future procurements to MV’s bid office located at 479 Mason Street, Ste. 221 Vacaville, CA 95688. Thank you for your consideration; I encourage you to select MV Transportation as your partner for the provision of the Collier Area Transit and Collier Area Paratransit services. We look forward to working with you throughout this procurement. Sincerely, Amy Barry Senior Vice President Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 1 Tab II. Plans & Programs a. Operating Philosophy MV and its affiliates contract with cities, counties, special-purpose districts (both chartered and governmental), federal agencies, as well as private companies to provide customer-focused passenger transportation services. The company’s history of satisfied customers and solid financial backing demonstrates its reliability and stability as a strong corporate partner. Further, the organization’s dedication to serving the transportation needs of individual communities is evident in its operations and manifests in a myriad of functional approaches that promote customer care, leverage new technologies, recognize best practices, and control operating costs. MV’s operating philosophy is that passenger transportation is a people-focused business, and excellence is achieved when qualified employees have the training and support resources to perform their jobs safely and professionally. Further, a well-trained, well organized staff will realize great operational efficiencies that can contain costs and deliver effective alternative options to MV’s customers, without reducing service or sacrificing quality. b. Plan to Meet Requirements Collier Area Transit (“CAT”) and Collier Area Paratransit (“CAP”) have the shared goal of “providing safe, accessible, and courteous transportation services to the community members.” MV’s approach to the service requirements outlined in the RFP mirrors the County’s and PTNE’s commitment to safety, accessibility, and courtesy. MV is pleased to propose an experienced general manager to oversee this contract. Mr. Harley Kempter has nearly 25 years of fixed route and paratransit experience, and brings to this project a successful record of customer service, safety performance, ridership increases, reduced turnover, and client relations. Harley and his team will be supported by a team of experienced individuals who will meet regularly with Department staff to ensure MV is meeting the Department’s clearly defined performance standards. Led by Regional Vice President Ed Overn, this team comprises directors of safety, maintenance, and accounting, who are experts in their field. MV’s vice president of business development, Mr. Edward Griffin, will also be available to support this project. He has significant experience in Florida-based contracts and understanding of requirements and guidelines unique to transit operations in the state. MV also offers the Department a number of professional programs that support safety, customer service, and accessibility. The following programs are detailed throughout this section.  A professional operator training program, which has created teams of confident, knowledgeable service operators and resulted in low turnover rates; Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 2  A customer service training program for operators and office staff that focuses on the importance of positive passenger and coworker relations;  Employee incentive and recognition programs;  A national FTA and DOT compliant, “Zero Tolerance” drug and alcohol program that requires pre-employment, random, post-accident, and reasonable suspicion testing;  A comprehensive safety program that addresses on-road and workplace safety, employee health, and system security, and which has resulted in exceptional safety ratings and reduced insurance costs company-wide; and  Vehicle cleaning programs, which support prompt response to cosmetic issues and ensure a professional looking vehicle. c. MV’s Approach 1. Operations Quality Control Performance Requirements and Adherence to Rules and Regulations Support Structure MV’s management team will oversee daily activities, and perform audits, inspections, and analyses of MV’s operation. With the support of MV’s corporate personnel, this team will monitor MV’s compliance with its contract with Collier County in the functions of the operation, including drug and alcohol compliance, operator training, street supervision, on-road operations, customer service, personnel administration, maintenance, safety, training, local purchasing and contract administration. Controlling Quality through Reporting and Analysis Operational reporting provides service statistics necessary to gauge service quality, ensure contractual compliance, acquire transit funding, and for completion of all National Transit Database (NTD) reporting. A large portion of the service data is collected and reported using the Smart Alert Messenger (SAM) reporting Software and TimePoint Software, while others are collected using MV’s Lawson Accounting and HR ERP and other third party data collection systems. MV’s organizational structure supports ongoing quality controls that confirm service is delivered in a manner that is safe, professional, efficient, and cost effective. The program starts with the local operation, is audited and monitored by the regional operations staff, and is supported by the resources and staff of central corporate operations. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 3 As required, MV will track the following items to ensure it is meeting the standards outlined by the County, Department, and the Company:  Accidents per 100,000 revenue miles  Total # of passenger trips per revenue vehicle hour  On-time performance  Customer satisfaction; and  Total # of passenger complaints per 1,000 revenue miles It is also important to update the team on its performance; MV continuously updates and shares performance results during location safety meetings. ADA Requirements MV’s managers and road supervisors will ensure ongoing and consistent adherence to ADA requirements in every area of the operation. This monitoring includes observations of service on the road, passenger pick-ups and drop-offs, daily vehicle inspections, and the maintenance vendor operation. A description of how MV complies with ADA requirements can be found in section 2, Safety. Customer Service Quality assurance audits, complaint analyses, and passenger feedback sessions all provide opportunities to test MV’s processes against the Department’s standards. These reviews identify where MV’s customer service programs are working, and where new initiatives are needed. These types of quality checks ensure that customer service techniques remain fresh and effective. Please refer to section 3, Customer Service, for a description of how MV tracks, responds to, and prevents repeat customer service issues. Dispatching and Supervision Schedules A member of MV’s management team, road supervision team, and/or window dispatch team will be on duty during all hours of operation to ensure proper coverage. MV’s backup staffing plan for supervision is as follows: Safety, maintenance, and operational statistics tell MV’s team how it is performing within its contract – relative to contractual and industry standards; however, not all performance measurement is quantifiable. MV’s regional team will maintain an open and honest dialogue with its customers to ensure the company is meeting quality standards. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 4 Position Backup General Manager Operations Manager Operations Manager General Manager or Safety Training Manager Safety Training Manager General Manager or Operations Manager Window Dispatcher Operations Manager Road Supervisor Operations Manager Sample Forms MV has provided sample forms following this tab. 2. Safety System Safety Program Plan MV’s System Safety Program Plan is consistent with federal, state and local regulations, and assures that industry standards are maintained in accordance with the standards of the American Public Transportation Association (APTA) and the Federal Transit Administration (FTA). A copy of this plan is available upon request. The goals of MV’s Safety Plan are to:  Identify, eliminate, minimize, and/or control safety hazards and risks;  Provide a superior level of safety in transit operations;  Support the safety efforts of the clients MV serves;  Achieve and maintain a safe work environment; and,  Comply with all regulatory agencies requirements. This program is audited biannually to ensure adequate overall compliance with the SSPP, operating rules, regulations, standards, codes and procedures. Accident Prevention In 2014, MV operated a total of 271,427,987 miles in areas of high density, extreme weather, and gridlock traffic. From the borough of Manhattan to downtown Los Angeles, to Anchorage, Alaska and Las Vegas, Nevada – MV provides passenger transportation service in some of the most Safety is a moral obligation and a tenet of MV’s operating philosophy – and it is the foundation of excellent customer service. Before anything, a transit service must be safe. MV’s operational safety plan is person-centric and passenger focused, where trained individuals lead all key activities while focused on safe transportation. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 5 challenging operating environments. MV has maintained stellar safety performance – with an accident frequency rating of just 0.040 preventable accidents that meet NTD reporting thresholds. MV Miles Driven MV Accident Frequency Motivational Awards and Incentives Employee recognition and positive reinforcement is an important part of a positive work culture and employee relations program. MV ties this critical component of its operation to safety and security by creating fun, safety-focused teambuilding activities throughout the calendar year. Competitions, contests, raffles, and parties bring MV’s team together while promoting safety operating behaviors – creating an environment where safety remains the basis for the company’s culture, celebration, and reward. MV’s team will work together to form either a safety committee or an employee steering committee. These groups will work together to develop motivational awards and company events that appeal to the local team. Some examples of successful programs include:  No Drive-Cam 30 day contest: All drivers participate in this monthly pool. A driver without a DriveCam incident within the 30 days, qualify to participate in a raffle to receive a gift certificate for dinner, movie tickets, and Target or Wal-Mart gift cards. The recipients are also recognized during monthly safety meetings and their name is displayed on the company’s service excellence announcement board.  Safety Challenges: Employees that complete 30 days without a work related injury are eligible to win prizes including color TV’s and iPads. In addition, each MV location participates in MV’s company-wide programs:  $200 Safety Bonus: Operators exhibiting safe driving behavior (no preventable incidents) and a strong attendance record receive a $200 annual bonus on the anniversary of their hire date.  The Katherine McClary Operator Award: This award recognizes MV’s finest vehicle operators across the country. Qualifying operators must exhibit safe and professional driving behavior, a positive work attitude, excellent customer relationships skills and strong attendance record. Quarterly, annual, regional and national awards are presented and include cash prizes.  Safety Pins and Patches: Operators are given safety pins and patches for each year completed without a preventable accident or injury. 221.2M 233.2M 210.8M 238.8M 265.4M 270.3M 271.4M 2008 2009 2010 2011 2012 2013 2014 0.057 0.048 0.075 0.059 0.063 0.041 0.040 Industry Standard = 1 0 1.2 2008 2009 2010 2011 2012 2013 2014 Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 6  Safety Blitzes and Other Safety Events: MV’s local management team will host safety blitzes and/or other employee events to promote safety messages. Safety Messages Daily, a corporate issued safety message is published and delivered to all MV locations. Each message is posted at the location and read over the radio by dispatch. Additionally, all meetings and conference calls must begin with a safety message. Mandatory Safety Meetings Safety meetings offer an opportunity to provide refresher training and address timely topics. All employees must attend this hour-long meeting each month. Based on the size of the location, several meetings may be scheduled to accommodate operator and staff schedules. Maintenance safety meetings are held separately, and focus on maintenance safety. All safety meeting agendas are issued by MV’s safety department, and address topics in fleet safety (for example: defensive driving, wheelchair securement, adverse weather) and injury prevention (for example: drug and alcohol, back safety, bloodborne pathogens, and heat safety). Maintenance safety topics include subjects such as HAZCOM, back safety, and machine guarding. Additionally, monthly safety tasks are assigned with the safety meeting schedule (see table below). These tasks include facility inspections, completion of annual OSHA logs, and emergency plan reviews. All locations receive a safety meeting support packet to aid the meeting facilitator. Support packets include the meeting agenda, an outline for the meeting discussion, and supporting handouts and posters. Certifications and Employee Development LLLC Certification MV’s defensive driving program, known as the Triple L-C teaches professionals The Four Driving Principles to Safety™: Look Ahead™, Look Around™, Leave Room™, and Communicate™. These principles reinforce operators’ focus on maintaining ample room around their vehicle, while maximizing visibility and time needed to make safe operating decisions. This program has contributed to the company’s declining accident frequency and improved safe behavior year over year. In 2015, MV introduced its LLLC Defensive Driving™ Instructor Certification, a three tier certification process (silver, gold, platinum) that certifies trainers for a period of two years. The training promotes succession; silver-level trainees must complete MV’s new operator development course, Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 7 the Trainer Certification Process, and the Advanced BTW Instructor Course. Gold-level trainees must complete the two-day certification process, comprising class-based and in-vehicle training. Finally platinum status is achieved, when a gold-level trainee completes a two-day certification process with an Avatar Master instructor. Behind the Wheel Certification MV knows that operation safety is contingent on a strong and proven training program. The company’s steadfast commitment to transit training is demonstrated in its unique approach to behind the wheel (BTW) training – the company requires that all BTW trainers are certified by MV before being released into service. Applicants that meet the following qualifications are considered for the role of a BTW Trainer:  Work History Review Form (Preventable accidents, Worker Compensation claims, attendance, discipline warnings, performance reviews)  Supervisor Performance Evaluation (conscientiousness, safety oriented, tolerant of stress, excels in teamwork)  Completion of a structured interview with the safety and training manager or operations manager MV certifies BTW trainers using intense two-day training. Behind the wheel training includes:  Group Meeting to discuss Instructor Roles and Responsibilities  Self-Directed Courses and BTW Manual  Certification Exam Part 1: 50-question multiple choice certification exam based on the principles and theories presented in the three self-directed courses. Candidates must achieve a minimum score of 80% to progress to the next step  Certification Exam Part 2: a 65-question multiple choice exam to assess their general knowledge of MV Transportation performance standards and BTW learning points. Candidates must achieve a minimum score of 80% to progress to the next step  BTW Ride Along Evaluation Safety Policy and Procedures Safety Policy Manual MV’s safety policies set forth operating guidelines that reduce workplace accidents, incidents, and injuries. MV’s Safety Manual comprises more than 41 policies that address vehicle operations, regulatory compliance, maintenance operations, MSDS/ hazardous materials, operational safety practices, and facility emergency management. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 8 Furthermore, MV issues documented Safety Guidelines that outline safety-related responsibilities for all safety, executive, and managerial/supervisory roles. These guidelines additionally outline expectations regarding facility safety and upkeep Safety Point System All operators are subject to the assessment of safety points. The company’s safety point system provides clear guidance for all managers when assessing operators’ driving behavior. For new employees, receipt of four (4) points (or more), or more than two (2) separate safety point assessments, during the introductory period will result in termination. For those non-introductory employees, receipt of six (6) points (or more) in any rolling 18 month period, or receipt of three (3) separate safety point assessments within a rolling 12 month period, will result in termination. Safety points as assessed when an operator is involved in a preventable incident. Drive Cam incidents will be assessed points based on level of severity. Road, Equipment, and Facility Monitoring Road Monitoring Road Supervision and Operator Evaluations Road supervisors are stationed in the service area and are available to respond to any in-field issues that affect service delivery. This includes but is not limited to incidents, passenger disturbances, medical emergencies, vehicle breakdowns, and/or service delays/detours. When needed, they mitigate these service challenges and work with the operator and dispatchers to expediently resume service. Road supervisors also perform operator evaluations, which occur daily and include ride checks/ride alongs, mobility device securement spot checks, and pull out inspections. These evaluations ensure that each operator is performing his or her duty in the correct and safe manner. Observations made may be used to identify retraining needs. All evaluation forms are retained in each operator’s file. On Board Monitoring Systems DriveCam MV uses DriveCam’s DC3P Video Event Recorder to monitor each operator’s driving behavior. This system gives insight into how operators adhere to company and law enforcement policy, and provides MV’s management team the information needed to refine and enhance training. DriveCam Video Event Recorder Features: Onboard Posted Speed Database Real-Time In-Cab Feedback Risk Predict® Technology Collision Video Recording 4 GB Camera storage Telematics Hotspot Mapping Operator- Activated Event Recording (panic button) Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 9 The DriveCam Video Event Recorder (VER) is placed on the vehicle’s windshield. The unit continuously monitors the operator’s behavior and provides real-time in-cab feedback. Using exception-based video recording, the camera continuously records; however, data is only saved when activated by embedded sensors that measure force exerted on the vehicle (such as abrupt start/stops, sudden turns, accelerations/decelerations, speeding, and collisions). Additionally, the unit has a panic button is pushed by the operator (in the event of an on-board incident, a passenger altercation, etc.). When triggered, the system saves data clips for a period of 10 seconds before and 10 seconds after the event. The event video and data (which includes views of the road ahead and of the operator) uploads to DriveCam’s Risk Analysis Center where DriveCam’s trained professionals analyze the events (review, score, and comment on each event) for MV’s management to use in coaching operators and improving operator safety. Events are stored on a web-based portal for a 90-day period. Afterwards, all events are archived to in-house servers for historical data retention MV has invested significantly with Lytx, and has developed subject matter experts in its corporate staff (Ms. Diana Finkle and Mr. Andrew Scott) to support MV’s local team. Although an employee of Lytx, Mr. Andrew Scott is assigned full-time to MV’s operations and is based at MV’s Dallas, Texas headquarters. Andrew’s presence within MV’s DriveCam program ensures the most up-to-date programs – including reporting and training – are offered to MV’s customers. This also gives MV a direct line of communication with Lytx’s executive team. Mobileye® Collision Avoidance System MV is pleased to offer the Mobileye collision avoidance system. Mobileye is a windshield-mounted camera that detects other vehicles, pedestrians, and lane divisions in real time. Mobileye mitigates the primary risk factor that leads to vehicle collisions – operator inattention. An estimated 93 percent of all accidents are a result of human error, with nearly 80 percent of all accidents resulting from operator inattention in the three seconds preceding the accident. In an estimated 40 percent of rear end collisions, no brakes were applied. Further, 60 percent of road accident fatalities are due to unintentional lane departures. When triggered, the system will emit an auditory warning1 when the following events occur:  The vehicle operator departs from the lane  The distance between the vehicle and the vehicle in front of it becomes too small  A forward collision is imminent  A pedestrian is detected  The operator exceeds the speed limit  This warning signals the operator to apply the brakes to avoid collisions. 1 Additional option for haptic warning (shaking seat) is available Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 10 The system also offers intelligent high beam control, automatically switching high beams to low beams when oncoming traffic is approaching. This camera system supplements the safety monitoring capabilities of DriveCam; when Mobileye detects a near collision, it will trigger DriveCam to begin recording. This additional feedback will enable the DriveCam coach to more thoroughly coach operators in safe driving practices. Equipment and Facility Monitoring All of MV’s locations are required to undergo periodic safety and maintenance audits and inspections related to operations, equipment, and facilities. These activities are as follows:  Safety Inspections (performed by: safety and training manager, frequency: monthly) – The safety training manager performs safety inspections of the facility work environment monthly. Deficiencies are identified, documented, and corrected. All findings are reported to the regional director of safety, who will follow up on these items during the semi-annual audits.  Safety Audits (performed by: director of safety, frequency: semiannual) – The safety audit is a full day inspection of the operating facility in which the regional director ensures all safety elements are in place and performing as designed. The location is audited for compliance with company and customer safety policies, rules, regulations, standards, codes, procedures and requirements. During this review, all employee training files are reviewed for compliance. All safety-related programs, issues, awareness, and reporting are reviewed for effectiveness and recommendation.  Facility Audits (performed by: director of maintenance, frequency: annual) – Facility audits include an inspection of the operating facility and a preventive maintenance inspections of all facility systems and subsystems. In addition to facility audits, locations undergo annual fire inspections and insurance underwriter inspections.  Preventive Maintenance Inspection “Rerack” (performed by: maintenance vendor, frequency: monthly) – This reviews the quality and completeness of preventive maintenance inspections. The inspector will completely reinspect 10 percent of the fleet under the PM inspection to ensure completeness.  Semi-Annual Shop Audit (performed by: regional director of maintenance, frequency: semiannual) – This audit includes a review of the facility, environmental compliance, tools and equipment, office administration, records and maintenance safety and training. Upon completion of the audit, an action plan will be developed to resolve any issues identified. Emergency Preparation and Risk Management MV has a number of plans and programs in place designed to mitigate risk and provide a safe, healthy workplace. Each of these plans are available upon request:  System Safety Program Plan (SSPP): With the objective to provide a superior level of safety and minimize any and all risk, MV’s SSPP is maintained in accordance with the standards of the Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 11 MV understands the important role it has in coordination and emergency response. MV will work collaboratively with local resources and community leadership to ensure safety and security preparedness and coordination within greater community. The local team will also work to ensure all security documents and emergency procedures are consistent and complementary in order to ensure the maximum response and coverage if a security event, emergency, or other disaster occurs. American Public Transportation Association (APTA) and the Federal Transit Administration (FTA).  System Security and Emergency Preparedness Plan (SSEPP): This set of comprehensive security goals, objectives, and strategies maximize the security of MV’s passengers, employees, and property. This plan is a blueprint for all security procedures.  Continuity of Operations Plan (COOP): This plan template provides MV’s operations a base from where to develop its own plan to ensure continuous operations during an emergency. The COOP which sets forth a concept of operations, identifies essential functions, and outlines three potential phases of operation: 1) Activation and Relocation, 2) Alternate Facility Operations, and 3) Reconstitution.  Emergency Action Plan: The EAP assists employees and management in making quality decisions during times of crisis, and to comply with the Occupational Safety and Health Administration’s (OSHA) Standard for Emergency Action Plans, 29 CFR 1910.38.  Hurricane Preparedness Plan: This plan incorporates incident command structure and phased approach to preparation, release of personnel, and shutdown of project operations whenever the best available information indicates a hurricane could impact continued safe operation.  Bloodborne Pathogen Exposure Control Plan: MV’s Bloodborne Pathogen Exposure plan provides the guidance and training needed to protect employees against exposure to bloodborne pathogens. This plan complies with the Occupational Safety and Health Administration’s (OSHA) Bloodborne Pathogen Standard, 29 CFR 1910.1030, to eliminate or minimize employee occupational exposure to blood, certain other body fluids, or other potentially infectious materials. Additional Health and Safety Plans include:  Fire Prevention Plan  Hearing Conservation Program  Hazardous Communication Plan  Illness Prevention Plan  Heat Illness Prevention Plan  Lockout Tagout Control of Hazardous Energy Program Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 12 Accident Response, Investigation, and Reporting Procedures If involved in a vehicular incident, the operator will notify the S&D call center, who will dispatch a supervisor to the scene, and contact emergency personnel (when necessary). The operator must exercise on-scene emergency control until she or he is properly relieved by a member of MV’s administrative team. The operator, with the assistance of the on-scene manager, will use the camera in onboard accident kit to take photographs of the scene, obtain contact information of all witnesses (using Courtesy Information Cards) and complete an incident report. The operator is required to provide identification and cooperate with police. Upon return to the office, the accident report is submitted to the general manager for review and investigation. As required, MV will notify the Department in writing of any incident/accident within 24 hours. Follow Up As soon as is practical following an accident, drug and alcohol tests are administered to any employee whose performance could have contributed to the accident. If reasonable suspicion is suspected, all reasonable suspicion testing guidelines are followed. Test results are obtained and reported to the project manager (or vice versa). The operator remains suspended from driving until his or her driving privileges are reinstated by the Qualifications department. Preparedness Important Phone Numbers MV’s dispatch office will have the following phone numbers readily accessible:  Operators’ family and/or emergency notification  Local police department and/or local sheriff department  Highway patrol/state police  Local fire department and local ambulance service  Tow truck, heavy equipment, and construction companies  MV Risk Management staff and MV Safety staff  General managers’ home and cell phone numbers  Local and MV emergency contact numbers To ensure operators have the contact numbers they need, MV’s reporting decals will be posted on the dashboard and on the operator-side sun visor of the service vehicles. The decals read, “Should you be involved in an accident or should any other incident occur, immediately contact Dispatch who shall immediately communicate with you and the 24-Hour Claim Line, (866) 688-7475.” Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 13 On-Board Accident Kit Each vehicle is equipped an onboard accident kit, which contains three bi-directional emergency reflective triangles (not flares), a fire extinguisher having an Underwriters’ Laboratories rating of 5 B, C or more, and Incident Reporting Packets with color disposable flash cameras. Compliance with Federal Drug and Alcohol Testing Program MV’s Zero Tolerance Drug and Alcohol Testing Program is critical to its provision of a safe, healthy, and productive work environment. All of MV’s employees are subject to the four drug and alcohol screening types, pursuant to their employment category (safety sensitive versus not safety sensitive):  Pre-Employment – All offers of employment are contingent upon the successful completion of a pre-employment drug screen. Failure to submit to said test, or a positive screen, results in revocation of the offer of employment.  Random – All safety sensitive employees are automatically entered into the company pool for random testing pursuant to FTA regulations.  Post-Accident – MV conducts DOT post-accident drug and alcohol testing immediately for any employee who is involved in an incident or accident meeting FTA/DOT criteria. If the accident does not meet the FTA/FMCSA testing criteria, MV will reserve the right to test any safety sensitive employee after any accident/incident regardless of the severity of the accident/incident.  Reasonable Suspicion – This test may be required if significant and observable changes in employee performance, appearance, behavior, speech, etc. provide reasonable suspicion of the influence of alcohol/ drugs. All frontline personnel are observed by supervisory personnel who are certified as having completed the DOT Supervisor’s Class in Reasonable Suspicion Training in Drug and Alcohol. *Under MV’s Zero Tolerance Drug and Alcohol Testing Program, a positive screen or refusal to be tested under these conditions results in termination of employment. Mrs. Esther Avalos, Director for Drug and Alcohol Compliance, administers MV’s Zero Tolerance Drug and Alcohol Testing Program. It is regularly updated and complies and/or exceeds FTA and DOT requirements. MV has successfully completed each FTA audits to which it has been subject. Random drug and alcohol testing selections are determined using MYeScreen® software, a state of the art, computer-generated selection process program that randomly selects individuals (donor) for testing without showing discrimination. These assignments are available to the location on the first of each month to begin performing testing immediately. MV uses local occupational health clinics to perform the urine and breath alcohol collections for testing. MV contracts with Alere Toxicology for laboratory services, Dr. Stephen Kracht for MRO services and National Counseling Resources for substance abuse professional services. Duo Research handles blind quality control sample testing. All results are transmitted to Mrs. Avalos, who processes the information and provides it to the local management team. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 14 All employees receive FTA compliant training that outlines MV’s Zero Tolerance program during initial training. Drug and alcohol testing procedures are addressed as part of initial employee training and annual supervisor training. Compliance with the Americans with Disabilities Act ADA compliance is a critical component of MV’s operator training program, and ensures that the Company’s operations are ADA compliant. During training, operators receive an overview of various disabilities as defined by the ADA, as well as an understanding of the law’s requirements. Training also includes practical instruction in how to assist and secure passengers in mobility devices to ensure their safety and comfort. ADA compliance is also upheld through MV’s safety and maintenance programs. As part of MV’s safety awareness efforts, employees must attend a monthly safety meeting, during which they receive refresher training in safety topics, which includes assisting passengers with disabilities and the safe securement of mobility devices. Mobility device lifts are cycled and inspected during each pre-trip inspection, and thoroughly inspected at each preventive maintenance inspection to ensure the safety of MV’s mobility-disabled passengers. Further, compliance with the provisions of this important law by all MV employees is monitored and enforced by the Company’s legal and human resources teams. 3. Customer Service Customer Service Program MV’s strong customer service program begins with consistency of service. The company fosters this program with clear and ongoing communication; delivers customer service with professionalism, empathy, and knowledge; and confirms it with careful attention to feedback and frequent quality checks. The CAT and CAP rider guides define its service policies, and set forth the guidelines that passengers expect. It is incumbent on MV to remain within the bounds of these guidelines, so that service meets passengers’ expectations each day. Consistency with Department service policy is of utmost importance. Service delivery that is inconsistent – whether it falls short of or exceeds service standards – will adversely influence customer service. When changes to service delivery are necessary, clear and professional communication is critical. By managing passengers’ expectations, MV provides quality customer service in response to a delay, a detour, a road call, or other service disruption. To this end, MV must make certain that each of its CAT and CAP service employees receive consistent training in service delivery. Each MV employee will receive training in Department policy and procedure, as well as an orientation to the system. Supplementing this training is dedicated Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 15 customer service training for all employees. Field personnel receive the START operator training, while office staff receives Telephone Doctor customer service training. Responding to Customer Inquiries and Concerns When MV receives validated complaints from the S&D call center, the general manager will immediately take appropriate actions and begin investigation of all complaints to determine validity. Complaints that are serious in nature must immediately be brought to the attention of the regional vice president and the Department. Depending on the nature of the complaint either the general manager and/or regional vice president will personally handle these types of complaint investigations. Employees who receive repeated valid complaints will be disciplined appropriately up to and including termination of employment. A formal complaint report will be provided to the Department and the complaint will be logged and submitted with all monthly reports, as required. Customer Ambassadors In a service area that attracts a high volume of tourists, it is important that operators and front house staff act as ambassadors of the service. As such, they must be knowledgeable about the service and the service area, so as to provide accurate information to local and visiting passengers; e.g. how to get to tourist attractions, such as the Everglades or local beaches, and how to transfer to other buses or services. To equip these staff to give accurate information, MV’s training program will include an “Ambassadors” module, which will cover commonly asked questions and instruct new operators how to give out this information. MV will also create “cheat sheets” with directions and notes to aid the memory of drivers when needed. Unless the Department objects, in addition to an approved uniform, MV will require all employees to wear colorful reflective vests at all public locations when on duty, not only to be seen for safety, but also for customer service purposes. Passengers will immediately be able to identify “experts” regarding the bus system provided, that will have been trained how to answer questions and make using these services easy. MV also intends to recruit from among residents of the service area, in order to leverage their local knowledge to this end. Tracking and Reporting Concerns Complaints received from the S&D call center will be logged and filed in the employee’s or employees’ file. Collier County – Florida’s “Paradise Coast” draws scores of visitors year round with its beaches, parks, and nature-focused activities. These tourists comprise a large portion of CAT’s ridership. MV has significant experience working in service areas that attract a high volume of tourists. MV’s ambassador training module ensures the operator team can effectively assist visitors to the area. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 16 Developing Corrective Actions MV’s team will review complaint data to identify trends and determine corrective measures, such as retraining, coaching, and/or discipline. This may include meeting with individuals with repeat complaints, or providing additional customer service training during monthly safety meetings for customer service issues that are common to the operations team. MV’s regional vice president and vice president of business development will meet frequently with Department staff to discuss the local team’s performance in this area. As needed, these individuals will garner additional resources necessary to correct any issues. Transit Fare Sales Program MV will provide six (6) front house employees to assist customers with purchasing transit fare media. These persons will be stationed at the Collier Area Transit Paratransit Customer Service Office and the Collier Area Transit Intermodal Station at the Government Center. Operators will also sell transit tickets to passengers. At check-in, the dispatcher will ensure each operator has a sufficient supply of tickets. All positions handling the sale of fare media will be trained in customer service techniques, and will be expected to accurately track and account for ticket sales and payment information. Monitoring Customer Service As discussed earlier in this proposal, MV monitors customer service through audits performed by its regional staff, service observations, and ongoing analyses of complaint data. Additionally, an effective gauge of customer service performance is regular, direct passenger feedback. With the County’s and Department’s permission, MV can implement a secret rider program. This program is composed of regular passengers who are willing to provide feedback about the quality of MV’s service. Mr. Kempter will recruit “secret riders” who will observe service on a regular basis, monitor operator performance, customer service techniques, passenger assistance, and fleet cleanliness. All secret rider evaluations will be scheduled by Ed OVern, regional vice president, and unannounced to the local team. A full evaluation will be made and catalogued based on route, time of day, bus number and other pertinent data. This information will be presented to the Department, along with any corrective action plans needed. Feedback (positive and negative) gained from these evaluations will be passed along to the operations team with appropriate follow up. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 17 4. Servicing and Cleaning Cleaning checklists have been provided following this section. Daily All vehicles must be kept clean and free of refuse, and trash at all times. The following lists are rules regarding daily bus cleanliness:  No food or drinks allowed on the vehicle unless approved by clients. This includes drivers.  Drivers will inspect their vehicles daily to assure that there is no graffiti on the vehicles interior components. The drivers will note this on their DVI report and will attempt to clean and remove all graffiti that had been placed on the vehicle for that day.  All foreign matter such as gum, grease, and dirt shall be removed from interior surfaces during the daily interior cleaning process.  Vehicles are swept daily at the end of each shift.  Any graffiti and/or vandalism will be repaired upon discovery. Exterior Cleaning Vehicle will be washed as needed, at least twice per week, to assure a clean professional looking vehicle. All vehicles shall be free of outer body damages.  All exterior body panels will be cleaned with detergent and a vehicle washing brush or run through a wash rack. This will be done to remove all road dirt, soot, and tar and oil residue on the vehicle.  All tires and wheels will be cleaned using the appropriate brushes. This will be done to remove road dirt, and brake dust and marks from white lettering of tires (if applicable).  All mud flaps will be cleaned.  Wheel wells cleaned.  Windows and mirrors will be cleaned and water spots removed.  All lighting lenses will be cleaned, thoroughly rinsed and dried. The PTNE sets the tone for its customer-focused service. MV will work closely with the Department and its staff to understand how and where its customer- centered approach is most significant and mirror that approach in its own operations. MV will strive to work with the Department to ensure its employees are consistent in their customer care, with the goal of total transparency between MV and the Department. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 18 Interior Cleaning The interior of the vehicle must be clean and professional looking inside. All vehicles shall be free of interior damages that noticeable detract from the overall appearance of the vehicle. The interior will be cleaned as needed, at least twice per week.  The vehicle will be vacuumed in areas that a vacuum can be used.  Floors will be swept and mopped. Light colored areas, such as the white standee lines and white edges of the steps should be cleaned with a stiff bristled brush to remove grime from the grooves of the rubber.  Modesty panels cleaned with a mild detergent to remove dust, foot prints and dirt accumulation.  Clean vinyl passenger seats with mild soap and water.  Clean the stanchions grab rails and hand rails with soap and water. Remove all accumulated dirt, dust, grime, and oils.  With a wet rag, wipe down the ceiling and walls, drying immediately with a dry towel. This is to remove the accumulation of dust that adheres to the ceiling and walls.  Clean the instrument panel.  Clean steering wheel with the use of detergent and water. This will remove the accumulation of oils and dirt.  Instrument panel glass will be cleaned with the use of an appropriate glass cleaner.  Graffiti, any oily prints and dust accumulation will be removed from the windows by cleaning the window with an appropriate glass cleaner.  Upholstery shall be steam cleaned quarterly or as necessary.  All buses shall be kept free of vermin and insects. Record Keeping It is critical that all vehicle cleaning be documented on a vehicle wash log and kept in the maintenance files. Required Supplies  Environmentally friendly antibacterial soap  Glass cleaner  Environmentally friendly exterior bus wash soap  Mop and bucket  Broom and dustpan  Dusting rag  Washrag and brush  Paper towels  Required safety supplies:  Safety glasses  Facemask  Rubber gloves Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 19 5. Bus Stop/Transfer Center Maintenance/Cleaning MV’s utility team will be responsible for bus stop and transfer center maintenance and cleaning. This maintenance includes:  Inserting customized route and stop information in the display windows of all CAT shelters  Exchanging and updating information and schedules as necessary  General cleaning, including but not limited to, graffiti removal, glass and bench cleaning, removal of foreign substances, and sweeping shelter interior and sidewalk immediately outside the shelter  High use/high profile shelter locations will be cleaned at least three times a week  Remaining shelters will receive general cleaning once a week at a minimum or more frequently if needed  The transit center requires daily general cleaning, and complete detailing as needed  Replace panels and perform other minor repairs as required  Dismantle, move and erect bus stop poles and signs as required  Report to PTNE daily tasks by general function (cleaning, maintenance, sign work) by shelter bus stop sign location(s), including date and work completion  Work closely with PTNE staff as well as City, traffic engineering, maintenance departments, etc. Service and cleaning personnel will receive on-the-job, hands-on training in their job duties, including the use of tools, locations of bus stops and shelters, familiarization with the service vehicles, and will receive an orientation in MV and Department policies. 6. Bus Stop Sign and Shelter Repair Work Order Plan MV will create and submit daily work orders for all functions (bus stop maintenance, sign work) by shelter bus stop sign location (s), including date and work that was done to the utility team. The utility worker will inspect bus stops on a schedule, and look for potential hazards, such as sharp objects or holes that could cause a passenger to trip. He or she will then perform or schedule corrective actions. The utility worker also ensures the visibility of all bus stops, checking that they are well marked, using reflective paint signs. 7. Revenue Collection, Reconciliation and Deposit This response requirement does not apply to this scope of work. A clean, well-maintained vehicle is a great source of pride to the operator, and the customer service that MV’s maintenance team provides the operator workforce is then passed along to the passenger. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 20 8. Records and Reports Reporting MV has developed an in-house system called PayrollEdit, which interfaces with third party systems to track data, such as revenue/non-revenue miles/hours, trips, etc., and compiles the data into reports. This system is designed to collect and store the data needed allowing summary reports to be generated in reader-friendly formats. By using this system to generate billing, payroll, and operational reporting, duplicative data entry and subsequent manual errors are greatly reduced. One of this product’s strongest assets is that it can interface with third party products such as RouteMatch. In addition, MV uses Lawson Software’s Enterprise Resource Planning Solution both in its corporate office and operating locations. The Lawson Financial Suite includes General Ledger, Accounts Receivable, and Accounts Payable. The Lawson Human Resources Suite includes Personnel Administration, Benefits Administration, Payroll, Time Management, and Employee and Manager Self-Service. Lawson software is a fully integrated, web-enabled solution, which MV runs on an NT platform. The software is scalable to allow for growth of the company without having capacity concerns. The web-enabled feature allows Company management to selectively determine which processes and controls should be centralized versus decentralized. MV believes in proper data backup and off-site storage of data backups in the event of a fire or other catastrophic event. MV’s IT team will set up the local computer network to ensure proper connectivity, security levels, password protection, and local technical support. MV will work with the Department MIS staff in whatever manner necessary. MV is able to meet the FTA/NTD reporting requirements and currently provides these reports to clients who receive Federal funding and are required to submit them. MV uses the accepted FTA sampling methodology and has systems in place to collect and report this information pursuant to the guidelines of the National Transit Database Reporting Manual. NTD Reporting MV supplies NTD data to its clients and assists in the compilation of these reports. While the Federal Transit Administration (FTA) prohibits private contractors from directly reporting data to the NTD Database on behalf of FTA-funded transit agencies, MV’s local operations teams assist in the collection and summarization of all required data. MV follows the trip sampling methodology and forms, pursuant to the guidelines of the NTD Reporting Manual, including FTA Circular 2710-1A. Compliance with FTA uniform accounting standards and NTD reporting systems is a key element of MV’s U.S. federally funded operations. MV will fully cooperate with the Departmnet in collection and reporting of all FTA ridership, operating, safety, and financial information. The information collected and summarized for the Department’s NTD reports will be maintained as required. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 21 The general manager will be responsible for meeting the sampling, collection, verification, and reporting requirements for the Department’s NTD reporting. This individual will be supported by the MV regional support staff described in section Tab IV.a, Key Personnel Proposed, and will avail himself to the Department’s guidance, as well as FTA seminars on NTD reporting, and other support available from the FTA website. The safety training manager will conduct sample trip data collection, with support from the operations managers and service supervisors. This information is compiled for the following NTD modules: basic, financial and service. MV’s vehicle operators will only occasionally be required to conduct sample data collection and then only on the routes with the lowest ridership. Dispatchers will distribute and collect any required vehicle operator surveys; vehicle operators will complete and submit any required operator surveys. The maintenance manager will supply data for the Asset Module (fleet and facility data). Finally, the operations manager will assist the general manager with collecting required operational and ridership data. Implementation of Florida Commission for Transportation Disadvantaged Annual Operating Report MV has been the Community Transportation Coordinator (CTC) in Alachua County since 2003. In that capacity, MV has successfully completed applications for FDOT 5310 and 5311 grants (with partners Alachua County and City of Gainesville Regional Transit System (RTS) as direct recipients), the CTD Trip/Equipment grant, and the CTD Rural Capital Assistance (Shirley Conroy) grant over the last several years. As CTC, MV is responsible for completing the Annual Operating Report (AOR), which is reviewed for approval by the Local Coordinating Board (LCB) for submission to the Commission for the Transportation Disadvantaged (CTD). Director of Accounting Wesley Adams is well versed in the compilation of the necessary data for this required document and will assist the local team. MV is contracted with CTCs in Duval, Palm Beach, Orange, Osceola and Seminole Counties and has assisted in completion of the AOR in those areas. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 22 9. Personnel Proposed Organization Chart Staffing Plan Position Number Vehicle Operators 67 FT/ 12 PT General Manager 1 FT Operations Manager 1 FT Safety Training Manager 1 FT Front House Employee 6 FT Window Dispatcher 1 FT/1 PT Road Supervisor 3 FT Utility Worker 4 FT Salary and Benefit Schedules MV will immediately recognize the union representing the CAT/CAP operators and staff. The company will honor the existing labor agreement which remains in effect through October 31, 2017. MV has an excellent relationship with the Transport Workers Union of America, AFL/CIO,and works with their local unions across the country. MV is pleased to offer the following compensation package to its team. Harley Kempter General Manager Safety Training Manager Operations Manager Window Dispatcher Vehicle Operators Road Supervisors Utility Workers Front House Employees Maintenance Vendor Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 23 Operator Wage Scale Operator Seniority Year 1 Year 2 Year 3 Year 4 Year 5 Training $11.00 $11.00 $11.00 $11.00 $11.00 Starting $12.53 $12.53 $12.53 $12.53 $12.53 1 year $12.53 $12.53 $12.53 $12.53 $12.53 2 years $13.91 $13.91 $13.91 $13.91 $13.91 3 years $14.16 $14.16 $14.16 $14.16 $14.16 4 years $14.95 $14.95 $14.95 $14.95 $14.95 5 years $19.52 $19.52 $19.52 $19.52 $19.52 6 years $19.52 $19.86 $19.86 $19.86 $19.86 7 years $19.52 $19.86 $20.21 $20.21 $20.21 8 years $19.52 $19.86 $20.21 $20.56 $20.56 9 years $19.52 $19.86 $20.21 $20.56 $20.92 10 years $19.52 $19.86 $20.21 $20.56 $20.92 Non-Operator Wage Scale Job Title Hourly Wage Job Title Hourly Wage General Manager $Confidential Front House Employee $10.00 Operations Manager $28.85 Window Dispatcher $10.00 Safety Training Manager $26.44 Road Supervisor $14.00 Utility Worker $13.23 Benefits Package All full time employees (35+ scheduled hours per week) have the opportunity to participate in the following benefits programs.  Safety Bonus: $200 per year for performing their duties in a safe manner and maintaining a good attendance record.  Vacation Pay: MV will honor all existing drivers’ level of vacation. Employees new to the system will receive 40 hours after 1 year, with the amount increasing as seniority is gained to 80 hours after 5 years.  Medical & Dental Insurance: MV will provide medical and dental insurance to full time employees. Each plan has dependent coverage available. Current employees with medical insurance will have no waiting period to avoid disruption in coverage.  Flexible Spending Accounts (Health Care FSA and Dependent Care FSA): These programs allow employees to put aside pre-tax money to pay for childcare or eldercare expenses while employees work, and to pay for qualifying out-of-pocket medical expenses (such as copays and other covered items.) Employees are eligible to participate in both plans on their normal benefits eligibility date. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 24  Employee Assistance Program: MV offers confidential counseling services at no cost for employees and family members (3 in-person sessions per incident per year). There is a 24/7 resource and referral line for counseling, financial assistance, legal problems, and many other issues.  Life and AD& D Insurance: In addition to its health insurance plan offerings, MV also offers company-sponsored supplemental life insurance and Accidental Death & Dismemberment (AD&D) insurance plans through The Standard Insurance Company. The supplemental life insurance plan is available to employees, their spouse/domestic partner, and their children. The AD&D insurance plan is available to employees.    Holiday Pay: Six paid holidays will be offered for full time employees. Employees hired from the existing contractor will receive this benefit from day one.  401 (k): All employees are eligible to participate in MV’s 401(k) retirement program where MV may offer a percentage match on each employee’s first 6 percent of contribution per year. Skills and Experience Vehicle Operators Vehicle operators are the critical interface to passengers and must appropriately represent the Department and the CAT/CAP transit services. The ideal operator candidate has a safety-first attitude, a professional and caring demeanor, and excellent people service skills. Vehicle operators respectfully and professionally respond to customer inquiries, providing information about the service and specific routes, as needed. Upon consent, operators respectfully assist passengers as they board the vehicle and aid those who agree to assistance in securing their mobility device. The primary responsibility of the vehicle operator is to transport customers while adhering to safety regulations, traffic laws, operating policy, and scheduled time points. Fixed route operators are trained in the system routes, and must be fluent in providing information regarding major stops, transfer points, and schedule information. Paratransit operators are provided strict training in ADA regulation and are specially trained in passenger handling and those disabilities which may prevent a passenger from riding paratransit. When operators report to work, they first check in at dispatch, obtain their manifest and vehicle assignment. They then proceed to the yard and perform a pre-trip inspection, coordinating with the yard supervisor and/or maintenance team to correct any safety issues discovered. Once the pre-trip checklist is complete, operators are cleared for pullout. They are trained to use all appropriate on-board technology, and must demonstrate proficiency in all dispatch communication procedures. Vehicle operators coordinate with dispatch regarding no Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 25 shows, late cancellations, changes to manifests, vehicle malfunctions, accidents, and/or other disturbances. Upon return to the yard, vehicles operators perform a post-trip inspection and submit all completed paperwork to dispatch. Operators must complete MV’s operator training course (described later in this section) and pass all pre-employment screenings (described later in this section). General Manager The general manager is the daily operational liaison between MV and the Department. This person is MV’s field representative and the Department’s advocate. This person must embody the spirit of CAT and CAP and work in partnership with the department, the local team, MV’s corporate support personnel, and the riding community to realize the mission and vision of the CAT and CAP system. This person is responsible for the safe and high quality operation of the transit system. This responsibility encompasses all efforts defined within the scope of work, including safety, training, maintenance, personnel oversight, operating performance, data collection, reporting, community relations, budgeting, accounting and finance, adherence to policy and procedure, and more. It is of utmost importance that the general manager and Department representatives have a productive and meaningful working relationship. As such, MV will accommodate the Department’s requests relating to personnel changes pursuant to this contract. MV’s general manager will meet with Department staff often to provide updates on service quality, performance numbers, possible trends, and/or other statistics requested. In order to improve the ongoing education and training of its management team, MV requests that general managers attend periodic conference calls, training sessions, as well as regional and national meetings hosted by MV’s support team. Operations Manager The operations manager is the daily liaison between MV’s local field personnel and local management team. This person oversees the safe and efficient operation of daily service, in compliance with Department policy and in conformance with MV standard operating procedures. This person has oversight responsibility for all operators and supervisors. The operations manager coaches and counsels employees, administering progressive discipline when needed. The operations manager reviews all logs and paperwork from the dispatch office, and ensures all operator and supervisor shifts are covered. He or she works closely with the call center to confirm vehicle operators are properly supported. This individual works to monitor service and make sure it is delivered on time and meets the expectations of the passengers. The operations manager assists in HR functions, managing employee files, and monitoring attendance records. He or she also holds responsibilities in the complaint investigation process, serving as an additional liaison to passengers, clients, and community members. He or she may be asked to represent MV in community meetings, coordinate events with local charities, and/or organize volunteer efforts from MV’s local operation. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 26 Safety and Training Manager The safety and training manager oversees the safety and training related activities of the location. He or she is responsible for ensuring effective training of MV’s team and the safe operation of all service, equipment, and facilities. This person is the safety officer and the emergency coordinator for MV’s location, serving as the company’s liaison to local authorities that support safety and emergency preparedness. He or she leads all emergency training and makes sure that MV’s team is ready to respond to the needs of the community in the event of an emergency. He or she is responsible for establishing the schedule and curriculum for ongoing training activities, and maintains all training documentation for employees as required. This person leads all accident and incident investigation, manages awards for safe driving, facilitates safety meetings, and directs the activities of the safety committee. He or she oversees the review of video clips downloaded from the DriveCam system and ensures proper follow up. He or she is responsible for the preparation for and compliance with all State, Federal, and County regulatory audits, and administers the FTA Drug and Alcohol prevention program. The safety and training manager is responsible for the creation and maintenance of an overall culture of safety at MV’s location. Window Dispatcher Window dispatchers have responsibilities in the supervision of operators – they manage report times, vehicle assignments, distribution of bulletins and other information. They are also trained in reasonable suspicion and are responsible for assessing fitness for duty. The window dispatcher coordinates standby operators in the event that an operator does not report on time. The window dispatcher also coordinates with the maintenance department for vehicle exchanges, maintenance pulls, and submission of vehicle inspection/defect forms. The window dispatcher must have completed MV’s operator and dispatcher training courses. Road Supervisor Road supervisors are stationed in the field and monitor on-road activities. These individuals ensure the safe and efficient operation of all vehicles, making sure the service is high quality. Road supervisors respond to on-road situations (incidents, accidents, and passenger disturbances). They also provide on-road observations and perform passenger outreach. Road supervisors are strategically placed within the service area in a way that minimizes response time. They are dispatched to the scene of any breakdowns, incidents/accidents, etc. Road supervisors must complete MV’s operator and road supervisor training courses. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 27 Front of House Employee The front of house employee is responsible for assisting customers with ticket sales, information, and other customer service-related duties. This position must complete customer service training. Utility Worker Utility workers ensure the CAT and CAP fleets are cleaned and fueled to the specifications outlined in the RFP. These persons will work primarily at night to clean, service, and fuel each vehicle in assembly-line fashion as it comes in off the route. This position is also responsible for bus shelter, bus stop, and facility cleaning and repair. The utility worker must complete MV’s utility worker training program. Employee Training Programs Operator Training Program In 2010, in partnership with the leading expert in transportation safety, Avatar Fleet, MV launched its state-of-the-art training program for all operators. This training curriculum uses adult education techniques, keeping trainees engaged and interested throughout the duration of training. Classroom training includes a combination of facilitator- led discussion, DVD presentations, and short quizzes. Students actively participate in these interactive sessions, and develop their skills first in closed course skills- building activities and then under structured behind the wheel training. Training is based on comprehensive driving standards that detail every aspect of safe and defensive driving. This program offers consistent and thorough training to all new operators. Its module-based format offers trainers the necessary flexibility to provide refresher and/or abridged transition training, or customize training to address specific areas of concerns, e.g., unique service area, specific vehicle or service type, and dispatch procedures. MV will customize this program to meet the requirements and hours of the RFP. The entire new operator training program comprises five training formats: classroom training, pre- driving skills, observation, behind the wheel, and cadet training. Follow-up coaching is provided based on performance needs; each operator receives 12 hours of refresher training annually via mandatory safety meetings. Customer Service: All operators are provided customer service training through the video-based START Training from Ergometrics. This industry-recognized program is highly effective at showing new and existing operators how to deal with all types of potential challenges from customers while engaging them in real world situations that commonly occur in public transit service, and promotes productive interactions with coworkers. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 28 Classroom Training: The instructor-led classroom training is based on an adult-learning interactive training model and uses video training modules which are reinforced by the written training/study guide. The video training is presented through an interactive, panel-hosted discussion led by MV personnel. Topics include safety, defensive driving principles and techniques, hazards communication, security awareness, employee policies and procedures, employee wellness, sexual harassment, bloodborne pathogens, map reading, and on-road procedures. Testing occurs at the end of each module and at the end of classroom training with a cumulative, closed-book exam. Employees must pass with a score of 80 percent or higher in order to proceed to behind the wheel training. Pre-Driving Skills: Designed to familiarize the student with the larger size and spacing of commercial vehicles before driving the vehicle on the street, the pre-driving skills course training requires that all students learn the use of multiple mirrors and vehicle controls. Observation: Observation training is provided and gives students an opportunity to study the proper way to handle a vehicle and on-board equipment (mobile data computers and radios). Once a student has successfully completed all pre-driving skills and observation training, they begin driving the vehicle on the street with a training instructor. Behind the Wheel (BTW) Training: Behind the wheel (BTW) training focuses on honing specific basic driving maneuvers and skills necessary to ensure the safe operation of the vehicle under actual road operation. During BTW training, the student puts into practice what they have learned in the classroom and refines his/her driving skills with a certified trainer. During this period, the student must demonstrate mastery of 26 specific defensive driving and performance skills before graduation. This training includes mobility device securement and child safety seat use. Students visit major trip generators, such as adult day health care centers, senior centers and dialysis centers. This familiarizes students with common stops and establishes relationships with staff and passengers within the service area. Cadet Training: After completion of the behind the wheel training, each trainee is provided with in-service cadet training with a line trainer. Operators will operate the vehicle and all on-board technology in service, and interact with the passengers on a practical level. During the training, the operator becomes familiarized with the routes, major trip generators, and the service area as a whole. During this period, the trainee is closely monitored and receives his/her final road and training evaluation. Any areas of needed remedial training are identified and documented. Post-Training Testing and Remedial Training: Before a student is released into service, he/she is closely monitored and receives a final road and training evaluation. Recognizing that not every operator is one hundred percent ready to enter revenue service after the base training program, MV offers up to 40 hours of remedial training. During the cadetting period, any areas of needed retraining are identified and administered based on this need. CPR and First Aid: MV coordinates CPR and first aid training with community organizations, such as local EMT or medical facilities, whenever possible. This provides a great opportunity for MV staff Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 29 to connect with the community. If these resources are not readily available, MV provides on-site training from a certified American Red Cross trainer. MV also coordinates training for specific injuries so that they may quickly respond to particular emergency situations. Sensitivity and Passenger Assistance: MV places great importance on operator sensitivity and safeguarding the dignity of its passengers. MV’s state-of-the-art, customized ADA Sensitivity Training Program is tailored to each contract and emphasizes courtesy, understanding, and the operator’s responsibility to serve all passengers, regardless of background or disability. Video and classroom training is augmented by the involvement of representatives from the community, local advocacy groups, and care facilities, who participate in practice and role-playing sessions. Operators study the different types of disabilities and mobility aids so that operators properly learn how to handle each one professionally and with utmost care. To ensure ongoing safety for passengers, training and monitoring in this area extends beyond the initial training period. Window Dispatcher Training MV’s 40-hour window dispatcher training course ensures that this position is equipped to oversee the vehicle operator team. Training topics include: Service Overview: Training begins with an introduction to MV and the CAT/CAP services, followed by an overview of service, MV, Department, Federal, and ADA regulations. This includes a discussion of employee expectations, MV’s “Zero Tolerance” drug and alcohol program/policies, service hours, and important phone numbers. Sexual Harassment: This training covers the definition and types of sexual harassment and uses real life scenarios to reinforce appropriate behavior in the workplace. Operator Supervision: Dispatchers learn about reasonable suspicion and administering FTA drug and alcohol regulations. This includes instruction in bid process and preparation, operator paperwork, radio/MDT procedures, human resources functions, and labor relations. Accident and Emergency Procedures: This training familiarizes dispatchers with transit safety, accident/incident procedures, security and incident command system procedures, Department and DOT emergency action plan implementation strategies, and communication and ensuring prompt and appropriate response. This training also prepares dispatchers for specific events, such as passenger illness on bus, natural disasters, vehicle breakdowns, severe weather, violent passengers, and other issues that may arise during service. Emergency Preparedness/NIMS: Window dispatchers will be provided via the NIMS independent study courses. This independent study program offers self-paced courses that will fit well in MV’s operations. Courses support the mission areas of the National Preparedness Goals: Incident When transporting passengers with disabilities, sensitivity and customer care are of the utmost importance. MV’s sensitivity and passenger assistance training modules are compliant with ADA regulations and ensures that each passenger is treated with dignity. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 30 Management, Operational Planning, Disaster Logistics, Emergency Communications, Service to Disaster Victims, Continuity Programs, Public Disaster Communications, Integrated Preparedness, and Hazard Mitigation. The purpose of the Emergency Management Institute is to train and educate professionals in disaster and emergency prevention, preparation, response and recovery. Employee Relations/ Wellness: This module covers positive coworker relations and an overview of the Employee Assistance Program offerings available to employees. Sensitivity Training/ADA: MV’s state-of-the-art, customized ADA Sensitivity Training Program is tailored to each contract and emphasizes courtesy, understanding, and the operator’s responsibility to serve all passengers, regardless of background or disability. Practice and role-playing sessions are held with trainees to foster an experiential understanding of the challenges of navigating the system as a visually impaired passenger or as one who uses a mobility device. Video and classroom training is augmented by the involvement of representatives from the community, local advocacy groups, and care facilities. MV Web Payroll Edit Training: This training covers the use of MV’s proprietary payroll system and the proper logging and reporting of employee hours. RouteMatch Training: Window dispatchers also receive basic training in the use of the RouteMatch software. Topics include fleet management, daily processes, and dispatch operations. Telephone Doctor® Customer Service Training: This video-based training focuses on improving telephone interactions with customers and providing the best assistance possible. Topics include characteristics of superior customer service, phrases to avoid, proactive customer service, ensuring a pleasant phone interaction, handling angry customers, courtesy in the workplace, and other customer service-related issues. Training also includes scenarios in which trainees learn practical application of customer service techniques. Observation and Supervised Job Performance: Window dispatchers shadow a senior agent while on the job. During this mentorship training, these team members observe the window dispatcher’s duties in action. After the observation period, dispatchers perform their job duties while under supervision. Strategies for Recruitment and Retention of Employees Recruitment During implementation, MV will thoroughly evaluate the current staffing and service structures to identify the minimum number of operators needed to perform this contract. MV will fill the majority of the staffing positions with existing personnel, if possible. Customer service and professionalism are paramount in a service where the majority of passengers ride by choice. MV’s customer service training programs ensure that every team member positively reflects MV, the County, and the Department. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 31 Retaining as much of the current workforce as possible minimizes the element of change for the system’s passenger during the service transition. For any open positions, MV has a strategic partnership with CareerBuilder LLC to power both its search engine, as well as Internet job postings. MV recognizes that attracting strong candidates in the Naples area can be a challenge, as the area has a low unemployment rate. To compete with other similar employers, MV is proposing a strong wage and benefits package. Once MV has garnered a strong applicant pool through aggressive recruiting, it will begin the process of finding team members who will be dedicated to providing safe, friendly and timely service to your customers. A prospective employee must possess the ability to work well with the public and to respond to inquiries in a positive and professional manner. Hiring Plan MV understands that its operators, supervisors, and ambassadors must possess the professionalism and positive demeanor to appropriately represent the Department in the provision of this service. A strong and stringent hiring process is essential to identifying the best candidates to fill this role. After an interested applicant completes an application online, the application is reviewed by the on-site hiring manager. If the application demonstrates that the candidate has the experience needed to perform the job, the candidate is invited to an interview. The hiring manager uses behavior-based interviewing techniques to demonstrate the applicant’s past behaviors and how they will fit into the company. Interviews focus on driving abilities, as well as strengths in customer service. After a candidate successfully completes the interview portion of the process, their credentials are qualified. MV’s qualifications department manages and processes all employment screens pursuant to company policy and client standards (whichever is more stringent). All qualifications personnel are trained in the complete and unbiased employee screening process. Using a paperless application process, applicants submit their qualifications online and the following background checks and reviews are performed: Review Type Description Criteria Education All applicants must possess a High School Diploma or General Equivalency Diploma (GED). Applicant without a High School Diploma or General Equivalency Diploma (GED) will not be eligible for hire. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 32 Review Type Description Criteria Motor Vehicle Record Review Applicants must provide a current and valid driving record that shows an applicant’s driving history. No more than one traffic citation for a moving violation in the past 2 years, with no DWI/DUI convictions within the last 10 years. Each driver must be licensed for a minimum of 3 years. Driving records are reviewed every 6 months. If violations are identified that are not reported, the operator will be interviewed and possibly released for failing to report the violation. Criminal History and Background Checks MV conducts local, county, state, and federal background check background checks on all employees through Private Eyes Employment Investigators. MV conducts ongoing background checks every 6 months. Applicants with a felony criminal conviction will not be eligible for employment. Job applicants with convictions of violence or sexual offenses, whether felony or misdemeanor, are not eligible for employment with MV. Prior Employment References MV conducts reference checks with former employers as part of the hiring process. Poor references may be cause for rejection. Pre-Employment Drug and Alcohol Screen All offers of employment are contingent upon successful completion of a drug and alcohol screen. Applicants who were previously terminated by any previous employer for drug or alcohol use shall not be eligible for hire. The presence of any controlled or illegal substances is cause for rejection. Consistent with MV’s FTA approved Drug and Alcohol Prevention Program safety-sensitive employees are subject to random screening. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 33 Review Type Description Criteria Pre-Employment Physical Examinations Employees in a safety-sensitive position (i.e., drivers, mechanics) must also undergo a pre- employment physical examination performed at MV’s expense by a physician of the company’s choice. Other exams may include a DOT physical or other physical testing. Exam and/or testing must verify that the applicant can meet the qualifications of the position. Turnover Reduction MV employs a number of strategies to reduce turnover in its local operations, including:  Competitive wage scaling: By researching nearby job competition to understand what financial packages best meet the needs of the local employment market.  Continued education: Ongoing training improves job attractiveness, keeps employees motivated and engaged, and demonstrates MV’s willingness to invest in its employees. MV provides on-the-job training, offers a number of continued training opportunities via web- based packages, hosts companywide training classes, and encourages employees to obtain new certifications.  Opportunities for promotion: MV is committed to promoting from within and will maximize those opportunity as much as possible.  Employee recognition programs: Employees that demonstrate proficiency in their jobs, and those that set the standard for exemplary performance are rewarded in employee recognition programs. 10. Required Issues for Discussion Experience with Coordination and Provision of Transportation Systems Fixed Route, Flex Route, and Shuttle Service MV operates more than 140 contracts in North America that have either fixed route, flex route, commuter bus, and/or shuttle components. Its scope of operations comprises Fairfax County’s CONNECTOR service, and the RTC of Southern Nevada’s Fixed Route services in Las Vegas, Nevada. Within the Southern California/greater Los Angeles Metropolitan area alone, MV operates more than 700 fixed route transit buses, and provides more service than any other contractor on behalf of the Los Angeles Department of Transportation (LADOT). Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 34 Paratransit and Demand Service Operating more demand-based, reservation-based transportation than any other company, MV coordinates transportation services for multiple agencies and passenger groups in a manner that maximizes resources and controls costs. The company manages more than 130 contracts operating demand-based transportation services programs across North America, serving diverse metropolitan areas such as New York, Los Angeles, Baltimore and Vancouver. Among its flagship operations, MV provides service on behalf of the Microsoft Corporation for its innovative Microsoft demand shuttle (Redmond Campus), DART’s Mobility program in Dallas, Capital Metropolitan Transportation Authority’s Metro-Access, and METRO’s MetroLIFT service in Houston. Transportation Disadvantaged Services In the State of Florida, MV has operated a number of contracts in conjunction with the Florida Commission for the Transportation Disadvantaged programs. Currently, MV serves as the Community Transportation Coordinator (CTC) under the Transportation Disadvantaged Program in Alachua County and has held that designation since 2003. Additionally, MV operates services for the CTCs in Duval (JTA), Palm Beach (Palm Tran Connection) and Lynx (Access Lynx). Transit Management MV provides management services to transit agencies seeking expert executives to carry out the agencies’ missions and objectives, while reaping the benefits of the company’s support structure. Under these contract models, MV provides executive directors, general management, and maintenance management, who direct the agency’s transit system, oversee routing and scheduling, identify funding streams, set policy, and manage employees. MV currently provides transit management services to customers in Richmond, VA; Cape Cod, Mass.; Baton Rouge, LA., and Detroit, MI. Transportation Technologies and Intelligent Transportation Systems MV surpasses its competition in the management of ITS programs. The company is familiar with nearly all transit technologies available to public transit systems and is experienced in both their implementation and use. Over the past decade, the company’s use of state-of-the-art transit software repeatedly enforces its strength in the management and oversight of its operation. This strength is further supported by the company’s ongoing development of supplemental products that aid in dispatching and reporting. Experience Developing a Transit Development Plan and Transportation Disadvantaged Service Plan As the Community Transportation Coordinator (CTC) in Alachua County, we have developed three Transportation Disadvantaged Service Plans in cooperation with the Central Florida Regional Planning Council (CFRPC) in its capacity as the Designated Official Planning Agency (DOPA) for Alachua County. The plans are reviewed and discussed with the Local Coordinating Board (LCB) before adoption, and updated at least annually. Edward Griffin, vice president, served as senior staff to the Commission for the Transportation Disadvantaged (CTD) and reviewed these documents Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 35 from throughout the state. He has assisted Alachua County in TDSP development and will be available for the Collier County project. MV operates fixed-route services in Hialeah and Martin County, FL and and is actively involved with its clients in the planning and development of Transit Development Plans (TDPs) by offering operational information, system route analysis and other corporate resources. Satisfying the Provision of Section 504 of the Rehabilitation Act The Americans with Disabilities Act (ADA) was passed in 1990, and essentially picks up where Section 504 of the Rehabilitation Act passed in 1973 left off. Borrowing from the 504 definition of a disabled person, and using the familiar three-pronged approach to eligibility (has a physical or mental impairment, a record of impairment, or is regarded as having impairment,) the ADA applied those standards to most private sector businesses, and sought to eliminate barriers to disabled access in buildings, transportation, and communication. To a large degree, the passage of the ADA supplants the employment provisions of 504, reinforces the accessibility requirements of 504 with more specific regulations, and strongly supports a disabled individual’s right to access public transportation services. In accessing public transportation, one of the provisions included is ensuring access to disabled individuals where “fixed-route” services exist through complementary paratransit service. MV performs a number of complementary paratransit services throughout the nation. MV has described its compliance with ADA and other requirements in section 2, Safety. Coordinating Multi-Agency Transportation Needs Reduced Costs through Coordination Below are some examples of how MV has coordinated its own transportation to improve productivity and accommodate growing demand. Phoenix, AZ MV operates ADA services for the Phoenix Dial-A-Ride System. Over the past decade, Phoenix DAR has been forced to adjust service to meet the service demand and the fiscal constraints of the system. Up until 2010, Phoenix DAR offered two services to the Phoenix community – “ADA service” and “Demand Service.” While ADA adhered to the strict regulations of the Americans with Disabilities act, the continual need to accommodate passengers with same day requests, requests outside of the ¾ mile limit of a fixed route line, and the City’s desire to eliminate service denials served as a catalyst to the creation of the “Demand Service.” Demand Service allowed same day reservations up to 2 hours for eligible passengers over 65 years old. Service has a 1-hour late window and a 2- hour missed trip window. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 36 Demand was so great in this system that MV did not change operator schedules based on service because demand requests filled up any available times on the schedule. Under this model, MV absorbed a 51% increase in ridership by only increasing revenue hours by 22% with zero increase to the fleet size. Despite MV’s successes in this coordination, same-day service was ultimately eliminated in July of 2010 as part of an overall transit service reduction by the City of Phoenix. Service is now entirely ADA focused. San Jose, CA MV operates services for eight different clients in the San Jose area. One of the largest is MV’s client at the San Andreas Regional Center (SARC), where MV operates 54 vehicles and serves 378,000 passengers annually. This service offers group trips to day facilities, which are highly productive, and operators run split shifts and operate at set peak hours. From the same location, MV manages the coordinated non-emergency transportation service for the Dept. of Veterans Affairs throughout Northern California. Here MV transports VA beneficiaries to and from various VA facilities. The service area stretches from the Oregon border to the California Central Coast, to the Nevada state line. Although this service uses resources from seven MV locations, the call center is centralized. The trip lengths on this contract are staggeringly long (as much as 250 miles) and scheduled in as little as 24 hours in advance. Because these two services have different peak times, MV is able to improve productivity by sharing vehicles. MV’s call center uses Trapeze, which allows its team to easily schedule various services/billing types on shared routes. This method of scheduling two very different trips, with two very different clients, on the same vehicle has helped MV’s team improve productivity and reduce billing hours for its clients. Grouping Rides Productivity management, and its careful balance with safe, on-time service delivery, is the single most effective way to contain operating costs while accommodating growing demand. Key to productivity is maximizing opportunities to schedule group trips within the proposed RouteMatch system. The dispatch team will use this to examine trip origins and try to create group trips in high volume areas or from common trip generators. Local dialysis centers and adult daycare centers generate a number of subscription trips that allows the dispatch team to create group trips. These considerations are built into the subscription trip templates in Trapeze. Hospitals serve as major generators of demand trips, which can also aid the dispatch team in creating highly productive routes. Ability to Apply for Transportation Grants and Contracts MV assists clients with applications for transportation grants, and has successfully grown into the nation’s largest paratransit company as a result of its extensive contracts experience. MV primarily contracts with government agencies, including transit authorities, county and municipal governments. MV’s experience with municipal leases has allowed it to assist agencies in securing capital assets, including vehicle fleets, at a cost competitive advantage without a dedicated capital investment. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 37 Throughout its history, MV has identified several funding and grant opportunities that would provide a comprehensive delivery network to the community. MV works closely with agency officials to provide a quality service that will attract additional grant opportunities to the Collier County system to further enhance services. It is MV’s experience that the CTD, Florida Department of Transportation (FDOT), Federal Transit Administration (FTA) and the Community Transportation Association of America (CTAA) announce the availability of transportation grants regularly. MV works with local stakeholders to make these applications as appropriate. Throughout MV’s 12-year tenure as the CTC in Alachua County it has successfully applied for the CTD Transportation Disadvantaged Trust Fund (TDTF) grant every year. In addition, MV has successfully purchased vehicles into the system through application for the CTD “Shirley Conroy” Rural Capital Assistance (RCA) Grant. This grant is highly competitive, as the requests from rural CTCs are often up to five times the amount traditionally available statewide (approximately $1.4 million). In securing these grants, MV has used its company resources in meeting the 10 percent match requirement. MV is proud of its efforts in the successful application for funding through the American Recovery and Reinvestment Act of 2009, commonly referred to as the Stimulus or The Recovery Act. As a for- profit company, MV was not eligible to apply directly for these funds; however, MV completed the application in partnership with Alachua County, which submitted the application for the funds. The end result of this collaborative effort was the receipt of six (6) wheelchair accessible vehicles for use in the coordinated system with a value of more than $400,000. These funds required no match and strengthened MV’s partnership with Alachua County and its stakeholders. These vehicles have been used within the existing system and were critical in the expansion of service for shuttle work for the City of Archer and Alachua County. Accounting Procedures MV uses Lawson Software Enterprise Resource Planning Solution for accounting functions. The Lawson Financial Suite includes: General Ledger, Accounts Receivable, and Accounts Payable. The Lawson Human Resources Suite includes: Personnel Administration, Benefits Administration, Payroll, Time Management, and Employee and Manager Self-Service. This system is a fully integrated, web-enabled solution running on an NT platform. The software is scalable to allow for growth. The web-enabled feature allows Company management to selectively determine which processes and controls can be centralized and which can be managed at a local level. All accounting systems are hosted at MV’s data center in Las Vegas, NV with backup servers in Denver, CO. MV’s accounting and payroll departments are based in Elk Horn, IA. Accounting records are maintained on the accrual basis of accounting following Generally Accepted Accounting Principles (“GAAP”). Approach to Gate Keeping Functions This response requirement does not apply to this scope of work. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 38 Experience Coordinating Multi-Agency Resources As the largest provider of paratransit transportation services in the State, MV is the most qualified and experienced company, with the most seasoned and knowledgeable management personnel, to operate services within the nationally recognized coordinated service delivery model employed here. MV currently operates non-emergency transportation contracts in different roles in eight counties. In Orange, Osceola, and Seminole Counties, MV provides overall administrative management (call center and service delivery) for LYNX, the Community Transportation Coordinator (CTC) and Regional Transit Authority for those counties. In Miami-Dade County (Hialeah), MV provides fixed-route services. In Duval County, MV provides overall administrative management (call center and service delivery) for JTA, the Community Transportation Coordinator (CTC) and Regional Transit Authority for this County. In Palm Beach County, MV provides service delivery for PalmTran, the Community Transportation Coordinator (CTC) and Regional Transit Authority for this county. In St. Lucie County MV provides Medicaid transportation service under contract with Brokers. In Martin County MV serves as the Public Transportation provider and also provides Medicaid service to Brokers. MV has been the CTC in Alachua County since 2003, and manages the program under all of the requirements outlined in F.S. Chapter 427, and provides all direct service. In this role, MV has relationships with several funding streams, including DOEA, CTD, FDOT, and the Cities of Archer and Gainesville. Additionally, Many of MV’s systems operate with multiple providers. In some areas, MV is a subcontracted operator (such as in the East Bay Paratransit Consortium in California, where MV operates under a broker). MV also serves as a subcontractor in the Palm Beach, Lake and Orlando (Lynx) CTC systems. In other systems MV is the broker/operator, where it handles all reservations and trip scheduling functions, but also use subcontracted operators to provide much of the service. As outlined earlier, in the Medicaid NET contracts MV operated in Duval, Volusia, and Palm Beach Counties, MV exclusively uses subcontracted providers under that model. Relationships with agencies should be maintained at both the State and local level. MV has built an excellent relationship with the membership of the Alachua County Council of the Blind (ACCB) and takes part in their White Cane Walk, as well as other functions. MV will continue to initiate and promote similar activities and partnerships in Hardee, Highlands, and Okeechobee Counties. Scheduling Trips When MV receives the next day’s schedules from the S&D call center, the operations manager will create operator routing sheets and schedules. The window dispatcher will contact operators with the next day’s start times and prepare the sheets for morning check-in. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 39 Operator Check In When the operator reports to the facility, he or she will check in with the window dispatcher. The operations manager or on-duty supervisor will be present, along with MV’s window dispatch team. The window dispatcher will mark the operator as present and hand the operator his or her vehicle assignment, provide any written notices regarding service adjustments, changes, or announcements, and perform a “fit for duty” review of the operator. This review includes a uniform check, reasonable suspicion evaluation, and a review of each operator’s license. Daily Vehicle Inspections The operator will proceed to the yard and locate his or her vehicle. When the operator arrives at the vehicle he or she will initiate the daily vehicle inspection (DVI, or “pre-trip”) using MV’s standard pre-trip inspection forms. All areas of the vehicle that are inspected and all results must be documented. Fixed Route Service Delivery Upon arrival at the first stop, the operator will change the vehicle head sign from “Out of Service” to the proper route number and name. If the operator is early, he or she will not leave the stop until the first scheduled departure time. The operator will proceed to the next stop at the scheduled departure time. Paratransit Service Delivery Throughout the service day, the MDT unit will guide the operator along the route, notifying him or her of the next scheduled stop. As the operator performs trips using the arrive/depart buttons on the MDT unit, the information is transmitted to and the route is updated in Trapeze. If the passenger does not appear, the operator alerts the passenger of their arrival by knocking on the door. If the passenger still does not appear, the operator uses the MDT to request that the S&D call center to contact the passenger. If the passenger does not arrive within 5 minutes after the scheduled pick-up time has passed, the S&D call center authorizes a no show and documents the event, and instructs the operator to move to the next stop. Mobility Device Securement Providing safe transportation to persons in mobility devices is essential to the success of the CAT and CAP services. These passengers generally require a greater level of time and attention by the driver. This proper attention of the driver is critical to ensure the mobility device is properly secured so as to make sure the customer enjoys a safe ride. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 40 End of Operator Shift When the operator has completed his or her shift, he or she will notify dispatch and head to the yard. The operator ending his or her shift will perform a walkthrough of the vehicle to collect any items left on board and dispose of any trash. Then the operator will perform a post trip inspection. Placing Trips with Transportation Operators This response requirement does not apply to this scope of work. Complaint Resolution Please refer to section 3, Customer Service, for MV’s complaint resolution procedures. MV will follow Department guidelines in managing the appeals process. Monitoring Operators in Compliance with Chapter 14-90 As the Community Transportation Coordinator (CTC) in Alachua County, MV is very familiar with the requirement of Florida Administrative Code (F.A.C.) Chapter 14-90, which requires each bus transit system to develop and adopt a System Safety Program Plan (SSPP) that complies with or exceeds the established safety standards set forth in this rule chapter. In this system we are audited annually by FDOT and consistently exceed standards. MV is also held under these rules in the systems it operates for the Palm Tran Connection (Palm Beach County), Jacksonville Transportation Authority (Duval County) and Lynx (Orange, Osceola, and Seminole Counties). MV’s System Safety Program Plan is consistent with federal, state and local regulations, and assures that industry standards are maintained in accordance with the standards of the American Public Transportation Association (APTA) and the Federal Transit Administration (FTA). This plan is discussed in greater detail in section 2, Safety. MV’s safety training manager and road supervisors will monitor operators’ adherence to these requirements. ATTACHMENT: SAMPLE FORMS Wheelchair Lift Inspection Checklist Vehicle type: Vehicle unit number: Bus GPPV Wheelchair lift Make: Wheelchair lift model Lift Location: Right front Right Center Right Rear Inspection item Yes No Inspection Item Yes No Controls 10. Boarding direction 1. Location 11. Gaps View Directly View with mirrors Horizontal (max .6”) Vertical (max .24”) 2. Continuous Manual pressure Durability 3. Override location 12. Raise and lower smoothly 4. Interlock Installation Brake Accelerator Transmission Door 13. Maintenance access Bus can’t be moved when lift is not stowed 14. Padding where required Lift can’t be deployed w/o engaging interlock 15. Illumination at ourbard end Lift Certification 16. Installation, maint. & oper. instructions 5. Affixed (location) Available to department Lettering at least .120” high Operating instructions aboard bus Readily visible Good condition Wheelchair lift condition 6. Required data 17. Bushings & pins have little or no play MFG’s name and address 18. Lift roll stop actuators good condition Model Number Serial Number 19. Lift unfold assist springs in good cond. Comments or statements (see below) 20. Lift free from leakage Platform 21. Lubricate pivot points in lift pins 7. Barriers 22. Adjust automatic stops Loading edge Min 3.100” high 92% platform length Automatic Manual Interlocked Side, minimum 1” high 8. Surface Slip Resistant No protrusions (max .240” High) 9. Movement speed (max. 11.8”/sec) Inspectors signature: Date: Safety and Security Monthly Summary Report (Non-Major Incidents) MV Transportation Please select the Mode/ Type of Service reported: DR – Demand Response Reporting Period (Month): No Data to Report (for current reporting period) Number of Occurrences of Robbery (confrontational theft) Victim Type Occurrences Customers Workers Others In transit vehicles In transit stations In non-revenue facilities On roadway/ right-of-way/ parking facility Number of Occurrences of Larceny (non-confrontational theft) Victim Type Occurrences Customers Workers Others In transit vehicles In transit stations In non-revenue facilities On roadway/ right-of-way/ parking facility Number of Other Safety Occurrences not Otherwise Classified (e.g., slip and fall/ electric shock/ other) Person Type Occurrences Customers Workers Others In transit vehicles Boarding/ alighting: With Stairs Boarding/ alighting: With lift or ramp Boarding/ alighting: Other Other in vehicle: Securement issue Other in vehicle: Not a securement issue In revenue facilities Occurrences Ramps Stairs Escalators Elevators Other In non-revenue facilities Other Customers Workers Others Number of Occurrences of Fire Total In Transit vehicles In revenue facilities In non-revenue facilities On right-of-way Number of Occurrences of Burglary Total Of revenue facilities Of non-revenue facilities Number of Occurrences of Motor Vehicle Theft Total Of private vehicles from parking facility Of official (revenue and non-revenue) vehicles Number of Arrests for Other (non-aggravated) Assaults Victim Type Occurrences Customers Workers Others In transit vehicles In transit stations In non-revenue facilities On roadway/ right-of-way/ parking facility Number of Citations for Fare Evasion Total Number of Arrests for Trespassing Total In transit stations (except fare evasion) In non-revenue facilities On roadway/ right-of-way/ parking facility Number of Arrests for Vandalism Total Of Vehicles Of transit stations Of non-revenue facilities Of roadway/ right-of-way/ parking facility Number of Arrests for Nonviolent Civil Disturbances Total Number of Other Arrests Total REPORTABLE INCIDENT (Major Incident) MV Transportation Please select the Mode/Type of Service being reported for this incident: DR – Demand Response Reporting Period (Month): No Reportable Incidents to Certify (for current reporting period) Tell us what type of incident is being reported Check the applicable item(s) listed below to describe this incident. A Collision A mainline derailment (not involving a collision) A Fire A hazardous material spill An earthquake/ Flood/ hurricane/ tornado/ other high winds/ snow storm/ ice storm, etc. (Act of God) A bomb threat/ bombing/ chemical/ biological/ nuclear/ radiological/ arson/ hijacking/ sabotage/ cyber security event An aggravated assault/ robbery/ rape/ burglary/ suicide/ attempted suicide/ larceny or theft (including motor vehicle theft from a parking lot)/ vandalism/ homicide An arrest or citation for assault (non-aggravated)/ fare evasion/ trespassing/ nonviolent civil disturbance Other Safety Occurrences not Otherwise Classified (e.g., slip and fall/ electric shock/ other) Were there Fatalities or Injuries involved with the incident being reported? Please check the applicable item(s) listed below for this incident. One or more fatalities Enter the number of fatalities: One or more injuries (immediate medical transport away from scene) Enter the number of injuries: No fatalities or injuries to report Were there Property Damages associated with the incident being reported? Please check the applicable item listed below for this incident. Property damages equal to, or greater than, $25,000. Enter the dollar amount of estimated property damage: $ No property damages to report or total property damage is less that $25,000. If applicable, enter the dollar amount of estimated property damage: $ Did this incident involve an Evacuation for Life Safety reasons? Yes No Were Transit Vehicles involved in this incident: Yes No PLEASE FILL OUT IF TRANSIT VEHICLES ARE INVOLVED Basic Information Date of Incident: Month: Date: Year: Time of Incident: Hour: Minutes: AM/PM: Approximate address of incident: Incident Description: Is there another person to contact for more detailed information regarding this incident? Yes No First Name: Last Name: Contact number: - - Non-Rail collision Transit Vehicle Involved Information Transit vehicle type: Transit: bus – articulated Transit: bus Transit: bus – cutaway Transit: trolleybus Transit: demand response vehicle Transit: vanpool vehicle Transit: jitney or publico vehicle Transit: non-revenue vehicle Other - Please describe: Vehicle action: Going Straight Making a stop Leaving a stop Negotiating a curve Making a turn Other - Please describe: Collision type: Head-on Rear-ended Rear-ending Other front impact Angle Sideswipe Other - Please describe: Vehicle speed: /mph Vehicle manufacture: Please describe: Non-Rail Collision Information Non-Rail Collision Event Details Weather: Clear Cloudy Foggy/misting Raining Snowing/sleeting Other - Please describe Lighting: Daylight Sun in eyes of transit vehicle operator Twilight Sun in eyes of other vehicle operator Night Other - Please describe: Non-Rail Roadway Information Roadway Configuration: Limited access highway Divided highway Street Bridge Intersection/ grade crossing Tunnel Private property Ramp Other - Please describe: Intersection: Traffic signal Police officer/ flagman/ other person Stop sign Yield sign Crossing gate No control device/ individual/ sign Other - Please describe: Not applicable Grade Crossing control: Active devices: crossing gates Active devices: quad gates Active devices: flashing lights only Active devices: train approaching sign Active devices: traffic signal Passive devices: stop sign Passive devices: cross bucks No control device Other - Please describe: Not applicable Road conditions: Dry Wet Snow/ slush Ice Debris Other - Please describe: Collision Non-Transit Vehicle Involved Location: Parking facility Other - Please describe: Number of Other Motor Vehicles involved: Collision Type: Private vehicle(s) Private vehicle with a person Private vehicle with fixed object Other - Please describe: Non-Rail Collision Other Motor Vehicle Involved Information Other Motor Vehicle type: Automobile Light truck or SUV Motorcycle Tractor trailer Rail vehicle Other - Please describe: Other Motor Vehicle action: Going straight Stopped Going backwards Negotiating a curve Making a turn Other - Please describe: Collision type: Head – on Rear – ended Rear – ending Other front impact Angle Sideswipe Other - Please describe: Non-Rail Fire Event Details Type of Fire: Fuel Cable Battery Smoking (e.g., tobacco) materials Other electrical Other Please describe: Location: In vehicle Revenue facility: transit station Revenue facility: parking facility Revenue facility: Other Please describe: Non-Revenue facility Please describe: Right-of-way: outside vehicle Other - Please describe: Fuel type: Not applicable Bio-diesel Bunker fuel Compressed natural gas Diesel Dual fuel Electric battery Electric propulsion Ethanol Gasoline Hybrid diesel Hybrid gasoline Grain additive Kerosene Liquefied natural gas Liquefied petroleum gas Methanol Other - Please describe: Non-Rail Hazardous Material Spill Event Details Location: In vehicle Revenue facility: transit station Revenue facility: parking facility Revenue facility: other - Please describe: Non Revenue facility - Please describe: Other Please describe: Material type: Not applicable Bio-diesel Bunker fuel Compressed natural gas Diesel Dual fuel Electric battery Electric propulsion Ethanol Gasoline Hybrid diesel Hybrid gasoline Grain additive Kerosene Liquefied natural gas Liquefied petroleum gas Methanol Other - Please describe: Act of God Event Details Type: Earthquake Flood Hurricane Tornado Other high winds Lightning Snow storm Ice storm Other - Please describe: Act of God Event Details Location of Property Damage, Injuries or Fatalities: In vehicle/ vessel Revenue facility: transit station/ center or terminal Revenue facility: parking facility Revenue facility: other - Please describe: Non-revenue facility - Please describe: Right-of-way: grade crossing Right –of-way: not grade crossing Roadway: grade crossing Roadway intersection Roadway: not grade crossing or intersection Roadway: transit stop Other - Please describe: Evacuation Event Details Was this Evacuation for life safety reasons? Yes No What was Evacuated: Evacuation location: In vehicle/ vessel Revenue facility: transit station/ center or terminal Revenue facility: other - Please describe: Non-Revenue facility - Please describe: Other - Please describe: Security Event Details Was the incident intentional? Yes No Security incident type: Terrorism related events Bomb threat Bombing Chemical/ biological/ nuclear/ radiological Other: system security events Arson Hijacking Sabotage Cyber Other: personal events Location: In vehicle/ vessel Revenue facility: transit station/ center or terminal Revenue facility: parking facility Revenue facility: other - Please describe: Non-revenue facility - Please describe: Other - Please describe: Security Event Details – Continued Was the incident intentional? Yes No Security incident type: Other: personal events Aggravated assault Robbery Rape Burglary Suicide Motor vehicle theft Attempted suicide Larceny/ Theft Vandalism Homicide Location: In vehicle/ vessel Revenue facility: transit station/ center or terminal Revenue facility: parking facility Revenue facility: other - Please describe: Non-revenue facility - Please describe: Other - Please describe: Other Incident Event Details Type: Other - Please describe: Location: Boarding or alighting: With stairs Boarding or alighting: With lift or ramp Boarding or alighting: Other In vehicle/ vessel: securement issue In vehicle/ vessel: not a securement issue Revenue facility: elevator related Revenue facility: escalator related Revenue facility: ramp Revenue facility: stairway Revenue facility: platform/ stop/ waiting area Revenue facility: parking facility Revenue facility: other - Please describe: Non Revenue facility - Please describe: Other - Please describe: Person Information – Fatalities Person Type: Person outside vehicles Person waiting for / leaving from transit Transit employee or contractor Other worker (e.g., commercial worker/ utilities worker/ etc.) Pedestrian: bicyclist Pedestrian: in crosswalk Pedestrian: not in crosswalk Pedestrian: person crossing tracks Pedestrian: person waling along tracks Other - Please describe: Person inside vehicles Transit vehicle rider Transit vehicle operators and staff Occupant of another vehicle Age range: 1-5 26-35 6-12 36-45 13-17 46-60 18-25 Over 60 Gender: Male Female Please note that the age and gender is required by the FTA, if you are unable to give exact age information please estimate. Person Information – Injuries Person Type: Person outside vehicles Person waiting for / leaving from transit Transit employee or contractor Other worker (e.g., commercial worker/ utilities worker/ etc.) Pedestrian: bicyclist Pedestrian: in crosswalk Pedestrian: not in crosswalk Pedestrian: person crossing tracks Pedestrian: person waling along tracks Other - Please describe: Person inside vehicles Transit vehicle rider Transit vehicle operators and staff Occupant of another vehicle Age range: 1-5 26-35 6-12 36-45 13-17 46-60 18-25 Over 60 Gender: Male Female Please note that the age and gender is required by the FTA, if you are unable to give exact age information please estimate. Vehicle #:____________Repair Reason:_____________Date and Time in :____________________Mileage in:________________ Date:________________Work Class:________________Date and Time Finished:____________________Mileage out:_______________ Task WAC Repair Description/Comments Hours Task WAC Part Number Qty Cost Total Hours Worked:Total Parts Cost: Employee #:Technician:Signature: I have performed the repairs according MV Transportation, Inc. guidelines, using acceptable trade practices and assure that the vehicle is safe, dependable and ready for service. I have used parts that are from MV Transportation, Inc. approved vendors and have followed all MV Transportation, Inc. policies. Description Labor Information Parts Information MV Transportation, Inc. Work Order Division (Div #) Street Address here City, State and Zip Basic Information Complaints/Defects:Notes/Measurements: Page 1 of 2 Preventive Maintenance Inspection and Service Checklist Circle Service Type: A B C D Date:____________ Vehicle #:____________________ Mileage in: _________________ Mileage out: _________________ P F Item Inspected P F Item Inspected A) Vehicle drive in inspection (5 miles) 2) Rear blower condition and operation 1) Driver carpet 3) Defroster operation 2) Driver seat condition and operation 4) Temp gets to 20 deg. F below ambient temp. 3) Drivers door operation and condition 5) Evaporator intake air filter condition 4) Drivers seat belt operation and condition 6) Front heater condition and operation 5) Engine starting and ignition system 7) Rear heater condition and operation 6) Instrument panel gauges & warning lights 8) A/C compressors and condenser fans 7) Instrument panel lighting & condition E) Under hood inspection 8) Horn operation 1) Batteries & charging sys. (load alt B,C,D serv) 9) Steering wheel tight, no excessive play Batt 1 volts: load volts: load amps: 10) Windshield wipers Batt 2 volts: load volts: load amps: 11) Windshield washer Batt 3 volts: load volts: load amps: 12) Sun visor condition and operation (battery min. loaded volts 9.6v, 1/2 CCA for 15 sec) 13) Parking brake operation & condition Alt. 1 min volt: max volt: max amp: 14) Parking and service brake pedal pads Alt. 2 min volt: max volt: max amp: 15) Passenger door operation (reference factory service manual for alternator spec) 16) No vibrations, pulsations or noises 2) Wire and hose routing and connections B) Walk around inspection 3) Cooling system, hoses, water pump condition 1) Body damage (list on separate sheet) 5) Accessory drive belts condition 2) Headlights, high & low beam operation 6) Pulleys and tensioned operation & condition 3) Parking lights operation & condition 7) Brake master cylinder and power booster 4) Marker lights operation & condition 8) Fan and fan clutch operation and condition 5) Directional signals operation & condition 9) Engine oil fluid level and condition 6) Hazard lights operation & condition 10) Transmission oil level and condition 7) Clearance lights operation and condition 11) Power steering fluid level and condition 8) Brake lights operation & condition 12) Brake fluid level and condition 9) License plate lamp operation & condition F) Vehicle rack inspection 10) License plates and tags 1) Steering gear box mount, condition & leaks 11) Backup lights and alarms 2) Steering shaft U joints 12) Reflectors and reflective bumper tape 3) Steering shaft bearings 13) Exterior decals and signage 4) Steering linkages 14) Bumpers secure / in good condition 5) I beam or control arm movements and rivets 15) Exterior mirrors secure / in good condition 6) Radius arm condition and bushings condition 16) Exterior clean 7) Stabilizer bar condition and bushings condition C) Interior inspection 8) Ball joints or kingpins 1) Passenger door and steps condition 9) Front spring condition and mounting 2) Handrails and stanchions condition 10) Front shock absorber operation & condition 3) Interior and modesty panels condition 11) Trans oil cooler & lines routing and leaks 4) Flooring condition 12) Engine oil cooler & lines routing and leaks 5) Interior lighting operation and condition 13) Heater and A/C hose routing and leaks 6) Windows operation and condition 14) No engine oil leaks and fluid condition 7) Emergency Exits operation & condition 15) Engine mounts, brackets and bolts 8) Accessory operation & condition(radio,GPS) 16) Transmission mounts, brackets and bolts 9) Passenger seats operation & condition 17) No transmission oil leaks and fluid condition 10) Passenger seat belts operation & condition 18) Drive shaft condition 11) First aid & body fluid kits complete 19) Universal joints and carrier bearings condition 12) Triangle reflectors complete/good condition 20) No rear differential leaks 13) Stop request operation & condition 21) Rear differential condition and mounting 14) Valid registration, insurance & accident pack 22) Frame and cross members 15) Fire extinguisher in good condition & signed 23) Rear shock absorbers 16) Interior decals and signage (incl. electrical) 24) Rear springs condition and mounting 17) DVI's reviewed, addressed and signed off 25) No fuel leaks 18) Interior clean 26) Fuel tank condition and mounting D) HVAC system inspection 27) No exhaust leaks 1) Front blower condition and operation 28) Exhaust system condition and mounting Page 2 of 2 Preventive Maintenance Inspection and Service Checklist Circle Service Type: A B C D Date:____________ Vehicle #:____________________ Mileage in: _________________ Mileage out: _________________ P F Item Inspected Service Performed Techs Initials 30) Front brake condition and mounting Change oil and filter 31) Front brake lining condition & measurement Lube chassis and suspension Pads R/F: /32" L/F: /32"Lube drive shafts and universal joints 32) Rear brake condition and mounting Lube doors and hood, locks and hinges 33) Rear brake lining condition & measurement Adjust service and parking brakes Pads R/R: /32" L/R: /32"Drain water from separator Shoes R/R: /32" L/R: /32"Rotate tires(as necessary, caps on rear) 34) Tire and wheel condition and measurements Change air filter R/F: /32" L/F: /32"Change fuel filter R/RI: /32" L/RI: /32"Clean or change PCV valve R/RO: /32" L/RO: /32"Clean or change crank case filter 35) Lug nuts condition Install new wiper blades Air pressure adjustment FR. RR.Change transmission fluid and filter Wheel torque specs used: ft. lbs. Service front wheel bearings G) Lift inspection Drain water from fuel tank 1) Lift operation (fully stowed to fully deployed)Replace accessory drive belts 2) Lift control pendant condition and operation Service and flush cooling system 3) Lift restraint belt condition and operation Install new spark plugs & wires 4) Outer roll stop condition and operation Install new dist. cap & rotor 5) Inner roll stop condition and operation Change differential fluid 6) Platform adjustments, condition and mounting Check Exhaust and EGR system 7) Standee arm condition and operation Check and service fuel & evap. System 8) Proper signage and decals Evac and recharge A/C (add 1 oz. of oil) 9) Manual backup pump condition and operation Post service test drive (5 miles) 10) Lift manual pump handle 11) Hydraulic pump condition and operation 12) Hydraulic lines and cylinders condition All items have been inspected and the above indications are 13) Hydraulic fluid level and condition true and correct. All safety related defects have been repaired 14) Base plate and arms welds & pivot points and this vehicle is safe for operational use. All non-safety 15) Lift springs and pins condition and operation related defects not repaired are diagnosed and scheduled for 16) Lift safety switches and adjustments repair with all parts needed pulled from stock or ordered. 17) Hose and wire routing and connections Brake pad linings must be measured from the backing plate. 18) Rollers and pivot point condition & operation Brake shoe linings must be measured from the rivets. 19) Lift to vehicle mounting bolts and brackets 20) Lift doors condition and operation 21) Lift door lights condition and operation Technicians Signature Date 22) Lift interlock operation and condition (lift door open, e-brake down not able to shift) (e-brake off lift door closed no lift power)Supervisor Signature Date 23) W/C tie downs condition and operation 24) Tie down container secure and clean Notes: 25) Tie down floor mounting brackets secure 26) W/C shoulder belt condition and operation 27) Lift clean and no sharp edges 28) Lift shields secure and in good shape 29) Lift moves steady without drifting, jerking, or unusual speeds 30) No unusual lift noises Lube all lift pivot points, barriers, rollers, linkages and bearings cleaning off all excess lube Check, torque or adjust lift base mounting bolts D A,B,C,D Initial each item if it passes inspection and mark each failed item with an "X". Any failed item must be written on a PM Defect sheet and signed off as repaired. Inspections must be completed before services are done with all necessary repairs finished after services are complete. All safety related items must be repaired prior to placing the vehicle in service. ServType C,D C,D C,D B,C,D B,C,D B,C,D D D A,B,C,D D D D D Initial or "N/A" each service performed per PM type A,B,C,D A,B,C,D A,B,C,D A,B,C,D A,B,C,D A,B,C,D B,C,D B,C,D D INCIDENT REPORT Complete this form before leaving the incident scene. MV INFORMATION Division Name:Div. #: Date of Incident:Time:am or pm State: Driver:Date of Hire:SS #: MV Veh. #:License Plate#:Date of Birth: Year:Make:Vehicle Towed?: Location of Incident:City: General Direction: (Eastbound, etc) Closest intersection: No. of Passengers:No. of Courtesy Cards Obtained: Vehicle Damage: Signal light (red, yellow, green):Speed of Vehicles: MV:Other #1: Road Conditions (dry, snow, wet, icy, etc):Other #2: Weather Conditions (sunny, rain, fog, etc):Day Conditions (day, dusk, night,etc): CLAIMANT (OTHER VEHICLE) Driver's Name:DL #:State: Address:City:Zip: Home Phone: ( )Work Phone: ( ) Vehicle Owner's Name:Vehicle License:State: Address:City:Zip: Home Phone: ( )Work Phone: ( ) Vehicle Make:Model:Year: Describe vehicle damage:Towed? Odometer: Direction of Vehicle (Eastbound, etc)Going Straight Turning R/L Estimated Speed Other Vehicle When First Noticed:mph Estimated Speed Other Vehicle At Time of Collision:mph Distance Traveled After Collision: ft Insurance Co:Policy #: Address:Phone: ( ) Name of Occupant #1: Address:Phone: ( ) Name of Occupant #2: Address:Phone: ( ) CLAIMANT (Passenger) Name:DL or ID #:State: Address:City:Zip: Home Phone: ( )Work Phone: ( ) At Time of Incident Was Person On Board Boarding In Wheelchair Boarding Deboarding Alighting At Front Door At Rear Door Struck By Door If a Fall, Give Location: Front Steps Front Platform Rear Steps Wheelchair Platform Did Person Fall Outside Bus? Yes No If Yes, Distance from Vehicle ft Did Person Contact Bus in Falling Yes No MISCELLANEOUS INCIDENT (Disturbances, Arrests, Ejectments, Fits, Sickness, Falls Not On Company Vehicle, Near Car Collision, etc) Did Incident Occur on Company Vehicle Yes No If Not, Give Distance from Company Vehicle ft Was Person a Passenger Prior to Incident? Yes No Was Company Vehicle Involved? Yes No At Time of Collision In Crosswalk Loading Zone Near Curb Jaywalking CONDITION OF EQUIPMENT Did Notice Any Equipment Defects? (Steps, Floors, Seats, Brakes, Lights, etc) Describe Defects Whom Did You Notify of Defects When INCIDENT DESCRIPTION Explain in your own words what happened: Brief Summary: Describe in Detail: Signature: *If student was driving vehicle Instructor must sign below:(Indicate Classification) Operator Student Other *Instructor: Date of Report: Draw a diagram of the incident. Be sure to show the position of all vehicles and pedestrians, the point of collision, the path of vehicles after collision, stop signs, traffic signals, and the names of streets, roads, etc.Indicate North with Arrow How far were you from point of incident when other vehicle or pedestrian first seen ft Estimated Speed When you First Noticed Danger mph How Far From Collision When You Applied Brakes Estimated Speed Your Vehicle at Time of Collision mph How Far Did Your Vehicle Move After Collision Direction of Company Vehicle (Eastbound, etc) Going Straight Turning R/L Location of Damage to Company Vehicle Point of Contact of Company Vehicle INCIDENT PHOTOS MV: Front Back: Sides: Full Scene: Other: Front Back: Sides: POLICE INFORMATION Officer Name: Badge #: Report #: Police Department: Was anyone cited or arrested?: If yes, what are the charges? PASSENGER(S) OF MVT VEHICLE Name: Phone: ( ) Address: City: State: Name: Phone: ( ) Address:City:State: Name:Phone: ( ) Address:City:State: Name:Phone: ( ) Address:City:State: INJURIES Name:Age: Sex: Vehicle: Injury (describe):Which hospital? Name:Age: Sex: Vehicle: Injury (describe):Which hospital? Name:Age: Sex: Vehicle: Injury (describe): Which hospital? Name: Age: Sex: Vehicle: Injury (describe): Which hospital? DAILY VEHICLE INSPECTION Report Driver number 2, mid trip, only has to perform a walk around inspection. Only inspect items where a mark can be placed Vehicle No. Date Drivers Name Start Miles Start Time End Miles End Time 1 2 3 = Satisfactory  = Unsatisfactory 1 2 3 Inspection Item 1 2 3 Inspection item Tires and Wheels Seats and cushions are secure TIRE CONDITION, TREAD DEPTH AND AIR PRESSURE Seat belts are complete, operational and secure Wheels and rims for cracks, rips, welds or protruding objects. 2 way radio is complete and operational –RADIO CHECK LUG NUTS TIGHT, NO EXCESSIVE RUST OR DAMAGE WINDSHIELD WIPERS OPERATIONAL Engine Compartment Windshield washer operational ENGINE OIL HORN OPERATIONAL AUTOMATIC TRANSMISSION FLUID PASSENGER DOOR COMPLETE AND OPERATIONAL COOLING SYSTEM LEVEL Valid Registration present and visible Windshield washer solution Valid proof of insurance BRAKE FLUID LEVEL OTHER: Power steering fluid level Brakes Battery terminals clean, no corrosion BRAKE PEDAL FEELS GOOD AND STOPPING PROPERLY Under vehicle leaks PARKING BRAKE COMPLETE AND OPERATING PROPERLY Vehicle Glass Steering and Suspension System Windshield has no chips or cracks STEERING WHEEL SECURE, NO EXCESSIVE PLAY MIRRORS ARE COMPLETE AND IN GOOD CONDITION Gearshift mechanism tight and working properly Windows complete Safety Items Emergency windows complete and operable First aid kit, fully stocked and present Vehicle Lighting Triangle reflectors present and complete HEADLIGHTS OPERATIONAL – HIGH AND LOW BEAM FIRE EXTINGUISHER PRESENT, FULLY CHARGED All Clearance lights operational & reflectors present Vehicle accident packet present and accessible BRAKE LIGHTS COMPLETE AND OPERATIONAL Body fluid kit present and accessible TURN SIGNALS COMPLETE AND OPERATIONAL Wheelchair Lift Backup lights complete and operational Lift free from leakage Backup alarm complete and audible Lift operating properly electronically EMERGENCY 4 WAY FLASHERS OPERATIONAL Lift operating properly manually Vehicle Interior Environment LIFT INTERLOCK OPERATING PROPERLY Front & rear air conditioner complete and operational # of Lap Belts: _____ # of Tie Downs: _______ Front & Rear heater complete and operational DEFROSTER COMPLETE AND OPERATIONAL Interior Clean Next PMS due is: Quarts of oil added: Gallons of fuel added: Please explain in detail below any problems you are having with the vehicle and when the problem occurs. ! Any items in bold marked unsatisfactory must be brought to the attention of the Supervisor immediately. The bold typeface indicates items that place a vehicle out of service. I declare that I have properly performed a vehicle inspection on the vehicle indicated above and have inspected and marked the inspection items, listed above, accordingly. Driver’s signature Pre Trip inspection : There have been no incidents or accidents with this vehicle since the above signed inspection. Driver’s signature mid trip inspection : Driver’s post trip inspection :  Reviewed Technicians Signature:  Noted for repair  Could not duplicate problem Shop Managers Signature:  Repaired MONTH: ______________________Page ___ of ___Date ofType ofCategory Time NotifiedArrival Time atDate ResultsEmployee Name Social Security Number Test Test of Testand SentCollection Site Received CODES: Type of TestCategory of TestA = Alcohol onlyPE = Pre-employmentD = Drug onlyPA = Post AccidentAD = Alcohol & DrugsRA = RandomRS = Reasonable SuspicionTHIS LOG MUST BE KEPT CONFIDENTIALRD = Return to DutyFU = Follow-up TestingFILE: HR Form 007 D&A Testing LogDRUG & ALCOHOL TESTING LOG Air Conditioning Preventive Maintenance Inspection Checklist 1 Maintenance Inspection Schedule Procedures Monthly 6,000 Miles Quarterly 18,000 Miles Annually Pre-Season Refrigerant/Heating 1. Check refrigerant charge.  Make sure discharge pressure is 150 psi on R-134A systems and 250 psi on R-22 and R407C systems  The ball in the top receiver tan sight glass should be floating and the liquid line sight glass (if equipped) should be full and clear – no bubbles. Charge OK ___ Needs charging ___ NOTE: Refer to Service Bulletin No. 392-2. X X X 2. Visually check refrigerant hoses and tubing for signs of deterioration or chafing. Hoses and tubing OK __________________ Hose and/or tubing needs replacement. Specify which one. ____________________ X X X 3. Visually inspect for leaks of refrigerant and oil. No leaks _________ Leaks detected _________ X X X 4. Check dry eye in the bottom receiver tank sight glass and/or liquid line sight glass for moisture content. X X X 5. Install service gauge manifold set. Record operating pressures, temperature, and suction line condition. Fast Idle Full Throttle Suction _____PSIG _____PSIG Discharge _____PSIG _____PSIG Ambient _____F _____suction line Return Air _____F X 6. Check evaporator pressure regulator (EPR) valve operation. R134A 32 psig (138 kPa) R407C & R22 52 psig (276 kPa) - ______psig X 7. Replace liquid line dehydrator a minimum of once a year or any time the system opened. X 8. Check hot water control (coolant) valve operation. OK _________ Repair or Replace _________ X Air Conditioning Preventive Maintenance Inspection Checklist 2 Maintenance Inspection Schedule Continued Procedures Monthly 6,000 Miles Quarterly 18,000 Miles Annually Pre-Season Refrigerant/Heating 9. Visually inspect clutch armature for wear and overheating caused by slippage. X X X 10. Visually inspect compressor drive belts for excessive wear, tension and alighment. X X X 11. Check compressor oil level and color (1/2 sight glass) after 15 min. operation. X X X 12. Steam Clean compressor and clutch. X 13. Check clutch coil resistance and voltage. Record voltage at clutch.______vdc. Record resistance of coil.______ohms. Refer to specifications. X 14. Check clutch air gap.045+/-.005(1.143 +/-.127 mm) and surface flatness. Air gap OK______ Adjusted air gap______ X X 15. Lubricate clutch bearing (Exxon Unirex N2). X 16. Check compressor oil for acidity. (Oil samples) Safe_____ Marginal ______ Acidic______ X 17. Check compressor efficiency. NOTE: This procedure checks the piston reeds and discharge value plate reeds for leakage. Refer to the appropriate maintenance manual for instructions on how to perform this procedure. OK______ Replace or rebuild compressor ______ X Air Conditioning Preventive Maintenance Inspection Checklist 3 Maintenance Inspection Schedule Continued Procedures Monthly 6,000 Miles Quarterly 18,000 Miles Annually Pre-Season 19. Record oil pump pressure at 1000rpm’s (compressor). Pressure from oil pump port (OP)_______psig Suction pressure (SP)______psig Net compressor oil pressure (NOP)______psig NOTE: OP minus SP equals NOP. X Electrical 20. Check thermostat cycle sequence on all models (e.g., cool/vent, cool/reheat, and vent/heat OK Diagnose thermostat/unit______ X 21. Check 120/125 ampere batteryless alternator excitation voltage V dc and voltage output _____________and inspect brushes and bearings. (if equipped) 120 Amp Alternator 125 Amp Alternator Excitation voltage Excitation voltage 8-30 V dc – determined 12 V dc bus 9-15 V dc at control box 24 V dc bus 18-30 V dc for 12 & 24 V dc buses. Output Voltage Output Voltage 27-30 V dc at fast idle 22-28 V dc at fast idle X 22. Visually check alternator belt wear, alignment and tension. Condition OK______ Replace_______ Alignment OK______ Adjusted______ Tension OK______ Adjusted______ X X X 23. Clean alternator, check for signs of corrosion, and check wire connections. X 24. Inspect evaporator/heater blower motor brushes, commentator, bearings, speed, voltage, and amperes. Brushes _______OK _______Replace Commutator _____OK _______Replace Bearings _______OK _______Replace Speed _______Rpm’s V dc_____Amps_______ Semi-Annually 25. Inspect condenser fan motor brushes, commutator, bearings, speed, voltage, and amperes. Brushes _______OK _______Replace Commutator _____OK _______Replace Bearings _______OK _______Replace Speed _______Rpm’s V dc_____Amps_______ Semi-Annually Air Conditioning Preventive Maintenance Inspection Checklist 4 Maintenance Inspection Schedule Continued Procedures Monthly 6,000 Miles Quarterly 18,000 Miles Annually Pre-Season 26. Clean control panel area/return air sensor. X 27. Check boost pump motor (OEM supplied) operation, voltage, and inspect brushes. Voltage______Vdc Brushes______OK Replace______ Operation______OK Replace motor______ X 28. Check evaporator anti-freeze thermostat operation. If applicable. Opens at______F Closes at______F X 29. Inspect all wires and terminals for damage or corrosion. X 30. Check condenser pressure switch (CPS)/ condense motor high and low speed operation. CPS opens at______psig CPS closes at______psig X Structural 31. Inspect condenser coil for cleanliness. X X X 32. Inspect evaporator coil for cleanliness. X X X 33. Visually inspect the outer areas of the unit for loose, damaged or broken parts. OK______ Make repairs_________ Specific defect__________________ X X X 34. Clean or replace return air filter. (more frequently if necessary). X X X 35. Clean condenser and evaporator drains. Make sure that the evaporator drain hose check valves (kazoos) are in place and in good condition. X 36. Lubricate evaporator fanshaft bearings (Shell Alvania EP 2) Twice a year. X 37. Visually check the engine coolant hoses and hose clamp condition on heater coil system. X 38. Clean condenser and evaporator coils. X 39. Check engine coolant for anti-freeze protection down to - 30 F (-34 C) to prevent heater coil freeze up. Anti-freeze protection __________F. X Air Conditioning Preventive Maintenance Inspection Checklist 5 Maintenance Inspection Schedule Continued Procedures Monthly 6,000 Miles Quarterly 18,000 Miles Annually Pre-Season 40. Tighten all compressor, unit and fan motor mounting blots and brackets (more frequently if necessary). X 41. Check condenser air seals and air deflector, if applicable. X 42. Visually check evaporator blower shaft coupling adjustment and alignment. X ATTACHMENT: CLEANING CHECKLIST Vehicle Cleaning Checklist Audit Bus # Date Clean Dash BoardWash Exterior & RimsClean Lift & DoorsClean Ceilings, Walls & HandrailsClean Upholstery & Driver AreaVacuum\Mop FloorWash Interior & Exterior WindowsRemove Foreign Matter From FloorRemove GraffitiEmpty TrashWipe Down ExteriorSweep FloorAuditWashed By Twice Weekly Daily Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 1 Tab III. Financial Capacity & Cost of Service MV is a privately held firm that has neither been bought by nor merged with another firm. The lack of this debt load associated with such transactions has allowed MV to control interest costs and keep money in the pockets of its customers and employees and out of those of lenders. The Company’s financial position is solid, and has strengthened over the last three years as evidenced by the increase in working capital and working capital current ratios. The Company has the financial resources and wherewithal to meet its financial obligations. For more information regarding the financial viability of MV, please contact Mr. Robert Pagorek, chief financial officer, at (972) 391-4641. a. Audited Balance Sheets MV’s confidential audited balance sheets for 2012-2014 are included with MV’s financial statements. b. Audited Consolidated Balance Sheets MV’s confidential audited consolidated balance sheets for 2012-2014 included with MV’s financial statements. c. Audited Statements of Income MV’s confidential audited statements of income for 2012-2014 included with MV’s financial statements. d. Audited Consolidated Statements of Income MV’s confidential audited consolidated statements of income for 2012-2014 are included with MV’s financial statements. e. No Bankruptcy Neither MV Transportation, Inc. nor its predecessors or its principals has ever been involved in bankruptcy. f. Cost Proposal Forms Please see MV’s cost proposal forms following this section. g. Additional Plans Annual Human Resources (EEOC) and Affirmative Action Plans Equal Employment Opportunity (EEO) programs and Affirmative Action Plans (AAP) are prepared on an individual division basis. Within 60 days of MV being awarded the contract, MV will prepare an EEO Program pursuant to FTA regulations and a written AAP that is compliant with Executive Order 11246. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 2 Annual Training Plan for All Job Categories All employees receive 12 hours of retraining throughout the year through MV’s monthly safety meetings. Additionally, each position must complete the following refresher training. Vehicle Operators MV requires mandatory retraining at the following points of an operators’ employment: Type of Retraining When it is provided Length of Training Description of Training Return to Work after Leave Required when an operator returns from “inactive” status (from a period of 30 days or more). 1-29 days of leave – 8 hours instructional/ 3 days line instruction 30-89 days – 16 hours/5 days 90-364 days – 3 days/5 days 365-729 days – 3-5 days/5- 10 days 730 days or more – full basic training certification This training consists of a 6-hour classroom review and a 2-hour behind the wheel road check. These focus on safety standards, defensive driving skill, and vehicle familiarity. Post-Accident / for cause Required for any driver who has received a “preventable” rating for an accident/ incident. This training must be scheduled and given within 10 days following the formal accident rating. Training may also be administered at PTNE’s request 8 hours Post-accident retraining is focused on correcting driving deficiencies and standards that contributed to the accident. The operator must demonstrate ability to perform all of the required tasks to standard before being allowed back to driving duties. Safety/Customer Service Retraining Required for operators who receive more than two (2) verifiable complaints regarding passenger relations and/or safety within a six month period/at PTNE’s request. 4 hours Training will be tailored to the nature of the complaints, based on Department and MV standards and policies. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 3 Type of Retraining When it is provided Length of Training Description of Training Seasonal Refreshers These refreshers are conducted in preparation of operations during certain periods of the year, typically in the fall. Varies based on location and topics. The training will include topics/material appropriate for the region, inclement weather, environmental, and traffic conditions. Biannually At a minimum of every two years 8 hours This training consists of a 6-hour classroom review and a 2-hour behind the wheel road check. These focus on safety standards, defensive driving skill, and vehicle familiarity. Window Dispatchers Monthly departmental meetings are held where relevant topics are discussed. Customer service, efficient reporting, best uses of provided technology, etc. are discussed providing an additional 12 hours of retraining per year. Supervisory Personnel Operations team meetings are held to discuss refreshers on reasonable suspicion, accident response, customer service, etc. This provides an additional eight (8) hours of retraining per year. Utility Workers All utility personnel receive a minimum of 40 hours of retraining annually. This is comprised of safety meetings regarding pertinent safety matters such as OSHA, hazardous materials cleanup, PPE, etc. Recertification Employees will undergo an annual recertification in ADA, accident reporting procedures, CPR (every 2 years), conflict resolution/customer relations, customer service/sensitivity, emergency procedures, fare collection, first aid, passenger assistance training, wheelchair lift/ramp and wheelchair securement, and sexual harassment. Proposed Health Benefit Package MV’s proposed health benefits package can be found in Tab II.c.9, Personnel. ATTACHMENT: COST PROPOSAL FORMS Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 1 Tab IV. Experience and Capacity of Firm To remain consistent with the numbering in previous sections of the proposal, MV has modified the numbering for this section of the RFP. a. Key Personnel Proposed Proposed General Manager – Harley Kempter MV is pleased to present Mr. Harley Kempter as general manager for this project. Harley brings 23 years of public transportation experience, including demand-responsive services, and 20 years of direct management experience to DDOT. He is a highly qualified candidate for this position. Harley currently serves as MV’s operations specialist/special project manager. In this role, he oversees startups for new business locations, mentoring management teams, and ensuring contract compliance, customer satisfaction, and financial disciple. Mr. Kempter began his career in transportation as an operator and dispatcher for DAVE Transportation’s contract with Roseville Transit in Roseville, Calif. He was promoted to operations manager for DAVE’s contracts in Fairfield and Vacaville, California, and went on to serve as project manager for its contracts in Redding, Calif., and Vancouver, Wash. After a year as project manager of Laidlaw Transit’s contract in San Luis Obispo, Calif., Harley joined MV as a special projects manager in 2000. He has held this role throughout his tenure with MV, which has allowed him to serve as general manager for a number of MV locations. Mr. Kempter is certified by the DOT Transportation Safety Institute as a Mass Transit Instructor and holds a National Safety Council Defensive Driver Course certificate. Harley is also trained in FTA Drug and Alcohol Training for Supervisors and Accident Investigation and Response. Experience and Accomplishments MV Transportation, Inc. Operations Specialist/Special Project Manager (Various Locations) 2007- Present  Ensure contract compliance and customer satisfaction  Oversee and coordinate all aspects of operations support  Provide support to vice presidents, and other duties as assigned  Support several Trapeze implementations and new employee training at several startups  Recruit, screen, and hire quality employees to maintain adequate staffing  Document employee performance, provide training, and apply appropriate discipline  Ensure timely and accurate submittal of all required reports General Manager, Lassen Rural Bus (Susanville, CA) 2005 – 2007  Managed all aspects of fixed route and paratransit service, ensuring contract compliance and compliance with all local, state and federal government regulations Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 2  Ensured that all safety regulations were followed and that all training was effective  Reviewed daily system performance and managed on-road service quality through participation in the field with passengers, operators, staff, and client representatives  Actively promoted and participated in safety at division  Responsible for maintenance program and service standards, serving as liaison between operations and maintenance to ensure sufficient vehicles for daily service  Worked closely with the client to ensure service was effective and meeting the community needs Special Projects Manager (Various Locations) 2004 – 2005  Directed the day-to-day operation of the transit system, in compliance with the policies of the client and in conformance with company procedures  Oversaw accounting payroll, AP/ AR and subcontractor billing  Recruited and mentored staff General Manager, Roseville Transit (Roseville, CA) 2001 – 2004  Directed the daily operation of a 33-vehicle paratransit and fixed-route service  Responsible for oversight of 55 employees, including dispatchers, road supervisors, and operators  Achieved 95% on-time performance, resulting in incentives to employees  Continually exceeded City’s accident frequency rate standards  Organized and conducted activities to assure safe, cost-effective, on-time operating performance Special Projects Manager (Various Locations) 2000 – 2001  Assisted in development and implementation of new operator training program  Assigned by vice president to special operations assignments at various operating locations Laidlaw Transit Services Project Manager, San Luis Obispo Regional Transit Authority/SLO Transit (San Luis Obispo, CA) 1999  Managed the daily operations of two public transit system contracts for fixed route and paratransit services with a fleet of 36 vehicles and two complete maintenance and dispatch facilities  Supervised and trained staff of 65 employees  Oversaw use Trapeze scheduling software for paratransit operation  Responsible for all contacts with city and county agencies including the coordination of activities utilizing staff and rolling stock from both projects for special events DAVE Transportation Project Manager, C-Van (Clark County, Vancouver, WA) 1997 - 1999  Managed the daily operations of a public paratransit system with a 45-vehicle fleet Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 3  Oversaw team of 70 employees in a union environment  Reduced the collision and injury frequency rates by more than 50%  Reduced employee turnover by 50% through dynamic management process Project Manager, Redding Area Bus Authority (Shasta County, Redding, CA)1994 - 1997  Managed the daily operations of a public transit system operating fixed-route, commuter, public dial-a-ride, and ADA demand responsive services  Managed approximately 100 employees and a fleet of 53 service vehicles  Assisted in the preparation and administration of an annual $2.3M budget  Successfully implemented operations from a new off-street Intermodal Transit Facility  Ridership increased by 225,000 passengers (30%) in two years  Reduced vehicle collisions by 22%  Achieved the 1996 Silver Circle Award with less than 1.5 preventable collisions per 100,000 miles driven; less than on preventable indemnity claim per 100,000 hours worked Operations Manager, Fairfield and Vacaville Transit (Solano County, Fairfield, CA) 1993 - 1994  Managed the daily operation of three public transit contracts, including fixed route, public dial-a-ride, and ADA demand responsive services for the cities of Fairfield, Benicia, and Vacaville with a 36-vehicle fleet  Responsible for management of 60 employees in a union environment Driver/Dispatcher, Roseville Transit (Roseville, CA) 1991 - 1993 Education and Career Development  Department of Transportation TSI Certified as Mass Transit Instructor  FTA Drug and Alcohol Training for Supervisors  National Safety Council Defensive Driver Course Certified  Accident Investigation and Response  Associates Degree, focus on Business Management, HR Relations and Criminal Law Management Support Team The chart below illustrates the company’s reporting lines and executive structure for this project: Edward Overn, Regional Vice President Edward (Ed) Overn has served as MV’s regional vice president since 2005. He joined MV after serving in a variety of senior level positions in public transportation, working in both emergency transport and public transportation. For more than two decades Ed has served the transportation needs of individuals, focused primarily within Eastern and Midwest U.S. Bringing superior understanding of contracted transportation management and publically funded operations, Ed and his team will support MV’s local team and the Department in the operation of CAT and CAP. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 4 Ed is MV’s representative for this operation, and will oversee MV’s compliance with the terms and conditions of its contract. He will manage service quality and confirm that MV is living up to the promises made in this proposal. He leads the support team assigned to this contract, and will have authority over resource commitment and oversight. If awarded a contract to operate these services, Ed will lead all of MV’s transition activities, garnering all resources necessary to realize a smooth transition if service. Eric Kahn, Director of Safety Mr. Eric Kahn brings more than two decades of safety management and workplace safety experience. He is the former senior director of corporate environmental, health and safety program for the Metropolitan Transportation Authority’s operation of the Long Island Bus, and has had oversight of workforces in excess of 1,000 people. He is a talented safety professional whose education in health and workplace safety spans a variety of industries; however, he holds demonstrated proficiency in transportation safety. Eric joined MV in 2008 and serves as MV’s director of safety, working closely with his assigned locations to ensure all safety and training procedures are within MV and client standards. Eric conducts audits of all safety and security related operations and works with the local team to garner any additional support needed in this critical area. Eric is a member of the American Society of Safety Engineers and holds a Master of Science in Safety Management. If awarded a contract to operate these services, Eric will serve as MV’s transition lead in the area of safety and training. He will work with Department staff, Mr. Kempter, and other key personnel to deploy MV’s company-wide training and safety programs, and tailor these so that they address the unique attributes of the local operating environment and comply with all safety and training standards set forth by the Department. Ben Kletti, Director of Maintenance As MV’s director of maintenance, Ben audits MV’s operations and maintenance facilities, ensuring that all facilities, fleet, and equipment assets are maintained appropriately and safely, and complied with guiding local, state, and federal regulations, including OSHA, DOT, OEM, and environmental standards. He has served as MV’s general manager for its nearly 50 vehicle paratransit operation in Tulsa, OK since 2012. Mr. Kletti will work with MV’s maintenance vendor to ensure compliance with MV’s maintenance program and Department standards. Wes Adams, Director of Accounting Wesley (Wes) Adams joined MV in 2009 as its director of accounting. For more than two decades, Wes has served as an accountant primarily in real estate before making the move to passenger transportation. Wes works with his operational support team to ensure all locations comply with Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 5 contractual requirements, GAAP standards, and MV policy. Focusing on cost containment and fiscal responsibility, he works with MV’s managers and division-level accounting teams to ensure all procedures are in place and all personnel are appropriately trained. Wes will serve as MV’s transition lead in all areas of finance and accounting. He will be onsite frequently to meet with Mr. Kempter and other key personnel, auditing the location records and ensuring sound business practices. He will work with MV’s transition team to establish on-site procedures and coordinate all centralized functions. Edward Griffin, Vice President of Business Development Mr. Edward Griffin works with MV’s clients and governmental decision-makers to promote the development of policy that is in the best interests of MV’s transportation clients and the passengers they serve. Mr. Griffin began his career as a Medicaid Administrator for the State of Florida, based in Jacksonville. Here, he was instrumental in the transition of Medicaid transportation services into the coordinated model, formalized by legislation in Florida in 1989. As a senior staff member of the Commission for Transportation Disadvantaged, (CTD), Mr. Griffin provided technical assistance and oversight to the statewide community transportation paratransit program. He also served as a Commissioner on the Commission for the Transportation Disadvantaged (CTD) for two years, and was later active as a committee member in the Allocation Technical Working Group charged with developing formulas for the distribution of TD and Medicaid funds. During his tenure as Technical Assistance Administrator for the CTD, Mr. Griffin developed a series of operational studies focused on each county’s paratransit service delivery and software system management. Results of these studies were used to assist the counties in improving productivity and on-time performance, while reducing staffing, call hold times and complaints. Mr. Griffin holds a Bachelor of Arts Cum Laude in Social Science Education from the University of North Florida in Jacksonville, with postgraduate work in Health Care Administration. He has also served as a Peer-to-Peer Professional for the Community Transportation Association of America and the Federal Transit Administration – Intelligent Transportation Systems. Since 2007, Mr. Griffin has served as both president and vice president of the Florida Association of Coordinated Transportation Systems, (FACTS). b. Experience Years in Public Transportation (a.) Founded in 1975 in the San Francisco Bay Area, MV Transportation, Inc. has been in the public transportation business for 40 years. The owners and original founders, Feysan and Alex Lodde, formed an agreement with the City of San Francisco to provide transportation to persons with disabilities. MV has grown to provide more paratransit services than any other firm, and the only American-owned national paratransit provider. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 6 Today MV employs more than 18 thousand people across 29 states, operates more than ten thousand vehicles, and operates 235 contracts. The company’s network of resources is significant and offers the district extensive resources. Success and Accolades MV has been recognized by industry associations, community organizations, and businesses across the U.S. for its successful operations. In recent years, the company has been recognized for its part in the development of local minority owned, women owned, and small businesses. In the fall of 2013, its customer, the Greater Orlando Aviation Authority, recognized MV as the 2013 Small Business Advocate of the Year. This honor recognizes MV’s commitment to promoting small businesses. In Houston, Texas, MV is actively involved as a mentor for the Interagency Guiding Protégés to Success Program (IGPS). This joint venture of the Metropolitan Transit Authority of Harris County (METRO), the City of Houston, the Houston Independent School District, and the Port of Houston Authority builds meaningful relationships between established companies like MV and local small businesses, as well as minority owned and women owned businesses. In 2007, the Conference of Minority Transportation Officials (COMTO) selected MV as the Corporate Citizen of the Year. MV also received the prestigious MSVP Quality Excellence Award for the Microsoft Corporation for its shuttle work in Redmond, Washington. Additionally, Inc. Magazine featured MV in its List of America’s Fastest Growing Companies, and Black Enterprise Magazine B.E. included MV in its 100 list for eight consecutive years. Similar Experience (b.) MV has operated a number of projects over the last 15 years of similar size and scope to the CAT and CAP services. This experience is described in Tab II.c.10, Required Issues for Discussion, and is demonstrated on the client list provided following this tab. List of Current Projects (c.) Pursuant to the answers to proposer questions released by the County, MV has provided a client list for the last five (5) years following this tab to meet this requirement. List of Projects for the Last Five Years (d.) MV has provided a client list for the last five years following this tab. Previous Clients (e.) Pursuant to the answers to proposer questions released by the County, MV has provided a client list for the last five (5) years following this tab to meet this requirement. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 7 Litigation (f.) As a national transportation management firm with numerous contracts and employees, MV is involved in claims and litigation in the normal course of business. MV has liability, workers’ compensation and employment-related claims in the settlement or claims process. The company’s legal and risk management teams work continuously to handle these matters, none of which are of a size or scope to impact this contract. The company maintains insurance coverage with deductibles or self-insured retentions and limits that the Company believes are appropriate. There is presently no litigation against the company which is not subject to insurance coverage or which MV believes would threaten the financial stability of the company or its ability to perform any of its contractual obligations. The details of current and pending claims and litigation are confidential; if the County requires more information on claims for the purpose of evaluating MV, please contact Mr. Bob Hargis, executive vice president of risk management at (712) 764-3720. Experience and Past Performance Providing Transportation Services (g.) Breadth of Experience MV offers effective solutions in passenger transportation to cities, counties, transit agencies and private companies. Its breadth of experience encompasses fixed route, flex route, shuttle service, commuter service, as well as disabled transportation/paratransit, demand response, brokerage and call center service, and non-emergency Medicaid transportation (NEMT/NET). Most of MV’s operations include the provision of ancillary services, including bus maintenance, trip reservations and scheduling/call center, operator training, transit technology and support, facility management and maintenance, among many other services common to transit contracts. Business References Business Reference Project Description Start Date End Date Original Budget (Annual Value) Final Project Cost Hialeah Transit System, City of Hialeah Fixed Route services 11/2010 Present $770,933.00 N/A. Project not yet completed. Access LYNX, Central Florida Regional Transportation Authority Paratransit Operations and Maintenance services 3/2002 Present $13,270,152.00 N/A. Project not yet completed. Management Services , Cape Cod Regional Transit Authority Management and Maintenance services 7/2011 Present $249,854.00 N/A. Project not yet completed. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 8 Business Reference Project Description Start Date End Date Original Budget (Annual Value) Final Project Cost Putnam Area Rapid Transit (PART), Putnam County Fixed Route, Paratransit, Trolley, School Bus, and Maintenance services 10/2014 Present $2,801,832.00 N/A. Project not yet completed. Florida Commission for the Transportation Disadvantaged (CTD), Alachua County Paratransit and NEMT/NET operations and maintenance services 7/2003 Present $3,525,190.00 N/A. Project not yet completed. Hialeah Transit System, City of Hialeah (Hialeah, FL) MV began operating fixed route transit services for the City of Hialeah in 2010. The service operates on two routes within the City of Hialeah. MV is responsible for dispatching and operations for this 13-vehicle service. Please contact Mr. Jorge De La Nuez, Transit Manager, at 305.681.5757 and delanuez@hialeahfl.gov as a reference for this contract. ACCESS LYNX, Central Florida Regional Transportation Authority (Orlando, Florida) MV has operated the ACCESS LYNX paratransit service for the Central Florida Regional Transportation Authority (LYNX) since 2002. LYNX serves as the Community Transportation Coordinator (CTC) for Orange, Osceola, and Seminole Counties. ACCESS LYNX is available to eligible passengers residing in this tri-county area who are unable to use the fixed route bus system due to a disability or other limitations. ACCESS LYNX comprises multiple transportation programs, with trip eligibility defined and determined by each program’s guidelines. Previously operated by multiple contractors, LYNX consolidated the ACCESS LYNX service when it awarded the contract for these services to MV. MV operates and maintains more than 200 vehicles for LYNX, and manages all aspects of this turnkey service, including call center operations, scheduling, and stretcher service. MV uses the Trapeze PASS system for trip reservations, scheduling, and dispatching. Dispatchers communicate with operators in service via Mentor mobile data terminals. MV is currently in its third contract term with LYNX. Please contact Mr. Timothy M. May, Interim Manager of Paratransit Operations – LYNX, at 407.254.6055 and tmay@golynx.com as a reference for this contract. Management Services, Cape Cod Regional Transit Authority (Cape Cod, MA) In 2011, MV was awarded a management contract with the Cape Cod Regional Transit Authority (CCRTA) to manage its transit system. Spanning a service area of more than Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 9 400 square miles, the CCRTA provides a comprehensive transportation network composed of the following:  Fixed route service within the Cape Cod area;  Dial-A-Ride Transportation (DART), which includes general public and ADA paratransit services, and serves origins and destinations within the 15 towns on the Cape;  Boston Hospital Transportation (BHT) service, which provides transportation between Cape Cod and Boston by reservation; and  Summer shuttle and trolley services. These services are delivered with a fleet of 115 vehicles. Fixed route service is monitored using the NextBus tracking technology, while the DART services are dispatched and scheduled with Trapeze. MV assisted the CCRTA with installation of a high tech fare box system which uses smart card technology to integrate with Trapeze, mobile data terminals, and other proprietary technology to help the CCRTA meet their system-wide goals. In 2013, MV’s management team assisted with the planning, design, and implementation of a pilot program to provide a seasonal intercity rail service between Boston and Cape Cod for the first time in more than 50 years. Named the “Cape Flyer,” this historic project received numerous national and regional awards, and the governor of Massachusetts has publicly stated that the service will be expanded for the 2014 tourist season. Please contact Mr. Thomas S. Cahir, Administrator, at 508.775.8504 and tcahir@capecodrta.org as a reference for this contract. Putnam Area Rapid Transit (PART), Putnam County (Putnam County, NY) Since 2014, MV has operated transportation services for Putnam County. MV operates the following components of the Putnam Area Rapid Transit system:  Fixed route service, which operates on five (5) routes throughout Eastern Putnam County;  PART Paratransit, a complementary ADA paratransit service available to eligible riders with disabilities;  The Cold Spring Trolley, which operates within the Village of Cold Spring on weekends between Memorial Day and Christmas, with flagged stops anywhere along the route; and  School bus service. MV operates and maintains 56 vehicles for all services, and maintains vehicles on behalf of the County’s Department of Aging. The dispatch team uses MV’s proprietary TimePoint system to monitor vehicle location and route performance. Please contact Mr. Vincent Tamagna, General Manager, at 845.878.3480 and vincent.tamagna@putnamcounty.gov as a reference for this contract. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 10 CTC/Operator for Alachua County, Florida Commission for the Transportation Disadvantaged (CTD) MV began its role as the CTC and operator for Alachua County services in 2003. As CTC, MV handles all eligibility determinations, trip requests, customer service, scheduling and dispatching for this contract. MV is also responsible for all direct service delivery. MV provides the Trapeze PASS system for dispatching and schedule, and its proprietary Smart Alert Messenger tool to monitor service data in real time. MV communicates with operators in the field through the use of Mentor Ranger mobile data terminals on board the service vehicles. In its tenure in Alachua County, MV has contributed to the stability of the system by providing corporate resources, procuring grant monies, and identifying areas where improvements could be gained. MV is currently in its third contract term. Please contact Mr. Steven Holmes, Executive Director, at 850.410.5700 and steven.holmes@dot.state.fl.us as a reference for this contract. Qualifications to produce Required Deliverables MV’s qualifications, abilities, capacity, skill, financial strength, and years of experience are discussed in detail throughout this section. MV is proposing Goodyear Auto Service Center, located at 14275 Collier Blvd. in Naples, FL., as its maintenance subcontractor for MV-provided vehicles. This full-service location is owned by Goodyear, a company with nearly 200 years of history and a strong reputation for service excellence. Goodyear is one of the world’s leading tire companies, and operates approximately 1,200 tire and auto service center outlets where it provides automotive repair, product sales, and other services. ATTACHMENT: CLIENT LIST MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeDelaware Transit Corporation Active Fixed Route 11/10/2014 Present 11/10/2014 11/9/2018 Yes 1337543Peggy TartagliaContract Supervisorpeggy.tartaglia@state.de.us(302) 576-6120(302) 577-2704119 Lower Beech Street, Suite 100 Wilmington DE19805-4440Los Angeles Department of Transportation (LADOT)This contract expired and was then included in the LA DOT Mega RFP. Coach won the North Region but MV has since taken this piece back due to the Coach bankruptcy. This service is now being tracked under contract #16307. Fixed Route 2/2/2009 01/28/2012 2/1/2009 1/28/2012 Yes 9219379 noneCorinne RalphDASH Supervisor / Chief of Transitcorinne.ralph@lacity.org(213) 928-9745(213) 928-9768100 Main St, 10th floorLos Angeles CA 90012Santa Clara County Was short term Shuttle7/1/2005 01/31/2011 1/4/2010 1/31/2011 Yes 75000 n/aBarbara HendersonContracting Officerb.hendersonssa@sccgov.org(408) 491-6377333 West Julian St 2nd Floor San Jose CA 95110Regional Transportation Authority of Pima County (RTA)not lowest bidder Multimode 5/4/2009 01/31/2014 5/4/2009 1/31/2014 Yes 1563012Maintenance / bus cleaning and washingJeremy PapugaTransit Services Directorjpapuga@pagnet.org(520) 792-1093 x 477(520) 620-6981177 N Church Ave., Suite 405 Tucson AZ 85701North Valley Baptist ChurchChurch decided to provide transportation internally.Shuttle 3/29/2009 03/24/2012 3/29/2009 3/24/2012 Yes 15000 n/aFred SlyePastor sslye@nvbc.org(408) 988-8881(408) 988-88993530 De La Cruz BlvdSanta Clara CA 95054Marin County Department of Health and Human Services ActivePrivate Shuttle7/1/2006 06/30/2012 7/1/2009 6/30/2012 Yes 91000Cyndie GunselmanProject Managercgunselman@co.marin.ca.us(415) 473-3322120 N. Redwood Dr.San Rafael CA 94903Sacramento Municipal Utility District (SMUD) Client suspended service Shuttle1/1/2014 07/01/2014 1/1/2014 12/31/2014 Yes 74839Pamela DoProcurement Specialist, General Servicespamela.do@smud.org(916) 732-62926201 S Street Mail Stop B100 Sacramento CA95852-0830Senior Concerns, Inc. Funding ended Shuttle 9/20/2004 08/31/2011 10/31/2010 8/31/2011 Yes 8000Carol Freeman President n/a(805) 497-0189 n/a401 Hodencamp RoadThousand Oaks CA 91360Tri-County Metropolitan Transportation District of Oregon (TriMet)Lost in rebid to lower bidderParatransit 11/1/1999 1/31/2010 2/1/2005Yes 8600000Ted Newton Director of ATPnewtont@trimet.org(503) 802-8206(503) 802-82292800 NW Nela StrPortland OR 97210Hampton Roads Transit (HRT)RenewedParatransit 11/15/2003 1/31/2015 5/15/2009 5/14/2012 Yes 6552720Keith JohnsonSuperintendent of Paratransitkjohnson@hrtransit.org(757) 222-6000509 East 18th StreetNorfolk VA 23504City of NewarkService consolidated regionally; MV not awarded bid for new consolidation work. Paratransit 1/1/2004 1/5/2013 1/1/2009Yes 712000Anne M. ArnottTransit Operations Coordinatoraarnott@newarkohio.net(740) 670-770840 W. Main Street, Suite 407 Newark OH 43055Page 1 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeEaradat Transportation LLC Expired Other 1/7/2012 1/6/2015 1/7/2012 1/6/2015 Yes 451102 Mustafa JalalGeneral Managermustafa.jala@earadat.com966 3 827 3050966 3 827 5393 PO Box 2010 DammamEastern Province 31451City of DurhamLost in rebid to lower bidder Fixed Route 7/1/2004 10/1/2010 10/1/2007 Yes 10838000Steve MancusoTransit Adminstratorstephen.mancuso@durhamnc.gov(919) 957-7336224 N Hoover Road Durham NC 27703Lake County Contract Expired Paratransit 7/1/2005 10/1/2013 7/1/2005 9/30/2013 Yes 2645000 n/aKen HarleyPublic Transportation Managerkharley@co.lake.fl.us(352) 742-6580(352) 742-6582 P.O. Box 7800 Tavares FL32778-7800Lifestream Contract Expired Schoolbus 7/1/2005 10/1/2013 8/1/2007 7/31/2013 Yes 557635 n/aHoward WienerVice President Business hwiener@lsbc.net(352) 315-7500(352) 360-6595 PO BOX 491000 Leesburg FL 34749California Department of Public Health (CDPH)Lost in rebid to lower bidderShuttle8/1/2005 10/31/2010 8/1/2008Yes 297000Beverly BlakeneyAssoc. Gov't Program Analyst(510) 231-6869850 Marina Bay Parkway, Room F-175Richmond CA 94806Charles County CommissionersCompetitive procurement, MV was not lowest bidder so another bidder was selected.Multimode 7/1/2007 10/31/20127/1/2007Yes 5361000 NoneJeff BarnettChief of Transportationbarnettj@charlescounty.org(301) 934-0102 ext.5102(301) 934-01078190 Port Tobacco Road Port Tobacco MD 20677City and County of San Francisco Shuttle 11/3/2008 11/15/2013 11/1/2008 10/31/2013 Yes 78000 none May JaberReal Estate Divisionmay.jaber@sfgov.org(415) 554-9821(415) 552-921625 Van Ness Ave. Suite 400 San Francisco CA 94102City of Compton Renewed Fixed Route 9/8/2003 11/18/2014 11/16/2008 11/15/2011 Yes 774307 NoneJohn Stricklandjstrickland@comptoncity.org(310) 605-5505(310) 605-5585205 South Willowbrook Avenue Compton CA 90220San Mateo County Transit District (SamTrans)Lost in Rebid, MV was not the low bidder Paratransit 8/10/2000 12/31/14 8/10/2004 12/9/2014 Yes 6879158 Taxi for overload Ashish JohnManager, Bus Contractsjohna@samtrans.com(650) 508-64901250 San Carlos Ave. San Carlos CA94070-1306City of Lancaster Lost in rebid Multimode 6/1/2001 12/31/2010 1/1/2005Yes 670000Weekly vehicle washing Carrie WoodyPublic Transit Administrator still here as of 1-11-2012cwoody@ci.lancaster.oh.us(740) 687-6858(740) 681-5088 746 Lawrence St. Lancaster OH 43130City of Capitola RenewedFixed Route 5/24/2004 12/31/2014 5/1/2009 9/13/2009 Yes 20730 NoneSteven JesbergPublic Works Directorsjesberg@ci.capitola.ca.us(831) 475-7300(831) 479-8879420 Capitola Avenue City of Capitola CA 95010City of Downey Non-renewalParatransit 1/10/200712/31/2014 7/1/2012 12/31/2013 Yes 60000 NoneArlene SalazarDirector of Parks and Recreationasalazar@downeyca.org(562) 904-7167(562) 904-7296 7850 Quill Drive Downey CA 90241City of Greenville RenewedParatransit 1/1/2010 12/31/2014 12/31/2012 12/31/2012 Yes 426193 maintenancePamela GarlandPublic Transportation Directorpgarland@cityofgreenville.org(937) 548-0437(937) 548-1704100 Public SquareGreenville OH 45331City of Englewood RenewedFixed Route 1/1/2010 12/31/2014 1/1/2014 12/31/2014 Yes 263549 NoneHarold Stitt Directorhstitt@englewoodgov.org(303) 762-2341(303) 783-68951000 Englewood ParkwayEnglewood CO 80110Page 2 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeJewish Federation and Family Services Orange County Maintenance 8/21/2012 2/1/14 8/21/2012 2/1/2014 Yes Not available(949) 435-34851 Federation Way Suite 210 Irvine CA92603-0174City of High PointService consolidated regionally; MV not awarded bid for new consolidation work. Paratransit 7/1/2009 2/11/2012 7/1/2009 Yes 188000Mark McDonaldDirector of Transportationmark.mcdonald@highpointnc.gov(336) 883-3231 High Point NC 27262City of FresnoLost to competitive procurement Paratransit 12/17/2005 2/17/2013 12/17/2005 Yes 5000000Kenneth HammDirector of Transportationkenneth.hamm@fresno.gov(559) 621-1440(559) 448-1065 2223 G Street Fresno CA 93706Commission for the Transportation Disadvantaged Non-renewal Paratransit 7/1/2003 2/28/2015 1/1/2009 6/30/2011 Yes 1088444Meridian Behavioral Services provide their own transportation as a subcontractorSteven HolmesExecutive Directorsteven.holmes@dot.state.fl.us(850) 410-5700(850) 410-5752605 Suwannee Street, MS 49 Tallahassee FL 32399Commission for the Transportation Disadvantaged Non-renewal NEMT/NET11/1/2008 2/28/2015 1/1/2010 6/30/2011 Yes 732525All direct service contracted. Project is pure brokerageSteven HolmesExecutive Directorsteven.holmes@dot.state.fl.us(850) 410-5700(850) 410-5752605 Suwannee Street, MS 49 Tallahassee FL 32399Commission for the Transportation Disadvantaged Non-renewal NEMT/NET7/1/2007 2/28/2015 1/1/2010 6/30/2011 Yes 3802190All direct services contracted. Project is a pure brokerage.Steven HolmesExecutive Directorsteven.holmes@dot.state.fl.us(850) 410-5700(850) 410-5752605 Suwannee Street, MS 49 Tallahassee FL 32399Commission for the Transportation Disadvantaged Non-renewal 5/1/2014 2/28/2015 5/1/2014 8/30/2014 Yes 18071Steven HolmesExecutive Directorsteven.holmes@dot.state.fl.us(850) 410-5700(850) 410-5752605 Suwannee Street, MS 49 Tallahassee FL 32399Commission for the Transportation Disadvantaged Non-renewal 5/1/2014 2/28/2015 5/1/2014 8/30/2014 Yes 18071Steven HolmesExecutive Directorsteven.holmes@dot.state.fl.us(850) 410-5700(850) 410-5752605 Suwannee Street, MS 49TallahasseeFL 32399Commission for the Transportation Disadvantaged Non-renewal5/1/2014 2/28/2015 7/1/2014 8/30/2014 Yes 66546Steven HolmesExecutive Directorsteven.holmes@dot.state.fl.us(850) 410-5700(850) 410-5752605 Suwannee Street, MS 49 Tallahassee FL 32399Page 3 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeS & B Engineers & Construction, Ltd.Construction project was completed, eliminating need for transportation services. Contract ended. Shuttle 5/10/2010 2/29/2012 5/10/2010 Yes 360000 n/aN.L. "Buck" HennekeS&B Subcontracts Managernlhenneke@sbec.com(409) 984-0009(409) 984-00987825 Park Place Blvd Houston TX 77087Bechtel-Jacobs CEP Port Arthur Joint VentureConstruction project was completed, eliminating need for transportation services. Contract ended. Fixed Route 5/5/2008 3/1/2012 7/1/2010 Yes 45763000Uniforms, Tire repair Roy WilemanLogistics Coordinatorrwileman@bechtel.com(409) 984-2995 N/A3312 Hwy 365 Box 272 Nederland TX 77627City of Green Bay Renewed Paratransit 5/1/2011 3/28/20155/1/2011 4/30/2014 Yes 1378279 none Patty KiewizAssistant Transit Directorpatriciak@greenbaywi.gov(920) 448-3455(920) 448-3462901 University Avenue Green Bay WI 54302Nintendo of America ended Fixed Route 5/12/2008 3/30/125/12/2008 3/30/2012 Yes 382000 none Sara HatfieldFacitiies Managersaraha01@noa.nintendo.com(425) 497-77964600 150th Ave NE Redmond WA 98052Rancho Cordova Adult Day Health Care Expired Maintenance 6/15/2009 4/10/2010 6/15/2009 Yes Not available(916) 369-3730The Hargis Group, LLCthey are using STORE Transportation because since they have the Coaches already they will also be providing the small shuttle buses this year. Shuttle 7/29/2005 5/1/2013 7/29/2005Yes 13586Joel Hargis Managerjoelhargis@gmail.com(561) 718-3029(561) 840-33778031 Via HaciendaPalm Beach Gardens FL 33418National Renewable Energy Laboratory RenewedPrivate Shuttle 6/21/2010 5/8/2015 4/10/2015 5/10/2015 Yes 327137 noneLissa MyersSr. Subcontracts Adminstratorlissa.myers@nrel.gov(303) 384-7325(303) 275-3109 1617 Cole Blvd. Golden CO 80401South Tahoe Area Transit AuthorityNon-payment for servicesFixed Route 11/1/2008 6/20/2010 8/1/2009Yes 4036000Rick AngelocciAssistant City Managerrangelocci@cityofslt.us(530) 318-41141052 Tata LaneSouth Lake Tahoe CA 96150County of Palm Beach Granted endedDeviated Fixed Route 2/4/2008 6/24/2010 2/1/2009Yes 85000Lilli AgreeProject Managerlagee@co.palm-beach.fl.us(561) 312-3407(561) 841-42913201 Electronic WayWest Palm Beach FL 33407State of Georgia Department of Human ServicesClient did not have additional funding to cover the increase service costs resulting from longer trip lengths; therefore contract was not extended.Paratransit 7/1/20136/30/14 7/1/2013 6/30/2014 YesWillie MoonOfficial Issuing Officer (Buyer)willie.moon@doas.ga.gov(404) 657-6000(404) 657-8444207 Piedmont Ave SEAtlanta GA 30334County of Lassen Lost in rebidParatransit 8/11/2003 6/30/2011 7/1/2010Yes 619000Dan DouglasTransportation Plannerddouglas@co.lassen.ca.us(530) 251-8305(530) 251-2675707 Nevada Street, Suite 4Susanville CA 96130Page 4 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeSolano County Transit (SolTrans)Lost in rebid - lowest bidder Multimode 7/1/20116/30/2013 7/1/2011 Yes 8935700Jeannine WooleyTemporary Transportation Superintendentjwooley@ci.vallejo.ca.us(707) 553-7224(707) 648-4260311 Sacramento St Valejo CA 94590Access Services Lost in rebid Paratransit 7/1/2009 6/30/2013 6/30/2012 6/29/2014 Yes 233869 Steven ChangContract Administrator chang@asila.org(231) 270-6081(213) 324-61823449 Santa Anita Ave., 2nd Floor Los Angeles CA 90071City and County of San Francisco Renewed Paratransit 7/1/2003 6/30/2014 7/1/2013 6/30/2014 Yes 39990 NoneMichelle NguyenSenior Administrative Analysthuynhnga.nguyen@sfgov.org(415) 557-60011650 Mission St., Ste. 300 San Francisco CA 94103County of OntarioDue to changes in medicaid reimbursement, client had to cancel contract due to shortage of funds. Multimode 1/1/2011 7/31/2014 1/1/2011 12/31/2015 Yes 3798000Medicaid trips outside common Janet StarrDirector, Office of Transportationjanet.starr@co.ontario.ny.us(585) 396-4018(585) 393-29822914 County Road 48 Canandaigua NY 14424Veolia, Inc.The data that MV was asked to bid on was flawed; MV decided to not extend. Paratransit 1/8/2012 8/31/2014 1/8/2012 8/31/2014 Yes 7035859 Marc Sotomarc.soto@veoliotransdev.com(415) 351-7010Veolia, Inc.The data that MV was asked to bid on was flawed; MV decided to not extend. Paratransit 5/1/2012 8/31/2014 5/1/2012 8/31/2014 Yes 180000 Marc Sotomarc.soto@veoliotransdev.com(415) 351-7010Veolia, Inc.The data that MV was asked to bid on was flawed; MV decided to not extend. Paratransit 5/1/2012 8/31/2014 5/1/2012 8/31/2014 Yes 1345000 Marc Sotomarc.soto@veoliotransdev.com(415) 351-7010Veolia, Inc.The data that MV was asked to bid on was flawed; MV decided to not extend. Paratransit 8/10/20128/31/2014 - negotiated contract exit 8/3/2012 6/30/2014 Yes 7035859 Marc Sotomarc.soto@veoliotransdev.com(415) 351-7010City of Westlake VillageCompetitive procurement, MV was not lowest bidder so another bidder was selected. Paratransit 1/14/2006 9/1/2011 1/14/2006 Yes 25000 Kerry KallmanAdministrative Analyst kerry@wlv.org(818) 706-1613(818) 706-139131200 Oak Crest DrWestlake Village CA 91361City of ModestoCompetitive procurement. MV was not selected for the new contract term. Fixed Route 1/1/2004 9/28/2012 6/30/2007 Yes 6316000 n/a Fred Cavanah Transit Managerfcavanah@modestogov.com(209) 577-5298(209) 571-55211010 Tenth Street (PO Box 642) Modesto CA 95354Alameda County Medical Center Contract ExpiredPrivate Shuttle 7/1/2004 9/28/2012 11/1/200910/31/2014 Yes 1133000 Andrea WorksAdministrative Analystrmooreacmedctr.com(510) 535-7555(510) 535-75421411 East 31st St B Wing, 4th FloorOaklandCA 94602City of Alachua Loss of funding/ grant Paratransit 2/1/2010 9/30/2010 2/1/2010Yes 50000Traci CainInterim City Managertcain@cityofalachua.com(386) 418-6132(386) 418-6139 P.O. Box 9 Alachua FL 32615Page 5 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeTransit Authority of River City (TARC)Competitive procurement, MV was not lowest bidder so another bidder was selected. Multimode 10/1/2005 9/30/201210/1/2005 Yes 8194000 n/a J. Barry BakerExecurtive Directorjbarrybaker@ridetarc.org(502) 561-5100(502) 213-3244100 West Broadway Louisville KY 40203Alachua County State's Attorney's Office10/31/12 RVP and GM contacted client with no response as to whether contract would be extending (service was never utilized). Both agree to let contract expire. Shuttle 5/15/2010 9/30/2012 5/15/2010 Yes 1000 NoneBlanche WoodsWitness Management Supervisorwoodsb@sao8.org(352) 337-6240(352) 381-0132120 W University Ave Gainesville FL 32602City of Camarillo Expired Multimode 8/30/2010 9/30/2012 8/30/2010 Yes 595000overflow to local Taxi Co., RoadRunner Roc Pulido Traffic Engineerrpulido@ci.camarillo.ca.us(805) 388-5346(805) 388-5387601 Carmen Drive Camarillo, CA 93010United Auto Group, Inc.Client cancelled agreement Shuttle 6/1/2004 9/8/2013 6/1/2004 Yes 152292 Jack GuthrieArea Vice Presidentjguthrie@penskeautomotive.com(401) 824-2252(401) 824-2258 1515 Bald Hill Rd Warwick RI 02886City of Winter SpringsService transitioned and absorbed into MV's LYNX service Paratransit 4/1/2003 Present 4/1/2003 12/31/2012 N/A 25000 n/a Kevin Smith City Managerksmith@winterspringsfl.org(407) 327-6590(407) 327-66861126 E State Rd #434 Winter Springs FL 32708San Andreas Regional Center (SARC) ActiveRegional Center 10/1/1997 Present 7/1/2003 6/30/2008 N/A 3443057 none Jeff DarlingActing Resource District Managersadarling@sarc.org(408) 341-3540(408) 341-3540300 Orchard City Dr #170 Campbell CA 95008Regis Jesuit High School Active Schoolbus 8/31/2003 Present 7/1/2003 6/30/2006 N/A 170834 None Brian NormileOperations Managerbnormile@regisjesuit.com(303) 261-5502(303) 221-47726300 South Lewiston Way Aurora CO 80016Berlex Biosciences, a Division of Berlex, Inc.Client decided to not extendPrivate Shuttle 9/1/2005 Present 9/1/2005 12/15/2010 N/A 109000 Robert Rozett Managerrobertrozett@berlex.com(510) 660-47452600 Hilltop Dr "D" Richmond CA 94806San Francisco Unified School District Active Fixed Route 1/7/2002 Present 8/21/2006 7/31/2007 N/A 108977 Frank O'HaraSupervisor Transportation ohara@sfusd.ed(415) 695-5505(415) 241-6487 1000 Shelby Str. San Francisco CA 94129Greater Peoria Mass Transit District Renewed Paratransit 7/1/2001 Present 9/1/2006 12/31/2014 N/A 1544000 n/a John WilliamsSpecial Services Coordinatorjwilliams@ridecitylink.org(309) 679-81392105 N. E. Jefferson Ave. Peoria IL 61603Ford Point Active Shuttle 11/1/2006 Present 11/1/2006 12/31/2007 N/A 61133Michelle HerediaExecutive Assistantmheredia@ortondevelopment.com(510) 758-76903049 Research Drive Richmond CA 94806ElderCare of Alachua County, Inc. Active Paratransit 1/1/2003 Present 1/1/2007 12/31/2007 N/A 23166 None Jeffrey LeeManager of Program Operationsleejb@shands.ufl.edu(352) 265-9040(352) 265-90415701 NW 34th Street Gainesville FL 32605City of Phoenix Active Paratransit 7/1/2001 Present 1/1/2007 6/30/2011 N/A 13778612 None Jesus SapienPublic Transit Deputy Directorjesus.sapien@phoenix.gov(602) 261-8997(602) 495-2002303 N. 1st Ave. # 900 Phoenix AZ 85003Lake County Fixed Route 2/1/2007 Present 2/1/2007 10/1/2013 N/A 924000 n/a Ken HarleyPublic Transportation Managerkharley@co.lake.fl.us(352) 742-6580(352) 742-6582 P.O. Box 7800 Tavares FL32778-7800Page 6 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeCity of Whittier ActiveParatransit 8/1/2007 Present 8/1/2007 6/30/2010 N/A 937820noneJoan Mithers Transit Managerjmithers@cityofwhittier.org(562) 567-9480(562) 907-0043 13225 Walnut St Whittier CA 90602San Andreas Regional Center (SARC) ActiveRegional Center 9/1/2007 Present 9/1/2007 6/30/2008 N/A 586496 none Susan HarrisResource Transportation Specialistsasusanh@sarc.org(408) 341-3432300 Orchard City Drive, Suite 170 Campbell CA 95008Metropolitan Transportation Planning Organization for the Gainesville Urbanized Area (MTPO)Contract expired, funding applicant change to City of Gainsville Paratransit 10/1/2003 Present 10/1/2007 9/30/2010 N/A 144608 NoneBonnie HinsonAlachua County Department of Community Supportbeh@alachuacounty.us(352) 955-2200218 SE 24th Street Gainesville FL 32653Santa Clara County new management Fixed Route 1/1/2008Present 1/1/2008 12/31/2011 N/A 8142 Rene ReginoGeneral Services Manager (Housing Authority of Santa Clara County) rener@hacsc.org(408) 361-4610(408) 361-4662505 W. Juilan Street San Jose CA 95110Avenidas Active Fixed Route 7/1/2002 Present 6/1/2008 5/31/2011 N/A 283000 NoneGinger JohnsonDirector of Operationsgjohnson@avenidas.org(650) 326-5362(650) 691-1119 450 Bryant St Palo Alto CA 94303Gold Coast Transit Active Paratransit 6/29/2008 Present 6/29/2008 6/30/2013 N/A 2282072 noneMargaret HeathParatransit and Special Projects Managermheath@goldcoasttransit.org(805) 483-3939 X 120(805) 487-0925301 E. Third Street Oxnard CA 93030County of Wilson Active Paratransit 5/14/2007 Present 7/1/2008 5/31/2011 N/A 1024064Wilson Transit, Wilson County Dept of Social Services, Wilson County Senior Citizens Affairs, NC Services for the Blind, Diversified Opportunities Marvin SharpeCounty Coordinatormtsharpe@wilson-co.com(252) 399-2817(252) 399-27702201 Miller Rd Wilson NC 27893 Wilson NC 27893City of Beverly Hills Active Multimode 8/1/2002 Present 7/1/2008 6/30/2015 N/A 537943 None Martha ErosTransportation Plannermeros@beverlyhills.org(310) 285-2542(310) 858-5965345 Foothill Road Beverly Hills CA 90210City of Glendale Active Fixed Route 3/31/2002 Present 7/1/2008 6/30/2013 N/A 6384840 none Kathryn EngelTransportation Managerkengel@ci.glendale.ca.us(818) 937-8330(818) 409-7027633 E Broadway #300 Glendale CA 91206City of West Hollywood Active Multimode 7/1/2002 Present 7/1/2008 6/30/2015 N/A 1074478 NonePerri Sloane GoodmanSocial Services & Transportation Program Administratorpgoodman@weho.org(323) 848-6370(323) 848-65658300 Santa Monica BlWest Hollywood CA90069-6216City of Santa Clarita Active Multimode 8/2/2008 Present 8/2/2008 8/2/2011 N/A 17112232 None Adrian Aguilar Transit Manageraguilar@santa-clarita.com(661) 295-6305(661) 295-639328250 Constellation Road Santa Clarita CA 91355Page 7 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeNew York City Transit Authority Active Paratransit 10/1/2001 Present 9/5/2008 9/4/2018 N/A 22716271Michael CosgroveContracts Managermichael.cosgrove@nyct.com(718) 393-401333-00 Northern Blvd.Long Island City NY 11101City of La Mirada Active Paratransit 7/1/2008 Present10/1/2008 9/30/2013 N/A 630846 none Lisa MontoyaCommunity Services Supervisorlmontoya@cityoflamirada.org(562) 902-3125(562) 943-9618 La Mirada CAAbbott Laboratories RenewedPrivate Shuttle 1/1/2009 Present 10/2/200810/2/2014 N/A 1589446 None Diane LopezManager, Corporate Fleetdiane.lopez@abbott.com(224) 667-3317100 Abbott Park Road Abbott Park IL 60064South Coast British Columbia Transportation Authority Active Paratransit 1/1/2009 Present 11/15/2008 12/31/2013 N/A 39833872Taxi used for overflow Martin LayDirector, Contracted Transit Servicesmartin_lay@translink.bc.ca(778) 375-6570(604) 953-3370#700-287 Nelson's CourtNew Westminster BCV3L 0E7Alta California Regional Center ActiveRegional Center 7/1/1991 Present 1/1/2009 1/31/2009 N/A 2258557 noTimothy SwankTransportation Coordinatortswank@altaregional.org(916) 978-6512(916) 978-73682241 Harvard Street, #100 Sacramento CA95815-3305New York City Transit Authority Active Paratransit 1/1/2009 Present 1/1/2009 1/1/2019 N/A 21580642Michael CosgroveContracts Managermichael.cosgrove@nyct.com(718) 393-401333-00 Northern Blvd.Long Island City NY 11101Presidio Trust Active Fixed Route 3/8/2009 Present 3/8/2009 3/7/2012 N/A 924196 noneMark HelmbrechtTransportation Program Managermhelmbrecht@presidiotrust.gov(415) 561-5438(415) 561-4485Building 34, Graham Street San Francisco CA 94129Fairfax, County ofActiveFixed Route 6/28/2009 Present 6/28/2009 6/30/2014 N/A 63751600 NoneErnestine WilkinsTransportation Plannerernestine.wilkins@fairfaxcounty.gov(703) 877-5621(703) 877-563812055 Gov Center Pkwy Fairfax VA 22035Outreach & Escort, Incorporated ActiveParatransit 10/16/2007 Present 7/1/2009 6/30/2014 N/A 14788188Subcontract some work to Division 5. This is handled by client.Kathryn Heatley CEOheatleyk@outreach2.org(408) 436-6865(408) 437-9499926 Rock Avenue, Suite 10 San Jose CA 95131City of Fremont Active Paratransit 7/1/2003 Present 7/1/2009 6/30/2011 N/A 454213 None. Shawn FongParatransit Program Managersfong@ci.fremont.ca.us(510) 574-2033(510) 574-20543300 Capitol Avenue Building B Fremont CA 94538Kings County Area Public Transit Agency (KAPTA) Active Multimode 7/1/2003 Present 7/1/2009 6/30/2012 N/A 2396832 None Angie DowExecutive Directorangie.dow@co.kings.ca.us(559) 582-3211 ext. 2691(559) 587-0714 1340 North Drive Hanford CA 93230City of Roseville Active Multimode 7/1/2001 Present 7/1/2009 6/30/2014 N/A 2648182 none Mike WixonAlternative Transportation Managermwixon@roseville.ca.us(916) 774-5480(916) 774-5195 401 Vernon Roseville CA 95678Orange County Transportation Authority (OCTA) Active Fixed Route 7/1/2009 Present 7/1/2009 6/30/2013 N/A 24023533Curt BurlingameSection Managercburlingame@octa.net(714) 560-5921(714) 560-5921 500 S. Main St Orange CA 92863Utah Transit Authority (UTA) Renewed Paratransit 9/1/2004Present 9/1/2009 10/31/2014 N/A 2053649 n/a Joyce WallManager of Paratransit Servicesjwall@rideuta.com(801) 287-5373(801) 287-4565 3600 S 700 W Salt Lake City UT 84130Page 8 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeCity of Tulare ActiveMultimode 7/1/2004 Present 10/1/2009 6/30/2014 N/A 1875339Bus Shelter WashingDarlene ThompsonFinance Directordthompson@ci.tulare.ca.us(559) 684-4227(559) 685-5691411 East Kern AveTulare CA 93442City of Visalia ActiveMultimode 9/1/2003 Present 10/1/2009 9/30/2012 N/A 3051112 NoneMonty Cox Transit Managermcox@ci.visalia.ca.us(559) 713-4100(559) 713-4815425 E Oak Ave Ste101Visalia CA 93291City of Union CityActiveMultimode 7/1/2000 Present 10/3/2009 6/30/2012 N/A 2686795Leased Tire Program Wilson Lee Transit Managerwilsonl@unioncity.org(510) 675-5409(510) 675-9885 34650 7th Street Union City CA 94587VA Northern California Healthcare System ActiveParatransit 10/1/1998 Present 11/1/2009 8/31/2010 N/A 2002340Kathy GotschallBenefits Managerkathy.gotschall@va.gov(415) 750-6613 n/a4150 Clement StreetSan Francisco CA 94124Tulare, County ofActiveMultimode 10/1/2006 Present 1/1/2010 6/30/2012 N/A 1905420 NoneDan FoxArea Transit Managerdfox@co.tulare.ca.us(559) 624-7180(559) 740-44485961 S. Mooney BlvdVisalia CA93277-9394The Regents of the University of California ActiveShuttle 1/18/2010 Present 1/18/2010 1/17/2014 N/A 3123481 N/AKory PorterSite Service Manager kjporter@lbl.gov(510) 486-51121995 University Avenue Berkeley CA 94720City of Dinuba ActiveMultimode 10/1/2009 Present 5/1/2010 12/31/2014 N/A 261000 NoneBlanca BeltranPublic Works Directorbbeltran@dinuba.ca.gov(559) 591-5924(559) 591-5923 1088 Kamm Ave Dinuba CA 94618Microsoft Corporation ActiveMultimode 7/1/2005 Present 7/1/2010 6/30/2015 N/A 21603587Lynn FroschTransportation Managerlynn.frosch@microsoft.com(425) 707-5162One Microsoft Way, Lincoln Square/14321 Redmond WA 98052Rotary Valley Bridge Housing ActiveFixed Route 7/1/2009 Present 7/1/2010 6/30/2010 N/A 46792 noneLeonie CalvertProperty Supervisor (Bridge Housing Corp)lcalvert@bridgehousing.com(415) 989-1111345 Spear Street, Suite 700 San Francisco CA 94105Suburban Bus Division of the Regional Transportation Authority (PACE) Active Paratransit 9/1/2003 Present 7/1/2010 6/30/2015 N/A 1322867Randy Comstockrandy.comstock@pacebus.com(312) 341-8061550 W. Algonquin Rd.Arlington Heights IL 60005Suburban Bus Division of the Regional Transportation Authority (PACE) Active Paratransit 7/1/2010 Present 7/1/2010 6/30/2015 N/A 2867651 NoneSally Ann WilliamsDivision Managersally.williams@pacebus.com(312) 341-8020(312) 341-8050547 W. Jackson Boulevard, 10th Floor Chicago IL 60661Los Angeles Metropolitan Transportation Authority Active Fixed Route 10/31/2010 Present 7/1/2010 10/30/2015 N/A 14917478 None Tamara ReidContract Administrator reidt@metro.net(213) 922-7451(213) 922-1004One Gateway Plaza Los Angeles CA90012-2952Page 9 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeCity of Monterey Park Active Fixed Route 7/1/2010Present 7/1/2010 6/30/2013 N/A 747236 None Amy HoDirector of Public Worksamho@montereypark.ca.gov(626) 307-1383(626) 307-2500City Hall, 320 W. Newmark Avenue Monterey Park CA 91754City of Norwalk Active Paratransit 7/12/2010 Present 7/12/2010 6/30/2013 N/A 396400 NoneDamian RosalesManagement Analyst II - Transit Procurementdrosales@ci.norwalk.ca.us(562) 929-5550(562) 929-557212700 Norwalk Blvd Norwalk CA 90650Valley Regional Transit Active Management 8/1/2010 Present 8/1/2010 9/30/2014 N/A 645000 None Bruce SackronTransportation Directorbsackron@valleyregionaltransit.org(208) 846-8547 ext. 4226(208) 846-8564700 NE 2nd St, Ste. 100 Meridian ID 83642Anoka County Active Multimode 8/1/2010 Present 8/1/2010 7/31/2015 N/A 2761000 n/aTim KirchoffTransportation Specialisttim.kirchoff@co.anoka.mn.us(763) 422-7088(763) 323-5556 2100 3rd Ave Anoka MN55303-2265San Joaquin Regional Transit District (SJRTD) ActiveFixed Route 9/5/2010 Present 9/1/2010 6/30/2013 N/A 5314151City of Ripon 1 hybrid service only runs Tuesday and Thursday. City of Escalon 3 cutaways service is Monday - Friday with one revenue vehicle in service. Sharon MillerProcurement Manager - Contractssmiller@sanjoaquinrtd.com(209) 948-5566 ext. 607(209) 948-8516421 East Weber Avenue, 2nd FloorStockton CA 95201City and County of Carson City ActiveMultimode 7/1/2002 Present 10/1/2010 9/30/2013 N/A 539829Patrick PittengerTransportation Managerppittenger@carson.org(775) 887-2355 ext.7396(775) 887-2112 3505 Butti Way Carson City NV 89701Central Florida Regional Transportation Authority d/b/a LYNXActiveDeviated Fixed Route 10/1/2010 Present 10/1/2010 3/31/2013 N/A 2026484 NoneTimothy M. MayInterim Manager of Paratransit Operations ? LYNXtmay@golynx.com(407) 254-6055(407) 254-6475 2500 LYNX Lane Orlando FL 32804Town of Cary ActiveMultimode 10/1/2010 Present 10/1/2010 9/30/2016 N/A 2662495 n/aRay BoylstonServices Administratorray.boylston@townofcary.org(919) 624-4944(919) 380-6426 316 Academy St. CaryNC 27513City of Hialeah ActiveFixed Route11/1/2010 Present 11/1/2010 10/31/2012 N/A 770933 NoneJorge De la Nuez Transit Managerdelanuez@hialeahfl.gov(305) 681-5757(305) 953-2009 900 E 56th Street Hialeah FL 33013San Benito County Local Transportation Authority ActiveMultimode 1/1/2001Present 11/19/2010 12/31/2015 N/A 849124 noneLisa RheinheimerExecutive Directorlisar@sanbenitocog.org(831) 637-7665(831) 636-4160330 Tres Pinos Road, Suite C7 Hollister CA 95023Indianapolis Public Transportation Corporation (IndyGO) ActiveParatransit 2/6/2000 Present 1/1/2011 3/31/2014 N/A 7820829EZ Ride is our sub-contracted DBA that runs revenue service. Paula HaskinDirector of Flexible and Contracted Servicesphaskin@indygo.net(317) 614-9208(317) 630-91671501 West Washington StreetIndianapolis IN 45222Page 10 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeSan Leandro Transit Management Organization (SLTMO) Active Shuttle 5/1/2001 Present 1/1/2011 12/31/2013 N/A 530168 None.Gordon GalvinExecutive Directorgordongalvin@home.com(510) 351-7265(510) 483-9176 262 Davis Street San Leandro CA 94577Southeastern Pennsylvania Transportation Authority (SEPTA) ActiveParatransit 1/8/2011 Present 1/8/2011 1/7/2015 N/A 1292293 n/aJohn KerriganContract Administrator, Procurement & Contracts Departmentjkerrigan@septa.org(215) 580-83601234 Market St Philadelphia PA 19107Greater Orlando Aviation Authority ActiveShuttle 10/1/2004 Present 2/1/2011 1/31/2014 N/A 2626000Leased transportation during holidays;17 drivers employed by MWBE sub-contractor Eric McClungManager of Transportation Contractsemcclung@goaa.org(407) 825-7847(407) 825-2341One Jeff Fuqua Blvd.Orlando FL32827-4399Metropolitan Transportation Planning Organization for the Gainesville Urbanized Area n/aParatransit 4/1/2011 Present 4/1/2011 8/31/2012 N/A 199000 NoLenard PerryAlachua County Department of Community Support Serviceslerry@alachuacounty.us(352) 264-6708(352) 955-2200218 SE 24th StreetGainesville FL 32641Metropolitan Transit Authority of Harris County (METRO) ActiveMultimode 5/2/2011 Present 4/4/2011 3/31/2015 N/A 12420813 N/AAuturo JacksonSR Director of Customer Care and Customized Servicesauturo.jackson@ridemetro.org(713) 750-4208 N/A 1900 Main Street Houston TX 77208St. Andrews Kim Korean Church funding issues Shuttle 2/1/2008 Present 4/17/2011 4/17/2013 N/A 12844 none Yuliana Kim Directormaylilac0913@gmail.com(510) 553-9434 none6226 Camden Street Oakland CA 94605Glacier Valley Transit Active Maintenance 2/1/2008 Present 5/20/2011 5/19/2012 N/A 15000 None Brett BitnerOperations Managerinfo@glaciervalleytransit.com(907) 754-2547(907) 754-2296 PO Box 249 Girdwood AK 99587Los Angeles County ActivePrivate Shuttle 6/1/2011 Present 6/1/2011 5/31/2012 N/A 428460 None John ZeiglerAssistant Transit Analystjzeigler@dpw.lacounty.gov(626) 458-5914(626) 979-5313900 S. Fremont Avenue Alhambra CA 91803City of Canby Active Multimode 7/1/2011 Present 7/1/2011 6/30/2013 N/A 761292 None Julie Wehling Transit Directorwehlingj@ci.canby.or.us(503) 266-4022 Ext.251(503) 263-6284123 NW 2nd Avenue Canby OR 97013Livermore Amador Valley Transit Authority (LAVTA) Active Fixed Route 7/1/2002 Present 7/1/2011 6/30/2014 N/A 9081231 None Michael TreeExecutive Director gtree@lavta.org(925) 455-75641362 Rutan Court, Suite 100 Livermore CA 94551Regional Transportation Commission of Washoe County (RTC) Active Fixed Route 7/1/2011 Present 7/1/2011 6/30/2015 N/A 14591225MV also has responsibility for facility Lee GibsonRTC Executive Directorlgibson@rtcwashoe.com(775) 348-0400(775) 348-32702050 Villanova Drive Reno NV 89502Page 11 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeLos Angeles County Active Paratransit 7/1/2011 Present 7/1/2011 6/30/2014 N/A 254847 NoneEugenia ThomasAssistant Transit Analysteuthomas@dpw.lacounty.gov(626) 458-3952(626) 979-5313900 S. Fremont Avenue Alhambra CA 91803City of Jacksonville Active Fixed Route 11/1/2007 Present 7/1/2011 6/30/2014 N/A 416749 n/a Jeff CrouchleyTransit Operations Managerjcrouchley@ci.jacksonville.nc.us(910) 938-6453 PO Box 128 Jacksonville NC 28541City of Tracy Active Multimode 7/1/2001 Present 7/25/2011 6/30/2016 N/A 1105434 NoneEd LovellManagement Analyst IIed.lovell@ci.tracy.ca.us(209) 831-6204(209) 831-6218 50 E. 6th Street TracyCA 95376Southeastern Pennsylvania Transportation Authority (SEPTA) ActiveRegional Center 7/29/2011 Present 7/29/20117/28/2016 N/A 12606841John KerriganContract Administrator, Procurement & Contracts Departmentjkerrigan@septa.org(215) 580-83601234 Market St Philadelphia PA 19107Suburban Bus Division of the Regional Transportation Authority (PACE) ActiveParatransit 3/1/2000 Present 8/1/2011 7/31/2016 N/A 3110328 noneTom GroeningerRegional Manager - Paratransit/Vanpooltom.groeninger@pacebus.com(847) 228-4292(847) 364-0240550 W Algonquin RdArlington Heights IL 60005Pender Adult Services, Inc. Active Paratransit 5/14/2007 Present 8/1/2011 6/30/2014 N/A 431826 n/a Judy CromerDirector of Transportationcromer@penderadultservices,com(910) 259-9119(910) 259-8434 PO Box 1251 Burgaw NC 28425City of Burbank Active Fixed Route 8/1/2011Present 8/1/2011 7/31/2014 N/A 1235431 none Adam EmmerTransportation Services Manageraemmer@ci.burbank.ca.us(818) 238-5359(818) 238-5351 275 E. Olive Ave. Burbank CA 91510New York City Department of Education Renewed Schoolbus 9/1/2011 Present 9/1/2011 8/31/2014 N/A 85000000 Eric GoldsteinChief Executive, Office of School Support Servicespupiltransportationteam@schools.nyc.gov(718) 707-4300(718) 472-061544-36 Vernon BoulevardLong Island City NY 11101Los Angeles Department of Transportation (LADOT) Active Paratransit 9/11/2006 Present 9/11/2011 1/30/2016 N/A 5220725 None Linda EvansTransportation Planning Associate II MPAlinda.evans@lacity.org(213) 928-9767(213) 928-9767100 South Main Street Los Angeles CA 90012Los Angeles Department of Transportation (LADOT) Active Fixed Route 5/10/2008 Present 9/11/2011 3/26/2016 N/A 3881337 None Corinne RalphDASH Supervisor / Chief of Transitcorinne.ralph@lacity.org(213) 928-9745(213) 928-9768100 Main St, 10th floor Los Angeles CA 90012City of Petaluma Active Multimode 7/1/2000 Present 9/12/2011 6/30/2016 N/A 575638 no Joe Rye Transit Managerjrye@ci.petaluma.ca.us(707) 778-7421(707) 776-3799555 N Mcdowell Blvd Petaluma CA 94954Central Florida Regional Transportation Authority d/b/a LYNX Active Paratransit 3/18/2002 Present 10/1/2011 9/30/2016 N/A 13270152Stretcher service and 32 paratransit routes are subcontracted to two different DBE'sTimothy M. MayInterim Manager of Paratransit Operations ? LYNXtmay@golynx.com(407) 254-6055(407) 254-6475 2500 LYNX Lane Orlando FL 32804Page 12 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeCape Cod Regional Transit Authority Active Management 10/1/2011 Present 10/1/2011 9/30/2015 N/A 249854 NoneThomas S. Cahir Administratortcahir@capecodrta.org(508) 775-8504 x.204(508) 775-8513215 Lyannough Road/P.O. Box 1988 Hyannis MA 02601Los Angeles Department of Transportation (LADOT) Active Fixed Route 9/11/2011 Present 10/28/2011 5/28/2016 N/A 20674217 None Corinne RalphDASH Supervisor / Chief of Transitcorinne.ralph@lacity.org(213) 928-9745(213) 928-9768100 Main St, 10th floor Los Angeles CA 90012Clarisonic Active Shuttle 10/31/2011 Present 10/31/2011 6/6/2014 N/A 160978Mary BergstromFacilities Manager(425) 285-4000Pacific Bioscience Laboratories, Inc. 17275 67th Court Redmond WA 98052County of Fulton Active Paratransit 11/1/2011 Present 11/1/2011 12/31/2011 N/A 3000000Kun SuwanarpaInterim Director, Public Worksdirector.dwr@fultoncountyga.gov(404) 612-7400141 Pryor St, SW, Suite 6001 Atlanta GA 30303Placer County ActiveFixed Route 12/1/2007 Present 12/1/2011 9/30/2014 N/A 141124 noA.L. (Tony) MiddletonSenior Transportation Supervisortmiddleton@placer.ca.gov(530) 745-3530(530) 745-35673091 County Center Drive, Suite 220 Auburn CA 95603Anchorage School District ActiveSchoolbus 12/2/2011 Present 12/2/2011 6/30/2016 N/A 11130997 NoneRodney RuckerDirector of Transportationrodney_rucker@asdk12.org(907) 742-1219(907) 742-12223850 E Tudor RoadAnchorage AK 99507City of Raleigh ActiveParatransit 1/9/2012Present 12/14/2011 6/30/2014 N/A 1241701 NoDavid EatmanTransportation Administratordavid.eatman@raleighnc.gov(919) 996-4040222 West Hargett StreetRaleigh NC 27602San Mateo County Transit District (SamTrans) ActiveFixed Route 12/19/2011 Present 12/19/2011 12/31/2016 N/A 1305558 noneHoward DerDumbarton Bridge Administratorhder@actransit.org(510) 891-7208(510) 891-4874 1600 Franklin St. Oakland CA 94612Regional Center East Bay (RCEB) ActiveRegional Center 7/1/2001 Present 1/1/2012 12/31/2012 N/A 4588847 noneFrancine DavisDirector, Community Services Divison fdavis@rced.org(510) 618-7718(510) 618-7768500 Davis Street Suite 100 San Leandro CA 94577Mission Bay Transportation Management Assoc ActivePrivate Shuttle5/1/2010 Present 1/1/2012 12/31/2016 N/A 189000 NoneMay JaberReal Estate Divisionmay.jaber@sfgov.org(415) 554-9821(415) 552-921625 Van Ness Ave. Suite 400 San Francisco CA 94102Mesa County RTPOActiveMultimode 1/1/2012 Present 1/1/2012 12/31/2012 N/A 1952989 NoneTodd HollenbeckRTP Manager/MPO Directortodd.hollenbeck@mesacounty.us(970) 255-7128 cell 970-210-4771(970) 623-8481RTPO 525 S 6th Street (P.O. Box 20,000-5093) Grand Junction CO 81502City of Sandusky ActiveMultimode 1/1/2007 Present 1/1/2012 12/31/2014 N/A 1124947 NoneTom SchwanTransit administratorthomas schwan [thomas.schwan@ci.sandusky.oh.us](419) 621-8462(419) 626-04821230 Depot StreetSandusky OH 44870City of St John's ActiveParatransit 1/1/2012 Present 1/1/2012 12/31/2016 N/A 2340000 Maintenance Susan RalphAccessibility Coordinator sralph@stjohns.ca(709) 570-2131(709) 576-8564 PO Box 908 St John's NLA1C 5M2Page 13 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeFPI Management, Inc. Active Shuttle 1/1/2012 Present 1/1/2012 12/31/2012 N/A 8441 None Rene ReginoGeneral Services Manager (Housing Authority of Santa Clara County) rener@hacsc.org(408) 361-4610(408) 361-4662505 W. Juilan Street San Jose CA 95110National Railroad Passenger Corporation dba Amtrak Renewed Fixed Route 10/1/2009 Present 1/2/2012 7/31/2014 N/A 143000Andrew FeldenManager of Bus Operationsfeldona@amtrak.com(408) 592-0617(408) 271-5125810 North Alameda St. Los Angeles CA 90012Industrial Door Company Active Maintenance 1/10/2012 Present 1/10/2012 12/31/2012 N/A N/A Tim KirchoffTransportation Specialisttim.kirchoff@co.anoka.mn.us(763) 422-7088(763) 323-5556 2100 3rd Ave Anoka MN55303-2265Marin County Transit District Active Fixed Route 7/1/2006 Present 1/30/2012 12/31/2014 N/A 599422Amy Van DorenDirector of Operationsavandoren@co.marin.ca.us(415) 226-0859750 Lindaro Street, Suite 200 San Rafael CA 94901Infineon Raceway ActivePrivate Shuttle 2/1/2005 Present 2/1/2012 1/31/2017 N/A 64580Bobby O'GormanDirector of Operationsbogorman@infineonraceway.com(707) 334-9825(707) 938-137329355 Arnold Drive Sonoma CA 95476Martin County Board of County Commissioners Renewed Multimode 2/1/2012 Present 2/1/2012 1/31/2015 N/A 800000 n/aClaudette MahanAssociate Plannercmahan@martincounty.fl.us(772) 419-4081 N/A2401 SE Monterey Rd Stuart FL 34996Martin County Board of County Commissioners Active Multimode 2/1/2012 Present 2/1/2012 1/31/2015 N/A 793085Claudette MahanAssociate Plannercmahan@martincounty.fl.us(772) 419-4081 N/A2401 SE Monterey Rd Stuart FL 34996San Francisco Recreation & Parks Department Active Shuttle 2/5/2012Present 2/5/2012 12/31/2012 N/A 92330 NoneSean McFaddenPrin. Administrative Analystsean.mcfadden@sfgov.org(415) 831-2779501 Stanyan StreetSan FranciscoCA 94117City of Pueblo ActiveParatransit 12/1/2007 Present 3/1/2012 12/31/2016 N/A 775881 NoneBrenda BroylesDirector of Transitbbroyles@pueblo.us(719) 553-2725(719) 553-2724350 S. Grand Avenue Pueblo CO 81003Page 14 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeGreater Richmond Transit Company (GRTC) Active Management 3/1/2012 Present 3/1/2012 2/28/2015 N/A 684828Paratransit serviceLinda Broady- MyersADA Community Outreach Liaisonlgbroady@gmail.com(804) 358-3871 301 E. Belt Blvd Richmond VA 23224County of Peoria Renewed Paratransit 4/1/2012 Present 4/1/2012 6/30/2015 N/A 475000 n/a Jim SmithPurchasing Agentjhsmith@peoriacounty.org(309) 672-6931(309) 495-4608324 Main Street Peoria Illinois Peoria IL 61603County of Peoria Active Paratransit 4/1/2012 Present 4/1/2012 6/30/2015 N/A 500815 n/a John HamannRural Economic Development Directorjhamann@peoriacounty.org(309) 495-4968324 Main Street Peoria Illinois Peoria IL 61603Capital Metropolitan Transportation Authority Active Paratransit 8/15/2012 Present 4/30/2012 9/30/2015 N/A 18074180 NoneRafael VillarrealContract Performance Managerrafael.villarreal@capmetro.org(512) 389-7484 2910 E. 5th Street Austin TX 78702University of Colorado Active Shuttle 6/1/2012 Present 6/1/2012 5/31/2013 N/A 174597 Kerrie BathjeManager of Parking and Transportationkerrie.bathje@ucdenver.edu(303) 724-00491945 N. Wheeling Street Mail Stop F410 Aurora CO 80045Los Angeles Department of Transportation (LADOT) Active Fixed Route 6/1/2012 Present 6/1/2012 4/30/2016 N/A 11845223 None Corinne RalphDASH Supervisor / Chief of Transitcorinne.ralph@lacity.org(213) 928-9745(213) 928-9768100 Main St, 10th floor Los Angeles CA 90012Municipality of Anchorage Active Paratransit 7/1/2007 Present 7/1/2012 6/30/2016 N/A 4022640 None Susan ShifferContract Administratorshiffersm@ci.anchorage.ak.us(907) 343-63313600 Dr. Martin Luther King Jr Avenue Anchorage AK 99507City of Lodi Active Multimode 7/1/2003 Present 7/1/2012 6/30/2015 N/A 1782886Paula Fernandez Transit Manager pjf@lodi.gov(209) 333-6800 x2667(209) 333-6710221 West Pine Street Lodi CA 95241City of Downey Active Fixed Route 7/1/2002 Present 7/1/2012 12/31/2013 N/A 954281 None Arlene SalazarDirector of Parks and Recreationasalazar@downeyca.org(562) 904-7167(562) 904-7296 7850 Quill Drive Downey CA 90241Salem Area Mass Transit District (Salem-Keizer Transit) Active Multimode 8/1/2012 Present 8/1/2012 6/30/2013 N/A 184302 none SueAnn CoffinContracted Transportation Supervisorcoffins@cherriots.org(503) 361-7588925 Commercial Street SE, Suite 100 Salem OR 97302Page 15 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeAnchorage Neighborhood Health Center Active Shuttle 9/17/2012 Present 9/17/2012 12/31/2012 N/A 123066 None Jon ZasadaDirector - Development & Marketing jzasada@anhc.org(907) 792-6591(907) 743-7256 PO Box 201849 Anchorage AK99520-1849Fairfax, County of Active Paratransit 11/1/2002 Present 10/1/2012 6/30/2015 N/A 7030184Bus Cleaning Snow PlowiingGlenn PadewayFASTRAN - Division Directorglenn.padeway@fairfaxcounty.gov(703) 324-7060(703) 803-816612011 Government Ctr Fairfax VA 22035Interurban Transit Partnership (ITP)ActiveParatransit 4/1/2006 Present 10/1/2012 9/30/2017 N/A 6922481 Calder City Taxi Meegan JoyceManager, Special Servicesmjoyce@ridetherapid.org(616) 456-7514(616) 459-6337 300 Ellsworth SW Grand Rapids MI 49503City of Show LowActiveDeviated Fixed Route 7/1/2001 Present 10/1/2012 9/30/2022 N/A 591551 noneJay BrimhallTransit Supervisor/ Grants Administratorjay.brimhall@ci.show-low.az.us(928) 532-4097(928) 532-4009550 North 9th PlaceShow Low AZ 85901San Pedro Propery Owners' Alliance ActiveFixed Route 10/1/2012 Present 10/1/2012 10/1/2013 N/A 85192 NoneStephen RobbinsExecutive Directorsrobbins@sanpedrobid.com(310) 832-2183(310) 832-0685 390 W. 7th Street San Pedro CA 90731San Mateo County Transit District (SamTrans) ActiveMultimode 11/8/2003 Present 11/1/2012 10/31/2017 N/A 2576784 noneAshish JohnManager, Bus Contractsjohna@samtrans.com(650) 508-64901250 San Carlos Ave.San Carlos CA94070-1306City of El Paso ActiveParatransit 11/11/2012 Present 11/11/2012 11/30/2017 N/A 6924581some trips sent to Cab and Project Amistad, mostly New Freedom and JARCJulio PerezParatransit Servicesperezjc@elpasotexas.gov(915) 212-3005(915) 564-5569 5081 Fred Wilson El Paso TX 79906Dallas Area Rapid Transit (DART) ActiveParatransit 10/1/2012 Present 12/1/2012 9/30/2014 N/A 25213592 Taxi Cabs-Yellow Doug DouglasVice President Mobility Management Servicesddouglas@dart.org(214) 828-6728(214) 828-6632 101 N. Peak Dallas TX75266-7271San Mateo County Transit District (SamTrans) ActiveFixed Route 9/30/2001 Present 1/1/2013 12/31/2016 N/A 14733866 noneAshish JohnManager, Bus Contractsjohna@samtrans.com(650) 508-64901250 San Carlos Ave.San Carlos CA94070-1306Spokane Transit ActiveParatransit 1/1/2013 Present 1/1/2013 12/31/2017 N/A 3540623 NonePatricia TalbottParatransit Contract Managerptalbott@spokanetransit.com(509) 325-60181230 W Boone Avenue Spokane WA 99201Page 16 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeMaryland Transit Administration (MTA) Active Paratransit 7/1/2004 Present 2/8/2013 2/7/2016 N/A 17055228 noneDaniel O'Reilly Interim Directord'oreilly@mta.maryland.gov(410) 454-74344201 Patterson Avenue Baltimore MD 21215Emeryville Transportation Management Association (ETMA) Active Shuttle 3/1/2013 Present 2/15/2013 12/31/2015 N/A 1267767 None Roni HattrupDirector of Finance and Operationsroni@gray-bowen.com(925) 937-0980 ext 2121676 N. California Blvd. Suite 400 Walnut Creek CA 94596Southwest Ohio Regional Transportation Authority (SORTA) Active Paratransit 3/1/2002 Present 3/1/2013 2/28/2018 N/A 5348997 None Lisa AulickDirector of Paratransitlaulick@go-metro.com(513) 632-7581602 Main Street, Suite 1100 Cincinnati OH 45202City of Irvine Active Fixed Route 3/31/2008 Present 3/31/2013 3/30/2017 N/A 1647800 None Mike DavisTransit Programs Advisormdavis@ci.irvine.ca.us(949) 724-6288(949) 724-75171 Civic Center Drive Irvine CA92623-9575City of Calabasas Active Fixed Route 8/19/2011 Present 4/1/2013 6/30/2016 N/A 415624 none Hali GoktapehAsst. Transportation Plannerhgoktapeh@cityofcalabasas.com(818) 224-1673(818) 225-7338100 Civic Center Way Calabasas CA 91302Suburban Bus Division of the Regional Transportation Authority (PACE) Active Fixed Route 6/6/2008 Present 4/12/2013 6/8/2018 N/A 1321507 Don MclntyreManager Fixed routedon mcintyre [don.mcintyre@pacebus.com](847) 228-2488550 W Algonquin RdArlington Heights IL 60005Access Services Active Paratransit 7/1/2002 Present 5/1/2013 7/31/2018 N/A 20667721Taxi - overflow tripsGeoffrey OkamotoProject Administratorokamoto@accessla.org(213) 270-60003449 Santa Anita Ave, 2nd Floor El Monte CA 91731Valley Mountain Regional Center ActiveRegional Center 6/1/1997 Present 5/1/2013 4/30/2015 N/A 2846122 Wilma MurrayCommunity Service Transportation Managerwmurray@vmrc.net(209) 955-3244(209) 473-0256702 N Aurora Street Stockton CA 95202Village of Schaumburg Active Multimode 6/1/2013 Present 6/1/2013 4/30/2016 N/A 1099825 NoneRichard BascombTransportation Managerrbascomb@ci.schaumburg.il.us(847) 923-3862(847) 923-2381101 Schaumburg Court Schaumburg IL 60193Access Services Active Paratransit 6/1/2013 Present 6/1/2013 5/31/2016 N/A 345032Geoffrey OkamotoProject Administratorokamoto@accessla.org(213) 270-60003449 Santa Anita Ave, 2nd Floor El Monte CA 91731City of Alameda, CA Active Fixed Route 3/22/2010 Present 7/1/2013 6/30/2014 N/A 69322 noneMatthew NaclerioPublic Works Departmentgpayne@ci.alameda.ca.us(510) 749-5890(510) 749-58672263 Santa Clara Avenue Alameda CA 94501Page 17 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeCity of Manteca ActiveMultimode11/1/2006 Present 7/1/2013 6/30/2017 N/A 599838Johanna FerrieraAdministrative Analyst / Transitjferriera@ci.manteca.ca.us(209) 239-0635(209) 825-2530 1001 Center St. Manteca CA 95337Modoc Transportation Agency ActiveMultimode 2/1/2000 Present 7/1/2013 6/30/2018 N/A 909914Debbie PedersenExecutive Director(530) 233-6410(530) 233-3744108 S. Main StreetAlturas CA 96101Western Contra Costa Transit Authority (WestCat) ActiveMultimode 7/1/2000Present 7/1/2013 6/30/2017 N/A 5456879 NoneCharles AndersonGeneral Managercharlie@westcat.org(510) 724-3331(510) 724-5551 601 Walter Ave Pinole CA 94564City of Phoenix ActiveParatransit 7/1/2008 Present 7/1/2013 6/30/2016 N/A 160166 NoneJesus SapienPublic Transit Deputy Directorjesus.sapien@phoenix.gov(602) 261-8997(602) 495-2002303 N. 1st Ave. # 900Phoenix AZ 85003Veolia, Inc. ActiveParatransit 9/18/1996 Present 7/1/2013 6/30/2018 N/A 10255967 N/aMary RowlandsProgram Coordinatormary.rowlands@veoliatransdev.com(510) 893-5949(510) 446-2082 1720 Broadway Oakland CA 94612Commission for the Transportation Disadvantaged ActiveParatransit 7/1/2005 Present 7/1/2013 6/30/2018 N/A 570313 N/ASteven HolmesExecutive Directorsteven.holmes@dot.state.fl.us(850) 410-5700(850) 410-5752605 Suwannee Street, MS 49 Tallahassee FL 32399Georgia State University, Auxiliary and Support Services ActiveShuttle7/1/2013 Present 7/1/2013 6/30/2014 N/A 2043239Michael SprostonPurchasing Managermsproston@gsu.edu(404) 413-3154(404) 413-9525Georgia State University Commerce Building 34 Broad Street NW 14th Floor Board Room Atlanta, GA 30303 Atlanta GA 30303Orange County Transportation Authority (OCTA) ActiveParatransit 7/1/2013 Present 7/1/2013 6/30/2017 N/A 31516706Supplemental Taxi Service. 315,000 trips per yearCurt BurlingameSection Managercburlingame@octa.net(714) 560-5921(714) 560-5921500 S. Main StOrange CA 92863Pender County Department of Social Services ActiveParatransit 7/1/2013 Present 7/1/2013 6/30/2014 N/A 421887 N/AReta Shiver, D.P.A. Directorrshiver@pendercountync.gov(910) 259-1240P.O. Box 1207 Burgaw NC 28425Washington Metropolitan Area Transit Authority (WMATA) ActiveCall Center 7/1/2013 Present 7/1/2013 6/30/2018 N/A 14000000Office supplies, uniforms, copy machine rental all done by SBLPP's Christian KentAssistant General Manager for Access Servicesckent@wmata.com(202) 962-2100Department of Access Services 600 Fifth Street NWWashington DC 20001Page 18 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeRegional Transportation Commission of Southern Nevada (RTC) Active Fixed Route 7/7/2013 Present 7/7/2013 7/6/2017 N/A 40376375Service Workers (Silver State) M.J. MaynardAssistant General Manager(702) 676-1778600 S. Grand Central Parkway Room 108 Las Vegas NV89106-4512Monterey-Salinas Transit (MST) Active Multimode 7/18/2004Present 7/18/2013 7/17/2018 N/A 625486420% subcontracted to taxi vendors Robert WeberDirector of Transportation rweber@mst.org(831) 393-81081 Ryan Ranch Road Monterey CA 93940Detroit Department of Transportation Active Management 8/12/2013 Present 8/12/2013 8/11/2014 N/A 986671Operation of Paratransit, JARC & New Freedom services Dan Dirks Directordandirks@detroitmi.gov(313) 833-7670 1301 E. Warren Detroit MI 48207Happiness House Cancelled due to price Schoolbus 1/3/2011 Present 8/21/2013 6/16/2014 N/A 74069Patricia CunninghamChief Financial Officerpcunningham@happinesshouse.org(315) 789-6828731 PRE-EMPTION ROAD Geneva NY 14456Wells Fargo Bank N.A. Active Shuttle 9/1/2004 Present 9/1/2013 8/31/2016 N/A 232031 NoneChristina DavisRegional Building Administratordavisci@wellsfargo.com(925) 686-7438(925) 685-33871220 Concord Avenue/A0314-015 Concord CA 94520Marin County Transit District Active Paratransit 9/1/2013 Present 9/1/2013 6/30/2016 N/A 35517 Jon GaffneyMobility Management Specialistjgaffney@marintransit.com(415) 226-0855711 Grand Avenue, Suite 110 San Rafael CA 94901Southeastern Pennsylvania Transportation Authority (SEPTA) Active Paratransit 7/31/2006 Present 9/20/2013 9/19/2018 N/A 5746851 John KerriganContract Administrator, Procurement & Contracts Departmentjkerrigan@septa.org(215) 580-8360 1234 Market St Philadelphia PA 19107Rowan County Government on behalf of Rowan Transit System (RTS) Active Multimode 8/1/2003 Present10/1/2013 9/30/2014 N/A 1098157 Maintenance Gary PriceDirector, Senior Services Transportationgary.price@rowancountync.gov(704) 216-88882726 Old Concord Rd Salisbury NC 28146Elko Area Transit Service Active Paratransit 10/1/2013 Present 10/1/2013 9/30/2015 N/A 489652 noneAbigail WheelerTransit Coordinatorawheeler@elkocountynv.net(775) 748-0359(775) 753-8535571 Idaho Street rm 105ElkoNV89801City of West Hollywood ActiveParatransit 10/1/2013 Present 10/1/2013 5/1/2016 N/A 89079 NonePerri Sloane GoodmanSocial Services & Transportation Program Administratorpgoodman@weho.org(323) 848-6370(323) 848-65658300 Santa Monica BlWest Hollywood CA90069-6216Metropolitan Tulsa Transit Authority ActiveParatransit 11/1/2009 Present 11/1/2013 10/31/2016 N/A 3075229 N/ADebbie RugglesDirector of Paratransit Servicesdruggles@tulsatransit.org(918) 382-4933510 S. Rockford Avenue TulsaOK 74120City of Lynwood ActiveFixed Route 4/1/2007 Present 11/1/2013 10/31/2018 N/A 720902 NoneLorry HempePublic Works Special Projects Managerlhempe@lywood.ca.us(310) 603-0220 ext. 500(310) 603-022011330 Bullis RoadLynwood CA 90262Page 19 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodePlacer County ActiveMultimode 11/1/2013 Present 11/1/2013 10/31/2016 N/A 1120190 noWill GarnerPublic Works Manager for Transitwgarner@placer.ca.gov(530) 745-75823091 County Center Drive, Suite 220 Auburn CA 95603Capital Area Transit System, Baton Rouge LA ActiveManagement 12/9/2013 Present 12/9/2013 12/8/2015 N/A 236896William J. DevilleProject Manager/COOwjdeville@brgov.com(225) 389-8920 ext 3142250 Florida Blvd Baton Rouge LA 70802City of West Covina ActiveMultimode 3/3/2014 Present 12/18/2013 3/2/2019 N/A 990625Scott SmilowitzCommunity Services managerscott.smilowitz@westcovina.org(626) 939-8443(626) 939-86751444 West GarveyWest Covina CA 91790University of Kansas ActiveMultimode 8/1/2007 Present 1/1/2014 12/31/2018 N/A 2626047 noneDanny KaiserAssistant Director of Parking & Transit dkaiser@ku.edu(785) 864-7445(785) 864-52201501 Irving Hill RoadLawrence KS 66045City of Lawrence ActiveMultimode 8/1/2000 Present 1/1/2014 12/31/2018 N/A 3576161 n/aRobert NugentTransit Administratorbnugent@ci.lawrence.ks.us(785) 832-3464(785) 832-3462PO Box 708, 6 East 6th Street Lawrence KS 66044County of Wake ActiveParatransit 7/1/2003Present 1/1/2014 6/30/2016 N/A 1989532 NoneDon WillisTransportation Managerdonwillis@wakegov.com(919) 250-3829220 Swinburne Street PO Box 46833Raleigh NC 27602Jacksonville Transportation Authority ActiveParatransit 1/1/2014 Present 1/1/2014 12/31/2018 N/A 2821110Three subcontractors Lisa DarnallVice President, Transit Operationsldarnall@jtafla.com(904) 630-3129100 North Myrtle Avenue Jacksonville FL 32204City of Ashland ActiveParatransit 1/2/2014 Present 1/2/2014 12/31/2016 N/A 423196 NonePatti SchumakerAssistant to the Mayorschumaker.patti@ashland-ohio.com(419) 289-8622(419) 289-9613Municipal Building 206 Claremont Avenue Ashland OH 44805Regional Transportation Authority in Corpus Christi, Texas ActiveMultimode 1/1/2003 Present 1/6/2014 12/31/2018 N/A 3743708 NoneTerry KlingerPurchase Transportation Managertklinger@ccrta.com(361) 903-3529 ext. 3529n/a5658 Bear LaneCorpus Christi TX 78405McDonald's Corporation ActiveShuttle2/1/2014 Present 1/10/2014 1/9/2016 N/A 176009Susan MillerCAFD, Director, Fleet Program Services(630) 623-6173(630) 214-3270 711 Jorie Blvd Oakbrook Illinois 60523City of Atascadero ActiveParatransit 7/1/2014 Present 2/12/2014 6/30/2017 N/A 132920 NoneDawn PattersonPublic Works Techniciandpatterson@atascadero.org(805) 470-31806500 Palma StreetAtascadero CA 93442Regional Transportation District (RTD Denver) ActiveParatransit 11/2/2002 Present 4/1/2014 3/31/2017 N/A 17063949 NoneLarry Buter Managerlarry.buter@rtd-denver.com(303) 299-2152(303) 299-2992 1600 Blake Street Denver CO 80202Page 20 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeSuburban Bus Division of the Regional Transportation Authority (PACE) Active Paratransit 3/29/2008 Present 4/1/2014 3/31/2019 N/A 32246509 noneSally Ann WilliamsDivision Managersally.williams@pacebus.com(312) 341-8020(312) 341-8050547 W. Jackson Boulevard, 10th Floor Chicago IL 60661City of Milton-Freewater Active Fixed Route 4/1/2014 Present 4/1/2014 3/31/2017 N/A 70996Teresa DutcherHuman Resource Officerteresa.dutcher@milton-freewater-or.gov(541) 938-8243(541) 938-8224City Hall 722 S. Main Street PO Box 6Milton-Freewater OR 97862Alameda County Transportation Commission (Alameda CTC) Active Shuttle 7/1/2011 Present 4/15/2014 6/30/2015 N/A 30571 NoneNaomi ArmentaAlameda CTC Paratransit Coordinatornarmenta@alamedactc.org(510) 208-74691333 Broadway Suites 220 and 300 Oakland CA 94612Access2Care Active NEMT/NET 5/1/2014 Present 5/1/2014 4/30/2015 N/A 403785Edgar Martinezedgar.martinez@evhc.net(855) 584-35306200 South Syracuse Way #200Greenwood Village CO 80111Kings Schools Transportation Authority Active Schoolbus 7/1/2014 Present 5/16/2014 6/30/2017 N/A 1180944William Fishbough Superintendentwfishbough@juhsd.k12.ca.us(559) 583-5901(559) 589-9769823 W. Lacey Blvd. Hanford CA 93230City of Thousand Oaks Active Multimode 1/1/2004 Present 5/27/2014 6/30/2019 N/A 2866689 None Mike HouserTransportation Analystmhouser@toaks.org(805) 376-5063(805) 498-49411993 Rancho Conejo Road Thousand Oaks CA 91320Golden Gate Regional Center ActiveRegional Center 4/15/2002 Present 6/1/2014 6/30/2016 N/A 901208 None Paul GaylerTransportation Coordinator paulg@rdtsi.com(415) 832-5792(415) 832-5795120 Howard Street San Francisco CA94117-1898Department of Veteran Affairs (Illinois) Active Paratransit 6/6/2014 Present 6/4/2014 10/31/2014 N/A 2216523 Tyrone ReedProgram Analyst / Contract Officer's Representativetyrone.reed@va.gov(708) 202-8387 Ext. 215935000 South Cook 5th Avenue Hines IllinoisLowell County Transit Authority ActiveManagement 7/1/2014 Present 6/6/2014 6/30/2017 N/A 101795James Scanian Administrator jhs1251@aol.com(978) 459-0164145 Thorndike St Lowell MA 01852City of Santa Monica ActiveParatransit 4/1/2008 Present 6/24/2014 6/30/2017 N/A 703354Quarterly Charter trips to various special events (Museums, Shopping trips, Sight Seeing, Holiday Lights Festivals, etc)Patrick CampbellTransportation Analystpatrick.campbell@smgov.net(310) 451-5444(310) 451-5444 1717 4th Street Santa Monica CA 90401Page 21 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeCity of Elk Grove Active Multimode 1/2/2005 Present 7/1/2014 6/30/2019 N/A 6058684 none Jean FolettaTransit Systems Managerjfoletta@elkgrovecity.org(916) 687-3030(916) 698-31738401 Laguna Palms Way, Elk Grove CA95624 (division) 957City of Fairfield Active Multimode 11/1/1998 Present 7/1/2014 6/30/2017 N/A 3261743 noneWayne Lewis, P.E.Assistant Public Works Director - Transportationwlewis@ci.fairfield.ca.us(707) 428-7632(707) 426-3298Public Works Department 2000 Cadenasso Drive Fairfield CA 94533City of Foster Active Paratransit 4/16/2001 Present 7/1/2014 6/30/2016 N/A 31208Colleen FaeRecreation Coordinatorcfae@fostercity.org(650) 286-3378650 Shell Blvd Foster City CA 94404City of Hayward ActiveParatransit 2/15/2003 Present 7/1/2014 6/30/2015 N/A 241582 None.David Korth Directorvictoria.williams@hayward-ca.gov(510) 583-4227(510) 583-3650 777 B Street Hayward CA 94541Commission for the Transportation Disadvantaged ActiveNEMT/NET 7/1/2003 Present 7/1/2014 6/30/2015 N/A 3525190 NoneSteven HolmesExecutive Directorsteven.holmes@dot.state.fl.us(850) 410-5700(850) 410-5752605 Suwannee Street, MS 49 Tallahassee FL 32399San Mateo County Health System ActiveParatransit 3/23/2010 Present 7/1/2014 6/30/2015 N/A 60001 NoneMary VozikesContracts Administratormvozikes@co.sanmateo.ca.us(650) 573-2541(650) 573-2841225 37th Avenue, Room 320 San Mateo CA 94403Philadelphia Corporation for Aging ActiveParatransit 6/13/2005 Present 7/1/2014 6/30/2015 N/A 692672 n/aMark MyersTransportation Managermmyers@pcaphil.org(215) 765-9000(215) 765-9066 642 N. Broad St Philadelphia PA 19130Anchorage School District ActiveShuttle8/1/2007 Present 7/1/2014 6/30/2015 N/A 90000 noneDave Mayo-KielyDirector of Children in Transportationmayo-kiely_david@asdk12.org(907) 742-3832(907) 742-38305530 East Northern Lights Anchorage AK 99504City of San Leandro ActiveDeviated Fixed Route 8/1/2003 Present 7/1/2014 6/30/2015 N/A 190380 noneKimberly OvertonParatransit Coordinatorkoverton@sanleandro.org(510) 577-7985(510) 577-3470835 East 14th StreetSan Leandro CA 94577City of Palo AltoActiveShuttle 2/28/2011 Present 7/1/2014 6/30/2017 N/A 136261Kathy BradleyContract Administratorkathy.bradley@cityofpaloalto.org(650) 329-2162250 Hamilton Avenue Palo Alto CA 94301Loyola University ActiveShuttle7/1/2014 Present 7/1/2014 6/30/2019 N/A 228066Nick MemisovskiCampus Transportation Managernmemisovki@luc.edu(773) 508-70361110 W. Sheridan Road |Chicago IL 60626Decatur Public Transit System ActiveManagement 7/1/2014 Present 7/1/2014 6/30/2019 N/A 124911Paul McChancyMass Transit Administratorpmcchancy@decaturil.gov(217) 424-2820555 E. Wood St. Decatur IL 62523City of Lawndale ActiveFixed Route 7/1/2014 Present 7/1/2014 6/30/2017 N/A 412302 noneMike EstesLawndale Community Services Deptmestes@lawndalecity.org(310) 973-327214717 Burin Ave Lawndale CA 90260Page 22 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeWashington County Transportation Authority Active Fixed Route 7/1/2014 Present 7/1/2014 6/30/2016 N/A 805528 Joe Thomas(724) 223-2442Washington City PASacramento County Department of Human Assistance Active Shuttle 12/1/2010 Present 7/1/2014 6/30/2015 N/A 26724 no Paul LakeDirector of Human Assistance(916) 875-3601 Sacramento CA 95821Suburban Bus Division of the Regional Transportation Authority (PACE) Active Paratransit 2/1/2003 Present 8/1/2014 7/31/2019 N/A 10336139 NoneSally Ann WilliamsDivision Managersally.williams@pacebus.com(312) 341-8020(312) 341-8050547 W. Jackson Boulevard, 10th Floor Chicago IL 60661Suburban Bus Division of the Regional Transportation Authority (PACE) Active Fixed Route 8/24/2014 Present 8/1/2014 8/23/2019 N/A 509177 Robert WilsonProject Managerrobert.wilson@pacebus.com(847) 228-2433550 Algonquin Rd.Arlington Heights IL 60005Regional Transportation Commission of Southern Nevada (RTC) Active Fixed Route 8/3/2014 Present 8/3/2014 8/2/2016 N/A 722208M.J. MaynardAssistant General Manager(702) 676-1778600 S. Grand Central Parkway Room 108 Las Vegas NV89106-4512City of Roseville ActiveCall Center 11/1/2013Present 8/20/2014 6/30/2015 N/A 274530Mike WixonAlternative Transportation Managermwixon@roseville.ca.us(916) 774-5480(916) 774-5195 401 Vernon Roseville CA 95678Queens College Auxiliary Enterprises Corporation ActiveShuttle 8/21/2014 Present 8/21/2014 8/20/2015 N/A 278537Sunny VirkDirector of Procurement, Property & Fleet Managementsurinder.virk@qc.cuny.edu(718) 997-5760(718) 997-5771Margaret Kiely Hall Room 257 65-30 Kissena BlvdFlushing NY 11367Logisticare ActiveNEMT/NET 9/1/2014 Present 9/1/2014 8/31/2015 N/A 403785Jose MillianFlorida Director of Network Developmentjosem@logisticare.com(800) 698-8457 Ext. 4378600 NW 36th Street Suite 600 Miami, Florida 33166Los Angeles County ActiveShuttle9/1/2014 Present 9/1/2014 8/31/2015 N/A 338948Eric FongAdminstrative Services Directorerfong@dpw.lacounty.gov(626) 458-4077(626) 458-4194 PO Box 1460 Alhambra CA91802-1460Page 23 of 24 MV Client ListClient NameActive / Reason For LossService TypeService Start DateService End DateContract Start DateContract End DateProject Budget MetAnnual ValueSubcontracted ServicesClient Reference ContactTitle Email Phone Fax Address CityState / ProvinceZip / Postal CodeLos Angeles County Active Shuttle 9/1/2014 Present 9/1/2014 8/31/2015 N/A 429690 Eric FongAdminstrative Services Directorerfong@dpw.lacounty.gov(626) 458-4077(626) 458-4194 PO Box 1460 Alhambra CA91802-1460Los Angeles County Active Shuttle 9/1/2014 Present 9/1/2014 8/31/2015 N/A 338948 Eric FongAdminstrative Services Directorerfong@dpw.lacounty.gov(626) 458-4077(626) 458-4194 PO Box 1460 Alhambra CA91802-1460Loudoun County Active Multimode 9/1/2014 Present 9/1/2014 8/31/2017 N/A 4774276Nancy GourleyContract Administrator 703-737-83841 Harrison Street SE, Third Floor Leesburg VA 20176National Railroad Passenger Corporation dba Amtrak Active Fixed Route 3/15/2005 Present 9/1/2014 8/31/2016 N/A 176952Andrew FeldenManager of Bus Operationsfeldona@amtrak.com(408) 592-0617(408) 271-5125810 North Alameda St. Los Angeles CA 90012New York City Department of Education Active Schoolbus 8/23/2011 Present 9/1/2014 6/30/2019 N/A 1.02E+08 Eric GoldsteinChief Executive, Office of School Support Servicespupiltransportationteam@schools.nyc.gov(718) 707-4300(718) 472-061544-36 Vernon BoulevardLong Island City NY 11101Utah Transit Authority (UTA) Active Paratransit 9/1/2004 Present 9/1/2014 8/31/2016 N/A 2041065 n/a Joyce WallManager of Paratransit Servicesjwall@rideuta.com(801) 287-5373(801) 287-4565 3600 S 700 W Salt Lake City UT 84130Valley Regional Transit Active Fixed Route 9/1/2014 Present 9/1/2014 8/30/2015 N/A 66118 Bruce SackronTransportation Directorbsackron@valleyregionaltransit.org(208) 846-8547 ext. 4226(208) 846-8564700 NE 2nd St, Ste. 100 Meridian ID 83642Abbott Laboratories ActivePrivate Shuttle 1/1/2009 Present 10/1/20149/30/2019 N/A 1178224 None Diane LopezManager, Corporate Fleetdiane.lopez@abbott.com(224) 667-3317100 Abbott Park Road Abbott Park IL 60064City of Gainesville Active Paratransit 10/1/2002 Present 10/20/2014 10/19/2019 N/A 1771393 NoneMildred CrawfordRTS ADA Coordinatorcrawfordma@cityofgainesville.org(352) 334-2450100 SE 10th Ave Gainesville FL 32601Greater Peoria Mass Transit District ActiveParatransit 7/1/2001 Present 12/1/2014 11/30/2019 N/A 3363060 n/aJohn WilliamsSpecial Services Coordinatorjwilliams@ridecitylink.org(309) 679-81392105 N. E. Jefferson Ave. Peoria IL 61603City of Morro BayActiveMultimode 7/1/2001 Present 1/1/2015 12/31/2019 N/A 187242 NoneJaneen BurlingameManagement Analystjburlingame@morro-bay.ca.us(805) 772-6263(805) 772-7329595 Harbor Street Morro Bay CA 93442City of Black Hawk Active Fixed Route 1/1/2008 Present 1/1/2015 12/31/2015 N/A 404839 None Tom IsbesterDirector of Public Workstisbester@cityofblackhawk.org(303) 582-1324(303) 582-2295460 Gregory Street Black Hawk CO 80422Ashtabula County Commissioners Active Multimode 1/1/2004 Present 1/1/2015 12/31/2015 N/A 975835 n/aSusan StonemanACTS Project Managerstones01@odjfs.state.oh.us(440) 994-2033(440) 994-20254332 Main Avenue Ashtabula OH 44004City of Barrie Active Multimode 7/1/2015Present 1/1/2016 6/30/2035 N/A 15685904 Dan BurtonManager of Transitdan.burton@barrie.ca(705) 739-4220PO Box 400 70 Collier St 3rd Flr Barrie ONL4M4T5Page 24 of 24 ATTACHMENT: FDOT ANNUAL SITE VISIT COMPLIANCE LETTER Florida Department of Transportation RICK SCOTT GOVERNOR 2198 Edison Avenue MS 2806 Jacksonville, FL 32204-2730 JIM BOXOLD SECRETARY www.dot.state.fl.us May 13, 2015 Mr. Kelly Gonzalez General Manager MV Transportation, Inc. 3713 SW 42nd Avenue, Suite #3 Gainesville, Florida 32608 Re: MV Transportation, Inc. Annual Site Visit Review - Letter of Compliance Dear Mr. Gonzalez, I’m pleased to notify you that the Department has completed the Annual Site Visit Review, November 2014 and we find your agency to be in compliance with State and Federal requirements. Thank you for addressing the findings from the subject review and subsequently communicating the completion of the corrective actions through May 7, 2015. We appreciate the level of support and cooperation received from the agency’s staff during the Annual Site Visit review and also noted your efforts in addressing the requirements set forth by the Department’s Procedures. We will be scheduling our next Site Visit at a later date, per state requirements. If you have any questions or would like to discuss any concerns in the meantime please contact me at (904) 360-5687 or janell.damato@dot.state.fl.us. We look forward to continuing to work with your agency in your efforts to serve transportation needs of your constituents. Sincerely, Janell Damato Rural/ Urban Transportation Coordinator Florida Department of Transportation Jacksonville Urban Office 2198 Edison Avenue MS 2806 Jacksonville, FL 32204-2730 Phone: (904) 360-5687 Email: janell.damato@dot.state.fl.us cc: Doreen Joyner-Howard (FDOT), Sandra Collins (FDOT), Thee Perry (FDOT), Santanu Roy (HDR, Inc.), Micah Gilliom (HDR, Inc.), Lauren Adams (HDR, Inc.) Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 1 Tab V. Past Record & References Pursuant to answers to questions released by the County, MV is providing one list of contracts held over the past five years. This list can be found following Tab IV, Experience and Capacity of Firm. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 1 Tab VI. Disadvantaged Business Enterprise/Small Business Enterprise MV will abide by all Disadvantaged Business Enterprise (DBE) guidelines. MV recognizes its responsibility in developing other minority owned businesses. MV has made good faith efforts to recruit and include DBE firms to participate in this contract. Documentation of these efforts is included following this tab, along with all completed forms. The following bulleted list represents the efforts made:  Representatives of MV attended the County’s pre-proposal conference, and will attend future information sessions hosted by the County to inform potential contractors of DBE subcontracting opportunities.  MV placed an advertisement soliciting the interest of DBE vendors to participate in this contract. MV enclosed this advertisement with its documentation of good faith efforts. As needed, and as specific subcontracting opportunities arise, MV will place additional advertisements.  MV provided written notices to certified DBE vendors, soliciting their interest in providing services within the scope of this contract. As needed, and as specific subcontracting opportunities arise, MV will place additional written notices.  MV has (and will) documented all communications/negotiations with potential DBE vendors. This information includes the name, address, and telephone number of those DBE businesses contacted, as well as a description of information provided and where applicable, a statement as to why no agreement was reached.  Throughout the contract term, MV will continue to − Negotiate in good faith with all interested DBE vendors. − Assist qualifying businesses in their efforts to obtain DBE certification, bonding, insurance, and/or lines of credit as necessary. − Use local DBE community organizations, disadvantaged contractor groups, local, state, federal DBE offices, and other organization in an attempt to identify additional qualifying DBE vendors. MV will make efforts to ensure that DBE businesses have the maximum practical opportunity to participate in this contract, and will never discriminate on the basis of race, color, national origin, disability or sex in the performance of this contract. MV has engaged the services of DBE vendor Blue Goose, which will provide uniforms for MV’s employees. Their letter of interest has been provided following this tab. ATTACHMENT: DBE FORM AND DOCUMENTATION DBE? Y N CONSTRUCTION ? Y N MBE? Y N CONSULTATION? Y N WBE? Y N OTHER? Y N SDB 8A? Y N Y N DBE M/WBE VETERAN SUBCONTRACTOR OR SUPPLIER NAME TYPE OF WORK OR SPECIALTY ETHNICITY CODE (See Below) SUB/SUPPLIER DOLLAR AMOUNT PERCENT OF CONTRACT DOLLARS TOTALS: NOTE: ETHNICITY CODE Black American BA Hispanic American HA Native American NA Subcont. Asian American SAA Asian-Pacific American APA Non-Minority Women NMW Other: not of any other group listed O DATE CONTRACT DOLLAR AMOUNT C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTER DATE TITLE OF SUBMITTER TELEPHONE NUMBER FAX NUMBER IS THE PRIME A FLORIDA-CERTIFIED DISADVANTAGED, MINORITY OR WOMEN BUSINESS ENTERPRISE? (DBE/MBE/WBE) OR HAVE A SMALL DISADVANTAGED BUSINESS 8A CERTIFICATION FROM THE SMALL BUSINESS ADMINISTRATION? A SERVICE DISABLED VETERAN? ACCEPTED BY: GRANT PROGRAM/CONTRACT This information is used to track and report anticipated DBE or MBE participation in federally-funded contracts. The anticipated DBE or MBE amount is voluntary and will not become part of the contractual terms. This form must be submitted at time of response to a solicitation. If and when awarded a County contract, the prime will be asked to update the information for the grant compliance files. COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be verified. Unverifable statuses will require the PRIME to either proivde a revised statement or provide source documentation that validates a status. B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY, WOMEN-OWNED, SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN, PRIME IS TO COMPLETE THIS NEXT SECTION A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME IS THE ACTIVITY OF THIS CONTRACT… PRIME FEID NUMBER DEPARTMENT NAME COLLIER CONTRACT # (IFB/RFP or PO/REQ) IS THIS SUBMISSION A REVISION?IF YES, REVISION NUMBER__________ EMAIL ADDRESS OF PRIME (SUBMITTER) D. SECTION TO BE COMPLETED BY COLLIER COUNTY TONY CORNEJO President TONYCORNEJO@BLUEGO OSEUNIFORMS.COM RICHARD CRADY VP Sales RICHARD@BLUEGOOSEUN IFORMS.COM LUIS F. CAMPOS PLANT MANAGER JCMINFO@BLUEGOOSEUN IFORMS.COM TO: Edward Griffin MV Transportation 479 Mason St. Suite 221 Vacaville CA 95688 PROJECT: Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program OWNER: Collier County DATE: June 3, 2015 Dear Alda: Our company is very interested to be the supplier of uniforms that would be required by MV Transportation for the performance of services for the contract listed above. We are certified as a DBE in Florida. If you have any questions, please feel free to call me. Sincerely, Tony Cornejo DBE/SBE Communications Log for Collier CountyFirst Name Last NameCompany NameStreetCity ST ZIP Phone NumberFax NumberDate GFL FaxedDate GFL EmailedDate GFL Mailed via USPSTelephone Communications LogCommunications LogFulgencio Lopez Fujis Automotive Inc 2242 Fowler Street Fort Myers FL 33901 239-337-3444239-337-34405/14/2015 5/14/2015 5/15/20155/26/15; Left mess-to return call if interested in participatingLarry Doehne Total Office Products 9452 Philips Highway Suite #7 Jacksonville FL 32256 904-260-0911904-260-75755/14/2015 5/14/2015 5/15/20155/26/15; Left mess-to return call if interested in participatingAmanda Griffin Superior Janitorial Sales LLC P.O. Box 6387 Jacksonville FL 32236 904-647-8092904-908-58275/14/2015 5/14/2015 5/15/20155/26/15; the telephone number has been disconnectedNita PariknMaruti Fleet and Management LLC 1050 Edgewood Avenue South Jacksonville FL 32205 904-387-1477904-387-14935/14/2015 5/14/2015 5/15/20155/26/15; Left mess-to return call if interested in participatingVickie Riley The Finishing Touch 1 LLC 14625 Baltimore Ave 873 Laurel MD 20707 800-991-4392888-314-80625/14/2015 5/14/2015 5/15/20155/26/15; Left mess-to return call if interested in participatingPatrick Washington Hands On LLC 953 Russell Ave Suite C Gaithersburg MD 20879 301-990-9765301-990-97665/14/2015 5/14/2015 5/15/20155/26/15; Left mess-to return call if interested in participatingCheryl Rachpaul Transit Solutions Services Inc 799 Marion Oaks Lane Ocala FL 34473 347-835-8188407-348-53625/14/2015 5/14/2015 5/15/20155/26/15; Was told I had the wrong numberStarlette Owens First Choice Supply Inc 2909 Waycross Drive Monroe NC 28110 704-275-7566704-275-14965/14/2015 5/14/2015 5/15/20155/18/15; rec'd letter of interest & DBE docsHeroldBailey Humphrey Sonota LLC 1436 Cacao Lane Pensacola FL 32507 419-351-3484904-207-78845/14/2015 5/14/2015 5/15/20155/26/15; Left mess-to return call if interested in participatingPamela W Talbot Sun Fuels Inc 18308 Eastwyck Drive Tampa FL 33647 813-973-8124813-699-87085/14/2015 5/14/2015 5/15/20155/26/15; Left mess-to return call if interested in participatingZakee Furqan Threez Company LLC 700 East Union Street Jacksonville FL 32203 904-422-9224904-328-38105/14/2015 5/14/2015 5/15/20155/26/15; Left mess-to return call if interested in participatingJose Luis Fernandez US Lubricants LLC 3636 NW 48th Terrace Miami FL 33142 305-477-7338305-400-07305/14/2015 5/14/2015 5/15/20155/26/15; Left mess-to return call if interested in participatingLori Davis Fast Lane Co 5112 North 22nd Street Tampa FL 33610 813-879-3298813-871-20355/14/2015 5/14/2015 5/15/20155/26/15; Left mess-to return call if interested in participatingConnie Tualla Teams By Design 1001 Park Lane Suisun City CA 94590 707-427-3595707-427-35955/14/2015 5/14/2015 5/15/20155/15/15; rec'd letter of interest & DBE docsRichard Crady JCM & Associates 5443 E Washington Blvd Commerce CA 90040 800-543-3732323-726-86435/14/2015 5/14/2015 5/15/20155/18/15; rec'd letter of interest & DBE docsPage 1 of 1 1 Nicolas Foley From:Naples Daily News <naplesnews@clicknbuy.com> Sent:Wednesday, May 27, 2015 8:09 PM To:Alda Spraggins Subject:Thank you for placing your classified advertisement. Right-click here to download pictures. To help protect your privacy, Outlook prevented automatic download of this picture from the Internet. Ad # 2058573 Thank you for placing your classified advertisement. The following represents the current text of your advertisement: DBE/SBE Subcontractors Requested Collier County Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Bid Submittal Date: June 4, 2015 MV Transportation is seeking proposals from DBE Subcontractors. Submit proposals for the following: Office Supplies, Vehicle Cleaning, Vehicle Maintenance, Painting and Body Works, Consumable Fluids (Oil, Lubricants), Fuel, Tires, Bus Washing Chemicals and Uniforms. The RFP documents are available from our offices or from the Collier County directly. If you require additional advice and assistance in this process, obtaining necessary equipment, supplies, materials or related assistance or services; bonds, lines of credit, or insurance required by the Collier or MV, please feel free to contact me at 707-208-7128. Interested firms please fax a letter of interest (include DBE/SBE certification information) by June 1, 2015. All proposals will be fairly evaluated. Alda Spraggins Business Development MV Transportation, Inc. 479 Mason Street, Suite 221 Vacaville, CA 95688 Phone: (707) 208-7128 Fax: (972) 391-4994 aspraggins@mvtransit.com May 28, 2015 No. 2058573 You also have the exciting option to enhance your online advertisement with extended text, photos and even multimedia! Enhancing your classified advertisement will give you increased exposure to thousands of online shoppers that visit our classified section every day. You can also choose to add shipping and delivery options for the buyer. Enhancing your advertisement is easy; just follow the online AdWizard to add an expanded description, photos and even video/audio of your item. To log in to the New Ad Wizard use your email address and existing password. Go to: http://secure.adpay.com/adwizard_login.aspx?l=29120282 , if this link is inactive, cut and paste it into your browser address window. If you need any assistance with your advertisement, please contact our classifieds department. 239-263-4700 Thank you for using naplesnews.com Online Classifieds. 6/4/2015 Onvia http://platform.onvia.com/apppages/projectdetails.aspx?did=f3f6ccc4-ef5a-4016-a740-037d70297352&mid=00000000-0000-0000-0000-000000000000&ssid=806…1/1 Agency:MV Transportation, Inc.| vCard Location:FL, Suisun City, CA 94534, Fairfield, CA 94534 Level of  Government:Other Submittal/Due Date:6/1/2015 12:00 AM | vCal  Publication Date:5/29/2015 Last Updated:5/29/2015 Onvia Reference #:SUB:75118932  Map  Track Project  Print  Download PDF  Email Subcontracting: Fixed Route and Paratransit Program Description:DBE/SBE Subcontractors Requested Collier County Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Bid Submittal Date: June 4, 2015 MV Transportation is seeking proposals from DBE Subcontractors. Submit proposals for the following: Office Supplies, Vehicle Cleaning, Vehicle Maintenance, Painting and Body Works, Consumable Fluids (Oil, Lubricants), Fuel, Tires, Bus Washing Chemicals and Uniforms. The RFP documents are available from our offices or from the Collier County directly. If you require additional advice and assistance in this process, obtaining necessary equipment, supplies, materials or related assistance or services; bonds, lines of credit, or insurance required by the Collier or MV, please feel free to contact me at 707-208-7128. Interested firms please fax a letter of interest (include DBE/SBE certification information) by June 1, 2015. All proposals will be fairly evaluated. Alda Spraggins Business Development MV Transportation, Inc. 479 Mason Street, Suite 221 Vacaville, CA 95688 Phone: (707) 208-7128 Fax: (972) 391-4994 aspraggins@mvtransit.comONVlA Products  and Services:Primary: Also Contains: Disability transportation services Transit bus services Categories:Vehicles - Vehicle Maintenance / Fleet Operation Lubricants Gasoline and Diesel Fuels Tires Cleaning Products and Dispensers Work Uniforms Office and School Supplies Buyer:Alda Spraggins |VCard Buyer  Job Title:Business Development Assistant Buyer  Address:4620 W America Dr Fairfield, California 94534 Buyer  Email:aspraggins@mvtransit.com Buyer  Phone:(707) 208-7128 Buyer  Fax:(972) 391-4994 Agency:MV Transportation, Inc.|VCard Owner  Address:4620 West America Drive Fairfield, California 94534 FAQ  |  Feedback  |  Contact Us  |  Terms of Use  |  Privacy Policy ©2015 Onvia Inc. All Rights Reserved Project  Information  Project  Contacts Specifications Agency  Contact Projects Logout  | Account  | ContactSearch for projects... My  Guide My Searches   Home Project Center Agency Center Spending Forecast Center Teams Uç Design, Inc. 1001 Park Lane, Suisun City, CA 94585 (707) 427-3595 Fax: (707) 427-3595 Website: www.teamsbydesign.net Email: teamsbydesign3@comcast.net May 15, 2015 Mr. Edward Griffin Vice-President of Business Development MV Transportation, Inc. 479 Mason Street, Suite 221 Vacaville, CA 95688 Project: Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Owner: Collier County Proposals Due: May 28, 2015 Dear Mr. Griffin: With regard to the above request for proposal, Teams By Design will participate in the contract for a specified value by providing uniforms and apparel for transit drivers and employees, should MV Transportation be awarded the contract. A copy of our Disadvantaged Business Enterprise certification with the Florida Department of Transportation is attached. Contact information is as follows: Connie P. Tualla, President Teams By Design, Inc. 1001 Park Lane Suisun City, CA 94585 Phone: 707 427 3595 Sincerely, /s/VÉÇÇ|x cA gâtÄÄt (Connie) Concepcion P. Tualla, President Teams By Design, Inc. Attachment 1 Nicolas Foley From:Microsoft Outlook <MicrosoftExchange329e71ec88ae4615bbc36ab6ce41109e@mvtransit.onmicrosoft.co m> To:JOSEF@-USLUBES.COM Sent:Friday, May 15, 2015 8:20 AM Subject:Undeliverable: Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project Delivery has failed to these recipients or distribution lists: JOSEF@-USLUBES.COM A problem occurred during the delivery of this message. Microsoft Exchange will not try to redeliver this message for you. Please try resending this message later, or provide the following diagnostic text to your system administrator. Diagnostic information for administrators: Generating server: BY2PR0201MB1493.namprd02.prod.outlook.com JOSEF@-USLUBES.COM #< #5.4.4 smtp;554 5.4.4 SMTPSEND.DNS.NonExistentDomain; nonexistent domain> #SMTP# Original message headers: Received: from CY1PR0201CA0009.namprd02.prod.outlook.com (25.163.30.147) by BY2PR0201MB1493.namprd02.prod.outlook.com (25.163.153.154) with Microsoft SMTP Server (TLS) id 15.1.160.19; Fri, 15 May 2015 15:19:33 +0000 Received: from BN1BFFO11FD051.protection.gbl (2a01:111:f400:7c10::1:114) by CY1PR0201CA0009.outlook.office365.com (2a01:111:e400:58b9::19) with Microsoft SMTP Server (TLS) id 15.1.166.22 via Frontend Transport; Fri, 15 May 2015 15:19:33 +0000 Authentication-Results: spf=pass (sender IP is 64.235.51.206) smtp.mailfrom=mvtransit.com; -USLUBES.COM; dkim=none (message not signed) header.d=none; Received-SPF: Pass (protection.outlook.com: domain of mvtransit.com designates 64.235.51.206 as permitted sender) receiver=protection.outlook.com; client-ip=64.235.51.206; helo=vegas.mvtransit.com; Received: from vegas.mvtransit.com (64.235.51.206) by BN1BFFO11FD051.mail.protection.outlook.com (10.58.145.6) with Microsoft SMTP Server (TLS) id 15.1.160.8 via Frontend Transport; Fri, 15 May 2015 15:19:32 +0000 Received: from DC1MAIL.mvtrans.com ([fe80::7cd7:149d:38e1:6d2d]) by DC1CAS01.mvtrans.com ([10.22.1.50]) with mapi; Fri, 15 May 2015 08:19:23 -0700 From: Alda Spraggins <aspraggins@mvtransit.com> To: "JOSEF@-USLUBES.COM" <JOSEF@-USLUBES.COM> 1 Nicolas Foley From:Microsoft Outlook <MicrosoftExchange329e71ec88ae4615bbc36ab6ce41109e@mvtransit.onmicrosoft.co m> To:INFO@BLISFULPAPERPRODUCTS.COM Sent:Friday, May 15, 2015 8:20 AM Subject:Undeliverable: Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project Delivery has failed to these recipients or distribution lists: INFO@BLISFULPAPERPRODUCTS.COM A problem occurred during the delivery of this message. Microsoft Exchange will not try to redeliver this message for you. Please try resending this message later, or provide the following diagnostic text to your system administrator. Diagnostic information for administrators: Generating server: BY2PR0201MB1495.namprd02.prod.outlook.com INFO@BLISFULPAPERPRODUCTS.COM #< #5.4.4 smtp;554 5.4.4 SMTPSEND.DNS.NonExistentDomain; nonexistent domain> #SMTP# Original message headers: Received: from CY1PR0201CA0042.namprd02.prod.outlook.com (25.163.30.180) by BY2PR0201MB1495.namprd02.prod.outlook.com (25.163.153.156) with Microsoft SMTP Server (TLS) id 15.1.166.22; Fri, 15 May 2015 15:19:31 +0000 Received: from BN1BFFO11FD051.protection.gbl (2a01:111:f400:7c10::1:154) by CY1PR0201CA0042.outlook.office365.com (2a01:111:e400:58b9::52) with Microsoft SMTP Server (TLS) id 15.1.160.19 via Frontend Transport; Fri, 15 May 2015 15:19:31 +0000 Authentication-Results: spf=pass (sender IP is 64.235.51.206) smtp.mailfrom=mvtransit.com; BLISFULPAPERPRODUCTS.COM; dkim=none (message not signed) header.d=none; Received-SPF: Pass (protection.outlook.com: domain of mvtransit.com designates 64.235.51.206 as permitted sender) receiver=protection.outlook.com; client-ip=64.235.51.206; helo=vegas.mvtransit.com; Received: from vegas.mvtransit.com (64.235.51.206) by BN1BFFO11FD051.mail.protection.outlook.com (10.58.145.6) with Microsoft SMTP Server (TLS) id 15.1.160.8 via Frontend Transport; Fri, 15 May 2015 15:19:31 +0000 Received: from DC1MAIL.mvtrans.com ([fe80::7cd7:149d:38e1:6d2d]) by DC1CAS01.mvtrans.com ([10.22.1.50]) with mapi; Fri, 15 May 2015 08:19:22 -0700 From: Alda Spraggins <aspraggins@mvtransit.com> To: "INFO@BLISFULPAPERPRODUCTS.COM" <INFO@BLISFULPAPERPRODUCTS.COM> 2 Date: Fri, 15 May 2015 08:19:15 -0700 Subject: Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project Thread-Topic: Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project Thread-Index: AdCPIoE9sdx50LAkTpKWBKv0ZmnUlA== Message-ID: <B0A3C3B6A4F82E4A94E4E1356FC5A8930126103BFE71@DC1MAIL.mvtrans.com> Accept-Language: en-US Content-Language: en-US X-MS-Has-Attach: yes X-MS-TNEF-Correlator: acceptlanguage: en-US Content-Type: multipart/related; boundary="_004_B0A3C3B6A4F82E4A94E4E1356FC5A8930126103BFE71DC1MAILmvtr_"; type="multipart/alternative" MIME-Version: 1.0 Return-Path: aspraggins@mvtransit.com X-EOPAttributedMessage: 0 X-Microsoft-Exchange-Diagnostics: 1;BN1BFFO11FD051;1:WC59c6BVN7jM5YV3ZMvx2uO1P/n1kuW1lc/Kfor42oq2ppuj8foSMw1tIb37M0eXcOQEUpNr3h6I6YAc gSSJi0J5dyT14TjInXu2u8BP3xtqtObkb4iFjb3N5hqYHEa5anlAHc225n0uSAWqESwis9hc2K0BeNUUn1Lfb8jURHyzrzuuOqusR FK09ZoYrS0e/YTkkLgodowmodg4DAmoQlh6kWQSNpq3vWR9pKpUsDt+/nBWDnGben3NReATCFgxAjCmedB02Ekw3Sy31Xz p5Q== X-Forefront-Antispam-Report: CIP:64.235.51.206;CTRY:US;IPV:NLI;EFV:NLI;SFV:NSPM;SFS:(10009020)(6009001)(438002)(30584003)(199003)(52044 002)(189002)(22756005)(55846006)(22746005)(229853001)(2351001)(106466001)(77096005)(102836002)(159754450 07)(19300405004)(104016003)(19627595001)(189998001)(5001960100002)(107886002)(110136002)(19609705001)(50 986999)(54356999)(99936001)(19580405001)(19580395003)(84326002)(66926002)(46102003)(2501003)(86362001)(5 75784001)(67866002)(53416004)(19625215002)(561944003)(87936001)(2656002)(6806004)(33656002)(16236675004) (17760045003)(81156007)(77156002)(62966003)(92566002)(18206015028)(450100001)(512954002)(2930100002)(292 0100001)(2900100001)(7099028)(68036004)(79686002);DIR:OUT;SFP:1101;SCL:1;SRVR:BY2PR0201MB1495;H:vegas.m vtransit.com;FPR:;SPF:Pass;MLV:ovrnspm;A:1;MX:1;PTR:lasvegas-nv-datacenter.com;LANG:en; X-Microsoft-Antispam: UriScan:;BCL:0;PCL:0;RULEID:;SRVR:BY2PR0201MB1495; X-Microsoft-Antispam-PRVS: <BY2PR0201MB1495EA6056C59E767B290FA6CCC70@BY2PR0201MB1495.namprd02.prod.outlook.com> X-Exchange-Antispam-Report-Test: UriScan:; X-Exchange-Antispam-Report-CFA-Test: BCL:0;PCL:0;RULEID:(601004)(5005006)(3002001);SRVR:BY2PR0201MB1495;BCL:0;PCL:0;RULEID:;SRVR:BY2PR0201MB 1495; X-Forefront-PRVS: 0577AD41D6 X-OriginatorOrg: mvtransit.com X-MS-Exchange-CrossTenant-OriginalArrivalTime: 15 May 2015 15:19:31.1703 (UTC) X-MS-Exchange-CrossTenant-Id: a9289a8c-072b-42d4-9ab8-89e2a2d46c34 X-MS-Exchange-CrossTenant-OriginalAttributedTenantConnectingIp: TenantId=a9289a8c-072b-42d4-9ab8- 89e2a2d46c34;Ip=[64.235.51.206];Helo=[vegas.mvtransit.com] X-MS-Exchange-CrossTenant-FromEntityHeader: HybridOnPrem X-MS-Exchange-Transport-CrossTenantHeadersStamped: BY2PR0201MB1495 2 Date: Fri, 15 May 2015 08:19:15 -0700 Subject: Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project Thread-Topic: Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project Thread-Index: AdCPIoFg+DfUtYz2RDCwsy4GJ7pcAg== Message-ID: <B0A3C3B6A4F82E4A94E4E1356FC5A8930126103BFE72@DC1MAIL.mvtrans.com> Accept-Language: en-US Content-Language: en-US X-MS-Has-Attach: yes X-MS-TNEF-Correlator: acceptlanguage: en-US Content-Type: multipart/related; boundary="_004_B0A3C3B6A4F82E4A94E4E1356FC5A8930126103BFE72DC1MAILmvtr_"; type="multipart/alternative" MIME-Version: 1.0 Return-Path: aspraggins@mvtransit.com X-EOPAttributedMessage: 0 X-Microsoft-Exchange-Diagnostics: 1;BN1BFFO11FD051;1:RvYiUYWqY9aJNQhjoB/gl+PVHqNgmteqXPAUZuQ26pTl0ewMKJL4BkY0qkHM3IxKWpcrLKBkV9y4kM ApTjEhpKZZM0ygbbY11XXJv6oCZWsKGd/DFT0AEVHrpk8dmKLof6O/iUAAQXkNkBlCNAV6nlz3lTILh4pUIj+iqUTje7LlKFbll6O p41bru37NmV29SpTaQlMmGMmanIcr0UVcHgyc4DlbANFKEArmPmpjSASo/fk+rA1E/HW08AIR/QBxsyFWUMt0mh1tM9qZp6 eFsYXn+Z2q6/2s9rmXPP111LpC6+xxoUaPUbGduDNDCVB5 X-Forefront-Antispam-Report: CIP:64.235.51.206;CTRY:US;IPV:NLI;EFV:NLI;SFV:NSPM;SFS:(10009020)(6009001)(438002)(30584003)(199003)(52044 002)(189002)(22756005)(55846006)(22746005)(229853001)(2351001)(106466001)(77096005)(102836002)(159754450 07)(19300405004)(104016003)(19627595001)(189998001)(5001960100002)(107886002)(110136002)(19609705001)(50 986999)(54356999)(99936001)(19580405001)(19580395003)(84326002)(66926002)(46102003)(2501003)(86362001)(5 75784001)(67866002)(53416004)(19625215002)(561944003)(87936001)(2656002)(6806004)(33656002)(16236675004) (17760045003)(81156007)(77156002)(62966003)(92566002)(18206015028)(450100001)(512954002)(2930100002)(292 0100001)(2900100001)(7099028)(68036004)(4001450100001)(79686002);DIR:OUT;SFP:1101;SCL:1;SRVR:BY2PR0201M B1493;H:vegas.mvtransit.com;FPR:;SPF:Pass;MLV:ovrnspm;A:1;MX:1;PTR:lasvegas-nv-datacenter.com;LANG:en; X-Microsoft-Antispam: UriScan:;BCL:0;PCL:0;RULEID:;SRVR:BY2PR0201MB1493; X-Microsoft-Antispam-PRVS: <BY2PR0201MB14934FC78E3A07E31AC14424CCC70@BY2PR0201MB1493.namprd02.prod.outlook.com> X-Exchange-Antispam-Report-Test: UriScan:; X-Exchange-Antispam-Report-CFA-Test: BCL:0;PCL:0;RULEID:(601004)(5005006)(3002001);SRVR:BY2PR0201MB1493;BCL:0;PCL:0;RULEID:;SRVR:BY2PR0201MB 1493; X-Forefront-PRVS: 0577AD41D6 X-OriginatorOrg: mvtransit.com X-MS-Exchange-CrossTenant-OriginalArrivalTime: 15 May 2015 15:19:32.4027 (UTC) X-MS-Exchange-CrossTenant-Id: a9289a8c-072b-42d4-9ab8-89e2a2d46c34 X-MS-Exchange-CrossTenant-OriginalAttributedTenantConnectingIp: TenantId=a9289a8c-072b-42d4-9ab8- 89e2a2d46c34;Ip=[64.235.51.206];Helo=[vegas.mvtransit.com] X-MS-Exchange-CrossTenant-FromEntityHeader: HybridOnPrem X-MS-Exchange-Transport-CrossTenantHeadersStamped: BY2PR0201MB1493 1 Nicolas Foley From:Microsoft Outlook <MicrosoftExchange329e71ec88ae4615bbc36ab6ce41109e@mvtransit.onmicrosoft.co m> To:LARRYD@TOTALOPJAX.COM Sent:Friday, May 15, 2015 8:19 AM Subject:Undeliverable: Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project Delivery has failed to these recipients or distribution lists: LARRYD@TOTALOPJAX.COM A problem occurred during the delivery of this message. Microsoft Exchange will not try to redeliver this message for you. Please try resending this message later, or provide the following diagnostic text to your system administrator. Diagnostic information for administrators: Generating server: CY1PR0201MB1449.namprd02.prod.outlook.com LARRYD@TOTALOPJAX.COM #< #5.4.4 smtp;554 5.4.4 SMTPSEND.DNS.NonExistentDomain; nonexistent domain> #SMTP# Original message headers: Received: from CY1PR0201CA0016.namprd02.prod.outlook.com (25.163.30.154) by CY1PR0201MB1449.namprd02.prod.outlook.com (25.163.139.144) with Microsoft SMTP Server (TLS) id 15.1.160.19; Fri, 15 May 2015 15:19:19 +0000 Received: from BN1BFFO11FD051.protection.gbl (2a01:111:f400:7c10::1:111) by CY1PR0201CA0016.outlook.office365.com (2a01:111:e400:58b9::26) with Microsoft SMTP Server (TLS) id 15.1.160.19 via Frontend Transport; Fri, 15 May 2015 15:19:19 +0000 Authentication-Results: spf=pass (sender IP is 64.235.51.206) smtp.mailfrom=mvtransit.com; TOTALOPJAX.COM; dkim=none (message not signed) header.d=none; Received-SPF: Pass (protection.outlook.com: domain of mvtransit.com designates 64.235.51.206 as permitted sender) receiver=protection.outlook.com; client-ip=64.235.51.206; helo=vegas.mvtransit.com; Received: from vegas.mvtransit.com (64.235.51.206) by BN1BFFO11FD051.mail.protection.outlook.com (10.58.145.6) with Microsoft SMTP Server (TLS) id 15.1.160.8 via Frontend Transport; Fri, 15 May 2015 15:19:18 +0000 Received: from DC1MAIL.mvtrans.com ([fe80::7cd7:149d:38e1:6d2d]) by DC1CAS01.mvtrans.com ([10.22.1.50]) with mapi; Fri, 15 May 2015 08:19:15 -0700 From: Alda Spraggins <aspraggins@mvtransit.com> To: "LARRYD@TOTALOPJAX.COM" <LARRYD@TOTALOPJAX.COM> 2 Date: Fri, 15 May 2015 08:19:13 -0700 Subject: Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project Thread-Topic: Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project Thread-Index: AdCPIoAPEnCQUct+QJ2TB4/i+P0zag== Message-ID: <B0A3C3B6A4F82E4A94E4E1356FC5A8930126103BFE67@DC1MAIL.mvtrans.com> Accept-Language: en-US Content-Language: en-US X-MS-Has-Attach: yes X-MS-TNEF-Correlator: acceptlanguage: en-US Content-Type: multipart/related; boundary="_004_B0A3C3B6A4F82E4A94E4E1356FC5A8930126103BFE67DC1MAILmvtr_"; type="multipart/alternative" MIME-Version: 1.0 Return-Path: aspraggins@mvtransit.com X-EOPAttributedMessage: 0 X-Microsoft-Exchange-Diagnostics: 1;BN1BFFO11FD051;1:homzWIN8j3/ivga8T23bcIWUZYwy5mbLCl2DoM8CyNLiGD+SEMJKTuF76YwLvBd1wvTh62hUXxx3A zF6bdR9AqKZ4YwHbUr0bkb0eZ22U0Lm/0WGv4RSRzrY2PLN30mRLEe4tUOc0ZAbMAqn6VoeWzP/psu0kPsQff/C0AvZrdQZR KbHJ3bovua+h/jlFa5xRmoAqA+Ge1UpjGpgwUIyJZ69H6+g4LRQ3F9Ac9G5hC724IfTdhbx6bCMpm7yCOOkswT2B7pw7oAln TpkHCtoMw== X-Forefront-Antispam-Report: CIP:64.235.51.206;CTRY:US;IPV:NLI;EFV:NLI;SFV:NSPM;SFS:(10009020)(6009001)(438002)(30584003)(199003)(52044 002)(189002)(22756005)(55846006)(22746005)(229853001)(2351001)(106466001)(77096005)(102836002)(159754450 07)(19300405004)(104016003)(19627595001)(189998001)(5001960100002)(107886002)(110136002)(19609705001)(50 986999)(54356999)(99936001)(19580405001)(19580395003)(84326002)(66926002)(46102003)(2501003)(86362001)(5 75784001)(67866002)(53416004)(19625215002)(561944003)(87936001)(2656002)(6806004)(33656002)(16236675004) (17760045003)(81156007)(77156002)(62966003)(92566002)(18206015028)(450100001)(512954002)(2930100002)(292 0100001)(2900100001)(7099028)(68036004)(79686002);DIR:OUT;SFP:1101;SCL:1;SRVR:CY1PR0201MB1449;H:vegas.m vtransit.com;FPR:;SPF:Pass;MLV:ovrnspm;A:1;MX:1;PTR:lasvegas-nv-datacenter.com;LANG:en; X-Microsoft-Antispam: UriScan:;BCL:0;PCL:0;RULEID:;SRVR:CY1PR0201MB1449; X-Microsoft-Antispam-PRVS: <CY1PR0201MB1449153466CE6DB847DEF2FDCCC70@CY1PR0201MB1449.namprd02.prod.outlook.com> X-Exchange-Antispam-Report-Test: UriScan:; X-Exchange-Antispam-Report-CFA-Test: BCL:0;PCL:0;RULEID:(601004)(5005006)(3002001);SRVR:CY1PR0201MB1449;BCL:0;PCL:0;RULEID:;SRVR:CY1PR0201MB 1449; X-Forefront-PRVS: 0577AD41D6 X-OriginatorOrg: mvtransit.com X-MS-Exchange-CrossTenant-OriginalArrivalTime: 15 May 2015 15:19:18.6125 (UTC) X-MS-Exchange-CrossTenant-Id: a9289a8c-072b-42d4-9ab8-89e2a2d46c34 X-MS-Exchange-CrossTenant-OriginalAttributedTenantConnectingIp: TenantId=a9289a8c-072b-42d4-9ab8- 89e2a2d46c34;Ip=[64.235.51.206];Helo=[vegas.mvtransit.com] X-MS-Exchange-CrossTenant-FromEntityHeader: HybridOnPrem X-MS-Exchange-Transport-CrossTenantHeadersStamped: CY1PR0201MB1449 1 Nicolas Foley From:Alda Spraggins Sent:Friday, May 15, 2015 8:20 AM To:richard@bluegooseuniforms.com Subject:Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project May 15, 2015 Richard Crady JCM & Associates 5443 E Washington Blvd Commerce, CA 90040 Via U.S. Mail & Facsimile: 323-726-8643 Project Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Owner: Collier County Proposals Due: May 28, 2015 Dear Business Owner: MV Transportation, Inc. is proposing on the above referenced projects as a prime consultant and would appreciate price proposals and/or quotes from DBE/SBE firms who are currently certified with the Florida Unified Certification Program (FUCP) for the following services: Office Supplies, Vehicle Cleaning, Vehicle Maintenance, Painting and Body Works, Consumable Fluids (Oil, Lubricants), Fuel, Tires, Bus Washing Chemicals and Uniforms. This project includes a fleet of more than 53 buses that will operate transit services in the Collier Area Transit service area. The RFP documents are available from our offices or from Collier County directly. PLEASE NOTE: YOU MUST BE CERTIFIED WITH THE FUCP TO BE AN ELIGIBLE DBE/SBE VENDOR FOR THIS CONTRACT. Should you need any assistance in determining your DBE/SBE status or obtaining DBE/SBE Certification, please immediately contact Collier County. If you require additional advice and assistance in this process, obtaining bonds, lines for credit, or insurance required by Collier County or MV, please feel free to contact Alda Spraggins at 707-208-7128. MV Transportation is an Equal Opportunity Employer, and as a matter of policy, encourages the participation of Disadvantaged Business Enterprises. If you are interested in participating in this project, please submit a letter of interest, price proposal, and copy of your DBE Certificate and a brief company bio to 972-391-4994 (fax) or aspraggins@mvtransit.com (e-mail), by May 21, 2015. Sincerely, Edward Griffin VP Business Development 1 Nicolas Foley From:Alda Spraggins Sent:Friday, May 15, 2015 8:20 AM To:teamsbydesign3@comcast.net Subject:Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project May 15, 2015 Connie Tualla Teams By Design 1001 Park Lane Suisun City, CA 94590 Via U.S. Mail & Facsimile: 707-427-3595 Project Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Owner: Collier County Proposals Due: May 28, 2015 Dear Business Owner: MV Transportation, Inc. is proposing on the above referenced projects as a prime consultant and would appreciate price proposals and/or quotes from DBE/SBE firms who are currently certified with the Florida Unified Certification Program (FUCP) for the following services: Office Supplies, Vehicle Cleaning, Vehicle Maintenance, Painting and Body Works, Consumable Fluids (Oil, Lubricants), Fuel, Tires, Bus Washing Chemicals and Uniforms. This project includes a fleet of more than 53 buses that will operate transit services in the Collier Area Transit service area. The RFP documents are available from our offices or from Collier County directly. PLEASE NOTE: YOU MUST BE CERTIFIED WITH THE FUCP TO BE AN ELIGIBLE DBE/SBE VENDOR FOR THIS CONTRACT. Should you need any assistance in determining your DBE/SBE status or obtaining DBE/SBE Certification, please immediately contact Collier County. If you require additional advice and assistance in this process, obtaining bonds, lines for credit, or insurance required by Collier County or MV, please feel free to contact Alda Spraggins at 707-208-7128. MV Transportation is an Equal Opportunity Employer, and as a matter of policy, encourages the participation of Disadvantaged Business Enterprises. If you are interested in participating in this project, please submit a letter of interest, price proposal, and copy of your DBE Certificate and a brief company bio to 972-391-4994 (fax) or aspraggins@mvtransit.com (e-mail), by May 21, 2015. Sincerely, Edward Griffin VP Business Development 1 Nicolas Foley From:Alda Spraggins Sent:Friday, May 15, 2015 8:19 AM To:LORI@FASTLANECLOTHING.NET Subject:Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project May 15, 2015 Lori Davis Fast Lane Co 5112 North 22nd Street Tampa, FL 33610 Via U.S. Mail & Facsimile: 813-871-2035 Project Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Owner: Collier County Proposals Due: May 28, 2015 Dear Business Owner: MV Transportation, Inc. is proposing on the above referenced projects as a prime consultant and would appreciate price proposals and/or quotes from DBE/SBE firms who are currently certified with the Florida Unified Certification Program (FUCP) for the following services: Office Supplies, Vehicle Cleaning, Vehicle Maintenance, Painting and Body Works, Consumable Fluids (Oil, Lubricants), Fuel, Tires, Bus Washing Chemicals and Uniforms. This project includes a fleet of more than 53 buses that will operate transit services in the Collier Area Transit service area. The RFP documents are available from our offices or from Collier County directly. PLEASE NOTE: YOU MUST BE CERTIFIED WITH THE FUCP TO BE AN ELIGIBLE DBE/SBE VENDOR FOR THIS CONTRACT. Should you need any assistance in determining your DBE/SBE status or obtaining DBE/SBE Certification, please immediately contact Collier County. If you require additional advice and assistance in this process, obtaining bonds, lines for credit, or insurance required by Collier County or MV, please feel free to contact Alda Spraggins at 707-208-7128. MV Transportation is an Equal Opportunity Employer, and as a matter of policy, encourages the participation of Disadvantaged Business Enterprises. If you are interested in participating in this project, please submit a letter of interest, price proposal, and copy of your DBE Certificate and a brief company bio to 972-391-4994 (fax) or aspraggins@mvtransit.com (e-mail), by May 21, 2015. Sincerely, Edward Griffin VP Business Development 1 Nicolas Foley From:Alda Spraggins Sent:Friday, May 15, 2015 8:19 AM To:JOSEF@-USLUBES.COM Subject:Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project May 15, 2015 Jose Luis Fernandez US Lubricants LLC 3636 NW 48th Terrace Miami, FL 33142 Via U.S. Mail & Facsimile: 305-400-0730 Project Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Owner: Collier County Proposals Due: May 28, 2015 Dear Business Owner: MV Transportation, Inc. is proposing on the above referenced projects as a prime consultant and would appreciate price proposals and/or quotes from DBE/SBE firms who are currently certified with the Florida Unified Certification Program (FUCP) for the following services: Office Supplies, Vehicle Cleaning, Vehicle Maintenance, Painting and Body Works, Consumable Fluids (Oil, Lubricants), Fuel, Tires, Bus Washing Chemicals and Uniforms. This project includes a fleet of more than 53 buses that will operate transit services in the Collier Area Transit service area. The RFP documents are available from our offices or from Collier County directly. PLEASE NOTE: YOU MUST BE CERTIFIED WITH THE FUCP TO BE AN ELIGIBLE DBE/SBE VENDOR FOR THIS CONTRACT. Should you need any assistance in determining your DBE/SBE status or obtaining DBE/SBE Certification, please immediately contact Collier County. If you require additional advice and assistance in this process, obtaining bonds, lines for credit, or insurance required by Collier County or MV, please feel free to contact Alda Spraggins at 707-208-7128. MV Transportation is an Equal Opportunity Employer, and as a matter of policy, encourages the participation of Disadvantaged Business Enterprises. If you are interested in participating in this project, please submit a letter of interest, price proposal, and copy of your DBE Certificate and a brief company bio to 972-391-4994 (fax) or aspraggins@mvtransit.com (e-mail), by May 21, 2015. Sincerely, Edward Griffin VP Business Development 1 Nicolas Foley From:Alda Spraggins Sent:Friday, May 15, 2015 8:19 AM To:PAM.TALBOT@SUNFUELS.NET Subject:Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project May 15, 2015 Pamela W Talbot Sun Fuels Inc 18308 Eastwyck Drive Tampa, FL 33647 Via U.S. Mail & Facsimile: 813-699-8708 Project Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Owner: Collier County Proposals Due: May 28, 2015 Dear Business Owner: MV Transportation, Inc. is proposing on the above referenced projects as a prime consultant and would appreciate price proposals and/or quotes from DBE/SBE firms who are currently certified with the Florida Unified Certification Program (FUCP) for the following services: Office Supplies, Vehicle Cleaning, Vehicle Maintenance, Painting and Body Works, Consumable Fluids (Oil, Lubricants), Fuel, Tires, Bus Washing Chemicals and Uniforms. This project includes a fleet of more than 53 buses that will operate transit services in the Collier Area Transit service area. The RFP documents are available from our offices or from Collier County directly. PLEASE NOTE: YOU MUST BE CERTIFIED WITH THE FUCP TO BE AN ELIGIBLE DBE/SBE VENDOR FOR THIS CONTRACT. Should you need any assistance in determining your DBE/SBE status or obtaining DBE/SBE Certification, please immediately contact Collier County. If you require additional advice and assistance in this process, obtaining bonds, lines for credit, or insurance required by Collier County or MV, please feel free to contact Alda Spraggins at 707-208-7128. MV Transportation is an Equal Opportunity Employer, and as a matter of policy, encourages the participation of Disadvantaged Business Enterprises. If you are interested in participating in this project, please submit a letter of interest, price proposal, and copy of your DBE Certificate and a brief company bio to 972-391-4994 (fax) or aspraggins@mvtransit.com (e-mail), by May 21, 2015. Sincerely, Edward Griffin VP Business Development 1 Nicolas Foley From:Alda Spraggins Sent:Friday, May 15, 2015 8:19 AM To:STARO@FCS-I.COM Subject:Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project May 15, 2015 Starlette Owens First Choice Supply Inc 2909 Waycross Drive Monroe, NC 28110 Via U.S. Mail & Facsimile: 704-275-1496 Project Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Owner: Collier County Proposals Due: May 28, 2015 Dear Business Owner: MV Transportation, Inc. is proposing on the above referenced projects as a prime consultant and would appreciate price proposals and/or quotes from DBE/SBE firms who are currently certified with the Florida Unified Certification Program (FUCP) for the following services: Office Supplies, Vehicle Cleaning, Vehicle Maintenance, Painting and Body Works, Consumable Fluids (Oil, Lubricants), Fuel, Tires, Bus Washing Chemicals and Uniforms. This project includes a fleet of more than 53 buses that will operate transit services in the Collier Area Transit service area. The RFP documents are available from our offices or from Collier County directly. PLEASE NOTE: YOU MUST BE CERTIFIED WITH THE FUCP TO BE AN ELIGIBLE DBE/SBE VENDOR FOR THIS CONTRACT. Should you need any assistance in determining your DBE/SBE status or obtaining DBE/SBE Certification, please immediately contact Collier County. If you require additional advice and assistance in this process, obtaining bonds, lines for credit, or insurance required by Collier County or MV, please feel free to contact Alda Spraggins at 707-208-7128. MV Transportation is an Equal Opportunity Employer, and as a matter of policy, encourages the participation of Disadvantaged Business Enterprises. If you are interested in participating in this project, please submit a letter of interest, price proposal, and copy of your DBE Certificate and a brief company bio to 972-391-4994 (fax) or aspraggins@mvtransit.com (e-mail), by May 21, 2015. Sincerely, Edward Griffin VP Business Development 1 Nicolas Foley From:Alda Spraggins Sent:Friday, May 15, 2015 8:19 AM To:INFO@BLISFULPAPERPRODUCTS.COM Subject:Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project May 15, 2015 Zakee Furqan Threez Company LLC 700 East Union Street Jacksonville, FL 32203 Via U.S. Mail & Facsimile: 904-328-3810 Project Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Owner: Collier County Proposals Due: May 28, 2015 Dear Business Owner: MV Transportation, Inc. is proposing on the above referenced projects as a prime consultant and would appreciate price proposals and/or quotes from DBE/SBE firms who are currently certified with the Florida Unified Certification Program (FUCP) for the following services: Office Supplies, Vehicle Cleaning, Vehicle Maintenance, Painting and Body Works, Consumable Fluids (Oil, Lubricants), Fuel, Tires, Bus Washing Chemicals and Uniforms. This project includes a fleet of more than 53 buses that will operate transit services in the Collier Area Transit service area. The RFP documents are available from our offices or from Collier County directly. PLEASE NOTE: YOU MUST BE CERTIFIED WITH THE FUCP TO BE AN ELIGIBLE DBE/SBE VENDOR FOR THIS CONTRACT. Should you need any assistance in determining your DBE/SBE status or obtaining DBE/SBE Certification, please immediately contact Collier County. If you require additional advice and assistance in this process, obtaining bonds, lines for credit, or insurance required by Collier County or MV, please feel free to contact Alda Spraggins at 707-208-7128. MV Transportation is an Equal Opportunity Employer, and as a matter of policy, encourages the participation of Disadvantaged Business Enterprises. If you are interested in participating in this project, please submit a letter of interest, price proposal, and copy of your DBE Certificate and a brief company bio to 972-391-4994 (fax) or aspraggins@mvtransit.com (e-mail), by May 21, 2015. Sincerely, Edward Griffin VP Business Development 1 Nicolas Foley From:Alda Spraggins Sent:Friday, May 15, 2015 8:19 AM To:HEROLDHUMPHREY@GMAIL.COM Subject:Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project May 15, 2015 Herold Bailey Humphrey Sonota LLC 1436 Cacao Lane Pensacola, FL 32507 Via U.S. Mail & Facsimile: 904-207-7884 Project Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Owner: Collier County Proposals Due: May 28, 2015 Dear Business Owner: MV Transportation, Inc. is proposing on the above referenced projects as a prime consultant and would appreciate price proposals and/or quotes from DBE/SBE firms who are currently certified with the Florida Unified Certification Program (FUCP) for the following services: Office Supplies, Vehicle Cleaning, Vehicle Maintenance, Painting and Body Works, Consumable Fluids (Oil, Lubricants), Fuel, Tires, Bus Washing Chemicals and Uniforms. This project includes a fleet of more than 53 buses that will operate transit services in the Collier Area Transit service area. The RFP documents are available from our offices or from Collier County directly. PLEASE NOTE: YOU MUST BE CERTIFIED WITH THE FUCP TO BE AN ELIGIBLE DBE/SBE VENDOR FOR THIS CONTRACT. Should you need any assistance in determining your DBE/SBE status or obtaining DBE/SBE Certification, please immediately contact Collier County. If you require additional advice and assistance in this process, obtaining bonds, lines for credit, or insurance required by Collier County or MV, please feel free to contact Alda Spraggins at 707-208-7128. MV Transportation is an Equal Opportunity Employer, and as a matter of policy, encourages the participation of Disadvantaged Business Enterprises. If you are interested in participating in this project, please submit a letter of interest, price proposal, and copy of your DBE Certificate and a brief company bio to 972-391-4994 (fax) or aspraggins@mvtransit.com (e-mail), by May 21, 2015. Sincerely, Edward Griffin VP Business Development 1 Nicolas Foley From:Alda Spraggins Sent:Friday, May 15, 2015 8:19 AM To:CHERYLRACH@AOL.COM Subject:Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project May 15, 2015 Cheryl Rachpaul Transit Solutions Services Inc 799 Marion Oaks Lane Ocala, FL 34473 Via U.S. Mail & Facsimile: 407-348-5362 Project Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Owner: Collier County Proposals Due: May 28, 2015 Dear Business Owner: MV Transportation, Inc. is proposing on the above referenced projects as a prime consultant and would appreciate price proposals and/or quotes from DBE/SBE firms who are currently certified with the Florida Unified Certification Program (FUCP) for the following services: Office Supplies, Vehicle Cleaning, Vehicle Maintenance, Painting and Body Works, Consumable Fluids (Oil, Lubricants), Fuel, Tires, Bus Washing Chemicals and Uniforms. This project includes a fleet of more than 53 buses that will operate transit services in the Collier Area Transit service area. The RFP documents are available from our offices or from Collier County directly. PLEASE NOTE: YOU MUST BE CERTIFIED WITH THE FUCP TO BE AN ELIGIBLE DBE/SBE VENDOR FOR THIS CONTRACT. Should you need any assistance in determining your DBE/SBE status or obtaining DBE/SBE Certification, please immediately contact Collier County. If you require additional advice and assistance in this process, obtaining bonds, lines for credit, or insurance required by Collier County or MV, please feel free to contact Alda Spraggins at 707-208-7128. MV Transportation is an Equal Opportunity Employer, and as a matter of policy, encourages the participation of Disadvantaged Business Enterprises. If you are interested in participating in this project, please submit a letter of interest, price proposal, and copy of your DBE Certificate and a brief company bio to 972-391-4994 (fax) or aspraggins@mvtransit.com (e-mail), by May 21, 2015. Sincerely, Edward Griffin VP Business Development 1 Nicolas Foley From:Alda Spraggins Sent:Friday, May 15, 2015 8:19 AM To:PATRICK.HANDSON@YAHOO.COM Subject:Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project May 15, 2015 Patrick Washington Hands On LLC 953 Russell Ave Suite C Gaithersburg, MD 20879 Via U.S. Mail & Facsimile: 301-990-9766 Project Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Owner: Collier County Proposals Due: May 28, 2015 Dear Business Owner: MV Transportation, Inc. is proposing on the above referenced projects as a prime consultant and would appreciate price proposals and/or quotes from DBE/SBE firms who are currently certified with the Florida Unified Certification Program (FUCP) for the following services: Office Supplies, Vehicle Cleaning, Vehicle Maintenance, Painting and Body Works, Consumable Fluids (Oil, Lubricants), Fuel, Tires, Bus Washing Chemicals and Uniforms. This project includes a fleet of more than 53 buses that will operate transit services in the Collier Area Transit service area. The RFP documents are available from our offices or from Collier County directly. PLEASE NOTE: YOU MUST BE CERTIFIED WITH THE FUCP TO BE AN ELIGIBLE DBE/SBE VENDOR FOR THIS CONTRACT. Should you need any assistance in determining your DBE/SBE status or obtaining DBE/SBE Certification, please immediately contact Collier County. If you require additional advice and assistance in this process, obtaining bonds, lines for credit, or insurance required by Collier County or MV, please feel free to contact Alda Spraggins at 707-208-7128. MV Transportation is an Equal Opportunity Employer, and as a matter of policy, encourages the participation of Disadvantaged Business Enterprises. If you are interested in participating in this project, please submit a letter of interest, price proposal, and copy of your DBE Certificate and a brief company bio to 972-391-4994 (fax) or aspraggins@mvtransit.com (e-mail), by May 21, 2015. Sincerely, Edward Griffin VP Business Development 1 Nicolas Foley From:Alda Spraggins Sent:Friday, May 15, 2015 8:19 AM To:GLORIA.MARTIN@MARUTITRANSIT.COM Subject:Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project May 15, 2015 Nita Parikn Maruti Fleet and Management LLC 1050 Edgewood Avenue South Jacksonville, FL 32205 Via U.S. Mail & Facsimile: 904-387-1493 Project Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Owner: Collier County Proposals Due: May 28, 2015 Dear Business Owner: MV Transportation, Inc. is proposing on the above referenced projects as a prime consultant and would appreciate price proposals and/or quotes from DBE/SBE firms who are currently certified with the Florida Unified Certification Program (FUCP) for the following services: Office Supplies, Vehicle Cleaning, Vehicle Maintenance, Painting and Body Works, Consumable Fluids (Oil, Lubricants), Fuel, Tires, Bus Washing Chemicals and Uniforms. This project includes a fleet of more than 53 buses that will operate transit services in the Collier Area Transit service area. The RFP documents are available from our offices or from Collier County directly. PLEASE NOTE: YOU MUST BE CERTIFIED WITH THE FUCP TO BE AN ELIGIBLE DBE/SBE VENDOR FOR THIS CONTRACT. Should you need any assistance in determining your DBE/SBE status or obtaining DBE/SBE Certification, please immediately contact Collier County. If you require additional advice and assistance in this process, obtaining bonds, lines for credit, or insurance required by Collier County or MV, please feel free to contact Alda Spraggins at 707-208-7128. MV Transportation is an Equal Opportunity Employer, and as a matter of policy, encourages the participation of Disadvantaged Business Enterprises. If you are interested in participating in this project, please submit a letter of interest, price proposal, and copy of your DBE Certificate and a brief company bio to 972-391-4994 (fax) or aspraggins@mvtransit.com (e-mail), by May 21, 2015. Sincerely, Edward Griffin VP Business Development 1 Nicolas Foley From:Alda Spraggins Sent:Friday, May 15, 2015 8:19 AM To:LARRYD@TOTALOPJAX.COM Subject:Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project May 15, 2015 Larry Doehne Total Office Products 9452 Philips Highway Suite #7 Jacksonville, FL 32256 Via U.S. Mail & Facsimile: 904-260-7575 Project Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Owner: Collier County Proposals Due: May 28, 2015 Dear Business Owner: MV Transportation, Inc. is proposing on the above referenced projects as a prime consultant and would appreciate price proposals and/or quotes from DBE/SBE firms who are currently certified with the Florida Unified Certification Program (FUCP) for the following services: Office Supplies, Vehicle Cleaning, Vehicle Maintenance, Painting and Body Works, Consumable Fluids (Oil, Lubricants), Fuel, Tires, Bus Washing Chemicals and Uniforms. This project includes a fleet of more than 53 buses that will operate transit services in the Collier Area Transit service area. The RFP documents are available from our offices or from Collier County directly. PLEASE NOTE: YOU MUST BE CERTIFIED WITH THE FUCP TO BE AN ELIGIBLE DBE/SBE VENDOR FOR THIS CONTRACT. Should you need any assistance in determining your DBE/SBE status or obtaining DBE/SBE Certification, please immediately contact Collier County. If you require additional advice and assistance in this process, obtaining bonds, lines for credit, or insurance required by Collier County or MV, please feel free to contact Alda Spraggins at 707-208-7128. MV Transportation is an Equal Opportunity Employer, and as a matter of policy, encourages the participation of Disadvantaged Business Enterprises. If you are interested in participating in this project, please submit a letter of interest, price proposal, and copy of your DBE Certificate and a brief company bio to 972-391-4994 (fax) or aspraggins@mvtransit.com (e-mail), by May 21, 2015. Sincerely, Edward Griffin VP Business Development 1 Nicolas Foley From:Alda Spraggins Sent:Friday, May 15, 2015 8:19 AM To:FNSHNG1TCH@AOL.COM Subject:Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project May 15, 2015 Vickie Riley The Finishing Touch 1 LLC 14625 Baltimore Ave 873 Laurel, MD 20707 Via U.S. Mail & Facsimile: 888-314-8062 Project Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Owner: Collier County Proposals Due: May 28, 2015 Dear Business Owner: MV Transportation, Inc. is proposing on the above referenced projects as a prime consultant and would appreciate price proposals and/or quotes from DBE/SBE firms who are currently certified with the Florida Unified Certification Program (FUCP) for the following services: Office Supplies, Vehicle Cleaning, Vehicle Maintenance, Painting and Body Works, Consumable Fluids (Oil, Lubricants), Fuel, Tires, Bus Washing Chemicals and Uniforms. This project includes a fleet of more than 53 buses that will operate transit services in the Collier Area Transit service area. The RFP documents are available from our offices or from Collier County directly. PLEASE NOTE: YOU MUST BE CERTIFIED WITH THE FUCP TO BE AN ELIGIBLE DBE/SBE VENDOR FOR THIS CONTRACT. Should you need any assistance in determining your DBE/SBE status or obtaining DBE/SBE Certification, please immediately contact Collier County. If you require additional advice and assistance in this process, obtaining bonds, lines for credit, or insurance required by Collier County or MV, please feel free to contact Alda Spraggins at 707-208-7128. MV Transportation is an Equal Opportunity Employer, and as a matter of policy, encourages the participation of Disadvantaged Business Enterprises. If you are interested in participating in this project, please submit a letter of interest, price proposal, and copy of your DBE Certificate and a brief company bio to 972-391-4994 (fax) or aspraggins@mvtransit.com (e-mail), by May 21, 2015. Sincerely, Edward Griffin VP Business Development 1 Nicolas Foley From:Alda Spraggins Sent:Friday, May 15, 2015 8:19 AM To:SJSUPPLIES@GMAIL.COM Subject:Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project May 15, 2015 Amanda Griffin Superior Janitorial Sales LLC P.O. Box 6387 Jacksonville, FL 32236 Via U.S. Mail & Facsimile: 904-908-5827 Project Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Owner: Collier County Proposals Due: May 28, 2015 Dear Business Owner: MV Transportation, Inc. is proposing on the above referenced projects as a prime consultant and would appreciate price proposals and/or quotes from DBE/SBE firms who are currently certified with the Florida Unified Certification Program (FUCP) for the following services: Office Supplies, Vehicle Cleaning, Vehicle Maintenance, Painting and Body Works, Consumable Fluids (Oil, Lubricants), Fuel, Tires, Bus Washing Chemicals and Uniforms. This project includes a fleet of more than 53 buses that will operate transit services in the Collier Area Transit service area. The RFP documents are available from our offices or from Collier County directly. PLEASE NOTE: YOU MUST BE CERTIFIED WITH THE FUCP TO BE AN ELIGIBLE DBE/SBE VENDOR FOR THIS CONTRACT. Should you need any assistance in determining your DBE/SBE status or obtaining DBE/SBE Certification, please immediately contact Collier County. If you require additional advice and assistance in this process, obtaining bonds, lines for credit, or insurance required by Collier County or MV, please feel free to contact Alda Spraggins at 707-208-7128. MV Transportation is an Equal Opportunity Employer, and as a matter of policy, encourages the participation of Disadvantaged Business Enterprises. If you are interested in participating in this project, please submit a letter of interest, price proposal, and copy of your DBE Certificate and a brief company bio to 972-391-4994 (fax) or aspraggins@mvtransit.com (e-mail), by May 21, 2015. Sincerely, Edward Griffin VP Business Development 1 Nicolas Foley From:Alda Spraggins Sent:Friday, May 15, 2015 8:19 AM To:FUJISAUTOMOTIVEINC@COMCAST.NET Subject:Solicitation: DBE/SBE Vendors-Subcontractors for Collier Area Transportation Project May 15, 2015 Fulgencio Lopez Fujis Automotive Inc 2242 Fowler Street Fort Myers, FL 33901 Via U.S. Mail & Facsimile: 239-337-3440 Project Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Owner: Collier County Proposals Due: May 28, 2015 Dear Business Owner: MV Transportation, Inc. is proposing on the above referenced projects as a prime consultant and would appreciate price proposals and/or quotes from DBE/SBE firms who are currently certified with the Florida Unified Certification Program (FUCP) for the following services: Office Supplies, Vehicle Cleaning, Vehicle Maintenance, Painting and Body Works, Consumable Fluids (Oil, Lubricants), Fuel, Tires, Bus Washing Chemicals and Uniforms. This project includes a fleet of more than 53 buses that will operate transit services in the Collier Area Transit service area. The RFP documents are available from our offices or from Collier County directly. PLEASE NOTE: YOU MUST BE CERTIFIED WITH THE FUCP TO BE AN ELIGIBLE DBE/SBE VENDOR FOR THIS CONTRACT. Should you need any assistance in determining your DBE/SBE status or obtaining DBE/SBE Certification, please immediately contact Collier County. If you require additional advice and assistance in this process, obtaining bonds, lines for credit, or insurance required by Collier County or MV, please feel free to contact Alda Spraggins at 707-208-7128. MV Transportation is an Equal Opportunity Employer, and as a matter of policy, encourages the participation of Disadvantaged Business Enterprises. If you are interested in participating in this project, please submit a letter of interest, price proposal, and copy of your DBE Certificate and a brief company bio to 972-391-4994 (fax) or aspraggins@mvtransit.com (e-mail), by May 21, 2015. Sincerely, Edward Griffin VP Business Development Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 1 Tab VII. Acceptance of Conditions MV does not take any exceptions to the general terms, conditions, or insurance requirements set forth in the RFP. Proposal to Collier County for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services 1 Tab VIII. Required Form Submittals MV has provided all required form submittals following this tab. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. X X X X X X 05/14/2015 7CB48M7S McGriff, Seibels & Williams of Oregon 1800 SW First Avenue, Suite 400 Portland, OR 97201 MV Transportation, Inc. and subsidiaries 2024 College Street Elk Horn, IA 51531 ACE American Insurance Company Indemnity Insurance Company of North America ACE Fire Underwriters Insurance Company 22667 43575 20702 A A A B C HDO G27391461 XSA H08852996 WLR C48146302 (AOS) WLR C48146314 (AZ, MA) WCU C48146338 (CA, OH, WA) SCF C48146326 (WI) Excess of SIR 02/01/2015 02/01/2016 02/01/2015 02/01/2016 02/01/2015 02/01/2016 Collier County Board of County Commissioners 2,000,000 100,000 2,000,000 2,000,000 2,000,000 1,000,000 1,000,000 1,000,000 1,000,000 Re: Evidence of Insurance for RFP 15-6424; Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program $ 503-943-6621 503-943-6622 Page 1 of 2 CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE OTHER: LOCJECT PRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$ DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY)LIMITS PER STATUTE OTH- ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ $ INSD ADDL WVD SUBR N / A $ (Ea accident) (Per accident) The ACORD name and logo are registered marks of ACORD COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE (A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACT NAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE $ $ $ $ $ 05/14/2015 McGriff, Seibels & Williams of Oregon MV Transportation, Inc. and subsidiaries CRIME Insurance Company: Federal Insurance Company Policy #: 6804-6576 Policy Period: 03/31/2015 - 05/30/2016 Limit (Per Claim): Employee Theft - $1,000,000 7CB48M7S Page 2 of 2 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE AGENCY CUSTOMER ID: LOC #: PRODUCER CARRIER NAIC CODE POLICY NUMBER INSURED ISSUE DATE: CERTIFICATE NUMBER: GRANT FUNDED REQUEST FOR PROPOSAL FTA/FDOT TRIP Project #s: 41013918401 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS RFP 15-6424 Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Brenda Brilhart, Procurement Strategist brendabrihart@colliergov.net, Email Address (239) 252 - 8446, Telephone Number (239) 252 - 6697, FAX Number This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. RFP 15-6424 CAT MGT SERVICES 1 Table of Contents LEGAL NOTICE .................................................................................................................................. 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT ............................... 4 EXHIBIT II: GENERAL RFP INSTRUCTIONS .................................................................................. 12 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS ....................... 15 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP .................................................. 18 ATTACHMENT 1: VENDOR’S NON-RESPONSE STATEMENT ...................................................... 25 ATTACHMENT 2: VENDOR CHECK LIST ....................................................................................... 26 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT ............................................................... 27 ATTACHMENT 4: VENDOR DECLARATION STATEMENT ............................................................ 28 ATTACHMENT 5: IMMIGRATION LAW AFFIDAVIT CERTIFICATION ............................................ 30 ATTACHMENT 6: VENDOR SUBSTITUTE W – 9 ............................................................................ 31 ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS ................................................ 32 ATTACHMENT 8: REFERENCE QUESTIONNAIRE ........................................................................ 34 ATTACHMENT 9: COST PROPOSAL FORMS ……………………………………………………..35 ATTACHMENT 10: AFFIDAVIT OF SUFFICIENT CASH ………………………………………………36 EXHIBIT A: SCOPE OF SERVICES I. CAT Transit and Paratransit Services II. CAT Scheduling, Dispatching, Call Center, Intelligent Transportation Systems EXHIBIT B: FTA GRANTING AGENCY PROVISIONS EXHIBIT C: FDOT GRANTING AGENCY PROVISIONS EXHIBIT D: GRANT FORMS 2 RFP 15-6424 CAT MGT SERVICES ADDENDUM #1 Memorandum Date: May 7, 2015 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #1 – 15-6424 Management Services Contract for Collier Area Transit Fixed Route and Paratransit Program The following clarifications are issued as an addendum for the referenced solicitation: ADD: The current operating contract documents: • Tectrans Contract • Assignment Agreement with Keolis If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Trinity Scott, Project Manager Enc: 2 Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 1 ADDENDUM #2 Memorandum Date: May 18, 2015 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #2 – 15-6424 Management Services Contract for Collier Area Transit Fixed Route and Paratransit Program The following clarifications are issued as an addendum for the referenced solicitation: ADD: • Organizational Chart • Mobility Management Plan • 2014 Fixed Route Miles Hours • 2014 Paratransit Miles Hours • Paratransit Invoices Feb Apr 2015 • Paratransit Monthly Management Report • Towing Report FY 12 – FY 15 • Vehicle Inventory • Fixed Route Invoices Feb-Apr 2015 • Fixed Route Monthly Management Report If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Trinity Scott, Project Manager Enc: 10 Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 1 ADDENDUM #3 Memorandum Date: May 19, 2015 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #3 – 15-6424 Management Services Contract for Collier Area Transit Fixed Route and Paratransit Program The following clarifications are issued as an addendum for the referenced solicitation: CHANGE: The due date will be extended until 3:00 PM June 4, 2015. Due to the holiday on Monday May 25, 2015, Questions will not be accepted after 5:00 PM on Friday May 22, 2015. The date for presentations will be rescheduled. QUESTIONS/ANSWERS: • Q: Page 99, Section 24.4 Uniform Specifications and Appearance Standards: Why is it that only office supervisors will be required to use uniforms? A: Section 24.4 Uniform Specifications and Appearance Standards: All of The Contractor’s Office Supervisors employees shall be required to wear a PTNE approved uniform at all times while on duty. • Q: Page 92, Section 5.2 Hiring Requirements: Can the County please confirm background checks are required every 90 days, for ALL staff, including non-safety sensitive positions such as Customer Service Representatives, Travel Trainers and Assessors? A: Prior to employment and every six months after the date of hire. • Q: Is Zonar live and real time? A: Yes and it is included in all County revenue vehicles. • Q: What is the total # of paratransit applications processed daily: A: See Attached • Q: Is there one per trip rate for paratransit or will there be a rate for County vehicles and non-County vehicles? A: One rate • Q: Who handles maintenance of vehicles? A: The County will maintain all County-owned vehicles; any vehicles provided by the awarded Contractor will be their responsibility. • Q: How many vehicles to be provided by Contractor? A: There are support vehicles for each side of the program. If Contractor requires more; the awarded firm will be responsible. Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 1 Q: Will vendors be responsible for alternate software to the County owned RouteMatch? A: Yes, if software is desired by the vendor, it will be at their expense. The cost for this software should not be included in the price proposal, but included on a separate sheet of paper. Q: Who will be responsible for bus shelter pressure washer equipment? A: Per page 61 of the solicitation, Contractor is responsible for labor, equipment and materials associated with this requirement. Q: Do you have a list of approved DBEs? A: The County does not maintain a list – this is available on the Florida Department of Transportation’s website. Q: How many applications are processed in a year for ADA complementary paratransit and TD services? Please give a total in a year for each program. A: See Attachment Q: I understand that the question was asked and answered about Performance Bonds but Page 130 of the RFP states that "Contractor shall provide Performance and Payment Bonds in the amount of 100% of the Contract Amount, the cost of which are to be paid by Contractor." A: Bid, payment and performance bonds are not required for this solicitation. Q: Current miles between road calls for each service type for the past 3 years? A: FY2014 Miles Between Road Calls DR 40,481 MB 45,184 FY2013 Miles Between Road Calls DR 34,865 MB 23,985 FY2012 Miles Between Road Calls DR 37,012 MB 16,897 ADD: • Since only one award for Transit Services and one award for Scheduling/Dispatching is permitted, how will it be determined which service be awarded if the same firm is ranked highest in both categories? The Transit services will be ranked first and then Scheduling/Dispatching services. The number one ranked firm for Transit will be ranked for Scheduling/Dispatching, but will not be awarded that contract if ranked number one unless the negotiations fails in the Transit contract process. • Proposals may be submitted either via hard copy to the Procurement Services Division or uploaded on www.colliergov.net/bid If submitting electronically, a hard copy is not required. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Trinity Scott, Project Manager Enclosures: LCB Reports, Fixed and Paratransit Statistics, Paratransit Applications 2 ADDENDUM #4 Memorandum Date: May 26, 2015 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #4 – 15-6424 Management Services Contract for Collier Area Transit Fixed Route and Paratransit Program The following clarifications are issued as an addendum for the referenced solicitation: QUESTIONS/ANSWERS: • Q: Please provide the number of paratransit (both ADA and TD) completed trips, cancelled trips, and no-shows over each of the past three years. A: Please find the paratransit information attached for the past 3 years. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Trinity Scott, Project Manager Enclosures: 10 Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 1 ADDENDUM #5 Memorandum Date: May 28, 2015 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #5 – 15-6424 Management Services Contract for Collier Area Transit Fixed Route and Paratransit Program The following clarifications are issued as an addendum for the referenced solicitation: UPDATE: 1) Presentations and the Selection Committee meeting is scheduled on June 22, 2015 starting at 8:00 AM through noon. The committee will convene at 12:05 PM to discuss and rank the firms. Specific start times for the individual firms will be determined once the proposals are submitted. 2) This question was answered in the Q&Q section of the on-line bidding system. A corrected answer is provided below. • Will the Zonar Monthly Fees be paid for by the County or the Contractor? If they will be the responsibility of the Contractor, can you provide the monthly reoccurring fee amount? County will provide the service for the County provided vehicles. Correction: The correct answer is as follows: Contractor needs to provide the service for the County provided vehicles. The approximate cost is $1,376 per month for Zonar fees. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Trinity Scott, Project Manager Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 1 ADDENDUM #6 Memorandum Date: May 28, 2015 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #6 – 15-6424 Management Services Contract for Collier Area Transit Fixed Route and Paratransit Program The following clarifications are issued as an addendum for the referenced solicitation: REVISED: • Attached is a revised Attachment #9, Cost Proposal. The addition of Zonar was added to the Internet/Cell expense line item and some minor re-formatting. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Trinity Scott, Project Manager Enc: 1 Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 1 Legal Notice Sealed Proposals to provide management services for the Collier Area Transit (CAT) program will be received until 3:00 PM, Naples local time, on May 28, 2015 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. RFP 15-6424 Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Services to be provided may include, but not be limited to the following: provide fixed route and paratransit operations for the Collier Area Transit (CAT) program. The Contractor is required to perform and deliver all fixed route transit operations (CAT) and paratransit service hereinafter referred to as Collier Area Paratransit (CAP) utilizing County owned and maintained vehicles for Collier County. The Contractor shall provide all resources required to operate a turnkey operation to deliver services which includes but is not limited to, management, personnel, administration, supplies, equipment, services to manage and administer for all of the requirements of this Contract. A non-mandatory pre-proposal conference will be held on May 18, 2015, commencing promptly at 11:00 AM, and will be held in the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. The opportunity to call into this meeting will be made available to those who email their request to brendabrilhart@colliergov.net . All proposal statements will be made using the Request for Proposal format obtained on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: /S/ Joanne Markiewicz Director, Procurement Services This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net/purchasing and in the Lobby of Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112 on April 27, 2015. 3 RFP 15-6424 CAT MGT SERVICES Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Public Transit & Neighborhood Enhancement (PTNE) Department (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Purchasing Department (hereinafter, “County”) has issued this Request for Proposal (hereinafter, “RFP”) with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Purchasing Ordinance. Brief Description of Purchase Services to be provided may include, but not be limited to the following: provide fixed route and paratransit operations for the Collier Area Transit (CAT) program. The Contractor is to perform and deliver all fixed route transit operations (CAT) and paratransit service hereinafter referred to as Collier Area Paratransit (CAP) utilizing County owned and maintained vehicles for Collier County. The Contractor shall provide all resources required to operate a turnkey operation to deliver services which includes but is not limited to, management, personnel, administration, supplies, equipment, services to manage and administer for all of the requirements of this Contract. Historically, County departments have spent approximately $6.5 million dollars annually. Detailed Scope of Work – See Exhibits: I. CAT Transit and Paratransit Services II. CAT Scheduling, Dispatching, Call Center, Intelligent Transportation Systems  Only one firm can be awarded either I or II. The same company cannot be awarded both categories. • The firm awarded Scheduling & Dispatching Services cannot be the prime or subcontract on the Transit/Paratranist services (I). Contract Term The contract term, if an award(s) is/are made is intended to be for a five (5) year period with a three one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Price adjustments are dependent upon the consumer price index (CPI) over the past twelve (12) months, budget availability and program manager approval. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. 4 RFP 15-6424 CAT MGT SERVICES Event Date Issue Solicitation Notice 4/27/15 Last Date for Receipt of Written Questions 5:00 PM 5/21/15 Pre-solicitation meeting 11:00 AM 5/18/15 Addendum Issued By 5/25/15 Solicitation Deadline Date and Time 3:00 PM 5/28/15 Anticipated Evaluation of Submittals By 6/10/15 Vendor Presentations Required Tentatively 6/11/15 Anticipated Completion of Contract Negotiations By 7/31/15 Anticipated Board of County Commissioner’s Contract Approval By 9/30/15 Vendor Response Requirements and Format The Vendor understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Vendor further agrees that if it is awarded a contract, the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non-responsive. Proposals should be prepared simply and economically, providing a straightforward concise description of the Vendor’s approach and ability to meet the County’s needs, as stated in this RFP. All proposals should be presented as described in this RFP in PDF or Microsoft Word format with Tabs clearly marked. If outlined in this RFP, the utilization of recycled paper for proposal submission is strongly encouraged. The items listed below should be submitted with each proposal in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. Tab I, Cover Letter / Management Summary Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. List all proposed subcontractors who will participate on the team. Tab II, Plans & Programs (Maximum 30 Points / 40 Page Limitation) In this tab, include a. Provide a brief summary of Proposer’s operating philosophy b. Provide a brief summary of how Proposer intends to fulfill Contractor’s requirements in this RFP 5 RFP 15-6424 CAT MGT SERVICES c. Outline proposed approach to meeting each of the specific responsibilities outlined in the Scope of Work, to include the following, but not limited to: Operations Outline the methodology that Proposer will use to ensure quality control of the operation. This is to include performance requirements, adherence to rules and regulations, ADA requirements, and customer service. Provide proposed schedules for dispatching and/or supervision for the fixed route and paratransit services and discuss how these activities will be maintained during all service hours, as applicable to the individual scope. Submit report samples and forms addressing all aspects of the operations. Safety Provide description of Proposer’s System Safety Program Plan (SSPP), including accident prevention; road, equipment and facility monitoring; emergency preparation; and accident response, investigation, and reporting procedures. Indicate how Proposer will comply with all requirements relating to the Federal Drug and Alcohol Testing Program and Americans with Disabilities Act. Customer Service Describe customer service program, including responding to customer inquiries and concerns, tracking and reporting concerns, and developing corrective actions based on feedback. Outline transit fare sales program, including sale of transit tickets and passes to the public and employers. Delineate how customer service program will be monitored to ensure the delivery of a high quality service. Servicing and Cleaning Describe the proposed plan for daily and periodic detailed cleaning, together with a checklist for each type of cleaning and servicing operation. The plan should delineate how the appearance of the bus fleet will be maintained, as applicable to the individual scope. Bus Stop/Transfer Center Maintenance/Cleaning Description of program for implementing the bus stop/transfer center maintenance/ cleaning program, including identification of proposed staffing, and tools and equipment to be provided. Discuss how the stops will be monitored to ensure that stops are clean, and litter and trash are removed, as applicable to the individual scope. Bus Stop Sign and Shelter Repair Work Order Plan Provide overview of method to manage and maintain the bus stop sign and shelter repair work order program, as applicable to the individual scope. Revenue Collection, Reconciliation and Deposit Outline of program for collection, counting, and reconciliation of passenger fares and ticket and pass revenues, including a specific identification of procedures to ensure the proper safeguarding and reporting of fares, as applicable to the individual scope. 6 RFP 15-6424 CAT MGT SERVICES Records and Reports Define records and reporting program that encompasses all aspects of the operation and meets Collier County, State and Federal requirements. Provide detailed description of how the federal National Transit Database program will be implemented. Provide detailed description of how the Florida Commission for Transportation Disadvantage Annual Operating Report effort will be implemented. Personnel Provide proposed organization chart and staffing plan, indicating organization structure, number of management and staff employee positions, full-time or part-time status of each employee, and salary and benefit schedules for each employee classification. The Staffing Plan should describe the skills and experience required of each of the employees, and the overall training program that will be implemented to insure that all personnel meet satisfactory standards of knowledge. The plan must also address strategies that will be adopted for recruitment and retention of employees to address the challenges associated with the low unemployment rate in the Naples area. Submit information describing your experiences with administering, implementing and operating coordinating transit services. Describe how coordination of transportation will be implemented to meet the needs of the intended users in the specified service area. Discuss, at a minimum, the following issues: 1. Describe the agency/firm's experience with coordination/provision of transportation systems including transportation disadvantaged persons. 2. Describe the agency/firm's experience with developing a Transit Development Plan (TDP) and Transportation Disadvantaged Service Plan (TDSP). 3. Describe how the agency/firm has and will continue to satisfy provisions of Section 504 of the Rehabilitation Act, the Americans with Disabilities Act, and other applicable federal, state and local requirements regarding the provision of services to people with disabilities. 4. Describe the agency/firm’s experience in coordinating multi-agency transportation needs, documentation of reduced per trip cost resulting from coordination, ability to apply for transportation grants and contracts and efficiently manage the contracts and accounting procedures to document individual trips and agency costs. This section should address experience and approach to “gate keeping” functions where trips are managed and assigned appropriately. 5. Describe any experience in coordinating multi-agency resources, including coordinate with public transit systems, subcontract with private sector operators and work with governmental agencies to maximize use of agency resources and improve the transit system. 6. Identify the method of coordination to be used in scheduling trips. Identify computer software used. Describe the procedure used from the time a call requesting a trip is received by the Coordinator through tabulation, to mailing a bill to the purchasing/funding agency. This shall 7 RFP 15-6424 CAT MGT SERVICES include, but not be limited to, handling of calls, establishing driver routing sheets, recording actual trips provided by agency and preparation of an agency invoice, as applicable to the individual scope. 7. Describe the method the Coordinator will use to place trips with transportation operators, as applicable to the individual scope. 8. Describe or attach your agency/firm’s procedure for complaint resolution and appeal of decisions. 9. Describe the procedure used to monitor operators to meet requirements of Chapter 14-90, Florida Administrative Code. Tab III, Financial Capacity & Cost of Service (Maximum 20 Points / 10 Page Limitation) Provide information relating to the financial condition of Proposer, including information demonstrating that it has the necessary financial resources to meet the requirements shown in this RFP. This information will include: a. Audited balance sheets of Proposer for the last three (3) fiscal years. b. Audited consolidated balance sheets of Proposer and its subsidiaries, if any, for the last three (3) fiscal years. c. Audited statements of income and stockholders’ equity, if any, and changes in the financial position of the Proposer for its last three (3) years. d. Audited consolidated statements of income and stockholders' equity, if any, and changes in the financial position of Proposer and its subsidiaries, if any, for the last three (3) fiscal years. e. State whether or not Proposer, its predecessors, or its principals have been involved in bankruptcy. If so, give details. f. Include in this tab the completed cost proposal forms for both fixed route and paratransit programs. Cost Proposals: The cost proposal shall include a breakdown of costs for services. Prospective Contractors must use the Cost Proposal Forms contained in Attachment 9 for summarizing all expenses associated with this proposal. Additional pages may be used for the line item descriptions, benefits, and staffing plan. Descriptions shall be provided of the items included in each line item in the cost proposal. Descriptions shall be provided for the benefits package, including insurance coverage items and amounts, which is covered, and the employee premium for employees and dependents. Descriptions of Corporate Support and Corporate Overhead/Indirect Expenses are to include the respective items and the cost by fiscal year. Submit the proposed staffing plan with both the technical and the cost proposal making reference to the projected revenue hours identified. The staffing plan is to specify, by fiscal year, the number of 8 RFP 15-6424 CAT MGT SERVICES full-time and part-time employees for all positions and their titles. First year wages and salaries are to be provided for all positions in the staffing plan submitted with the Cost Proposal only. If startup/transitional costs are involved, these expenses should be separated from the basic operating and maintenance costs. The costs for Year 1 through 5 must be included in all proposals. Additional Plans: Submit with your proposals the following and demonstrate they meet all applicable federal requirements: o Annual Human Resources (EEOC) Plan o Annual Affirmative Action Plan o Annual Training Plan for All Job Categories o Proposed Health Benefit Package Tab IV, Experience and Capacity of Firm (Maximum 30 Points / 10 Page Limitation) Key Personnel Proposed General Manager - Provide a resume for the General Manager your firm is proposing. Include education, experience (including location) and accomplishments. Management Support Team – Describe how your firm will support the General Manager’s efforts. Discuss the resources and services, which your firm will provide at no extra charge as part of the Contract. Experience. Provide the following information a. Number of years that Proposer has been in the public transportation business. b. Number of years of experience Proposer has had in public transportation services similar to (or larger than) those required in the RFP, as a Contractor and also as a subcontractor. c. List projects that Proposer currently has underway. Include the following information for each project 1. Name and telephone number of client contact 2. Contract price 3. Description of transportation services provided, including size of service 4. Length of Contract 5. Performing service as a prime or sub-contractor d. List other projects that Proposer has completed during the last five (5) years that demonstrate qualifications to perform the work of this RFP. For joint venture or partnership work, name the other individuals or companies and indicate who was the sponsoring individual or company. Include information on the project including: client, name and telephone number of contact, description on transportation services provided, length of Contract and reason for termination (if applicable) 9 RFP 15-6424 CAT MGT SERVICES e. Provide a list of clients for the past 5 years to the present that your firm no longer serves. Include a contact person and telephone number for each former client. f. State whether or not any arbitration or litigation has occurred or is pending or threatened by or against Proposer or any officer or partner of Proposer relating to performance under a Contract by Proposer or Proposer’s predecessors. Give details. g. Provide any other information (including appropriate business references) describing Proposer’s experience and past performance in providing transportation services. Provide information that documents your firm’s and subcontractors’ qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. Also describe the various team members’ successful experience in working with one another on previous projects. Project Description Start Date End Date Original Budget Final Project Cost Tab V, Past Record & References (Maximum 10 Points / 5 Page Limitation) Provide a listing of previous customers who during the past three years of work demonstrate experience of similar size and scope to the scope described in this RFP. Collier County may select one or more contact names to serve as a reference for this scope of work. The services provided to these clients should have characteristics as similar as possible to those requested in this RFP. Information provided for each client shall include the following: • Client name, address and email address and telephone number. • Description of services provided. • Time period of the project or contract; briefly describe if project met or exceeded the schedule outlined • Client’s contact reference name, email and current telephone number. • Dollar value of project; briefly describe if the completed project met, or came under budget. Failure to provide complete and accurate client information, as specified here, may result in the disqualification of your proposal. Tab VI, Disadvantaged Business Enterprise/Small Business Enterprise Utilization (Maximum 10 points / 2 Page Limitation) Proposer shall demonstrate commitments to meet or exceed the Collier Area Transit DBE/SBE utilization goal using acceptable certified contractors. Proposals shall include all required DBE/SBE form properly completed and executed to provide sufficient documentation to ensure DBE/SBE certification. Tab VIl, Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in this RFP. If no exceptions are indicated in this 10 RFP 15-6424 CAT MGT SERVICES tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Vendor may result in evaluation point deduction(s) and/or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. Tab VIIl, Required Form Submittals • Attachment 2: Vendor Checklist • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Vendor Declaration Form • Attachment 5: Immigration Affidavit Certification & Profile or MOU • Attachment 6: Vendor Substitute W9 • Attachment 7: Insurance and Bonding Requirement Form • Attachment 8: Reference Questionnaire • Attachment 9: Grant Required Forms:  Debarment Suspension  Acknowledgement of Terms and Conditions  Conflict of Interest  Anticipated DBE, MBE, WBE Participation  Lobbying (both Federal and State)  Immigration Law Affidavit & Profile Page or MOU  Drug Free Workplace • Attachment 10: Affidavit of Sufficient Cash • Excluded Parties List System Documentation located at: www.sam.gov, and select SEARCH. • Licenses and/or Certifications 11 RFP 15-6424 CAT MGT SERVICES Exhibit II: General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Pre-Proposal Conference The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding this RFP with all prospective Vendors having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of this RFP as an addendum. All prospective Vendors are strongly encouraged to attend, as, this will usually be the only pre-proposal conference for this solicitation. If this pre-proposal conference is denoted as “mandatory”, prospective Vendors must be present in order to submit a proposal response. 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Vendor if the Vendor discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Purchasing Department. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Vendor in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 6. Delivery of Proposals All proposals are to be delivered before 3:00 PM, Naples local time, on or before May 28, 2015 to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Brenda Brilhart, Procurement Strategist The County does not bear the responsibility for proposals delivered to the Purchasing Department past the stated date and/or time indicated, or to an incorrect address by Consultant’s personnel or 12 RFP 15-6424 CAT MGT SERVICES by the Consultant’s outside carrier. However, the Procurement Services Director, or designee, reserves the right to accept proposals received after the posted close time under the following conditions: • The tardy submission of the proposal is due to the following circumstances, which may include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline. • The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. Vendors must submit one (1) paper copy clearly labeled “Master,” and one (1) compact disks (CD’s/DVD’s) with a copy of the proposal on the CD in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Vendor makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Purchasing Ordinance. The County may, as it deems necessary, conduct discussions with qualified Vendors determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 9. Evaluation of Proposals The County’s procedure for selecting is as follows: 1. The County Manager or designee shall appoint a Selection Committee to review all proposals submitted. 2. Request for Proposals issued. 3. Subsequent to the closing of proposals, the Procurement Strategist will review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. 4. Meetings will be open to the public and the Procurement Strategist will publicly post prior notice of such meeting in the lobby of the Purchasing Building at least one (1) day in advance of all such meetings. 5. The committee members will review each Proposal individually and score each proposal based on the evaluation criteria stated herein. 6. Prior to the first meeting of the selection committee, the Procurement Strategist will post a notice announcing the date, time and place of the first committee meeting. Said notice will be posted in the lobby of the Purchasing Building not less than three (3) working days prior to the meeting. The Procurement Strategist will also post prior notice of all subsequent committee meetings and shall endeavor to post such notices at least one (1) day in advance of all subsequent meetings. 7. Collier County will consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, interviews, or oral presentations. 13 RFP 15-6424 CAT MGT SERVICES 8. The Selection Committee, as approved by the County Manager or designee, will review, evaluate and rank all responsive proposals received from Proposers responding to this RFP. The committee members shall score each Proposal in accordance with the rating criteria set forth below and may, at their discretion, schedule presentations from any firms submitting a proposal. The Selection Committee will rank qualified firms in order of preference and by consensus using all information presented to the Committee, choose the top ranked firm and will subsequently enter into negotiations with the top ranked firm. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Vendor nor obligates the County in any manner. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances may not be considered. 10. References The County reserves the right to contact any and all references associated with this solicitation. . 11. Proposal Selection Committee and Evaluation Factors The County Manager or designee shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Plans and Programs 30 Financial Capabilities & Cost to the County 20 Experience & Capabilities of Firm 30 Past Experiences and References 10 DBE/SBE 10 Total Points: 100 Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the vendor (as obtained from the County’s financial system) within the last five (5) years will receive the higher individual ranking. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 12. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re-solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and the County of Collier. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Vendor, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Vendor or to re-advertise using the same or revised documentation, at its sole discretion. 14 RFP 15-6424 CAT MGT SERVICES Exhibit III: Collier County Purchase Order Terms and Conditions 1. Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 2. Acceptance and Confirmation This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY’S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. 3. Inspection All goods and/or services delivered hereunder shall be received subject to the COUNTY’S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned pursuant to VENDOR'S instruction at VENDOR’S expense. To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non-conforming or otherwise rejected by the COUNTY. 4. Shipping and Invoices a) All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR’S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the “Local Government Prompt Payment Act,” and, pursuant to the Board of County Commissioners Purchasing Policy. 5. Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agrees that undiscovered delivery of nonconforming goods and/or services is not a waiver of the COUNTY’S right to insist upon further compliance with all specifications. 15 RFP 15-6424 CAT MGT SERVICES 6. Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 7. Warranties VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and paym ent by the COUNTY. 8. Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 9. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY’S name or other identifying marks or property without the prior written consent of the COUNTY’S Purchasing Department. 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 11. Warranty of Non-Infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY’S use of the goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY’S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non-infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12. Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non-exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans’ status. Further, VENDOR acknowledges and 16 RFP 15-6424 CAT MGT SERVICES without exception or stipulation shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and/or services to the COUNTY. 15. Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations The COUNTY’S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. 17 RFP 15-6424 CAT MGT SERVICES Exhibit IV: Additional Terms and Conditions for RFP 1. Insurance and Bonding Requirements (The specific insurance requirements for this solicitation are identified in the attachment for Insurance and Bonding Requirements.) The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding Requirements attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County’s separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County’s separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify “For any and all work performed on behalf of Collier County.” The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests’ provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Attachment 6 with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor’s sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 18 RFP 15-6424 CAT MGT SERVICES Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 3. Additional Items and/or Services Additional items and/or services may be added to the resultant contract, or purchase order, in compliance with the Purchasing Ordinance. 4. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 51% or more of the solicitation amount for said work. 5. County’s Right to Inspect The County or its authorized Agent shall have the right to inspect the Vendor’s facilities/project site during and after each work assignment the Vendor is performing. 6. Vendor Performance Evaluation The County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 7. Additional Terms and Conditions of Contract Collier County has developed standard contracts/agreements, approved by the Board of County Commissioners (BCC). The selected Vendor shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Vendor. 19 RFP 15-6424 CAT MGT SERVICES The County’s Project Manager shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 8. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor’s invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County’s purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk’s Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk@collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional – payment by check, wire transfer or other cash equivalent. • Standard – payment by purchasing card. Collier County’s Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County’s credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an “Additional Cash Discount.” Upon execution of the Contract and completion of each month’s work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of “laches” as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 20 RFP 15-6424 CAT MGT SERVICES Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the “Local Government Prompt Payment Act.” Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 9. Environmental Health and Safety All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor’s work operations. This provision is non-negotiable by any department and/or Vendor. 10. Licenses The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Vendor to submit the required documentation may be grounds to deem Vendor non-responsive. A Vendor, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain “active” in Collier County. If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector’s Office at (239) 252-2477. 11. Principals/Collusion By submission of this Proposal the undersigned, as Vendor, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 12. Public Records Compliance The Vendor/Contractor agrees to comply with the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2) (a)-(d) and (3)), ordinances, codes, rules, regulations and requirements of any governmental agencies. 13. Security and Background Checks If required, Proposer shall be responsible for the costs of providing background checks by the Collier 21 RFP 15-6424 CAT MGT SERVICES County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 14. Survivability The Consultant/Contractor/Vendor agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation 15-6424 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 15. Relation of County It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 16. Termination Should the Vendor be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. 17. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 18. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 19. Single Proposal Each Vendor must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub- consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a 22 RFP 15-6424 CAT MGT SERVICES primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub- consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non-responsive and rejected from further consideration. In addition, consultants that have participated and/or will participate in the development of scope, background information or oversight functions on this project are precluded from submitting a Proposal as either a prime or sub- consultant. 20. Protest Procedures Any prospective proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County’s then current purchasing ordinance and policies. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. 21. Public Entity Crime A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 22. Conflict of Interest Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 23. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 23 RFP 15-6424 CAT MGT SERVICES 24. Immigration Law Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor’s/bidder’s proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder’s proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the “Exceptions to the program” clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor’s responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 24 RFP 15-6424 CAT MGT SERVICES Attachment 1: Vendor’s Non-Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to this RFP for the following reason(s): Services requested not available through our company. Our firm could not meet specifications/scope of work. Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) Project is too small. Insufficient time allowed for preparation of response. Incorrect address used. Please correct mailing address: ________________________________________________________________________________ ________________________________________________________________________________ ________________________________________________________________________________ Other reason(s):__________________________________________________________________ ________________________________________________________________________________ ________________________________________________________________________________ Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: ________________________________________________________ Email: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name: _______________________________________ Date ____________ 25 RFP 15-6424 CAT MGT SERVICES Attachment 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: The Proposal has been signed. All applicable forms (including granting agency forms) have been signed and included, along with licenses to complete the requirements of the project. Copy of Internet certification that the Vendor is not on the Federal Excluded Parties List System at: www.sam.gov, and select SEARCH. The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Brenda Brilhart, Procurement Strategist The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) If submitting a manual proposal, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded. ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: _____________________________ Email: ____________________ Representative Signature: ________________________________________________________ Representative Name: _____________________________________ Date ______________ 26 RFP 15-6424 CAT MGT SERVICES Attachment 3: Conflict of Interest Affidavit By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, officers and/or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and/or agents) agrees to immediately notify in writing the Procurement Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. Firm: _____________________________________________________________ Signature and Date: _____________________________________________________________ Print Name _____________________________________________________________ Title of Signatory _____________________________________________________________ State of _______________________________________________________________________ County of _______________________________________________________________________ SUBSCRIBED AND SWORN to before me this _________ day of ______________, 20___, by _______________________________________________, who is personally known to me to be the ________________________________________ for the Firm, OR who produced the following identification ________________________________________. _________________________________________________________________________________ Notary Public My Commission Expires ___________________________________________ 27 RFP 15-6424 CAT MGT SERVICES Attachment 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: RFP 15-6424 - Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Dear Commissioners: The undersigned, as Vendor declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Vendor states that the proposal is based upon the proposal documents listed in the solicitation noted above. (Proposal Continued on Next Page) 28 RFP 15-6424 CAT MGT SERVICES PROPOSAL CONTINUED IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of ___________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Firm’s Dun and Bradstreet Number (DUNS) (Found at www.dnb.com) CCR # or CAGE Code Florida Certificate of Authority Document Number (http://www.sunbiz.org) Federal Tax Identification Number Address: City, State, Zip Code: Telephone: _______________________________ FAX __________________________ Signature by: (Typed and written) Title: Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: FAX: Email _______________________________ Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: _________________________________ Email _________________________________ 29 RFP 15-6424 CAT MGT SERVICES Attachment 5: Immigration Law Affidavit Certification Solicitation # and Title : 15-6424 - Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB’s) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor’s/bidder’s proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Bidder’s proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act (“INA”). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor’s / Bidder’s proposal. Company Name ____________________________________________________________________ Print Name Title _______________________ Signature Date _______________________ State of ___________________ County of _________________ The foregoing instrument was signed and acknowledged before me this ______day of ____________, 20___, by _______________________________ who has produced _____________________________ as identification. (Print or Type Name) (Type of Identification and Number) _____________________________________ Notary Public Signature _____________________________________ Printed Name of Notary Public _____________________________________ Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 30 RFP 15-6424 CAT MGT SERVICES Attachment 6: Vendor Substitute W – 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in wr iting of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name ________________________________________________________________________________ (as shown on income tax return) Business Name ________________________________________________________________________________ (if different from taxpayer name) Address ____________________________________ City ______________________________________________ State ______________________________________ Zip_______________________________________________ Telephone __________________ FAX ______________________ Email _________________________________ Order Information Address ___________________________________ Remit / Payment Information Address ____________________________________________ City __________ State ________ Zip ___________ City _____________ State _________ Zip______________ FAX ______________________________________ Email _____________________________________ FAX ______________________________________________ Email _____________________________________________ 2. Company Status (check only one) Individual / Sole Proprietor Corporation Partnership Tax Exempt (Federal income tax-exempt entity under Internal Revenue Service guidelines IRC 501 (c) 3) Limited Liability Company Enter the tax classification (D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) _______________________________________________________________ (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature ___________________________________________________________ Date _________________________________ Title _______________________________________________________________ Phone Number ________________________ 31 RFP 15-6424 CAT MGT SERVICES Attachment 7: Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements 2. Employer’s Liability $1,000,000 single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/ Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. 4. Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. Other insurance as noted: Employee Dishonesty Bond $ 500,000 Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $__________ per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Rev 2/20/15 32 6. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. Thirty (30) Days Cancellation Notice required. Ljb 4/16/2015 Vendor’s Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm _______________________________________ Date ____________________________ Vendor Signature _________________________________________________________________________ Print Name _________________________________________________________________________ Insurance Agency _________________________________________________________________________ Agent Name _______________________________________ Telephone Number _________________ Rev 2/20/15 33 Attachment 8: Reference Questionnaire RFP 15-6424 Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Change Orders - Dollars Added : _________________ Change Orders - Days Added: __________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: _______________________________________ By ________________ Rev 2/20/15 34 Attachment 9 Cost Proposal Forms Provided in Separate File Rev 2/20/15 35 Attachment 10 AFFIDAVIT OF SUFFICIENT CASH AND AGREEMENT TO REIMBURSE SUBCONTRACTORS IN A TIMELY MANNER (NINETY DAYS CASH FLOW AFFIDAVIT) Affidavit of Sufficient cash and of agreement to reimburse subcontracted transportation operators in a timely manner. The Proposer affirms the following: That to fulfill the financial requirements of the request for proposal, 1. That should it become the awarded vendor, the proposer will pay its subcontractors in a timely manner. A timely manner is hereby defined as "within forty-five (45) days of the subcontractors' presentation of the bill to the awarded firm for the trip." 2. The agency/firm affirms that it will pay its subcontractors in a timely fashion, from cash on hand, or from its own reserves, while awaiting reimbursement from the funding agencies. (Please circle A, or B, in the Box below:) A. Has sufficient cash to pay operators for the first ninety (90) days of operations. Or, B. Demonstrates the ability to acquire sufficient cash to meet this requirement for the first ninety (90) days of operations. THE PROPOSER, _____________________________________, CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION. In witness whereof, this affidavit is hereby signed by the duly authorized representative of the Proposer and sealed as of the date indicated. ATTEST: PROPOSER:_______________________ (seal) Witness Signature Date Typed Name and Title Rev 2/20/15 36 EXHIBIT A – SCOPE OF SERVICES I. CAT Transit and Paratransit Services II. CAT Scheduling, Dispatching (S&D), Call Center, Intelligent Transportation Systems Only one firm can be awarded either I or II above. The firm awarded II: Scheduling & Dispatching Services cannot be the prime or subcontract on the Transit and Paratransit Services (I). Rev 2/20/15 37 EXHIBIT A-1 SCOPE OF SERVICE FOR COLLIER AREA TRANSIT AND PARATRANSIT TRANSPORTATION MANAGEMENT AND OPERATIONS SERVICES 1.0 GENERAL 1.1 Services The Public Transit and Neighborhood Enhancement (PTNE) Division, a division of the Public Services Department of Collier County Government is charged with providing fixed route and paratransit operations. This Scope of Service covers the requirements for the Contractor to perform and deliver all fixed route transit operations; hereinafter referred to as Collier Area Transit (CAT) and paratransit service hereinafter referred to as Collier Area Paratransit (CAP) utilizing County owned and maintained vehicles and Contractor owned and Contractor maintained vehicles for Collier County. The Contractor shall provide all resources required to operate a turnkey operation to deliver services which includes but is not limited to, management, personnel, administration, supplies, equipment, services to manage and administer for all of the requirements of this Contract. The Contractor shall operate a specific number of CAT & CAP provided vehicles as well as Contractor provided vehicles. The Contractor shall comply with all applicable federal, state and local regulations. The Contractor shall be responsible for all fees, licenses, and permits, and/or fines and penalties as a result of operating CAT and CAP under the terms and conditions of this Contract. The requirements listed in this Scope of Service for personnel, vehicles, equipment, assets and other resources are minimum requirements. 1.2 Glossary The term “dedicated service” means all vehicles that are solely dedicated exclusively to the transportation of Collier Area Transit or Collier Area Paratransit patrons. The Contractor shall comply with all applicable requirements of Local, State, Federal and Original Equipment Manufacturer (OEM) safety and mechanical operating and maintenance standards for the particular vehicles and models used under this Contract and in accordance with this Scope of Service. The term “paratransit” and “Collier Area Paratransit (CAP)” shall be used interchangeably throughout this Scope. The term “fixed route” and “Collier Area Transit (CAT)” shall be used interchangeable throughout this Scope. 1.3 Americans with Disabilities Act (ADA) The Americans with Disabilities Act of 1990 (ADA) requires that “public entities which provide fixed route public transportation service must offer comparable Paratransit service to individuals with disabilities who are unable to use the fixed route system.” Collier Area Transit provides complementary ADA service to qualifying passengers whose origin and destination are within ¾ of a fixed route. Collier Area Transit’s Paratransit Service is CAP. A separate vendor will provide passenger eligibility assessments, routing, scheduling, and service development and planning, travel training, customer service, dispatching and reservations for all paratransit programs. The Contractor shall be knowledgeable and experienced in ADA policy and best practices. This shall include, but not be limited to, personal care attendants, service animals and reasonable accommodations. Hours of operation for ADA trips pick up may be comparable to the operation hours of the Fixed Route schedule. ADA trips cannot be denied. 1.4 Transportation Disadvantaged (TD) Rev 2/20/15 38 The Transportation Disadvantaged (TD) program provides service to people residing areas where CAT fixed route bus service is not available, and have no other means of transportation. A separate vendor will provide passenger eligibility assessments, routing, scheduling, and service development and planning, travel training, customer service, dispatching and reservations for all paratransit programs. The Contractor shall be knowledgeable and experienced in paratransit policy and best practices. This shall include, but not be limited to, personal care attendants, service animals and reasonable accommodations. The number of trips provided is based on needs but are also controlled by the availability of funding. Hours of operation for Transportation Disadvantaged trips pick up may be as early as 4:00 a.m. and the latest pickup time may be as late at 6:00 p.m. Saturdays and Sundays may be reserved for medical and religious trips only. In addition, the individual’s trip origin and/or destination must reside outside the ADA corridor. 1.5 Service Area CAT and CAP provide transit service to the entire geographical Collier County. CAT currently operates 17 routes; and 1 express route. Current operations are approximately 214.65 hours per day Monday through Saturday and 108.78 hours per day on Sundays. CAT currently has 23 Gillig Transit buses allocated for all routes and will be for use by the successful contractor. One bus is being leased to Lee County to operate the LinC, which is a route connecting the two systems. CAT Vehicle Inventory synopsis is listed below and a full vehicle inventory are attached: # of Vehicles Size (In Feet) 11 30 8 35 2 35 (Hybrid – Diesel/Electric) 2 40 CAT service is provided seven days a week from approximately 4:00 a.m. to 8:50 p.m. from Monday through Sunday (depending on the route). The ADA required service area encompasses areas within ¾ mile of local bus routes. CAP ADA operates service hours for those persons living within ¾ mile from a local bus route. Origins and destinations within this area have Paratransit Service that is comparable to bus times. Transportation Disadvantaged (TD) funds are utilized to serve areas beyond the ADA requirement and are limited based on vehicle and funding availability. Hours of operation for TD trips pick up may be as early as 4:00 a.m. and the latest pickup time may be as late at 6:00 p.m. Saturdays and Sundays may be reserved for medical and religious trips only. If the local bus hours changes as part of a planned CAT local bus adjustment, the CAP ADA service hours may change accordingly and CAP ADA public materials will be modified by PTNE. The CAP TD service hours may be modified by PTNE during the term of this Contract. A combination of County furnished vehicles and supplemental contractor furnished vehicles shall operate the Paratransit Service delivery in the Service area. PTNE staff will notify the Contractor’s personnel of any temporary changes to bus schedules for special events. For emergencies (ex. hurricane), PTNE will notify the Contractor’s personnel of the associated changes in CAT & CAP hours of service immediately or upon PTNE’s announced service change. 1.6 Holiday Service Rev 2/20/15 39 The Contractor shall not provide service for the following holidays, unless otherwise directed by PTNE: • New Year's Day • Memorial Day • U.S. Independence Day • Labor Day • Thanksgiving Day • Christmas Day If it becomes a safety concern to continue service, the contractor and PTNE will communicate to determine if service should be halted for the day. The decision to halt service will be at PTNE’s discretion. 1.7 Scope of Work The Contractor shall provide all resources and administration required to operate the services outlined in this scope and to be consistent with federal, state, local regulations including the Transit Development Plan and Transportation Disadvantaged Service Plan. PTNE will have control of all policy matters relating to the CAT & CAP services, at a minimum to include standards of service, service area, hours of operations and the setting of fare rates and fare media. The Contractor shall ensure that all services are operated and delivered in a safe, courteous, customer -friendly, reliable and in a timely manner and that the passengers’ best interests are of foremost concern. Rates for both fixed route and paratransit shall be set for the initial three year term of the contract. Rates for the optional fourth and fifth year of the contract shall be reflected in the submittal package. The Contractor shall provide all toll tags and administration for the CAT & CAP Services. The Contractor shall be responsible for all toll tags, toll charges and fines associated with toll tag usage. The Contractor shall ensure that appropriate level of back-up/extra board drivers is available to ensure continuity of service. The Contractor shall develop and implement policies and procedures consistent with Federal, State and Local regulations, including Collier County CMA’s and Job Safety Analysis’ (JSA). This should also include an anti-nepotism policy. The Contractor shall develop and implement policies and procedures to match PTNE standards regarding cell phones usage, conflicts of Interest, diversity, etc. within 90 days of contract award. The Contractor shall be responsible for the prevention of fraudulent practices by the Contractor's employees, agents, drivers, or any other person(s) acting under its control or direction in the performance of services pursuant to this contract and the CAT & CAP Programs. Such practices shall include, but not be limited to: a. Unauthorized dealings in, tampering with, or entering falsified information on documents or recording falsified, electronic information related to the provision of CAT or CAP Services under this contract. b. Allowing ineligible drivers to transport patrons. c. Transportation of ineligible patrons, including other unscheduled patrons or drivers. d. Allowing drivers to collect other than the appropriate fare or accepting gratuities. e. Misrepresentation of the verification and validity of actual trips taken; trip origins; trip destinations; vehicle odometer readings; fare and/or fare media returned by drivers; and/or additional written instruction issued by PTNE. f. Documented instances of any item stated above shall result in non-payment for associated services. Upon verification of any fraudulent practice, PTNE may prosecute to the full extent of the law and pursue any other remedies provided under this contract by law. Rev 2/20/15 40 1.7.1 Fixed Route Service Collier Area Transit (CAT) currently operates a total of 17 routes; and 1 express route. Current operations are approximately 214.65 hours per day Monday through Saturday and 108.78 hours per day on Sundays. CAT currently has 23 Gillig Transit buses (11 - 30 foot; 10 - 35 foot (2 of which are Hybrids); and 2 - 40 foot) allocated for all routes and will be for use by the successful contractor. One bus is being leased to Lee County to operate the LinC, which is a route connecting the two systems. CAT service is provided seven days a week from 4:00 am to 8:50 pm from Monday through Sunday (depending on the route). No services are provided on major holidays, including on Thanksgiving Day, Christmas Day, New Year’s Day, Memorial Day, U.S. Independence Day, or Labor Day. Currently all buses are parked at the Transit Operations Facilities (TOF) located on Radio Road but not all routes begin at that location. Some routes will be required to operate deadhead trips at the beginning or end of the route. Drivers who begin or start their shift during the afternoon while a route is in service may be shuttled back and forth from TOF to access their vehicle in the employee parking area. The Contractor shall monitor and resolve all operational issues regardless whether it stems from vehicles, drivers and or patrons. The Fixed Route contract will be awarded based on a rate per Revenue Vehicle Hour (RVH). The following are the estimated annual RVH of service the Contractor will be expected to provide: FY 2016: 72,842 FY 2017: 73,935 FY 2018: 75,044 FY 2019: 76,170 FY 2020: 77,313 All Fixed Route service hour increases are subject to annual approval by Collier County. Service hours may vary over the term of the contract depending upon funding considerations. Any deviation in excess of the above annual revenue vehicle hours must be pre-approved in writing by the County. Additional RVH may be authorized, if funding becomes available. ROUTE DETAILS: Route # Route Name Description Daily Statistics Mon- Sat Hours Sun Hours Mon- Sat Miles Sun Miles Runs Averag e Riders hip 11 US 41 - Creekside Service from Govt. Transfer Station along US 41 north to Creekside on Immokalee Rd. and back. 14.83/ 15.33 10.33/ 10.83 243/ 255.44 170.1/ 182.54 10/7 338 12 Airport - Creekside Service from Govt. Transfer Station along Airport Rd north to Creekside on Immokalee Rd. and back. 13.33/ 13.83 10.33/ 10.83 219.15 / 231.59 170.45 / 182.89 9/7 331 13 NCH - Coastland Mall Service from Govt. Transfer Station to Coastland Mall & NCH via Davis Blvd. & Goodlette Rd. 13.83/ 14.33 10.83/ 11.33 192.78 / 205.22 151.47 / 163.91 14/11 262 14 Bayshore - Service from Govt. Transfer 11.83/ 0/0 160.2/ 0/0 12/0 232 Rev 2/20/15 41 Coastland Mall Station to Coastland Mall & NCH via Thomasson Dr/, Bayshore Dr. and US 41. 12.33 172.64 15 Golden Gate City Service from Govt. Transfer Station to Golden Gate City via Radio Rd. and Santa Barbara Blvd. 14.89/ 14.89 10.5/ 10.5 253.7/ 253.7 177.59 / 177.59 10/7 359 16 Golden Gate City Service from Govt. Transfer Station to Golden Gate City via Radio Rd. and Santa Barbara Blvd. 13.39/ 13.39 0/0 222.83 / 222.83 0/0 9/0 200 17 Rattlesnak e - FSW College Service from Govt. Transfer Station to Florida Southwestern College via Rattlesnake Rd. circling back to the Transfer Station along 951 And US 41. 13.25/ 13.75 10.33/ 10.83 188.12 / 200.51 146.3/ 158.74 9/7 192 18 US 41 East - Naples Manor Service from Govt. Transfer Station to Naples Manor along US 41 circling back to the Transfer Station along 951 and Rattlesnake Rd. 11.83/ 12.33 0/0 164.56 / 177 0/0 8/0 144 19 GG Estates - Immokalee Service from Govt. & Radio Rd. Transfer Stations to GG Estates and Immokalee City via Davis Blvd., 951, GG Blvd., Wilson Blvd & Immokalee Rd. 21.48/ 22.73 4.83/ 5.83 736.77 / 774.09 166.46 / 191.34 9/2 274 20 Pine Ridge Service from Radio Rd. Transfer Station to Pine Ridge Rd. from Logan Blvd. to Goodlette Rd. via Davis Blvd. 5.25/ 5.25 3.75/ 3.75 97.96/ 97.96 73.47/ 73.47 4/1 43 21 Marco Island Circular Service from Super Walmart south of US 41 to Marco Island and circulating around the Island. 5.25/ 5.92 5.25/ 5.92 113.96 / 130.25 113.96 / 130.25 5/5 74 22 Immokalee Circular Circulator service though Immokalee City, reverse of route 23. 14.08/ 14.33 11.92/ 13.09 242.85 / 249.07 162.64 / 248.2 10/8 134 23 Immokalee Circular Circulator service though Immokalee City, reverse of route 22. 14.08/ 14.33 0/0 294.83 / 301.05 0/0 10/0 113 24 US 41 East - Charlee Estates Service from Govt. Transfer Station to Charlee Estate community & Big Cypress Flea Market via US 41. 11.75/ 12.25 8.75/ 9.25 189.68 / 202.12 142.26 / 154.7 8/6 190 25 Golden Gate Parkway - Goodlette Service from Radio Rd. Transfer Center to Goodlette Rd. north of GG Pkwy via Radio Rd., 951, GG Pkwy. With a stop at the Mall. 11.83/ 11.83 2.67/ 2.67 224.88 / 224.88 56.22/ 56.22 8/2 145 26 Clam Pass Mid-day service to Clam Pass Beach from Golden Gate City via Santa Barbara, Pine Ridge Rd. & Naples Blvd. 5.67/ 6.34 4.17/ 4.84 88.36/ 106.76 66.27/ 84.67 4/3 21 Rev 2/20/15 42 27 951 - Immokalee Rd Service from Golden Gate City to Creekside via GG Pkwy, 951, Immokalee Rd. with portions of route operating under flag down service. Service also to North Collier Reg. Pk 13.83/ 14.16 10.87/ 11.2 278.55 / 287.75 216.65 / 225.85 9/7 37 121 Express – Imm. & Marco Express service between Immokalee City and Marco Island. 4.25/ 5.25 4.25/ 5.25 133.93 / 221.69 133.93 / 221.69 2/2 66 *revenue / service statistics The current fares for the CAT System are as follows: Collier Area Transit Fare Structure Fare Fare Full Fare $1.50 Reduced Fare $0.75 Children 5 Years and Younger Free Marco Express $2.50 Marco Express Reduced $1.25 Transfers $0.75 Transfers Reduced $0.35 Day Passes $4.00 Day Passes Reduced $2.00 Smart Card 7 – Day Pass $15.00 7 – Day Pass Reduced* $7.50 30 – Day Pass $35.00 30 – Day Pass Reduced* $17.50 Marco Express 30 – Day Pass $70.00 Marco Express 30 – Day Pass Reduced* $35.00 Collier County BCC Employee Pass $10.00 Smart Media Smart Card $2.00 Registration $3.00 Replacement with Registration $1.00 Notes: Reduced fares are for members of Medicare, Disabled Community, those 65 years and older and children 17 and under. ID required. In addition, reduced fares are available to the Medicaid Non-Emergency Transportation Provider. 1.7.2 Paratransit Service Collier Area Paratransit (CAP) currently operates a complete brokerage system to coordinate transportation for the disadvantaged citizens. Paratransit services are provided to individuals who, because of physical or cognitive conditions, are unable to access the fixed route bus service or when fixed route service is not available in an area and no other means of transportation is available to an individual. Only those firms who can offer and maintain the highest service delivery standards and quality will be considered. Rev 2/20/15 43 Two distinct transportation programs are provided under the paratransit program: ADA and TD. The ADA program provides service to people who reside within ¾-miles of an existing Collier Area Transit (CAT) fixed route bus service (with origins and destinations within ¾-miles of a fixed-route), have transportation needs that fall within the CAT service schedule, but cannot access the bus system due to a disability. The TD program provides service to people residing in areas where CAT fixed route bus service is not available, and who have no other means of transportation. All trips provided by these services have an origin and destination within Collier County. However, trips may be coordinated with the transportation providers in adjacent County to make connections as necessary and appropriate. The Contractor shall monitor and resolve all operational issues regardless whether it stems from vehicles, drivers and or patrons. The Paratransit portion of the contract will be awarded based on a per approved paratransit client trip. There shall be two separate rates, the first shall be for trips provided on County-owned vehicles, the second shall be for trips provided on non County-owned vehicles. PTNE shall not be charged additional for required personal care attendants or guests (as allowable under federal ADA provisions). The following are the historic number of trips to approved passengers that have been provided: Year Ambulatory Passengers Wheelchair Passengers Total # of Trips Provided to Approved Clients 12/13 61,285 18,923 80,208 13/14 59,549 16,845 76,394 14/15* 47,967 14,093 62,060 * Information provided for FY 14/15 is a partial year consisting of data from July 1st through March 31st ) Passenger Co-Pay (Fare) The co-pay is determined by which transportation program the trip is conducted under. ADA and TD programs require different co-pays as outlined below. The fare for ADA service is $3.00 for a one- way door-to-door trip. The fare for TD service is based on an income scale. The fare is $1.00, $3.00, $4.00 $5.00 or $7.00, per one-way trip. The current TD co-pay rates are presented in the table below: TD Rate and Fare Structure (Effective October 1, 2014 – September 30, 2015) Family Size Passenger pays $1.00 if household income is at or under Poverty Level Passenger pays $3.00 if household income is >100%-150% of Poverty Level Passenger pays $4.00 if household income is >151%-225% of Poverty Level Passenger pays $5.00 if household income is >226%-337% of Poverty Level Passenger pays $7.00 if household income is +337% of Poverty Level 1 $11,670 $11,671 - $17,505 $17,506 - $26,258 $26,259 - $39,328 $39,329 2 $15,730 $15,731 - $23,595 $23,596 - $35,393 $35,394 - $53,010 $53,011 3 $19,790 $19,791 - $29,685 $29,686 - $44,528 $44,529 - $66,692 $66,693 Rev 2/20/15 44 4 $23,850 $23,851 - $35,775 $35,776 - $53,663 $53,664 - $80,375 $80,376 5 $27,910 $27,911 - $41,865 $41,866 - $62,798 $62,799 - $94,057 $94,058 6 $31,970 $31,971 - $47,955 $47,956 - $71,933 $71,934 - $107,739 $107,740 7 $36,030 $36,031 - $54,045 $54,046 - $81,068 $81,069 - $121,421 $121,422 8 $40,090 $40,091 - $60,135 $60,136 - $90,203 $90,204 - $135,103 $135,104 A third party Contractor will be responsible for CAP eligibility recommendations to PTNE staff. CAP Rider’s Guide is available on the PTNE webpage at www.colliertransit.com The Contractor shall only provide paratransit service for eligible patrons in the CAP service area who are properly certified by PTNE and are enrolled in CAP’s program. CAP currently operates Route Match operating system on version 6.0.13. 2.0 CAT & CAP SERVICE 2.1 CAT Service The Contractor shall be prepared to provide all resources necessary to operate the estimated number of revenue hours as projected. PTNE representatives may ride in the Contractor operated vehicles with or without prior notice to the Contractor to monitor compliance with the Contract and PTNE’s performance standards. Failure to operate the CAT Services safely and/or in the patrons’ best interests may result in the assessment of liquidated damages and/or the removal of personnel from revenue service. Liquidated damages are not punitive, but intended to recover PTNE’s cost for poor delivery of service. 2.1.1 CAT Operating Standards PTNE has established the following operating standards to which the Contractor shall meet or exceed during Year 1 of the Contract: A. The Contractor shall maintain a productivity of at least 17.0 passenger trips per Revenue Vehicle Hour (RVH), without compromising service, safety, punctuality or quality for the first year of the contract. B. The Contractor shall operate each route in a manner to maintain on time performance of at least 95%, as shown in the Avail report. On-time performance will be evaluated on a per route basis. On time is defined as the time that the vehicle departs no earlier than and no more than five (5) minutes after the published departure times. C. The Contractor shall maintain an overall passenger customer service rating of four (4) based on a semi-annual customer service report. The response categories will be very poor (1), poor (2), fair (3), good (4), and very good (5). D. If patrons are unable to make a connection due to their bus not running on time, the Contractor shall make every effort to have the passenger transported at a minimum to the bus that they intended to transfer to. E. There shall be no more than 1.2 accidents per 100,000 miles. Rev 2/20/15 45 Year 2 & beyond operating standards will be provided to the Contractor by September 1 each year. If new operating standards are not provided by September 1, the prior year standards shall remain in effect. 2.2 CAP Service The Contractor shall be prepared to provide all resources necessary to operate the trips assigned. PTNE representatives may ride in the Contractor operated vehicles with or without prior notice to the Contractor to monitor compliance with the Contract and PTNE’s performance standards. Failure to operate the CAP Services safely and/or in the patrons’ best interests may result in the assessment of liquidated damages and/or the removal of personnel from revenue service. Liquidated damages are not punitive, but intended to recover PTNE’s cost for poor delivery of service. Each non-County owned vehicle shall be equipped with a two-radio that is compatible with the County system. At such time that the vehicle is no longer providing service to CAP, the Contractor shall provide documentation that the radio programming has been removed. Failure to remove the programming and provide documentation shall result in liquidated damages being assessed. 2.2.1 CAP Operating Standards PTNE has established the following operating standards to which the Contractor shall meet or exceed during Year 1 of the Contract: A. Trips may be scheduled after 5:00 p.m. for service the next day. Trips may be dispatched after 5 p.m. the day prior to service or on the day of service. B. Passengers are not given a set pick-up time. Instead they are told to be ready for their ride to arrive from between one to two hours before their appointment time. This window is dependent on the service area of the pick-up and drop-off points. The service areas are defined as the Naples Service Area, Golden Gate Estates Service Area, Marco Island Service Area and Immokalee Service Area. Trips within one service area have a one hour window. Trips between service areas have a two hour window. The one to two hour windows are inclusive of travel time between pick -up and drop-off. The Scheduling Contractor may negotiate special pick-up arrangements with the customer, in advance, as the situation dictates. These arrangements shall be documented and maintain on file to distinguish these trips from regularly scheduled trips for determining on-time performance. Medical appointments and employment must follow the 30 minutes early to zero minute’s late policy. C. Four or more passengers dropped-off-and/or picked-up at the same location constitute a group trip. The Scheduling Contractor may negotiate special arrangements with the customer or agency, in advance, for a group trip. These special arrangements will be documented and evaluated separately for on-time performance. Every effort will be made to keep the ride times within the service window for these trips. D. The pick-up process for return trips is the same as the originating trip. Depending on the location, the window may be one to two hours. Expectations are that travel within a single service area will be within the one hour window and trips between service areas will have a two hour window. E. PTNE allows will-call trips, when patrons have missed their scheduled trips, and are placed on hold for the next available pick-up. F. PTNE has a “No Strand” policy. At no time shall a CAP patron be stranded away from home. Every attempt should be made to complete the trip. Rev 2/20/15 46 G. PTNE has a zero tolerance of refusal to pay policy: If the passenger does not have the appropriate amount to pay their fare, transportation will not be provided. However, if the passenger refuses to pay for the return trip, the no strand policy will override. The passenger will not be eligible to reserve a future trip until payment of their fare has been fulfilled. H. PTNE only allows each trip to have one destination. Brief stops at locations before the scheduled destination will not be allowed. If multiple destinations are needed, each section of the trip must be scheduled separately and the rider must pay a fare for each ride. I. Children under the age of 12 or individuals requiring special assistance must have a personal care attendant (PCA). The PCA must be an adult and must be able to provide necessary assistance to the passenger. J. All passengers under the age of 5 and fewer than 50 pounds will be required to use a child restraint device. This device must be provided by the parent or sponsoring agency. K. Passengers will be allowed to bring up to four shopping bags onto the vehicle. Bags must fit under the passenger’s seat, and/or on their lap. L. PTNE’s no-show/late cancellation policy states that all scheduled trips must be canceled at least 2 hours prior to the scheduled trip in order to avoid being deemed a “No Show”. Passengers are not responsible for “no-shows” due to sudden illness, family or personal emergency, transit connection or appointment delays, extreme weather conditions, operator error or other unforeseen reasons for which it’s not possible to call to cancel or take the trip as scheduled. Late Cancellations and/or No Shows may result in suspension of service. The contractor must work with the customer service contractor to verify that a late cancellation or no show charge is valid so as to not inaccurately assess a suspension to a patron. M. The Contractor shall operate in a manner to maintain on time performance of at least 95%, as shown in the Avail report. On-time performance will be evaluated for all completed drop-offs. N. There shall be no more than 1.2 accidents per 100,000 miles. O. There shall be no more than two complaints per 1,000 miles. P. A minimum of 20% of trips shall be provided by non-County owned vehicles on a monthly basis. Q. A minimum 20% spare ratio shall be maintained for County owned vehicles. 3.0 CONTRACTOR PERSONNEL 3.1 Key Personnel The Contractor shall employ key personnel in the positions of General Manager, Operations Manager(s), and Safety and Training Manager(s). All key personnel shall be employees of the Contractor. The General Manager shall have a reporting relationship to the PTNE Director and/or any other personnel assigned by PTNE to ensure continuity of service performance. The contractor shall provide PTNE with cell phone numbers and email addresses to ensure communication twenty- four hours a day, seven days a week, three hundred sixty five days per year. PTNE reserve the right to approve all key personnel qualifications and management changes. The Contractor shall notify PTNE of the intent to change key personnel assigned to this contract. Changes in key personnel in the positions of General Manager, Operations Manager(s), and Safety Rev 2/20/15 47 and Training Managers must be approved in advance and in writing by PTNE’s Transit Manager. PTNE reserves the right to review applicant’s credentials and conduct interviews as needed. 3.1.1 Operations Managers shall be solely dedicated to the CAT & CAP operations. There shall be seven day a week on-site coverage for all CAT services. 3.1.2 Safety and Training Manager(s) shall be solely dedicated to the Safety and Training of the CAT & CAP services. The Safety and Training Manager shall be the Drug and Alcohol Designated Employee Representative (DER) and shall be responsible for the Contractor’s Drug and Alcohol Program. The Contractor shall provide a certified and trained backup to the Safety and Training Manager as the DER at all times throughout the term of the Contract. The Safety and Training Manager or their designee shall provide training for new hires and route training to keep drivers up to date on safety issues and defensive driving skills. Road observations for a minimum of (2) two hours per day must be completed on a daily basis to ensure “on time” performance standards as established herein, check on any problem areas, make recommendations on route adjustments and ensuring good driving behavior. The Safety & Training Manager shall provide a monthly safety report to PTNE which must include a summary of monthly accident and incident occurrences. 3.2 Personnel Coverage At a minimum, one member of the key personnel shall be on duty at all times for management coverage while vehicles are in service, Monday through Saturday. The Contractor shall also identify primary and secondary supervisory personnel to assist key personnel with daily management during normal business hours. The Contractor shall maintain a back-up staffing plan to accommodate all key personnel absences of more than one week with qualified substitute personnel. The back-up staffing plan shall be submitted to PTNE for review and approval during the proposal and shall keep the approved back-up staffing plan current at all times. If it is determined that a key personnel member will be absent for more than 45 days, the Contractor will present the resumes of qualified candidates for PTNE’s approval. Failure to present and maintain qualified candidates may lead to the assessment of liquidated damages. The Contractor shall ensure that there is management coverage during all hours of CAT & CAP service. Any gaps in key personnel or other personnel which affect the quality of service may result in the assessment of liquidated damages. The key personnel requirement does not relieve the Contractor of responsibility for maintaining appropriate staffing levels of administration and support personnel. The Contractor’s key personnel shall, at a minimum be required to: • Attend various management and/or Board, committee meetings; • Schedule and participate in all CAT/CAP Community Outreach events; • Participate in all Public Transit Ad-Hoc Advisory Committee meetings; • Prepare presentations upon request. The Contractor shall work with PTNE in regards to any changes to the CAT or CAP program which at a minimum may include: • Changes to CAT or CAP Policies and/or Procedures; • Changes to fare structure; • Changes to service areas; • Route modifications 3.3 Safety and Training Staff The Contractor shall provide qualified and dedicated full time Safety and Training staff (categorized as safety sensitive) as needed to meet the requirements of the Contract. The requirement of the Contract for Safety and Training staff at a minimum include: Rev 2/20/15 48 A. All new, refresher, remedial and any other required training of drivers, B. All new, refreshers, remedial and any other required training of support staff to include road supervisors, etc. C. Monitoring of all safety sensitive staff. D. Safety Administration E. Tracking and documentation of all training. All of the Contractor’s Safety and Training staff shall be trained and certified to conduct training courses consistent with Federal, State, Local, Transportation Disadvantaged Service Plan, and Transit Development Plan requirements and shall be trained in accident investigation procedures as required by the US Department of Transportation. The Contractor shall develop procedures to investigate, develop and rate each accident to determine if the accident could have been prevented utilizing the National Safety Council definition of preventability. In addition, this review will establish the need (and schedule, as necessary) for any corrective training, operating guidelines provision or equipment maintenance or technical correction required, together with a follow-up. The Contractor shall provide all training documentation, certifications and safety programs to PTNE for PTNE’s review and approval on a monthly basis. As the Contractor updates and/or changes training certification and/or safety, the Contractor shall provide updates to PTNE for their review and approval. Every 12 months, the Contractor shall conduct a minimum of six mandatory safety meetings with duration of a minimum of 2 hours. Advanced notice of these meetings must be provided to PTNE. The Contractor shall develop procedures and training programs subject to PTNE review and approval to address all types of emergency situations, including accidents, crime/security incidents, evacuation procedures and inclement weather. 3.4 Staff The Contractor shall be responsible for providing all levels of staff as required to deliver the CAT and CAP services. It is the Contractor’s responsibility to maintain appropriate management staffing levels for all administration and personnel. The Contractors staff shall at a minimum: • Be proficiently trained in ADA regulations and compliance requirements. • Be proficiently trained and have a complete understanding of the CAT and CAP fare policy. • Be proficiently trained in all CAT and CAP policies and procedures. • Be proficiently trained to conduct conversations with English speaking patrons. • Be proficiently knowledgeable of the CAT and CAP service area and hours of service. • Be proficiently knowledgeable of the street system for development of detours/alternate routing for inclement weather, parades, and construction and/or street closures as required. • Be proficient in Customer Service Excellence at all times. • Be prepared to conduct conversations in other languages by use of adequately trained staff or translation services. • Be prohibited from soliciting and/or accepting gratuities or gifts from patrons of the system. • Be sensitive to persons with disabilities. • Be sensitive to passengers needs and must be able to handle passenger complaints, Rev 2/20/15 49 rudeness and problems as they occur. • Shall report all incidents and accidents regarding CAT/CAP property, facilities, or passengers. This includes but is not limited to accidents/incidents that occur during training and/or incidents that may affect service delivery. • Shall, when requested by PTNE, distribute notices to passengers, schedules and/or other promotional materials or otherwise render assistance in CAT/CAP’s monitoring and supervising operations. • Be proficiently trained and certified in Maintenance of Traffic operations if required for their position. • Have an accurate clock or watch (set daily) displaying hours and minutes available and in clear sight at all times during the operation on any vehicle. 3.5 Hiring Requirements The Contractor shall verify compliance with the following minimum requirements and submit documentation to PTNE, for all positions: • The Contractor shall conduct a thorough local, county, state and federal background check on all applicants/employees prior to employment offer and every 6 months after date of hire. The background check shall include a comprehensive out of state review. This shall be done to ensure that applicants and personnel do not have a criminal conviction that would make the person a threat to passenger safety or threaten the loss of CAT/CAP property. A conviction record will not necessarily prohibit employment; factors such as the date of the offense, seriousness and nature of the violation, and rehabilitation will be taken into consideration. No employees shall have any felony criminal convictions. No employees shall have a Driving While Intoxicated or Driving under the Influence (DWI/DUI) convictions on their record within the past 10 years. All criminal convictions will be reviewed on a case-by-case basis by the Contractor and PTNE’s Transit Manager prior to a candidate’s hire. PTNE shall participate only in reviewing candidate’s histories. The Contractor shall be solely responsibility for all hiring decisions. • All employees shall be cleared to receive a Collier County identification badge. This includes completing a Collier County administered background check at the sole expense of the contractor. All criminal convictions will be reviewed on a case-by-case basis by the Contractor and PTNE’s project manager prior to a candidate’s hire. PTNE shall participate only in reviewing candidate’s histories. The Contractor shall be solely responsible for all hiring decisions. • The Contractor shall conduct a check of the motor vehicle records (MVR) of an applicant’s driving history. The applicant must not have more than one traffic citation for a moving violation in the past 2 years. The Contractor shall update the MVR review every 6 months after hire. • All applicants must possess a High School Diploma or General Equivalency Diploma (GED). • Each driver must possess and maintain a Commercial Driver’s License with the proper endorsements. Each driver must be licensed for a minimum of 3 years. • All safety sensitive applicants and employees must pass the mandatory DOT physical (at the time of hire and subsequently, as required), drug and alcohol testing and background investigation. Applicants who were previously terminated by any previous employer for drug or alcohol use shall not be eligible for hire. Rev 2/20/15 50 3.6 Drivers Entering Service The Contractor shall not place a Driver into revenue service until: • All hiring requirements have been fulfilled. • All training is completed and documented. • PTNE has reviewed the driver’s file. • Collier County has issued a County identification badge, and • Activation in all applicable Intelligent Transportation Systems (I.E. Trapeze, Avail, Route Match, Zonar, etc.) 3.7 PTNE Audits PTNE reserves the right to randomly audit Contractor employee files for compliance of contract requirements. Upon PTNE’s request, all personnel records, to include at a minimum, MVR, background checks and documentation of DOT physical (if applicable), shall be made available to PTNE. Contract employees found to be out of compliance shall be removed from service until verification of compliance by PTNE staff. It is the Contractor’s responsibility to keep Contract compliant documents for all personnel. Should PTNE’s random audit find a non-compliant file, the Contractor shall be assessed liquidated damages. 3.8 Transition of Employees During the initial transition to a new Contract, all employees who are currently affiliated with CAT & CAP and have successfully completed the required training courses may be considered for retention by the Contractor without further required training. It is the Contractor’s responsibility to determine the driving qualifications, abilities and driving history for all drivers. All employees, regardless of previous status, must meet the same hiring criteria as a new applicant inclusive of background checks, MVR, and issuance of County badge. 4.0 TRAINING 4.1 General Requirements The Contractor shall be responsible for all training and shall ensure that all personnel understand and use safe and efficient driving and passenger assistance practices while performing any and all CAT or CAP Services. Each driver trainee shall be trained to safely operate each vehicle type included within this Contract prior to its operation. All personnel shall be monitored by the Contractor to ensure Contract performance and the Contractor shall schedule refresher courses as needed. PTNE reserves the right to review and approve all training, materials and course work prior to Contract commencement and throughout the term of the Contract. PTNE also reserves the right to participate in any safety and/or training activity. The Contractor shall provide its Training Program for PTNE’s approval. The Contractor shall prepare and distribute to all employees a Driver’s Manual. Contents of the Driver’s Manual shall include the following subject areas: driver’s rules; accident/incident policies; radio policies and procedures; farebox policies and procedures; fog and inclement weather policy; vehicle inspection, care and maintenance policy and procedures, reporting procedures and pertinent sample forms. The Training program shall meet or exceed FTA and FDOT requirements, and shall include: • Safety & Security – minimum of 24 hours, including: o Safe vehicle operation Defensive Driver Training per the National Safety Council standards or an equivalent course approved by Collier County o Vehicle breakdown, accident, passenger incidents, adverse weather and other emergency/safety procedures including emergency vehicle evacuation. o Accident prevention Rev 2/20/15 51 o Hazard recognition • Customer Service – minimum 24 hours, including: o Customer Relations Course. The purpose of the course is to help provide employees with customer service skills and reinforce that these employees are the first point of contact with the public and that interaction must be professional and pleasant for the public. o Role of Transit Operation o Customer Basics o Communications o Difficult Situations o Customers with Disabilities & ADA requirements o Sensitivity training to develop skills and increase understanding of people with disabilities, all sexual orientations, diverse cultures, races and ages. • Collier Area Transit Specific – minimum 16 hours, including: o Local Policies and Procedures o Fare Policies o Documentation & Paperwork o Reporting for Duty o Appearance o Code of Conduct o Employee/Operator Handbook o Policy instruction, such as trip scheduling, service hours, service area, complaint procedures, wait time, fare structure, transfer locations, ADA operation, etc. o Knowledge of service area, map reading, address locating and familiarity with streets and landmarks. o Sexual Harassment • Regulatory – minimum 16 hours, including: o Drug & Alcohol Program Training o Commercial Driver’s License Training o Occupation Safety and Health Administration (OSHA) Training o Americans with Disabilities Act Training o Rule 14-90 • Technical Operator Skills (on bus training rime) – minimum 40 hours, including: o Vehicle Familiarization o Pre/Post Trip Inspections o Seat Positioning/Mirrors o Vehicle Start-Up Procedures o Steering/Maneuvering o Lift/Ramp Deployment o Signaling o Braking o Routine Procedures o Service/Stops/Transfer Facilities o Driving Conditions/Adverse Weather Rev 2/20/15 52 o Vehicle and equipment operations, including proper two-way radio protocol, wheelchair and scooter securement, ramp operations, and operation of any automated devices installed in the vehicle. • Route/Line Training (on the job training) – minimum 80 hours, including: o System and Route Familiarization o Line Instructor Training and Observation o On the Job Training • Passenger Assistance Technique (PAT) minimum 4 hours. –This training must satisfy the paratransit service Passenger Assistance Training/Sensitivity Requirement of Rule 14-90. Training shall include elderly and disability sensitivity components, passenger relations and assistance, passenger handling, securement of wheelchairs, use of seatbelts, assistance to the visually impaired and dealing with service animals. • Adult and juvenile Cardiopulmonary Resuscitation training including general first aid, proper response to emergency medical needs of riders and hazardous waste disposal procedures. The Contractor shall test each driver trainee at the end of the training to determine competency, and shall monitor performance throughout employment to ensure each driver follows all procedures introduced in training. 4.2 Remedial/Refresher Training The Contractor shall ensure that all CAT and CAP trips provided for this Contract meet PTNE’s goals of on-time performance and with the patrons’ best interests. The Contractor shall provide to PTNE, at minimum, performance statistics by route/manifest and driver on a daily basis. The Contractor shall monitor drivers to ensure that proper training and/or retraining is provided upon PTNE’s request or when any of the following conditions exists: • Drivers with low on-time performance • Drivers with high levels of accidents and/or incidents • Drivers who fail to get out of the vehicles to provide assistance to patrons • Drivers who fail to ‘arrive’ and ‘perform’ as defined in this Scope of Service 4.2.1 Remedial Training Contractor shall ensure that Drivers receive a minimum of: • 8 hours one-on-one retraining after a preventable accident and/or at PTNE’s request. • 4 hours one-on-one retraining (2 hours classroom and 2 hours on the road) after a driver receives more than two (2) verifiable Service complaints regarding passenger relations and/or safety within a six (6) month period and/or at PTNE’s request. • 40 classroom hours and twenty-four (24) hours of observed ride checks and/or at PTNE’s request for driver who receives three (3) or more verifiable service complaints regarding passenger relations and/or safety within a six (6) month period and/or at PTNE’s request. 4.2.2 Refresher Training The Contractor shall ensure that Drivers receive mandatory minimum training as noted below before returning to regular duties from a medical leave; re-instatement or any separation from their regular duties: Rev 2/20/15 53 Days of Leave Required Instructional Training Required Line Instruction 1 to 29 days 8 hours 3 days 30 to 89 days 16 hours 5 days 90 to 364 days 3 days 5 days 365 days to 729 days 3 to 5 days 5 to 10 days 730 days or more Full basic training certification – 200 hours 4.2.3 Recertification The Contractor shall ensure that employees undergo a full recertification every year to include at a minimum the following areas: • ADA • Accident reporting procedures • Cardiopulmonary Resuscitation (CPR) (Re-certify every two years) • Conflict resolution/customer relations • Customer Service/Sensitivity • Emergency procedures • Fare collection • First Aid • Passenger assistance training (PAT) • Wheelchair lift/ramp and wheelchair securement • Sexual Harassment 4.2.4 Ride Checks The Contractor shall ensure that every active Service Driver has a ride check once every year during revenue service with a certified DOT instructor. Each target ride should be a minimum of 30 minutes. PTNE personnel or other representatives may elect to also conduct observation rides with the Contractor’s Drivers with or without prior notice to the Contractor to ensure compliance with the terms of the Contract. Copies of all Contractor observation ride forms shall be made available to PTNE when requested. A summary report is due monthly to PTNE’s Project Manager. Failure to conduct and document mandatory ride checks may result in the assessment of liquidated damages. 4.2.5 Line Instructors also known as Behind the Wheel Trainers The Contractor shall ensure that Line Instructors/BTW have a minimum of 5 days of line instructor/BTW certification prior training any students/Drivers. The certification shall include, but not be limited to: • Accident Reporting Procedures • Operating System Procedures • Pre-trip procedures for CAT & CAP provided vehicle operations • Intelligent Transportation System Functionality & Operations • Vehicle Operations The Contractor shall provide the PTNE Project Manager with documentation of refresher/remedial/recertification of each driver. This shall be provided on a monthly basis for the drivers who have completed refresher/remedial/recertification. 4.3 Post-Hire Requirements and Removal PTNE may require the Contractor to immediately remove any driver and/or safety sensitive person from service for any one of, but not necessarily limited to, the following: Rev 2/20/15 54 A. Committing unsafe or inappropriate acts while providing service as documented by Service Supervision and/or Management staff reports or from a driver’s complaint history. B. Operating a cell phone or any other PTNE non-approved electronic device while operating a revenue vehicle without prior approval. This includes the use of ear pieces, ear cords and blue tooth. C. Revocation or non-renewal of a valid Florida Driver's License. This includes Drivers, Street Service and Safety Supervisors and Training staff. D. More than two (2) moving violations and/or preventable accidents or one (1) accident classified as negligent in any rolling twelve (12) month period. E. More than three (3) Driver Behavior and/or Driver Safety complaints per six month period. F. Distributing any unauthorized materials, i.e. religious, political or solicitations while representing CAT & CAP. G. Inability to maintain an individual 85% on-time-performance in a 30 calendar day period. The Contractor shall develop corrective action plans for these individuals for PTNE’s review and approval. H. Failure to submit to or pass a drug or alcohol test. I. Failure to properly utilize all seat belts for the driver and all passengers. J. Unprofessional communications and/or behavior with Dispatchers over the radio or in the presence of a CAT or CAP patron. K. “Arriving” a trip early in an effort not to show lateness on a schedule or “performing” a trip late in an effort to circumvent an accurate GPS location that could result in fewer trips per driver. L. “Arriving” and/or “Performing” a trip with no patrons being transported in order to commit fraud. M. Failure to notify the Contractor of a moving violation (traffic ticket), an arrest or conviction of a criminal offense of a Class A or Class B misdemeanor, or felony; or placement on probation or deferred adjudication for a Class A or Class B misdemeanor, or felony; or DWI, before the end of the business day following the day the employee receives notice of such action(s). The Contractor shall immediately remove any driver and/or safety sensitive personnel from driving until disposition of a DWI/DUI charge by the courts. A safety sensitive person who has a conviction of DWI/DUI, regardless of whether the conviction stems from operation of a CAT or CAP vehicle or a privately owned vehicle, will be removed from service. PTNE reserves the right to have the Contractor remove any driver and/or safety sensitive personnel from CAT or CAP driving until disposition of criminal charges (e.g., violent crimes, firearm or drug related that would cause concern for the safety of themselves, other employees, patrons and/or PTNE property) by the courts. Upon notice of an arrest or conviction or placement on probation or deferred adjudication, the Contractor in conjunction with the PTNE Transit Manager, will determine whether any personnel action is required. The Contractor must notify the PTNE Transit Manager immediately that an employee is no longer employed by the Contractor. 4.4 Driver Responsibilities 4.4.1 Drivers are prohibited from soliciting and/or accepting gratuities from CAT or CAP patrons. 4.4.2 Drivers shall be required to have a complete understanding of CAT/CAP’s fare policy. Rev 2/20/15 55 4.4.3 Drivers shall conduct a pre-trip inspection for all vehicles including the radio, MDT’s, and/or cycle wheelchair ramp. Said inspection shall be performed on non-County owned vehicles as well and documentation of the inspection shall be provided to the Transit Manager. 4.4.4 Drivers shall follow proper procedures when boarding and alighting patrons, including but not limited to, announcing stops according to ADA requirements. Drivers shall be required to announce the next destination to patrons on board, thereby providing effective communication and an expected level of customer service. 4.4.5 Drivers shall follow proper procedures when boarding and alighting wheelchair patrons to include proper positioning of the vehicle while deploying the wheelchair ramps. All drivers shall provide the passenger with boarding assistance, if necessary or requested, to the seating portion of the vehicle. The boarding assistance shall include opening the vehicle door, fastening the seat belt or utilization of wheelchair securement devices, storage of mobility assistive devices, and closing the vehicle door. Other assistance may be provided except in situations in which providing assistance would not be safe for passengers remaining on the vehicle. Assisted access must be in a dignified manner. For paratransit service, passengers who are especially frail and elderly and/or disable shall be assisted from the door of their pick up point to the door of their destination. Drivers may not assist passengers in wheelchairs more than one step up or down. 4.4.6 Drivers shall report all incidents, accidents regarding CAT/CAP property, CAT/CAP facilities, CAT/CAP passengers and/or accidents involving both County-owned and non- County owned vehicles to PTNE’s Project Manager. This includes but is not limited to accidents/incidents during training and/or incidents that may affect service delivery. 4.4.7 Drivers shall, when requested by PTNE, distribute notices to passengers, schedules and/or other promotional materials or otherwise render assistance in PTNE's monitoring and supervising operations. 4.5 Uniform Specifications and Appearance Standards The Contractor’s Drivers, Street, Safety and Office Supervisors shall be required to wear a PTNE approved uniform at all times while on duty. All employees shall wear an identification badge as issued by Collier County. Uniforms shall be clean, pressed, and free of wrinkles and without tears or other signs of excessive wear. All employees shall be neat in appearance, well groomed, and practice good hygiene. Large flashy jewelry or items referencing political views shall not be worn while in uniform. If off duty, any employee who chooses to wear the uniform must wear a complete uniform as prescribed in this Scope of Services. The uniform may not be worn in parts or for separate purposes. The wearing of any non-regulation pants, shirts, or shoes, while on duty is prohibited and the Contractor is subject to the assessment of liquidated damages. Employees shall not engage in the engage in purchasing or consuming alcohol or tobacco products while in the CAT uniform (full or partial). The Contractor shall furnish all uniforms with the exception of belts and shoes, which shall be provided by the employee. A new driver may not enter into revenue service without a complete uniform. The Contractor shall replace the uniforms as needed for torn and excessive worn uniforms. 4.5.1 Uniform Specifications: • Shirts: Long sleeve or short sleeve; uniform shirts must be tucked into the trousers at all times. • Shorts or Pants, Navy Blue: Dura knit or cotton, no denim. Office staff may wear Rev 2/20/15 56 denim for business professional Fridays. • Belt: Solid Black only • Coats, sweaters, jackets, raincoats, and foul weather clothing, if worn, shall be solid navy blue or black. Only the CAT logo shall be permitted. • Shoes: Black Acceptable shoe styles: Closed toe shoes are required. Plain toe; military style, oxford, wellington boots or dress boots with a zipper not exceeding eight (8) inches in height; Low-cut tennis shoes all-black only. Unacceptable shoe styles: High top tennis shoes; buckles and stirrups; laced hiking- style boots, laced boots; sandals; cleared or open toe Thick crepe, cleat or rippled- soles • Socks: Black socks or skin tone nylon stockings 4.5.2 Appearance Standards: 4.5.2.1 Male Appearance: • Male hair shall be clean, neatly and evenly trimmed or combed and well groomed, with length in keeping with a professional image. • Mustaches shall be clean and neatly trimmed and shall not extend more than one-half (1/2) inch horizontally beyond the corners of the mouth. • Beards and goatees are permitted; the beard must not be more than one- half (1/2) inch in length, and must be clean and neatly trimmed. • Ornaments and Jewelry on Clothing: Ornaments, jewelry or similar accessories shall not be worn if they depict any association, individual, occupational group, religion, race, creed, color, nationality, or gender in any way, especially in a favorable or unfavorable light. 4.5.2.2 Female Appearance: • Female hair shall be clean, neatly and evenly trimmed or combed, and well groomed in keeping with a professional image. At no time shall hair be worn in such a manner that it obscures vision or creates a safety hazard. • If cosmetics are used, they shall be applied conservatively so that the outward appearance of wearing make-up is lessened. • Ornaments, jewelry or similar accessories shall not be worn if they depict any association, individual, occupational group, religion, race, creed, color, nationality, or gender in any way, especially in a favorable or unfavorable light. Earrings should be small so that they do not pose an accident risk or create a safety hazard. • Fingernails should be worn at an acceptable business or active length to ensure safety and job-related efficiency. 5.0 PREVENTIVE MAINTENANCE 5.1 Vehicle Preventive Maintenance Requirements 5.1.1 County Owned Vehicles Rev 2/20/15 57 The Contractor shall operate an adequate number of vehicles in service at all times to efficiently provide the required service, allowing for a minimum 20% spare ratio for routine maintenance to be scheduled. The Contractor will establish a schedule for routine maintenance of vehicles as well as regular communications with Collier County staff and Scheduling Contractor to determine maintenance schedules, non-routing maintenance reporting and scheduling procedures, and acceptable timelines for vehicles in shop and out of service. A vehicle maintenance program is required to be coordinated with County staff and the Scheduling Contractor and must include at least schedules for preventive maintenance, safety inspections and vehicle repair records. The vehicles shall be maintained per the manufacturer’s instructions and warranties. The Contractor agrees to use the vehicles in a careful and proper manner for the intended service only and to comply with all federal, state, local or other governmental laws, regulations, requirements and rules with respect to use, maintenance and operation of the vehicles. The vehicles shall not be operated beyond the limits established in the applicable policies of insurance as hereinafter set forth, and may only be used for the transportation of passengers or as requested by PTNE. Employees shall not utilize the vehicles for personal use. When necessary to break for lunch while utilizing support or paratransit vehicles, discretion and common sense must prevail. The Contractor shall establish a communication protocol with Collier County staff and the Scheduling Contractor for vehicle maintenance to identify vehicles which need preventive maintenance, and those which are in need of non-scheduled maintenance as identified through pre-trip and post-trip inspections of vehicles on a daily basis. The Contractor will ensure that all drivers properly complete and report body and mechanical defects on any vehicle. The Contractor shall accomplish this by utilizing Zonar; the electronic pre and post-trip monitoring system for vehicle maintenance inspections and reports. A Vehicle Pre-Trip Inspection report will be prepared each day for each vehicle, and completed by the driver to indicate that they checked the vehicle for body and mechanical defects prior to commence of the driver’s first run of the day. A Post -Trip Inspection Sheet will be prepared at the completion of service each day. Daily records of pre-trip and post-trip inspections will be maintained by the Contractor, and provided to PTNE upon request. The wheelchair lift on each vehicle shall be cycled one complete cycle prior to departure for service each day. The Contractor shall ensure that no vehicle is placed into Service without having properly functioning onboard communication equipment and wheelchair lift. If a paratransit vehicle’s air conditioning or heating is not functioning properly and if there are no other vehicles available, the passengers will be transported rather than canceling a trip. Passengers with health conditions affected by air condition or lack thereof will be notified if their vehicle’s air conditioner is not working, and the passenger will be given an opportunity to decide whether or not to take the trip, with no late cancellation penalties. The Contractor shall perform daily vehicle inspections, maintain logs of daily service and schedule and report all service activities necessary to operate vehicles and equipment safely and efficiently. The Contractor shall develop, implement and maintain a written checklist of items included in the daily inspection and/or servicing of each vehicle. The checklist shall be computerized and kept on file for the County to review/access and maintained for five (5) years. Daily vehicle inspections and maintenance responsibilities shall include, but are not limited to: • Recording field usage and charting bus fuel use by vehicle; • Vehicle Climate Control; • Re-fueling of vehicles at the end of service; • Scheduling regular vehicle service activities as follows: • Engine oil, coolant, transmission fluid and windshield washer service needs for Rev 2/20/15 58 County staff to complete; • Farebox vault pulling and replacement • Tire inspection (air pressure, tread depth, and wear) • Brake check; • Exterior and interior light operations; • Interior sweeping and dusting; • Exterior and interior visual inspection; • Identify unreported damage; • Intelligent Transportation System Operations; and • Required signage The Contractor shall be responsible for maintaining at a minimum the following reports in its file for all used in delivering services: • Daily inspection forms • Fuel usage • Oils, transmission fluids, and anti-freeze usage • Preventive Maintenance scheduled and unscheduled inspections & reports • Road call reports (service interruption) • Safety inspection reports • Scheduled and unscheduled maintenance 5.1.2 Non-County Owned Vehicles The Contractor shall operate an adequate number of vehicles in service at all times to efficiently provide the required service, allowing for a minimum 20% spare ratio for routine maintenance to be scheduled. The Contractor will establish a schedule for routine maintenance of vehicles as well as regular communications with Scheduling Contractor to determine maintenance schedules, non-routing maintenance reporting and scheduling procedures, and acceptable timelines for vehicles in shop and out of service. A vehicle maintenance program is required to be coordinated with County staff and the Scheduling Contractor and must include at least schedules for preventive maintenance, safety inspections and vehicle repair records. The vehicle maintenance program shall be submitted and approved by Collier County prior to October 1 for the initial contract. The maintenance program shall be updated on an annual basis and provided to the County by July 1st of each year. The vehicles shall be maintained per the manufacturer’s instructions and warranties. The Contractor agrees to use the vehicles in a careful and proper manner for the intended service only and to comply with all federal, state, local or other governmental laws, regulations, requirements and rules with respect to use, maintenance and operation of the vehicles. The vehicles shall NOT utilize the Collier Area Transit logo outside of the vehicle. Any required Collier Area Transit/Paratransit required interior signage must be concealed when not operating on behalf of Collier County. The Contractor shall establish a communication protocol with Collier County staff and the Scheduling Contractor for vehicle maintenance to identify vehicles which need preventive maintenance, and those which are in need of non-scheduled maintenance as identified through pre-trip and post-trip inspections of vehicles on a daily basis. The Contractor will ensure that all drivers properly complete and report body and mechanical defects on any vehicle. The Contractor shall accomplish this by utilizing Zonar; the electronic pre and post-trip monitoring system for vehicle maintenance inspections and reports. The Contractor shall be required to purchase, install and maintain Zonar for their vehicles. County staff and the Scheduling & Dispatch contractor shall have access to view all Zonar data. A Vehicle Pre-Trip Inspection report will be prepared each day for each vehicle, and completed by the driver to indicate that they checked the vehicle Rev 2/20/15 59 for body and mechanical defects prior to commence of the driver’s first run of the day. A Post-Trip Inspection Sheet will be prepared at the completion of service each day. Daily records of pre-trip and post-trip inspections will be maintained by the Contractor, and provided to PTNE upon request. The wheelchair lift on each vehicle shall be cycled one complete cycle prior to departure for service each day, if applicable. The Contractor shall ensure that no vehicle is placed into Service without having properly functioning onboard communication equipment and wheelchair lift. If a paratransit vehicle’s air conditioning or heating is not functioning properly and if there are no other vehicles available, the passengers will be transported rather than canceling a trip. Passengers with health conditions affected by air condition or lack thereof will be notified if their vehicle’s air conditioner is not working, and the passenger will be given an opportunity to decide whether or not to take the trip, with no late cancellation penalties. The Contractor shall perform daily vehicle inspections, maintain logs of daily service and schedule and report all service activities necessary to operate vehicles and equipment safely and efficiently. The Contractor shall develop, implement and maintain a written checklist of items included in the daily inspection and/or servicing of each vehicle. The checklist shall be computerized and kept on file for the County to review/access and maintained for five (5) years. Daily vehicle inspections and maintenance responsibilities shall include, but are not limited to: • Recording field usage and charting bus fuel use by vehicle; • Vehicle Climate Control; • Scheduling regular vehicle service activities as follows: • Tire inspection (air pressure, tread depth, and wear) • Brake check; • Exterior and interior light operations; • Interior sweeping and dusting; • Exterior and interior visual inspection; • Identify unreported damage; • Required signage The Contractor shall be responsible for maintaining at a minimum the following reports in its file for all vehicles used in delivering services: • Daily inspection forms • Fuel usage • Oils, transmission fluids, and anti-freeze usage • Preventive Maintenance scheduled and unscheduled inspections & reports • Road call reports (service interruption) • Safety inspection reports • Scheduled and unscheduled maintenance 5.2 Vehicle Cleaning (County & Non-County Owned Vehicles) Any vehicle not conforming to this provision is subject to removal from service prior to, during, or upon completion of the shift, until such time that PTNE’s Transit Manager has determined that PTNE’s standards are met. Failure to meet these requirements subjects the Contractor to assessment of liquidated damages. The Contractor shall ensure that all vehicles are clean. The Contractor shall be responsible for all labor and materials associated with this work. 5.2.1 Exterior At a minimum, all vehicles shall have exteriors washed and cleaned of all dirt, oil and accumulated grime, at least twice per week or as necessary to maintain a neat appearance. Only County-owned vehicles may be washed and cleaned on County Rev 2/20/15 60 premises. All vehicles shall be free of outer body damages (i.e. accident damage, paint damage, cracks, breaks, dings or dents, damaged or faded decals, cracked glass, etc.) that noticeably detract from the overall appearance of the vehicle. For County Owned vehicles, rubber or vinyl exterior components such as tires, bumper fascia, fender skirts and door edge guards shall be cleaned and treated with a preservative as necessary to maintain an attractive appearance and consistent with the bus wrap vendors maintenance suggestions. 5.2.2 Interior All interiors shall be cleaned of all dirt and trash at the end of each day’s use. Ceilings, windows, dashes, walls, stanchions, and grab rails shall be thoroughly cleaned twice per week or as necessary. All foreign matter such as gum, grease, dirt and graffiti shall be removed from interior surfaces during the daily interior cleaning process. Upholstery shall be steam cleaned as necessary, but at least quarterly, and upholstery damage shall be scheduled for repair immediately upon discovery. The cost of upholstery repairs for County owned vehicles shall be the responsibility of the County. Buses shall be kept free of vermin and insects at all times. The Contractor shall be responsible for exterminating all vermin and inspects from all vehicles immediately upon their discovery, utilizing safe, non-hazardous and Environment Protection Administration (EPA)- approved insecticides/materials. All vehicles shall be free of interior damages (i.e. accident damage, cracks, breaks, damaged or faded decals, torn upholstery, damaged interior panels, cracked glass, etc.) that noticeably detract from the overall appearance of the vehicle. 5.3 Transfer Facilities, Administration & Operations Buildings The Contractor shall maintain transfer facilities and other facilities provided for their use in clean and neat conditions at all times. The Contractor shall maintain the facilities by removing trash, sweeping, vacuuming, mopping, pressure washing or cleaning windows in order to maintain an attractive appearance at all times. All facility repairs shall be reported to the PTNE Transit Manager for coordination with the County Facilities Management Department. All health or safety repairs shall be reported directly to the Facility Management Department, with the PTNE Transit Manager notified as soon as possible thereafter. The Contractor shall provide a front of house employee at the main and secondary transfer stations to assist with the health, safety and security of the public. The Contractor shall be responsible for ensuring doors are secured each night. The Contractor shall be responsible for all labor and materials associated with this work. 5.4 Bus Stops, Shelters & Park & Ride Lots PTNE will purchase all signs, posts, benches, shelters, schedule holders and trash receptacles for CAT fixed route bus stops and facilities. The Contractor shall be responsible for the labor and equipment necessary for the installation of all bus stop signs, posts and schedule holders in accordance with Municipal Uniform Traffic Control Devices (MUTCD) Manual and ADA requirements. The Contractor shall be responsible for the removal of any damaged signs, posts, benches, shelters, bike racks and trash receptacles as directed by PTNE. The Contractor shall be responsible for the labor, equipment and materials for the following items related to Bus Stops, Shelters & Park & Ride lots including, but not limited to: • Monitor all bus stops, shelters and transit amenities on a regular basis (weekly at a minimum), document and rectify any maintenance issues. • Trash removal from bus stops at least every other day or more frequent if necessary; • As schedule modifications occur, replace the schedule holder signs with PTNE provided laminated schedules and time points. Rev 2/20/15 61 • Develop a maintenance program, which must be approved by PTNE which meets the following minimum standards: o The Contractor’s supervisors and bus operators may be utilized as a monitoring resource for bus stop maintenance. Customer comments and requests will also provide information related to the bus stop maintenance requirements. o The Contractor shall clean and maintain the improvements and grounds at all bus stop sign, bench, and shelter locations to include, but not limited to: trash removal (2X per week), pressure cleaning of shelters and amenities, at least once annually or as needed. o Graffiti removal, paint touch-up, general cleaning, etc. as needed. o Hazardous conditions such as damaged facilities will be responded to by the Contractor as quickly as possible, but not more than 24 hours from the time when the Contractor was made aware of the damage. o Complete an annual report of existing stop locations and identify potential improvements based upon ridership criteria identified by PTNE. The Contractor shall be responsible for developing procedures in coordination with PTNE for the evaluation of requests for additional stops, routes and making recommendations to PTNE on stop and route additions, removals and relocations. The procedures and recommendations should be based on ADA, safety, route schedule and community considerations. The Contractor shall be responsible for submitting recommendations along with supporting documentation for any requested stop or route changes to PTNE for their review and approval. The Contractor shall submit a quarterly summary of stop requests, evaluations of requests for changes and other information related to stop changes. The Contractor shall be responsible for labor used in the performance of this work. 6.0 Property, Office Space, Computers & Equipment The Contractor is responsible for the preparation and administration of all documentation associated with operation of the fixed route and paratransit services. The Contractor shall be fully responsible for all PTNE provided or furnished inventory/property, and equipment. All assets (capital or non- capital) of Collier County are and will remain the property of Collier County. The Contractor shall appoint a property custodian and a backup property custodian responsible for all Collier County provided inventory or property. The Contractor shall assist PTNE personnel during physical inventory of the property. The Contractor shall be responsible for all costs for any and all improvements made solely for the Contractor’s benefit which at a minimum shall include construction, permits, license, etc. The Contractor shall verbally report all damage on all PTNE provided or furnished inventory, property and/or equipment to the PTNE Transit Manager at the time the damage occurs, followed by a written report within 24 hours of each and every occurrence. The report shall contain a full explanation of all of the facts surrounding the damage. The Contractor shall secure and protect all inventory, property and/or equipment and shall replace any equipment lost, stolen or abused with PTNE approved replacements. The PTNE project manager will review all damage and make a determination as to the cost and responsibility for repairs. All damages determined by PTNE to be the responsibility of the Contractor shall be repaired or replaced at the expense of the Contractor. PTNE will be responsible for purchasing office equipment and cost for equipment repair in meeting system and administration responsibilities. PTNE shall provide and pay for the following utilities: electric, water and sewer and local telephone. The Contractor shall be required to reimburse PTNE for all long distance phone calls. Employees who require long distance access will receive an individual pin code, which will be tracked for billing purposes. The Contractor shall be responsible for Rev 2/20/15 62 the day to day costs associated with performing these functions, including, but not limited to: printing supplies, daily office inventory supply items, etc. 6.1 Office Space & Common Area The County shall provide 1 cubicle at the Transfer Station located at Parking Garage 2 on the Collier County Government Campus. The County shall provide 7 spaces to accommodate general manager, administrative assistant, fixed route operations manager, paratransit operations manager, safety & training manager and road supervisor(s) at 8300 Radio Road. A driver’s lounge area is located at 8300 Radio Road and is available for use by the drivers. Furthermore, there shall be access to two conference rooms (scheduled on a first come, first serve basis) and a common break room. 6.2 Computers & Equipment All CAT & CAP business shall be transacted via Collier County email and saved on the Collier County provided networks. No employee shall have any expectation of privacy for any item that is produced, transmitted, saved, etc. utilizing County resources. Computers and related operating equipment are located at the following sites: 6.2.1 Transfer Station located at Parking Garage 2 – one computer to be connected to the Collier County network will be provided. Access to a shared printer (black and white) is also available. Limited copying services may be available at this location. 6.2.2 Radio Road Administration & Operations Building – 7 computers to be connected to the Collier County network will be provided. 2 computers to be connected to the Avail network will be provided. Access to various shared printers and copier shall be available. 6.2.3 Handheld Radios – 16 of hand held radios shall be available for management use. The Contractor shall be responsible for all PTNE provided communication equipment once issued to the Contractor. The Contractor shall keep accurate documentation on the status of each piece of communication equipment complete with serial numbers, and Collier County asset numbers. 6.2.4 Support Vehicles – 7 support vehicles will be provided to the Contractor. 7.0 PTNE Quality Assurance Collier County PTNE & Fleet management shall have unrestricted and immediate access to all vehicles and maintenance records at all times. Collier County PTNE & Fleet management, at its sole discretion, reserves the right to remove from service any vehicle that is deemed unsafe, including those that have not received scheduled PM inspections. The Contractor shall be subject to the assessment of liquidated damages for any vehicles removed from service. County oversight is not a substitute for the Contractor’s QA responsibilities. The Contractor is fully responsible for the safety and QA of all vehicles for all services provided. 8.0 Towing In the event that towing of any vehicle is required due to mechanical failure, damage, etc., the Contractor shall be responsible to arrange such towing, through a company selected by the County. Towing costs for all vehicles will be paid for by the Contractor. 9.0 Accidents/Incidents 9.1 The Contract shall develop procedures to investigate, develop and rate each accident to determine if the accident could have been prevented utilizing the National Safety Council definition of preventability. In addition, this review will establish the need (and schedule, as necessary) for any corrective training, operating guideline provision or equipment maintenance or technical correction required, together with a follow-up to assure that action has been Rev 2/20/15 63 completed. All staff involved in accident investigation must be properly trained in accident investigation as required by the U.S. Department of Transportation. 9.2 The Contractor shall be responsible for all costs associated with physical damage to the County owned vehicles, including collision and comprehensive coverage, each equal to the depreciated value of all vehicles including the buses, vans and non-revenue vehicles operated by the Contractor. The Contractor shall be responsible for all damages falling below the deductible. The County shall not be responsible for physical damage costs associated with non-County owned vehicles. 9.3 All damage must be repaired prior to returning any vehicle to service. Minor scratches, minor dings and dents may be repaired during scheduled maintenance activity, but obvious damage shall be repaired prior to the vehicle entering revenue service. Under no circumstances shall vehicles be permitted to operate in revenue service with missing panels, unpainted repairs or primer paint showing. All vehicles involved in an accident or incident shall be shall be inspected and approved by PTNE’s Transit Manager or designee prior to the vehicle being returned to revenue service. The Contractor shall report to PTNE, in writing, all accidents and incidents regarding Collier County furnished vehicles, facilities or Contractor furnished equipment or vehicles, regardless of service status to the PTNE Transit Manager as follows: 9.3.1 The Contractor shall immediately report any unusual occurrence or conflict with a rider or other person(s). 9.3.2 The Contractor shall notify PTNE of every accident or incident immediately, but no more than two hours after the occurrence. 9.3.3 The Contractor shall provide written documentation for any vehicle accident or incident. The County shall receive written copies of incident and accident reports within 24 hours of occurrence. The Contractor shall provide a full report inclusive of photos and policy report within seven calendar days of the accident/incident. Failure to provide the notification/reports within the timeframe allotted shall result in liquidated damages. 9.4 The Contractor shall not operate any vehicle in revenue service with missing or broken glass, to include windshields, door glass, driver's windows, and all side windows. All exterior lamp lenses shall be attached to the vehicle during service. 10.0 COLLECTION OF FARES All operating revenues collected by the Contractor are the property of Collier County, including but not limited to farebox receipts, ticket and pass sales revenue, advertising revenue and rental fees. Fixed route vehicles shall be vaulted on a daily basis at the end of revenue service. Paratransit fares (tickets, cash or checks) shall be validated and turned in at the end of each shift. The selected vendor will be expected to collect the required fare at the time of boarding. If the passenger refuses to pay his/her fare the passenger will not be transported. If it is found that the selected vendor is allowing passengers to ride without paying the required fare, the outstanding fares will be deducted from the amount of the next invoice. For paratransit service, where the passenger paid for the first leg of the trip but refuses to pay for the return trip, the operator should be instructed to transport the passenger home but must advise the passenger that he/she will not be eligible for the future transportation until the outstanding fare is paid. Paratransit passengers may: • Pay the fare with exact change, tickets or check on each ride. Rev 2/20/15 64 • Pay the fare with exact change, tickets or check for both ways on their first ride. • Purchase tickets for the value of the passengers co-pay in advance at CAT Operations facility 8300 Radio Rd Naples FL or at Collier Area Transit Transfer Station at the Government Center 11.0 LICENSES, PERMITS AND WORK 11.1 Licenses and Permits All work performed by the Contractor must fully comply with all federal, state and local licensing and permit requirements. The Contractor is responsible for obtaining and maintaining all appropriate licenses and permits needed to fulfill the terms of the Contract. This includes all licenses and permits required to install, maintain and operate equipment within the facility, as well as the licensing of all personnel employed or hired by the Contractor to perform maintenance and repairs services under this Contract. The Contractor shall not be limited to the local, state and federal rules and regulations stated in this Scope of Services. Collier County shall not be held liable in any way for the Contractor’s failure to obtain and/or hold any relevant licenses or permits. 11.2 Contractor’s Responsibility The Contractor is responsible for all supplies, equipment, work and services associated with this Contract. Collier County assumes no liability for work plans approved by PTNE. Any and all violations of federal, state or local license or permit requirements caused by the Contractor or its personnel are the responsibility of the Contractor. The Contractor shall advise the PTNE Transit Manager immediately by telephone of any violation notices received from federal, state or local agencies. A written report shall be submitted within twenty-four (24) hours to PTNE’s Project Manager. 12.0 SAFETY PROGRAM The Contractor shall participate in tabletop, emergency preparedness training exercises as requested by PTNE. The Contractor is considered essential personnel and shall be available upon request for evacuation and transportation for any emergency event 24/7. 12.1 Personal Protective Equipment The Contractor is fully responsible for all aspects of the safety and health of personnel hired to perform under this Contract. The Contractor shall furnish and enforce the use of individual personal protective equipment (PPE) as needed to complete work being performed in hazardous locations, including the streets when personnel are investigating vehicular accidents. PPE shall include, but not be limited to, hard hats, rain gear, protective foot wear, protective clothing and gloves, eye protection, ear protection, chemical resistant gloves, respirators, safety belts, safety harnesses, safety lifelines and lanyards, and high visibility reflective safety vests as necessary. The Contractor shall provide warning signs, barricades and verbal warnings as required. The Contractor shall provide all employees including but not limited to Drivers and mechanics, safety training to include special training prior to working with hazardous materials or operations. The Contractor shall document all training and provide written reports of the training to PTNE when requested. 12.2 Safety The Contractor shall assume full responsibility for ensuring the safety of patrons, Contractor’s personnel, and PTNE-provided vehicles and equipment. The Contractor shall develop, implement and maintain PTNE-approved System Safety Program Plan (SSPP) and the System Security Emergency Preparedness Plan (SSEPP) that complies with APTA (American Public Rev 2/20/15 65 Transit Association) guidelines and Chapter 14-90, Florida Administrative Code (FAC). PTNE will provide oversight, with periodic monitoring of the Contractor to confirm compliance with the approved System Safety Plan. Safety management programs shall include, but not be limited to, accident prevention, accident investigation, retraining guidelines and procedures, criteria for determining preventability of accidents, schedules and agendas for internal safety meetings that reinforce the importance of safety and participation of the Contractor’s staff in safety -related organizations. A copy of the Contractor’s Safety Management Program shall be submitted to PTNE’s Transit Manager for review and/or approval prior to commencement of the Contract. 13.0 EMERGENCIES 13.1 Emergency Programs The Contractor shall develop, implement, and maintain business continuance plans to respond to emergencies and other problems that may occur. Occurrences include, but are not limited to: passenger injuries, disturbances, or illness; vehicle failures; inclement weather and accidents; and emerging health threats or homeland security advisory alerts. The Contractor’s written plan shall include a facility back-up plan, in case the PTNE facility becomes inaccessible during inclement weather and/or accidents or any other occurrences. The Contractor’s emergency plan should also allow for a temporary facility to house displacement for vehicles. PTNE reserves the right to approve all Contractor emergency programs and plans. The Contractor shall inform its employees of emergency procedures to be followed in case of fire, medical emergency, or any other life-threatening catastrophe. PTNE has established a Continuity of Operations Plan (COOP) and the Contractor shall be asked to provide responsible key personnel at Collier County’s central control location in the event of a hurricane and/or storm emergency. The Contractor's key personnel, safety sensitive and non-safety sensitive personnel may be asked to volunteer during a hurricane and/or storm emergency. 14.0 PUBLIC SAFETY 14.1 Contractor’s Responsibility PTNE strives to provide safe, secure and reliable transportation service to its passengers while minimizing vandalism and property destruction to vehicles, property and facilities. It is the responsibility of the Contractor to support PTNE’s efforts to provide services in the most secure manner possible. PTNE works closely in partnership with local, state and federal agencies to achieve and maintain maximum system security. The Contractor shall cooperate with Collier County’s personnel in all matters of security as requested by PTNE in response to local, state or national alerts, conditions or changes as dictated by the U.S. “Homeland Security Advisory System” or any other mandates/advisories received by PTNE. Law Enforcement Officers respond to emergency and non-emergency transit--related calls for service throughout the CAT & CAP Service area. The Contractor shall report all security and safety related incidents and accidents involving personnel and vehicles. 15.0 CUSTOMER ADMINISTRATION 15.1 Customer Comments The Contractor shall be responsible for changing procedures, retraining personnel and reassigning personnel as necessary to correct any service issues. A copy of every customer comment and incident report shall be kept in each employee file. Rev 2/20/15 66 15.2 Lost and Found The Contractor shall follow PTNE’s “Lost and Found” procedures. The Contractor shall develop a “Lost and Found” Database to record all pertinent information. This shall also include monitoring bicycles at facilities to determine if they have been abandoned consistent with PTNE’s policy. Failure to properly process “Lost and Found” recovered items in a timely manner shall lead to assessment of liquidated damages. 15.3 Media Plan The Contractor shall provide and maintain a media plan for PTNE’s approval prior to Contract commencement. The plan shall address media contact in person or by other communications to any and/or all of the Contractor’s employees, agents, operators, or any other person(s) acting under its control or direction in the performance of services pursuant to this contract. 16.0 CONTINUITY OF SERVICES 16.1 Contractor’s Responsibility The Contractor recognizes that the CAT & CAP Services under this Contract are vital to Collier County and must be continued without interruption and that upon Contract expiration, a successor, may continue them. The Contractor agrees to exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. The Contractor shall make available necessary personnel records and allow the successor to conduct onsite interviews and/or testing with these employees. If selected employees are agreeable to the changes, the Contractor shall release them on a mutually agreeable date and negotiate transfer of their earned fringe benefits to the successor. Should employees being transferred be required to undergo training, the Contractor shall work with the successor to schedule agreeable dates and times when employees will be allowed to attend training sessions. 17.0 DRUG & ALCOHOL TESTING PROGRAM The Contractor shall administer a Drug and Alcohol (D&A) Program which meets all of the Federal, State and local requirements. CAT & CAP is required to perform D&A testing in accordance with United States Department of Transportation and Federal Transit Administration regulations. The Contractor will be required to perform D&A testing in accordance with Collier County’s Risk Management policies as well as US DOT and FTA requirements. The Contractor shall have a Substance Abuse Testing Program in place which meets all the criteria of the US DOT, the FTA and Collier County. The Contractor shall be required to incorporate these requirements into their program. The Contractor agrees to produce documentation necessary to establish its compliance with all applicable regulations and to permit any authorized representative of the US DOT or its operating administrations, the Florida Department of Transportation or Collier County to inspect facilities and records associated with the implementation of the D&A testing program. Documentation of test results will be maintained in personnel files by the Contract and shall be made readily available for inspection by Collier County. The Contract shall send a monthly compliance letter to the PTNE Transit Manager as proof of compliance with the program. Failure to provide shall constitute the assessment of liquidated damages. 18.0 EQUAL EMPLOYMENT OPPORTUNITY (EEO)/AFFIRMATIVE ACTION PROGRAM The Contractor must develop and implement an EEO and Affirmative Action program that meets or exceeds all federal, State and County policies. The Contractor shall prepare an EEO program that complies with FTA regulations and submit it to PTNE by January 15th of each year. The Contractor shall update the program as needed but no less than annually and submit it to PTNE. Rev 2/20/15 67 19.0 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REPORTS The CAT/CAP Disadvantaged Business Enterprise (DBE) program provides guidance on the use of overall and contract goals, requirement to include DBE provision in subcontracts, evaluating DBE participation where specific contract goals have been set, reporting requirements, and replacement of DBE subcontractors. PTNE shall be responsible for submission of all reports for the DBE Program. The Contractor will be responsible for submitting required forms as provided by PTNE to ensure DBE compliance. 20.0 PLANNING & MEETINGS The Contractor is responsible for providing recommendation related to service in coordination with the Scheduling/Customer Service Contractor. This shall include but it not limited to: bus routes, schedules, days and hours of operations, bus stop locations, location of bus stop improvements, assist PTNE staff in the preparation of all planning documents, cost estimates and other such activities relative to overall system administration. The Contractor in coordination with the Scheduling/Customer Service Contractor shall be responsible for identifying upcoming funding needs for the system and providing recommendations for pursuing federal, state and local grants on a quarterly basis. The Contractor will be required to maintain service information necessary for all FTA review, including all FTA Triennial Review information. Service information pertaining to the Triennial review must be maintained in a paper and electronic filing system sorted by the general areas of review as shown in the FTA Triennial Review Workbook. The Contractor will be required to maintain service information necessary for all NTD review, including NTD Monthly & Annual Reporting as well as required sampling. Upon request of PTNE, the Contractor shall at its own expense attend meetings to provide information concerning the transit system including but not limited to Local Coordinating Board, Public Transit Ad- Hoc Advisory Committee, Board of County Commissioners, or as otherwise requested by PTNE. The Contractor shall assist PTNE, as needed, in the coordination and promotion of public meetings. This will include coordinating with PTNE staff as requested in the preparation of public meetings, attendance to public meetings and assistance in preparing and posting notifications of meetings at bus stops, park and rides and transfer centers. The General Manager representing the Contractor and the PTNE Director and Transit Manager representing the County shall meet bi-weekly to discuss services. The Contractor shall develop the bi- weekly agenda in coordination with PTNE. 21.0 SCHEDULE DISTRIBUTION The Contractor shall be responsible for the distribution of schedules at various locations around the County. The locations shall be approved by PTNE in advance. Furthermore, the Contractor is responsible for maintaining an inventory of schedules and providing the County with sufficient notice for preparing and printing these items. 22.0 CONTRACT COMPLIANCE & REPORTING Timely and accurate reports and records will be submitted to PTNE. PTNE views statistical reporting as a critical element of effective service planning, service quality evaluation, and policy development. It is, Rev 2/20/15 68 therefore, deemed important that the Contractor assign staff with the qualifications and time to edit files, create and evaluate reports. The following guidelines are provided as basic information regarding the nature of reports that will be required during the course of this contract. PTNE from time to time may require changes in forms, record keeping and/or reporting procedures to serve the needs of the agency. 22.1 Reporting The following reports shall be completed on a daily basis and maintained on file for inspection: • Daily pre-trip and post-trip inspection forms • Fuel usage • Oils, transmission fluids, and anti-freeze usage • Preventive Maintenance scheduled and unscheduled inspections & reports • Road call reports (service interruption) • Safety inspection reports • Scheduled and unscheduled maintenance The following reports shall be due to the PTNE Transit Manager daily by 9 a.m. in coordination with the Scheduling and Dispatch Contractor: • Fleet status report • Fuel reports • Total number of buses (in service) with inoperable wheelchair lifts identified by vehicle number. • Farebox problem, tampering, vandalism, etc. by bus number. • Number of deviations by bus and run (for prior day) The following reports shall be due to the PTNE Transit Manager as necessary in coordination with the Scheduling & Dispatch Contractor: • Accident • Incidents • Facility Damages/Lost/Stolen • Equipment Damages/Lost/Stolen • Early or Late Service • Service Interruptions/delays • Missed trips • MDT, silent alarm and/or radio downtime The following reports shall be due to the PTNE Transit Manager as necessary: • Backup Staffing Plan • Employee New Hire/Changes o E-Verify o Training Verification o Badge Access Agreement o Computer Use Agreement o Key Agreement The following reports shall be due to the PTNE Transit Manager monthly by the 15th of each month (covering the month prior): • Invoice o Inclusive of all grant backup materials. • Safety Report – Summary of all accidents and incidents (preventable & non- preventable) including: o One location map showing all incidents & accidents (Location map must Rev 2/20/15 69 delineate each incident as a County-owned vehicle and non County-owned vehicle. o Injuries o Recommendations to improve safety • Training Report including documentation, certifications and upcoming safety programs • Ride Check Summary Report • Employee Information (including trainees) o Include employee positions by department and classification o Training Validation o Background Checks o Motor Vehicle Reports o Position Vacancies o Required Positions • Compliance Letter related to administration of the D&A Program • Summary Report for drug and alcohol screening results for all safety sensitive positions, including time and date testing was completed. o Pre-employment o Post Accident o Random o Reasonable Suspicion o Return to Duty • Total supervisor hours driving routes. • Fixed Route Operations to include: o Road calls  Major and minor mechanical failures (by bus number and run number)  Total miles between failures • Route Information in coordination with Customer Service/Scheduling Contractor including: o On time performance o Passengers o Passenger trips (Total Weekday, Total Saturday, Total Sunday) o Revenue o Miles (Revenue, deadhead, total) (Total Weekday, Total Saturday, Total Sunday) o Hours (Revenue, deadhead, total) (Total Weekday, Total Saturday, Total Sunday) o Passengers (Per Mile & Per Hour) o Revenue (Per Mile & Per Hour) o Daily Information in coordination with Customer Service/Scheduling Contractor including:  Total Revenue Hours  Total Deadhead Miles o Bus Stop Conditions including repairs o Information Necessary to Complete the Monthly NTD Reports o • Paratransit Operation to include: o Road calls  Major and minor mechanical failures (by bus number and run number)  Total miles between failures o The Following items shall be provided in coordination with Customer Service/Scheduling contractor, 3 separate reports shall be provided, the first shall be for County-owned vehicles, the second shall reflect non County-owned vehicles and the third report shall combine the statistics for all vehicles: Rev 2/20/15 70 o # of Days of Service o Passenger trips (Total Weekday – ambulatory & wheelchair, Total Saturday – ambulatory & wheelchair, Total Sunday – ambulatory & wheelchair) (One Way, Total Guest, Total Escort) o Revenue o Miles (Revenue, deadhead, total) (Total Weekday, Total Saturday, Total Sunday) o Hours (Revenue, deadhead, total) (Total Weekday, Total Saturday, Total Sunday) o Passengers (Per Mile & Per Hour) o Revenue (Per Mile & Per Hour) o Cancels o No Shows o Fares Collected o Ticket Sales o % of Cancelled trips to the total # of trips o % of No Shows of Total # of trips o On-time performance o No Show/Late Cancellation Suspensions broken out by 1st offense, 2nd offense, 7, 14 & 30 day suspensions. o Information Necessary to Complete the Monthly NTD Reports The following reports shall be due to the PTNE Transit Manager quarterly by the 15th of each January, April, July & October (covering the prior quarter): • Bus Stop Conditions including pressure washing schedule • Bus Stop Request Evaluation • Upholstery Steam Cleaning Certification for all vehicles • Upcoming Federal, State or Local Grant Opportunities • Active Driver Roster Including: o Driver’s Name o Address o Date of Birth o Date of Hire o Driver’s License Number o Expiration Date o Training Dates o Latest D&A test o Background Check Review Date o Motor Vehicle Record Review Date • Active employee list The following reports shall be due to the PTNE Transit Manager annually as noted below in coordination with the Scheduling & Dispatch Contractor: • NTD Report (By December 15 – covering the prior fiscal year – October through September) • Annual Operating Report (By August 1 – covering the prior State fiscal year – July through June) • Annual Safety Certification (By January 15 – covering the prior calendar year – January through December) • MIS Report (By February 15 – covering the prior calendar year – January through December) • Vehicle Maintenance Program – due by July 1 of each year • Annual update of the SSPP – due by November 1 of each year Rev 2/20/15 71 • Annual update of the SSEPP – due by November 1 of each year • EEO Program – due by January 15th of each year 22.2 Reporting and Data Collection The contractor shall be responsible for ensuring that all data is captured and stored for the term of the contract and throughout any transition period. The data must be kept in a format acceptable to PTNE. It is the contractor’s sole responsibility to ensure compliance and conformance. All data systems must be reviewed and approved by PTNE in advance of the start of the contract. 23.0 CONTRACT TERMINATION OR CONCLUSION 23.1 Contractor’s Responsibility At the conclusion of the Contract, the Contractor shall work with the incumbent Contractor, PTNE and/or a third party Contractor to achieve an efficient and non-distributive transition of all services, including but not limited to administration, personnel, Subcontractors, vehicles, supplies and equipment. The outgoing Contractor shall behave in a professional and courteous manner throughout the transition period. The outgoing Contractor shall cooperate and make any and all 1) PTNE-furnished inventory, property and equipment available for inspection, and 2) work up to the last service pull-in on the date of the Contract conclusion or termination. The outgoing Contractor shall risk loss of payment for the last month of performance for any act of lack of cooperation, neglect, vandalism or recklessness, and may be assessed any costs incurred by PTNE or the incoming Contractor for returning any PTNE owned-furnished property or assets back to original working condition, to include repairs and replacement. PTNE has sole discretion for determining assessment charges. APPENDIX 1 PERFORMANCE STANDARDS In order to ensure a high standard of performance, services provided by the Contractor are to be operated in a manner that maximizes productivity without negatively impacting service quality for CAT & CAP patrons. To assure quality and a high level of customer satisfaction, all performance standards shall be reviewed on an on-going basis and are subject to change as CAT & CAP’s needs change. If performance standards set forth below are changed by PTNE, the Contractor’s performance standards will be immediately changed to meet the new performance standards, upon notice by PTNE to the Contractor. PTNE will review each performance factor and reward high achievement (incentives) or make deductions for substandard performance (disincentives). Review periods are every six months (October 1 through March 31 & April 1 through September 30). Cash payments or deductions shall be calculated on the Net Contract Amount Paid to the Contractor for Service Operated for the corresponding review period. All incentives achieved or incentive payments the Contractor receives from Collier County shall be distributed 100% among the Contractor’s drivers, starters, safety supervisors and other non-key personnel who directly contributed to the operations success of the Contract during the review period being evaluated. In order to be included in the incentive payments, the employee must be on the payroll the date the payments are distributed. PTNE may require documentation to ensure that all incentives are distributed according to the Contract. The following performance standards establish a range of performance that provides quality service delivery to CAT patrons. The Contractor shall attain the following performance standards: 1.0 Accidents per 100,000 Revenue Miles are defined as a transit incident resulting in a fatality or passenger injuring requiring medical transport or involve a non-arson fire and/or a collision between a revenue vehicle and an object such that the amount of all damage exceeds $1,000. As the PTNE Rev 2/20/15 72 definition changes, so will the contract definition. The following outlines the incentives or disincentives for Accidents per 1000,000 Revenue Miles performance range: Accidents/100,000 Revenue Miles Performance Indicators Incentive/ <Disincentive> 15% above Goal 1.02 or less $1,000 10% above Goal 1.01 – 1.08 $500 5% above Goal 1.09 – 1.14 $250 PTNE Goal FILL IN GOAL 1.15 – 1.25 None Up to 5% below Goal 1.26 – 1.31 <-$250> Up to 10% below Goal 1.32 – 1.32 <-$500> 11% below Goal 1.33 and above <-$1,000> 2.0 Total # of passenger trips per revenue vehicle hour. The following outlines the incentives or disincentives for total # of passenger trips per revenue vehicle hour systemwide: Total Passenger trips per revenue vehicle hour Performance Indicators Incentive/ <Disincentive> 15% above Goal 19.55 and above $1,000 10% above Goal 18.7 – 19.54 $500 5% above Goal 17.85 – 18.6 $250 PTNE Goal - 17.0 16.16 – 17.84 None Up to 5% below Goal 15.4 - 16.15 <-$250> Up to 10% below Goal 15.14 – 15.3 <-$500> 11% below Goal 15.13 or below <-$1,000> 3.0 On-time Performance is defined as the percentage of time that the vehicle departs no earlier than and no more than 5 minutes after the published departure times as shown in the AVAIL schedule adherence report. Incentives and disincentive shall be assessed per route. The following outlines the incentives and disincentive for on-time performance per route: On-Time Performance Per Route Performance Indicators Incentive/ <Disincentive> 3% above Goal Above 97.85 $1,000 2% above Goal 96.9 – 97.84 $500 1% above Goal 95.95 – 96.8 $250 PTNE Goal 95% 94.06 – 95.94 None Up to 1% below Goal 93.2 – 94.05 <-$250> Up to 2% below Goal 92.16 – 93.1 <-$500> 3% below Goal 92.15 or below <-$1,000> 4.0 Customer Satisfaction is defined as the overall passenger rating based on a semi-annual customer service report. The response categories are very poor (1), poor (2), fair (3), good (4) and very good (5). The following outlines the incentives and disincentive for customer satisfaction: Semi – Annual Customer Satisfaction Performance Indicators Incentive/ <Disincentive> 15% above Goal Above 4.6 $1,000 10% above Goal 4.4 – 4.5 $500 5% above Goal 4.2 – 4.3 $250 PTNE Goal 4.0 3.9 – 4.1 None Up to 5% below Goal 3.7 – 3.8 <-$250> Up to 10% below Goal 3.57 – 3.6 <-$500> Rev 2/20/15 73 11% below Goal 3.56 or below <-$1,000> The following performance standards establish a range of performance that provides quality service delivery to CAP patrons. The Contractor shall attain the following performance standards: 5.0 Accidents per 100,000 Revenue Miles are defined as a transit incident resulting in a fatality or passenger injuring requiring medical transport or involve a non-arson fire and/or a collision between a revenue vehicle and an object such that the amount of all damage exceeds $1,000. As the PTNE definition changes, so will the contract definition. The following outlines the incentives or disincentives for Accidents per 100,000 Revenue Miles performance range: Accidents/100,000 Revenue Miles Performance Indicators Incentive/ <Disincentive> 15% above Goal 1.02 or less $1,000 10% above Goal 1.01 – 1.08 $500 5% above Goal 1.09 – 1.14 $250 PTNE Goal 1.2 1.15 – 1.25 None Up to 5% below Goal 1.26 – 1.31 <-$250> Up to 10% below Goal 1.32 – 1.32 <-$500> 11% below Goal 1.33 and above <-$1,000> 6.0 Total # of passenger complaints per 1,000 revenue miles are defined as complaints including but are not limited to discourtesy, rudeness, eating, drinking, improperly secured patron, improperly operated lift, unscheduled stops, pass ups, getting lost and/or any other negative behavior as reported to PTNE. The following outlines the incentives or disincentives for # of passenger complaints per 1,000 revenue miles: Passenger Complaints per 1,000 revenue Performance Indicators Incentive/ <Disincentive> 15% above Goal 1.7 or less $1,000 10% above Goal 1.71 – 1.8 $500 5% above Goal 1.81 – 1.9 $250 PTNE Goal 2 1.91 – 2.0 None Up to 5% below Goal 2.1 – 2.19 <-$250> Up to 10% below Goal 2.2 – 2.21 <-$500> 11% below Goal 2.22 and above <-$1,000> 7.0 On-time Performance is defined as the percentage of time that the completed drop off trip is no more than 0 minutes late vehicle as shown in the schedule adherence report. The following outlines the incentives and disincentive for on-time performance: On-Time Performance Performance Indicators Incentive/ <Disincentive> 3% above Goal Above 97.85 $1,000 2% above Goal 96.9 – 97.84 $500 1% above Goal 95.95 – 96.8 $250 PTNE Goal 95% 94.06 – 95.94 None Up to 1% below Goal 93.2 – 94.05 <-$250> Up to 2% below Goal 92.16 – 93.1 <-$500> 3% below Goal 92.15 or below <-$1,000> Rev 2/20/15 74 8.0 Customer Satisfaction is defined as the overall passenger rating based on a semi-annual customer service report. The response categories are very poor (1), poor (2), fair (3), good (4) and very good (5). The following outlines the incentives and disincentive for customer satisfaction: Semi – Annual Customer Satisfaction Performance Indicators Incentive/ <Disincentive> 15% above Goal Above 4.6 $1,000 10% above Goal 4.4 – 4.5 $500 5% above Goal 4.2 – 4.3 $250 PTNE Goal 4.0 3.9 – 4.1 None Up to 5% below Goal 3.7 – 3.8 <-$250> Up to 10% below Goal 3.57 – 3.6 <-$500> 11% below Goal 3.56 or below <-$1,000> Rev 2/20/15 75 APPENDIX 2 LIQUIDATED DAMAGES Liquidated damages will be assessed for Contractor deficiencies specified herein. Liquidated Damages are not punitive but intended to recover Collier County’s cost for the Contractor’s deficiencies, lost service or additional work by PTNE for service delivery to the patron. PTNE will consider extenuating circumstances in assessing damages. The Contractor has the ability to control liquidated damages through well trained drivers, re-fresher training, and effective communications with staff. Liquidated damages shall be deducted from any monies due, or which may thereafter become due, to the Contractor under this Contract. Liquidated damages will not be assessed for the above described occurrences arising from causes beyond the control of Contractor as determined by PTNE. In the event the Contractor fails to comply with the following standards, PTNE shall assess liquidated damages as follows: 1.0 Liquidated damages shall be assessed as listed below: Requirements Liquidated Damage Amount Contractor must submit complete and accurate reports by the PTNE established due dates. $100.00 for each calendar day late for the monthly and/or quarterly reports $500.00 for each calendar day late after the pre-established date for the yearly report. The Contractor shall notify PTNE of every accident or incident immediately, but no more than two hours after the occurrence. The Contractor shall submit information accurately and complete. $100.00 for each hour beyond the initial 2 hour window for notification, The Contractor shall provide written documentation for any vehicle accident or incident. The County shall receive written copies of incident and accident reports within 24 hours of occurrence. The Contractor shall provide a full report inclusive of photos and police report within seven calendar days of the accident/incident. The Contractor shall submit reports accurately and complete. $250.00 for each calendar day late after the pre-established timeframe for a report and full report inclusive of photos. The Contractor shall be required to develop and administer EEO, Title VI, & Drug and Alcohol policies and programs consistent with Federal, State & Local requirements. Liquidated damages shall be assessed on a daily basis from the date of the written notice until either PTNE or FTA deems compliance has been met and issues a written notification. First violation $ 500.00 daily Second violation $1,000.00 daily Third violation $1,500.00 daily Fourth violation $2,000.00 daily All drivers are required to collect fares from patrons. $10.00 per uncollected fare, in addition to the amount of the uncollected fares being deducted from the invoice request. The Contractor shall remove all farebox receipts from revenue vehicles daily and secure funds in the vault room. $250 per occurrence of farebox receipts not being secured in the vault room on a daily basis. Drivers are expected to conduct themselves in a professional, safe and courteous manner at all times. Driver Infractions include, but are not limited to: a. Employees not in complete proper uniform, while in $25.00 per day per occurrence for Driver- related infractions as documented or reported to PTNE. Rev 2/20/15 76 Revenue Service; b. Driver(s) and/or any other passenger(s) smoking while in the Vehicle at any time; c. Driver(s) who display unprofessionalism over the radio with any personnel: d. Driver(s) who display unprofessionalism to PTNE clients and/or other personnel; e. Driver(s) who fail to properly log in; f. Driver(s) who get lost; g. Driver(s) with Lost or Expired Collier County Identification Badges h. Driver(s) leaving vehicle with patrons unattended. i. Driver(s) leaving vehicles unsecured. j. Employees who engage in the purchase or consumption of alcohol, drugs or tobacco products while in full or partial uniform. The Contractor is expected to care for all County provided equipment and establish policies and procedures to ensure that equipment is not tampered with, abused or neglected. $50.00 plus the cost of repair if Communication Equipment is found tampered with, abused and/or neglected as identified by PTNE Staff and/or PTNE’s repair Contractor. The Contractor is required to maintain all required vehicles in accordance with terms and conditions of this Contract. Vehicles found to be non-compliant by PTNE or designee after a vehicle inspection, safety or vehicle audit, will be removed from service. Examples of non- compliance include, but are not limited to: a. Vehicle(s) in-service not properly logged into the Radio, MDT or any other required systems; b. Vehicle(s) in-service that are not clean, exterior or interior; c. Vehicle(s) in-service with damaged seats or damaged interiors; d. Vehicle(s) in-service with leaky interiors due to A/C Condensation or any other fluid(s); e. Vehicle(s) with accident damage or body damage; f. Vehicle(s) with graffiti or damages in the driver’s area as a result of driver misuse or abuse; g. Vehicle(s) with inoperable Radios or MDT’s; h. Vehicle(s) with inoperative interior and/or exterior lights; i. Vehicle(s) with lack of current PTNE-issued publications; j. Vehicle(s) with sub-standard climate control $50.00 per day per vehicle per occurrence for non-compliant vehicle(s). The Contractor is expected to submit accurate, complete reports within the PTNE established timeframes. Infractions may include failure to submit reports by established dates, submission of inaccurate or incomplete reports, or maintaining proper records. Examples of reporting infractions include, but are not limited to: a. Failure to maintain current records for training $50.00 per day per occurrence for Reporting Infractions. Rev 2/20/15 77 documentation, in personnel files for all personnel. At a minimum this includes: o Drivers’ License records o Defensive Driving records o Motor Vehicle records o Background records o Customer Comments and/or other Incident reports b. Failure to conduct and properly document mandatory ride checks. c. Failure to maintain and submit any requested reports as required and/or requested. The Contractor shall faithfully adhere to all standard MVR, background screening reviews and driver licensing and registration requirements. $1,000.00 per incident discovered where the Contractor failed to adhere to all review requirements. The Contractor is expected to operate the systems in a safe and efficient manner. A Safety Infraction is an action in which the safety of the patron, the driver, the vehicle, other people, other vehicles and/or property is jeopardized. Safety infractions include, but are not limited to: a. Consumption of food while operating a Vehicle; b. Contractor’s personnel who fail to properly complete any and all accident/incident reports regarding CAT or CAP passengers and/or Collier County property including an incomplete D&A decision tree; c. Driver(s) or Street Supervisor(s) not in possession of a valid Florida Driver’s License and a Department of Transportation (DOT) medical card, while in Revenue Service; d. Driver(s) who fail to properly notify the Dispatch Office of incidents/accidents/emergency services involving passengers, property and/or Collier County property; e. Failure to conduct pre-trip inspection, including cycling of the wheelchair ramp or lift; f. Failure to make initial contact and maintain contact with Dispatch Office; g. Failure to properly tie down a wheelchair correctly or call out required ADA stops as observed by PTNE staff and/or PTNE representatives (including video playback); h. Improper use of the Radio and/or MDT equipment; i. Lack or improper use of Seat Belts for all occupants in the Vehicle; j. Operation of a revenue service with non-trained personnel; k. Operation of a Vehicle while texting; l. Operation of a Vehicle with a cell phone, cell phone ear piece or ear cord; m. Reckless driving; n. Running Red Lights; o. Speeding $100.00 per occurrence for “Safety Infractions” as documented or reported to PTNE. PTNE requires full staffing by the Contractor. 25% of the salary for the time that a key personnel position is vacant for over 14 Rev 2/20/15 78 days. $100.00 per day per vacancies in Supervisory Personnel. All required supervisory positions (starters, street supervisors, service supervisor, and safety personnel) must be covered each day in case of turnover, sickness, vacation or other absences with a qualified replacement. $100.00 per day for any non PTNE-approved personnel operating a route without PTNE’s prior written approval. County vehicles are to be used for approved purposes only. $500 for any occurrence of Contractor using Collier County vehicles for other than an explicit PTNE approved purpose. The Contractor shall encourage its drivers to exercise means to prevent instances of avoidable repeat damage/harm to vehicles. $100.00 per incident after a driver’s second such avoidable instance of like damage. The Contractor shall perform a minimum of 20% scheduled trips on non County-owned vehicles. (This percentage may be revised on an annual basis). $5,000 per month of less than 20% of total paratransit trips performed by non County- owned vehicles. The Contractor shall be responsible for securing all facilities each evening. $1,000 per door or gate that is left unsecured in the evening. The Contractor shall be responsible to remove radio programming from non County-owned vehicles within 15 days of no longer being used for County paratransit trips. Documentation must be provided to the County from a radio vendor that this has occurred. $500 per day beyond 15 days of no documentation being provided. Failure to properly process “Lost and Found” recovered items in a timely manner and/or failure to implement the lost and found process in a proper manner. $100 per item not properly documented or each instance where the County policies and procedures are not followed. Rev 2/20/15 79 EXHIBIT A-2 SCOPE OF SERVICE FOR COLLIER AREA TRANSIT AND COLLIER AREA PARATRANSIT SCHEDULING, DISPATCHING, CALL CENTER, INTELLIGENT TRANSPORTATION SYSTEMS & ADMINISTRATION SERVICES 1.2 GENERAL 1.3 Services The Public Transit and Neighborhood Enhancement (PTNE) Division, a division of the Public Services Department of Collier County Government is charged with providing fixed route and paratransit operations. This Scope of Service covers the requirements for the Contractor to perform and deliver all fixed route and paratransit scheduling, dispatching, call center, intelligent transportation system and administrative services; hereinafter referred to as S&D for Collier County. The Contractor shall provide all resources required to operate a turnkey operation to deliver services which includes but is not limited to, management, personnel, administration, supplies, equipment, services to manage and administer for all of the requirements of this Contract. The Contractor shall comply with all applicable federal, state and local regulations. The Contractor shall be responsible for all fees, licenses, and permits, and/or fines and penalties as a result of operating CAT and CAP under the terms and conditions of this Contract. The requirements listed in this Scope of Service for personnel, vehicles, equipment, assets and other resources are minimum requirements. 1.3 Glossary The term “customer service representative” and “call taker” shall be used interchangeably throughout this Scope. The term “passenger”, “patron” or “client” shall be used interchangeable throughout this Scope. The term “paratransit” and “Collier Area Paratransit (CAP)” shall be used interchangeably throughout this Scope. The term “fixed route” and “Collier Area Transit (CAT)” shall be used interchangeable throughout this Scope. 1.3 Americans with Disabilities Act (ADA) The Americans with Disabilities Act of 1990 (ADA) requires that “public entities which provide fixed route public transportation service must offer comparable Paratransit service to individuals with disabilities who are unable to use the fixed route system.” Collier Area Transit’s Paratransit Service is CAP & CAPS. Vehicle operations services will be provided with County owned and privately owned vehicles. This Scope will provide passenger eligibility assessments, routing, scheduling, and service development and planning, travel training, customer service, dispatching and reservations for all paratransit programs. The Contractor shall be knowledgeable and experienced in ADA policy and best practices. This shall include, but not be limited to, personal care attendants, service animals and reasonable accommodations. Hours of operation for ADA trips pick up may be comparable to the operation hours of the Fixed Route schedule. ADA trips cannot be denied. 1.4 Transportation Disadvantaged (TD) The Transportation Disadvantaged (TD) program provides service to people residing areas where CAT fixed route bus service is not available, and have no other means of transportation. Multiple vendors may provide the vehicle operations services with County owned and privately owned vehicles. This Scope will provide passenger eligibility assessments, routing, scheduling, and service development and planning, travel training, customer service, dispatching and Rev 2/20/15 80 reservations for all paratransit programs. The Contractor shall be knowledgeable and experienced in paratransit policy and best practices. This shall include, but not be limited to, personal care attendants, service animals and reasonable accommodations. The number of trips provided is based on needs but are also controlled by the availability of funding. Hours of operation for Transportation Disadvantaged trips pick up may be as early as 4:00 a.m. and the latest pickup time may be as late at 6:00 p.m. Saturdays and Sundays are reserved for medical and religious trips only. In addition, the individual’s trip origin and/or destination must reside outside the ADA corridor. 1.5 Service Area CAT and CAP provide transit service to the entire geographical Collier County. CAT currently operates 17 routes; and 1 express route. Current operations are approximately 214.65 hours per day Monday through Saturday and 108.78 hours per day on Sundays. CAT currently has 23 Gillig Transit buses allocated for all routes and will be for use by the successful contractor. One bus is being leased to Lee County to operate the LinC, which is a route connecting the two systems. CAT Vehicle Inventory synopsis is listed below and a full vehicle inventory is attached: # of Vehicles Size (In Feet) 11 30 8 35 2 35 (Hybrid – Diesel/Electric) 2 40 CAT service is provided seven days a week from approximately 4:00 a.m. to 8:30 p.m. from Monday through Sunday (depending on the route). The ADA required service area encompasses areas within ¾ mile of local bus routes. CAP ADA operates service hours for those persons living within ¾ mile from a local bus route. Origins and destinations within this area have Paratransit Service that is comparable to bus times. Transportation Disadvantaged (TD) funds are utilized to serve areas beyond the ADA requirement and are limited based on vehicle and funding availability. Hours of operation for TD trips pick up may be as early as 4:00 a.m. and the latest pickup time may be as late at 6:00 p.m. Saturdays and Sundays may be reserved for medical and religious trips only. If the local bus hours changes as part of a planned CAT local bus adjustment, the CAP ADA service hours may change accordingly and CAP ADA public materials will be modified by PTNE. The CAP TD service hours may be modified by PTNE during the term of this Contract. A combination of County furnished vehicles and supplemental contractor furnished vehicles shall operate the Paratransit Service delivery in the Service area. PTNE staff will notify the Contractor’s personnel of any temporary changes to bus schedules for special events. For emergencies (ex. hurricane), PTNE will notify the Contractor’s personnel of the associated changes in CAT & CAP hours of service immediately or upon PTNE’s announced service change. 1.6 Holiday Service The Contractor shall not provide service for the following holidays, unless otherwise directed by PTNE: • New Year's Day Rev 2/20/15 81 • Memorial Day • U.S. Independence Day • Labor Day • Thanksgiving Day • Christmas Day 1.7 Scope of Work The Contractor shall be prepared to provide all resources necessary to operate and administer call centers, paratransit eligibility assessments and application processing, travel training, attendance at special events, assistance with all aspects of the Intelligent Transportation System (including planning, troubleshooting, assistance with implementation and maintenance of the system), planning services, dispatching, revenue reconciliation, information verification, customer service surveys, etc. The Contractor shall provide all resources and administration required to operate the services outlined in this scope and to be consistent with federal, state, local regulations including the Transit Development Plan and Transportation Disadvantaged Service Plan. The Contractor shall be required to provide all administrative components for FTA/ADA compliance. At minimum, these shall include: ADA compliance, community outreach, paratransit application intake and processing, paratransit service eligibility and suspension appeals, paratransit eligibility determinations and certifications, information centers, policy administration, travel/mobility training, trip route planning & scheduling, call center services, all paratransit trips via a computerized system, ad-hoc reporting, trip reconciliations of all trips by the end of the following business day, schedule to be able to maintain on-time performance standards, and zero ADA trip denials. PTNE will have control of all policy matters relating to the S&D services, at a minimum to include standards of service, service area, hours of operations and the setting of fare rates and fare media. The Contractor shall ensure that all services are operated and delivered in a safe, courteous, customer-friendly, reliable and in a timely manner and that the passengers’ best interests are of foremost concern. Lump sum annual rates for this scope separated by fixed route and paratransit shall be set for the initial three year term of the contract and shall be payable in 12 equal monthly installments. Rates for the optional fourth and fifth year of the contract shall be reflected in the submittal package. The Contractor shall provide all toll tags and administration for the services. The Contractor shall be responsible for all toll tags, toll charges and fines associated with toll tag usage. The Contractor shall develop and implement policies and procedures consistent with Federal, State and Local regulations, including Collier County CMA’s and Job Safety Analysis. This should also include an anti-nepotism policy. The Contractor shall develop and implement policies and procedures to match PTNE standards regarding cell phones usage, conflicts of Interest, diversity, etc. within 90 days of contract award. The Contractor shall be responsible for the prevention of fraudulent practices by the Contractor's employees, agents, drivers, or any other person(s) acting under its control or direction in the performance of services pursuant to this contract and the CAT & CAP Programs. Such practices shall include, but not be limited to: g. Unauthorized dealings in, tampering with, or entering falsified information on documents or recording falsified, electronic information related to the provision of CAT or CAP Services under this contract. h. Misrepresentation of the verification and validity of actual trips taken; trip origins; trip destinations; vehicle odometer readings; fare and/or fare media returned by drivers; and/or additional written instruction issued by PTNE. i. Documented instances of any item stated above shall result in non-payment for associated services. Upon verification of any fraudulent practice, PTNE may prosecute to the full extent of the law and pursue any other remedies provided under this contract by law. Rev 2/20/15 82 1.7.1 Fixed Route Service Collier Area Transit (CAT) currently operates a total of 17 routes; and 1 express route. Current operations are approximately 214.65 hours per day Monday through Saturday and 108.78 hours per day on Sundays. CAT currently has 23 Gillig Transit buses (11 - 30 foot; 10 - 35 foot (2 of which are Hybrids); and 2 - 40 foot) allocated for all routes and will be for use by the successful contractor. One bus is being leased to Lee County to operate the LinC, which is a route connecting the two systems. CAT service is provided seven days a week from 4:00 am to 8:50 pm from Monday through Sunday (depending on the route). No services are provided on major holidays, including on Thanksgiving Day, Christmas Day, New Year’s Day, Memorial Day, U.S. Independence Day, or Labor Day. Currently all buses are parked at the Transit Operations Facilities (TOF) located on Radio Road but not all routes begin at that location. Some routes will be required to operate deadhead trips at the beginning or end of the route. Drivers who begin or start their shift during the afternoon while a route is in service may be shuttled back and forth from TOF to access their vehicle in the employee parking area. The Contractor shall monitor and resolve all operational and customer service issues regardless whether it stems from vehicles, drivers and or patrons. The following are the estimated annual RVH of service the fixed route is anticipated to operate: FY 2016: 72,842 FY 2017: 73,935 FY 2018: 75,044 FY 2019: 76,170 FY 2020: 77,313 Service hours may vary over the term of the contract depending upon funding considerations. ROUTE DETAILS: Rout e # Route Name Description Daily Statistics Mon- Sat Hours Sun Hours Mon- Sat Miles Sun Miles Runs Averag e Riders hip 11 US 41 - Creekside Service from Govt. Transfer Station along US 41 north to Creekside on Immokalee Rd. and back. 14.83/ 15.33 10.33/ 10.83 243/ 255.44 170.1/ 182.54 10/7 338 12 Airport - Creekside Service from Govt. Transfer Station along Airport Rd north to Creekside on Immokalee Rd. and back. 13.33/ 13.83 10.33/ 10.83 219.15 / 231.59 170.45 / 182.89 9/7 331 13 NCH - Coastland Mall Service from Govt. Transfer Station to Coastland Mall & NCH via Davis Blvd. & Goodlette Rd. 13.83/ 14.33 10.83/ 11.33 192.78 / 205.22 151.47 / 163.91 14/11 262 14 Bayshore - Coastland Mall Service from Govt. Transfer Station to Coastland Mall & NCH via Thomasson Dr/, Bayshore Dr. and US 41. 11.83/ 12.33 0/0 160.2/ 172.64 0/0 12/0 232 15 Golden Service from Govt. Transfer 14.89/ 10.5/ 253.7/ 177.59 10/7 359 Rev 2/20/15 83 Gate City Station to Golden Gate City via Radio Rd. and Santa Barbara Blvd. 14.89 10.5 253.7 / 177.59 16 Golden Gate City Service from Govt. Transfer Station to Golden Gate City via Radio Rd. and Santa Barbara Blvd. 13.39/ 13.39 0/0 222.83 / 222.83 0/0 9/0 200 17 Rattlesnak e - FSW College Service from Govt. Transfer Station to Florida Southwestern College via Rattlesnake Rd. circling back to the Transfer Station along 951 And US 41. 13.25/ 13.75 10.33/ 10.83 188.12 / 200.51 146.3/ 158.74 9/7 192 18 US 41 East - Naples Manor Service from Govt. Transfer Station to Naples Manor along US 41 circling back to the Transfer Station along 951 and Rattlesnake Rd. 11.83/ 12.33 0/0 164.56 / 177 0/0 8/0 144 19 GG Estates - Immokalee Service from Govt. & Radio Rd. Transfer Stations to GG Estates and Immokalee City via Davis Blvd., 951, GG Blvd., Wilson Blvd & Immokalee Rd. 21.48/ 22.73 4.83/ 5.83 736.77 / 774.09 166.46 / 191.34 9/2 274 20 Pine Ridge Service from Radio Rd. Transfer Station to Pine Ridge Rd. from Logan Blvd. to Goodlette Rd. via Davis Blvd. 5.25/ 5.25 3.75/ 3.75 97.96/ 97.96 73.47/ 73.47 4/1 43 21 Marco Island Circular Service from Super Walmart south of US 41 to Marco Island and circulating around the Island. 5.25/ 5.92 5.25/ 5.92 113.96 / 130.25 113.96 / 130.25 5/5 74 22 Immokalee Circular Circulator service though Immokalee City, reverse of route 23. 14.08/ 14.33 11.92/ 13.09 242.85 / 249.07 162.64 / 248.2 10/8 134 23 Immokalee Circular Circulator service though Immokalee City, reverse of route 22. 14.08/ 14.33 0/0 294.83 / 301.05 0/0 10/0 113 24 US 41 East - Charlee Estates Service from Govt. Transfer Station to Charlee Estate community & Big Cypress Flea Market via US 41. 11.75/ 12.25 8.75/ 9.25 189.68 / 202.12 142.26 / 154.7 8/6 190 25 Golden Gate Parkway - Goodlette Service from Radio Rd. Transfer Center to Goodlette Rd. north of GG Pkwy via Radio Rd., 951, GG Pkwy. With a stop at the Mall. 11.83/ 11.83 2.67/ 2.67 224.88 / 224.88 56.22/ 56.22 8/2 145 26 Clam Pass Mid-day service to Clam Pass Beach from Golden Gate City via Santa Barbara, Pine Ridge Rd. & Naples Blvd. 5.67/ 6.34 4.17/ 4.84 88.36/ 106.76 66.27/ 84.67 4/3 21 27 951 - Immokalee Rd Service from Golden Gate City to Creekside via GG Pkwy, 951, Immokalee Rd. with portions of route operating under flag down service. Service also to North 13.83/ 14.16 10.87/ 11.2 278.55 / 287.75 216.65 / 225.85 9/7 37 Rev 2/20/15 84 Collier Reg. Pk 121 Express – Imm. & Marco Express service between Immokalee City and Marco Island. 4.25/ 5.25 4.25/ 5.25 133.93 / 221.69 133.93 / 221.69 2/2 66 *revenue / service statistics The current fares for the CAT System are as follows: Collier Area Transit Fare Structure Fare Fare Full Fare $1.50 Reduced Fare $0.75 Children 5 Years and Younger Free Marco Express $2.50 Marco Express Reduced $1.25 Transfers $0.75 Transfers Reduced $0.35 Day Passes $4.00 Day Passes Reduced $2.00 Smart Card 7 – Day Pass $15.00 7 – Day Pass Reduced* $7.50 30 – Day Pass $35.00 30 – Day Pass Reduced* $17.50 Marco Express 30 – Day Pass $70.00 Marco Express 30 – Day Pass Reduced* $35.00 Collier County BCC Employee Pass $10.00 Smart Media Smart Card $2.00 Registration $3.00 Replacement with Registration $1.00 Notes: Reduced fares are for members of Medicare, Disabled Community, those 65 years and older and children 17 and under. ID required. In addition, reduced fares are available to the Medicaid Non-Emergency Transportation Provider. 1.7.2. Paratransit Service Collier Area Paratransit (CAP) currently operates a complete brokerage system to coordinate transportation for the disadvantaged citizens. Paratransit services are provided to individuals who, because of physical or cognitive conditions, are unable to access the fixed route bus service or when fixed route service is not available in an area and no other means of transportation is available to an individual. Two distinct transportation programs are provided under the paratransit program: ADA and TD. The ADA program provides service to people who reside within ¾-miles of an existing Collier Area Transit (CAT) fixed route bus service (with origins and destinations within ¾-miles of a fixed- route), have transportation needs that fall within the CAT service schedule, but cannot access the bus system due to a disability. The TD program provides service to people residing in areas where CAT fixed route bus service is not available, and who have no other means of Rev 2/20/15 85 transportation. All trips provided by these services have an origin and destination within Collier County. However, trips may be coordinated with the transportation providers in adjacent County to make connections as necessary and appropriate. The following are the historic number of trips to approved passengers that have been provided: Year Ambulatory Passengers Wheelchair Passengers Total # of Trips Provided to Approved Clients 12/13 61,285 18,923 80,208 13/14 59,549 16,845 76,394 14/15 (information is a partial year – July 1 through March 31) 47,967 14,093 62,060 Passenger Co-Pay (Fare) The co-pay is determined by which transportation program the trip is conducted under. ADA and TD programs require different co-pays as outlined below. The fare for ADA service is $3.00 for a one-way door-to-door trip, however, it may be reduced to $1 based on the same household income guidelines as the TD program. The fare for TD service is based on an income scale. The fare is $1.00, $3.00, $4.00 $5.00 or $7.00, per one-way trip. The current TD co-pay rates are presented in the table below: TD Rate and Fare Structure (Effective October 1, 2014 – September 30, 2015) Family Size Passenger pays $1.00 if household income is at or under Poverty Level Passenger pays $3.00 if household income is >100%-150% of Poverty Level Passenger pays $4.00 if household income is >151%-225% of Poverty Level Passenger pays $5.00 if household income is >226%-337% of Poverty Level Passenger pays $7.00 if household income is +337% of Poverty Level 1 $11,670 $11,671 - $17,505 $17,506 - $26,258 $26,259 - $39,328 $39,329 2 $15,730 $15,731 - $23,595 $23,596 - $35,393 $35,394 - $53,010 $53,011 3 $19,790 $19,791 - $29,685 $29,686 - $44,528 $44,529 - $66,692 $66,693 4 $23,850 $23,851 - $35,775 $35,776 - $53,663 $53,664 - $80,375 $80,376 5 $27,910 $27,911 - $41,865 $41,866 - $62,798 $62,799 - $94,057 $94,058 6 $31,970 $31,971 - $47,955 $47,956 - $71,933 $71,934 - $107,739 $107,740 7 $36,030 $36,031 - $54,045 $54,046 - $81,068 $81,069 - $121,421 $121,422 8 $40,090 $40,091 - $60,135 $60,136 - $90,203 $90,204 - $135,103 $135,104 Rev 2/20/15 86 CAP Rider’s Guide is available on the PTNE webpage at www.colliertransit.com CAP currently operates Route Match operating system on version 6.0.13. An alternate system may be offered as part of the response to this proposal request. 4.0 SERVICES 4.1 CAT Service The Contractor shall be prepared to provide all resources necessary to operate the S&D Call Center. PTNE representatives may observe the Contractor’s call center operation to monitor compliance with the Contract and CAT’s performance standards. Failure to operate the call center operations efficiently and/or in the patrons’ best interests may result in the assessment of liquidated damages and/or the removal of personnel. The Contractor shall be responsible for having staff and management in place to answer patron calls, sell fares and rent bicycle lockers, Monday through Saturday, 6:00 a.m. to 6 p.m. at both the Radio Road Administration Center & the Transfer Facility at the Government Center. Also, Sunday from 8:00 a.m. to 5 p.m. at the Transfer Facility located at the Government Center. Liquidated damages are not punitive, but are intended to recover PTNE’s cost for poor delivery of service. 4.1.1 CAT Operating Standards PTNE has established the following operating standards to which the Contractor shall meet or exceed during Year 1 of the Contract: F. The Contractor shall maintain an overall passenger customer service rating of four (4) based on a semi-annual customer service report. The response categories will be very poor (1), poor (2), fair (3), good (4), and very good (5). G. 80% of all calls answered within 2 minutes. H. 100% of all calls answered within 3 minutes I. Reconciliation of revenues collected for the sale of passes by customer service representatives shall be 100% accurate. Year 2 & beyond operating standards will be provided to the Contractor by September 1 each year. If new operating standards are not provided by September 1, the prior year standards shall remain in effect. CAP ServiceThe Contractor shall be prepared to provide all resources necessary to operate the S&D Call Center. PTNE representatives may observe the Contractor’s call center operation to monitor compliance with the Contract and CAP’s performance standards. The Contractor shall be responsible for having staff and management in place to answer patron calls, sell fares, eligibility application processing, eligibility assessment, Monday through Saturday, 6:00 a.m. to 6 p.m. at both the Radio Road Administration Center & the Transfer Facility at the Government Center. Also, Sunday from 8:00 a.m. to 5 p.m. at the Transfer Facility located at the Government Center. In addition, staff must be available to schedule and assign trips to the selected operations Contractor and its subcontractors in accordance with policies and procedures. Failure to operate the call center operations efficiently and/or in the patrons’ best interests may result in the assessment of liquidated damages and/or the removal of personnel. Liquidated damages are not punitive, but are intended to recover PTNE’s cost for poor delivery of service. Rev 2/20/15 87 4.1.2 CAP Operating Standards PTNE has established the following operating standards to which the Contractor shall meet or exceed during Year 1 of the Contract: R. Trips may be scheduled after 5:00 p.m. for service the next day. Trips may be dispatched after 5 p.m. the day prior to service or on the day of service. S. Passengers are not given a set pick-up time. Instead they are told to be ready for their ride to arrive from between one to two hours before their appointment time. This window is dependent on the service area of the pick-up and drop-off points. The service areas are defined as the Naples Service Area, Golden Gate Estates Service Area, Marco Island Service Area and Immokalee Service Area. Trips within one service area have a one hour window. Trips between service areas have a two hour window. The one to two hour windows are inclusive of travel time between pick-up and drop-off. The Contractor may negotiate special pick-up arrangements with the customer, in advance, as the situation dictates. These arrangements shall be documented and maintained on file to distinguish these trips from regularly scheduled trips for determining on-time performance. Medical appointments and employment must follow the 30 minutes early to zero minute’s late policy. T. Four or more passengers dropped-off-and/or picked-up at the same location constitute a group trip. The Contractor may negotiate special arrangements with the customer or agency, in advance, for a group trip. These special arrangements will be documented and evaluated separately for on-time performance. Every effort will be made to keep the ride times within the service window for these trips. U. The pick-up process for return trips is the same as the originating trip. Depending on the location, the window may be one to two hours. Expectations are that travel within a single service area will be within the one hour window and trips between service areas will have a two hour window. V. PTNE allows will-call trips, when patrons have missed their scheduled trips, and are placed on hold for the next available pick-up. W. PTNE has a “No Strand” policy. At no time shall a CAP patron be stranded away from home. Every attempt should be made to complete the trip. X. PTNE has a zero tolerance of refusal to pay policy: If the passenger does not have the appropriate amount to pay their fare, transportation will not be provided. However, if the passenger refuses to pay for the return trip, the no strand policy will override. The passenger will not be eligible to reserve a future trip until payment of their fare has been fulfilled. Y. PTNE only allows each trip to have one destination. Brief stops at locations before the scheduled destination will not be allowed. If multiple destinations are needed, each section of the trip must be scheduled separately and the rider must pay a fare for each ride. Z. Children under the age of 12 or individuals requiring special assistance must have a personal care attendant (PCA). The PCA must be an adult and must be able to provide necessary assistance to the passenger. AA. All passengers under the age of 5 and fewer than 50 pounds will be required to use a child restraint device. This device must be provided by the parent or sponsoring agency. BB. Passengers will be allowed to bring up to four shopping bags onto the vehicle. Bags must fit under the passenger’s seat, and/or on their lap. Rev 2/20/15 88 CC. PTNE’s no-show/late cancellation policy states that all scheduled trips must be canceled at least 2 hours prior to the scheduled trip in order to avoid being deemed a “No Show”. Passengers are not responsible for “no-shows” due to sudden illness, family or personal emergency, transit connection or appointment delays, extreme weather conditions, operator error or other unforeseen reasons for which it’s not possible to call to cancel or take the trip as scheduled. Late Cancellations and/or No Shows may result in suspension of service. The contractor must verify that a late cancellation or no show charge is valid so as to not inaccurately assess a suspension to a patron. DD. The Contractor shall schedule in a manner to maintain system efficiency and on time performance of at least 95%, as shown in the Avail report. On-time performance will be evaluated for all completed drop-offs. EE. 80% of all calls answered within 2 minutes. FF. 100% of all calls answered within 3 minutes GG. All applications processed within Federal guidelines. HH. 100% of eligibility assessments completed each month. II. Reconciliation of revenues collected for the sale of passes by customer service representatives shall be 100% accurate. JJ. A minimum of 20% of trips shall be provided by non-County owned vehicles on a monthly basis. KK. A minimum 20% spare ratio shall be provided. 4.2 Administrative Service The Contractor shall be prepared to provide all resources necessary to reconcile all fare revenue collections, prepare deposit for pick up, paratransit ticket reconciliation, conduct and compile customer service surveys, reconcile all reports, review reports provided by the Operations Contractors for accuracy, and validate all reports. PTNE representatives may observe the Contractor’s revenue reconciliation operation to monitor compliance with the Contract performance standards. Failure to operate the reconciliation operations safely and securely may result in the assessment of liquidated damages and/or the removal of personnel. Liquidated damages are not punitive, but intended to recover PTNE’s cost for poor delivery of service. 4.2.1 Administrative Operating Standards PTNE has established the following operating standards to which the Contractor shall meet or exceed during Year 1 of the Contract: • All revenue reconciliation must be completed with 2 individuals present in accordance with policies and procedures. • Customer Service surveys must be administered at least 2 times per year. 4.3 Intelligent Transportation System Coordination The Contractor shall be prepared to provide all resources necessary to troubleshoot and plan for the systems intelligent transportation systems. Existing intelligent transportation systems include Fare Logistics/Trapeze, Route Match, Avail (Automatic Vehicle Locator & Voice Annunciator), Zonar, Google Transit. PTNE anticipated mobile application development (by a separate vendor) in the near future, it anticipated that the Contractor shall assist in the planning and implementation of future ITS systems, including but not limited to, transit signal priority, closed mic, mobile app development, real time Google Transit feed. Failure to maintain the ITS system in an operable state may result in the assessment of liquidated damages and/or the removal of Rev 2/20/15 89 personnel. Liquidated damages are not punitive, but intended to recover PTNE’s cost for poor delivery of service. 4.3.1 Information Technology Operating Standards PTNE has established the following operating standards to which the Contractor shall meet or exceed during Year 1 of the Contract: • All revenue vehicles must have a fully operational ITS. 4.4 Mobility Management Service The Contractor shall be prepared to provide all resources necessary to developing and implementing mobility management plans, travel training and coordinating all aspects of paratransit application, eligibility and assessments. PTNE representatives may observe the Contractor’s operation to monitor compliance with the Contract performance standards. Failure to operate in the patrons’ best interests may result in the assessment of liquidated damages and/or the removal of personnel. Liquidated damages are not punitive, but intended to recover PTNE’s cost for poor delivery of service. 4.4.1 Mobility Management Operating Standards PTNE has established the following operating standards to which the Contractor shall meet or exceed during Year 1 of the Contract: • All paratransit applications must be processed within 21 days of receiving a complete application. • Recertification of paratransit passengers shall be conducted every 3 years. • Develop and implement a passenger assessment program within 6 months of the Contract. • Develop and begin implementation of a travel training program within 6 months of the start of the Contract. • Develop a plan to transition customers from paratransit to fixed route within 6 months of the start of the Contract. • Attend monthly meetings to educate staff, customers and agencies on mobility options. 4.5 Planning Services The Contractor shall be prepared to provide all resources necessary to plan for system improvements and growth. This includes but is not limited to bus routes, schedules, day and hours of operation, bus stop locations, location of bus stop improvements, preparation of all planning documents, cost estimates, NTD sampling, triennial documentation and other such activities relative to over system administration. Failure to perform planning functions in a timely manner may result in the assessment of liquidated damages and/or the removal of personnel. Liquidated damages are not punitive, but intended to recover PTNE’s cost for poor delivery of service. 4.5.1 Planning Standards PTNE has established the following operating standards to which the Contractor shall meet or exceed during Year 1 of the Contract: • A seasonal fixed route schedule shall be developed within 6 months of the start of this Contract. Rev 2/20/15 90 5.0 CONTRACTOR PERSONNEL 5.1 Key Personnel The Contractor is responsible for providing sufficient key personnel and/or management to verse the service provided in the Scope. The management personnel shall have experience in transit administration and call center management. Management personnel shall be familiar with ADA guidelines as they relate to transit operations. Management members must be able to represent CAT & CAP in a professional, customer-friendly manner to patrons, community leaders and the general public. The Contractor shall employ key personnel in the position of Manager. All key personnel shall be employees of the Contractor. The Manager shall have a reporting relationship to the PTNE Director and/or any other personnel assigned by PTNE to ensure continuity of service performance. The contractor shall provide PTNE with cell phone numbers and email addresses to ensure communication twenty-four hours a day, seven days a week, three hundred sixty five days per year. PTNE reserve the right to approve all key personnel qualifications and management changes. The Contractor shall notify PTNE of the intent to change the general manager assigned to this contract. Changes must be approved in advance and in writing by PTNE’s Transit Manager. PTNE reserves the right to review applicant’s credentials and conduct interviews as needed. The Contractor shall ensure that there is management coverage during all hours of CAT & CAP service. Any gaps in key personnel or other personnel which affect the quality of service may result in the assessment of liquidated damages. The key personnel requirement does not relieve the Contractor of responsibility for maintaining appropriate staffing levels of administration and support personnel. The Contractor’s key personnel shall, at a minimum be required to: • Attend various management and/or Board, committee meetings; • Schedule and participate in all CAT/CAP Community Outreach events; • Participate in all Public Transit Ad-Hoc Advisory Committee meetings; • Prepare presentations upon request. At a minimum, one member of management shall be on duty at all times for management coverage while vehicles are in service, Monday through Saturday. The Contractor shall also identify primary and secondary supervisory personnel to assist with daily management during normal business hours. The Contractor shall maintain a back-up staffing plan to accommodate manager absences of more than one week with qualified substitute personnel. The back-up staffing plan shall be submitted to PTNE for review and approval during the proposal and shall keep the approved back-up staffing plan current at all times. If it is determined that the general manager will be absent for more than 45 days, the Contractor will present the resumes of qualified candidates for PTNE’s approval. Failure to present and maintain qualified candidates may lead to the assessment of liquidated damages. The Contractor shall work with PTNE in regards to any changes to the CAT or CAP program which at a minimum may include: • Changes to CAT or CAP Policies and/or Procedures; • Changes to fare structure; • Changes to service areas; • Route modifications At a minimum management shall be responsible for: • Assisting with all required planning documents (Transit Development Plan, Transportation Disadvantaged Service Plan, Annual Operating Report, National Transit Database, etc.) including preparation of the reporting documents, evaluation of data and statistics supporting accomplishment, design of future provisions of service and policies to assure Rev 2/20/15 91 compliance. • Ensuring patrons receive timely and excellent customer service • Overseeing the hiring and training of staff. • Participating in various advisory committees. • Promoting safety awareness and following safety procedures in an effort to reduce or eliminate accidents. • Providing and sharing knowledge and expertise throughout the transit industry to improve services in other locales and also enhance CAT/CAP’s standing within the transit industry. • Daily Operations • Evaluation of Intelligent Transportation Systems and design modifications or enhancements. • Ensuring fare collections are reconciled daily. • Overseeing the paratransit assessment and application process. • Overseeing the mobility management services. 5.2 Hiring Requirements The Contractor shall verify compliance with the following minimum requirements and submit documentation to PTNE, for all positions: • The Contractor shall conduct a thorough local, county, state and federal background check on all applicants/employees prior to employment offer and every ninety days after date of hire. The background check shall include a comprehensive out of state review. This shall be done to ensure that applicants and personnel do not have a criminal conviction that would make the person a threat to passenger safety or threaten the loss of CAT/CAP property. A conviction record will not necessarily prohibit employment; factors such as the date of the offense, seriousness and nature of the violation, and rehabilitation will be taken into consideration. No employees shall have any felony criminal convictions. No employees shall have a Driving While Intoxicated or Driving under the Influence (DWI/DUI) convictions on their record within the past 10 years. All criminal convictions will be reviewed on a case- by-case basis by the Contractor and PTNE’s Transit Manager prior to a candidate’s hire. PTNE shall participate only in reviewing candidate’s histories. The Contractor shall be solely responsibility for all hiring decisions. • All employees shall be cleared to receive a Collier County identification badge. This includes completing a Collier County administered background check at the sole expense of the contractor. All criminal convictions will be reviewed on a case-by-case basis by the Contractor and PTNE’s project manager prior to a candidate’s hire. PTNE shall participate only in reviewing candidate’s histories. The Contractor shall be solely responsible for all hiring decisions. • For all employees who may operate the provided County owned vehicle or those in a safety sensitive position, the Contractor shall conduct a check of the motor vehicle records (MVR) of an applicant’s driving history. The applicant must not have more than one traffic citation for a moving violation in the past 2 years. The Contractor shall update the MVR review every 6 months days after hire. • All applicants must possess a High School Diploma or General Equivalency Diploma (GED). • All safety sensitive applicants employees must pass the mandatory DOT physical (at the time of hire and subsequently, as required), drug and alcohol testing and background investigation. Applicants who were previously terminated by any previous employer for drug or alcohol use shall not be eligible for hire. 5.3 Staff The Contractor shall be responsible for providing all levels of staff as needed to provide dispatch, coordinate passenger trips to ensure safe, reliable transportation and excellent service as well as all Rev 2/20/15 92 services identified in this Scope. It is the Contractor’s responsibility to maintain appropriate management staffing levels for all administration and personnel. The Contractors staff shall at a minimum: • Be proficiently trained in ADA regulations and compliance requirements. • Be proficiently trained and have a complete understanding of the CAT and CAP fare policy. • Be proficiently trained in all CAT and CAP policies and procedures. • Be proficiently trained to conduct conversations with English speaking patrons. • Be proficiently knowledgeable of the CAT and CAP service area and hours of service. • Be proficiently knowledgeable of the street system for development of detours/alternate routing for inclement weather, parades, and construction and/or street closures as required. • Be proficient in Customer Service Excellence at all times. • Be prepared to conduct conversations in other languages by use of adequately trained staff or translation services. • Be prohibited from soliciting and/or accepting gratuities or gifts from patrons of the system. • Be sensitive to persons with disabilities. • Be sensitive to passengers needs and must be able to handle passenger complaints, rudeness and problems as they occur. • Shall report all incidents and accidents regarding CAT/CAP property, facilities, or passengers. This includes but is not limited to accidents/incidents that occur during training and/or incidents that may affect service delivery. • Shall, when requested by PTNE, distribute notices to passengers, schedules and/or other promotional materials or otherwise render assistance in CAT/CAP’s monitoring and supervising operations. • Be proficiently trained to schedule trips, verify trips, cancel trips, receive information for requested subscription service and place subscription trips on hold (if applicable to their job duties) • Monitor the timeliness of all routes and make proper notification as to timeliness, lateness and/or any other service issues. 5.4 Dispatchers Dispatchers shall be responsible for overseeing the safe, on-time reliable delivery of transportation services to passengers prior to, during and after revenue service including weekends and holidays in an efficient manner and in compliance with all applicable rules and safety procedures. Dispatchers shall have a high school diploma or G.E.D. and have at least 2 years of experience as a dispatcher or direct experience with transit dispatching or scheduling or a related field. The Dispatchers shall have proficient knowledge of the service area street system; excellent communication both written and verbal, customer service and decision making skills, experience on a computer based dispatching system, radio system and vehicle locator system. Dispatchers shall employees to ensure prompt and efficient delivery of all services with the dispatching system, vehicle local system and radio system. The Dispatchers shall document Rev 2/20/15 93 schedule changes, rapidly review schedules and trip data to make sound decisions on routing and re-routing patron services. Dispatchers handle numerous data inputs at once to include difficult drivers over the radio, irate patrons on the telephone or in the vehicles and the pressure of time passing without becoming emotional or overwhelmed. Dispatchers shall ensure minimal service interruptions that cause patron complaints and financial loss to Collier County. The Contractor shall be responsible for all dispatching for both drivers and “Where’s my Ride?” inquires. The Contractor shall provide dispatch personnel on duty during revenue service. The Contractor shall monitor and resolve all operational issues regardless whether it stems from vehicles, drivers and or patrons. At a minimum, the Dispatcher’s responsibilities shall include: • Consistently contacting drivers to update their schedules, reviewing the schedules and their documentation to make decisions when to make modifications to return drivers to an on time status. • Identifying and document and reports driver misconduct to Operations Contractors and PTNE Transit Manager to enable Collier County to assess liquidate damages from loss of revenue services. • Identify and document alternate vehicle resources as required to re-assign to prevent and/or recover from service interruptions that can cause patron complaints/physical distress and/or financial loss to Collier County for unproductive use of revenue hours. Requires communications and coordination with drivers, supervisors, maintenance personnel, PTNE Transit Manager, etc. • Identify, document and report vehicle breakdowns, road calls and accidents to appropriate Collier County staff, Operations Contractors, policy and emergency agencies. • Managing patron crisis calls documenting problems and initiating corrective action in a timely manner. • Monitoring and assisting drivers, maintenance personnel, etc. with street issues to avoid delays. • Oversee the delivery of all services to ensure prompt, safe and efficient delivery of vehicle services. • Promotes safety awareness and follows safety procedures in an effort to reduce or eliminate accidents. • Receive and document driver input regarding patron comments/changes. 5.5 Customer Service Representatives or Call Takers The primary responsibility of the Customer Service Representative or Calltakers shall be to answer Scheduling and Dispatching calls in a timely and professional manner while exhibiting excellent customer service and providing accurate information. Depending on the area assigned, staff may also be responsible for pass sales (fixed route and paratransit). Bilingual skills are preferred. At a minimum, the Customer Service Representative shall: • Be proficient with Microsoft Office software applications • Have the ability to communicate effectively both written and verbally. • Have an understanding and practice of phone etiquette and proficient spelling skills. • Have at least two years of related experience in a customer service field. • Have patience with potentially irate patrons. • Have the ability to communicate with all levels of individuals in person and during phone conversations using tact and diplomacy. • Have the ability to effectively deal with the general public including the elderly and disables. • Have the ability to manage the workload including planning, organizing, prioritizing, meet deadlines and follow through. • Have the ability to read maps and schedules • Possess at least a high school diploma or equivalent. Rev 2/20/15 94 • Possess excellent customer service and communication skills. 5.6 Schedulers Schedulers shall be responsible for scheduling the safe, on-time reliable delivery of paratransit transportation services to passengers to the most cost effective and customer friendly providers in compliance with all applicable rules and safety procedures. Schedulers shall have a high school diploma or G.E.D. and have at least 2 years of experience as a scheduler or direct experience with transit dispatching or scheduling or a related field. The Scheduler shall have proficient knowledge of the service area street system; excellent communication both written and verbal, customer service and decision making skills, experience on a computer based dispatching system, radio system and vehicle locator system. At a minimum, the Scheduler’s responsibilities shall include: • Scheduling trips in the most efficient manner that takes into consideration cost effectiveness and customer service excellence. • Scheduling trips to ensure no unproductive use of revenue hours while maintaining on- time performance. • Proficient in scheduling software so that trips can be planned as quickly and efficiently, optimizing routing to have the highest persons per hour. • Promotes safety awareness and follows safety procedures in an effort to reduce or eliminate accidents. • A minimum of 20% of trips shall be provided by non-County owned vehicles on a monthly basis. • A minimum 20% spare ratio shall be provided. 5.7 Mobility/Travel Training/Paratransit Application Coordinator(s) Coordinators shall be responsible for developing and implementing mobility management plans, travel training and coordinating all aspects of the paratransit application, eligibility and assessments. Coordinators must have a high school diploma or equivalent supplemented by a minimum of 2 years of experience of mobility management or travel training specifically with elderly and persons with disabilities. The Coordinators shall have excellent communication both written and verbal, customer service and decision making skills. At a minimum, the Scheduler’s responsibilities shall include: • Provide expertise in acquiring, verifying, analyzing and presenting data associated with mobility programs operations. • Audit, correct and assist in completing client eligibility, client recertification, trip and expense validation in a confidential manner in accordance with applicable laws and requirements. • Develop a plan to transition customers from paratransit to fixed route. • Monthly develop a list of potential customers that are candidates to transition from paratransit to fixed route service and conduct travel training with the individuals. • Educate staff, customers and agencies on mobility options. This will include attending monthly meets of partners, advocacy groups. • Coordinate with agencies to educate them on the application process so that they can be prepared to submit applications timely and complete so to expedite the review process. 5.8 Planner Planners at a minimum shall be responsible for providing recommendations related to all services including but not limited to bus routes, schedules, days and hours of operation, bus stop locations, location of bus stop improvements, preparation of all planning documents, cost Rev 2/20/15 95 estimates, NTD sampling, triennial documentation and other such activities relative to overall system administration. The Planner shall develop a seasonal fixed route schedule within 6 months of the start of this Contract. Planners must have a bachelor’s degree in urban planning or closely related field supplemented by a minimum of 2 years of experience of transit planning experience or any equivalent combination of education, training, and experience which provides the requisite knowledge, skills and abilities for this job. The Planners shall have excellent communication both written and verbal, customer service and decision making skills. Provides technical and functional support for third-party supported point of sales (POS) systems to include administration and project leadership for the mobile ticketing application, fareboxes and future fare collection systems. Responsible for analyzing, forecasting and reconciling CAT fare revenues and ridership reporting. Monitors agency compliance activities. Duties include, but are not limited to: 1. Serves as the software application administrator for assigned point of sales (POS) systems to perform application programming and configuration, ensures uptime performance as well as provide technical support, troubleshooting, testing, and other functional requirements. Coordinates with other departments at CAT such as IT, Maintenance and any third party vendor to ensure systems are kept efficient, relevant, secure, and are performing at the level expected and/or needed for operations. 2. Responsible for reconciling CAT point of sales (POS) systems to include mobile ticketing, , fareboxes and any future devices used to collect fares. Researches, identifies, explains and reports reconciliation variances. 3. Prepares monthly ridership for the agency. This includes data scrubbing, analyzing and maintaining ridership. Researches and explains significant variances to ridership thresholds. 4. Prepares and analyzes monthly, quarterly and annual agency performance data by mode for reporting to National Transit Database (NTD). Provides assistance during internal and external audits by reviewing, compiling, and evaluating information required. 5. Prepare Reports on a monthly that meets the requirements of client (Collier County) 6. Performs complex analysis and provides recommendations for business research and operations related to fare collection systems. Requirements include analyzing and reporting on transactions and trends associated with cash, checks , and other means of payment; ridership data and other operational performance data; and budgets related to assigned projects. 7. Analyzes potential areas of automation to determine user and technical needs and recommends possible solutions, including process redesign and individual programs. Develops methods for improving/optimizing user interfaces and maintenance protocols. 8. Defines, designs, builds, and maintains dimensional databases. Analyze, evaluate, and produce reports (both custom and system provided) relating to agency ridership, fare related revenue and ticket sales. 9. Performs other duties as assigned. 5.9 Intelligent Transportation System Coordinator Coordinators at a minimum shall be responsible for day to day operations of the ITS system, including trouble-shooting hardware and software related items, minor repairs (swapping with spares), reprogramming, return merchandise authorizations (RMA), bus stop GPS coordinates, on-time performance coordination, LED & LCD sign troubleshooting and software updates and providing recommendations related to ITS services. The Coordinator must have a high school diploma or equivalent supplemented by a minimum of 1 years of experience in intelligent transportation systems. The Coordinator shall have excellent communication both written and verbal, customer service and decision making skills. 5.10 PTNE Audits Rev 2/20/15 96 PTNE reserves the right to randomly audit Contractor employee files for compliance of contract requirements. Upon PTNE’s request, all personnel records, to include at a minimum, MVR, background checks and documentation of DOT physical (if applicable), shall be made available to PTNE. Contract employees found to be out of compliance shall be removed from service until verification of compliance by PTNE staff. It is the Contractor’s responsibility to keep Contract compliant documents for all personnel. Should PTNE’s random audit find a non-compliant file, the Contractor shall be assessed liquidated damages. 5.11 Transition of Employees During the initial transition to a new Contract, all employees who are currently affiliated with CAT & CAP and have successfully completed the required training courses may be considered for retention by the Contractor without further required training. It is the Contractor’s responsibility to determine the abilities for all drivers. All employees, regardless of previous status, must meet the same hiring criteria as a new applicant inclusive of background checks, MVR, and issuance of County badge. 24.0 TRAINING 24.1 General Requirements The Contractor shall be responsible for all training and shall ensure that all personnel understand and use safe and efficient driving, passenger assistance practices and excellent customer service skills while performing any and all CAT or CAP Services. All personnel shall be monitored by the Contractor to ensure Contract performance and the Contractor shall schedule refresher courses as needed. PTNE reserves the right to review and approve all training, materials and course work prior to Contract commencement and throughout the term of the Contract. PTNE also reserves the right to participate in any safety and/or training activity. The Contractor shall provide its Training Program for PTNE’s approval. The Training program shall meet or exceed FTA and FDOT requirements, and shall include: • Ensure that all employees complete a Customer Relations Course. The purpose of the course is to help provide employees with customer service skills and reinforce that these employees are the first point of contact with the public and that interaction must be professional and pleasant for the public. • Passenger Assistance Technique (PAT) – At least four hours of instruction on passenger assistance, approved by Collier County. This training must satisfy the paratransit service Passenger Assistance Training/Sensitivity Requirement of Rule 14-90. Training shall include elderly and disability sensitivity components, passenger relations and assistance, passenger handling, securement of wheelchairs, use of seatbelts, assistance to the visually impaired and dealing with service animals. • Adult and juvenile Cardiopulmonary Resuscitation training including general first aid, proper response to emergency medical needs of riders and hazardous waste disposal procedures. • Defensive Driver Training per the National Safety Council standards or an equivalent course approved by Collier County. • Vehicle breakdown, accident, passenger incidents, adverse weather and other emergency/safety procedures including emergency vehicle evacuation. • Policy instruction, such as trip scheduling, service hours, service area, complaint procedures, wait time, fare structure, transfer locations, ADA operation, etc. • Knowledge of service area, map reading, address locating and familiarity with streets and landmarks. • Safe operation of vehicles and post accident procedures. Rev 2/20/15 97 • Sensitivity training to develop skills and increase understanding of people with disabilities, all sexual orientations, diverse cultures, races and ages. 24.2 Remedial/Refresher Training The Contractor shall ensure that all services provided for this Contract meet PTNE’s goals of customer service excellence with the patrons’ best interests. The Contractor shall monitor employees to ensure that proper training and/or retraining is provided upon PTNE’s request or as necessary. 24.2.1 Remedial Training Contractor shall ensure that employees receive a minimum of 2 hours of retraining after receiving more than two (2) verifiable Service complaints regarding passenger relations and/or safety within a six (6) month period and/or at PTNE’s request. 24.2.2 Recertification The Contractor shall ensure that employees undergo a full recertification every year to include at a minimum the following areas: • ADA • Cardiopulmonary Resuscitation (CPR) (Re-certify every two years) • Conflict resolution/customer relations • Customer Service/Sensitivity • Emergency procedures • Fare collection • First Aid • Passenger assistance training (PAT) 24.3 Post-Hire Requirements and Removal PTNE may require the Contractor to immediately remove any safety sensitive person from service for any one of, but not necessarily limited to, the following: N. Revocation or non-renewal of a valid Florida Driver's License. This includes Drivers, Street Service and Safety Supervisors and Training staff. O. More than two (2) moving violations and/or preventable accidents or one (1) accident classified as negligent in any rolling twelve (12) month period. P. More than three (3) Driver Behavior complaints per six month period. Q. Distributing any unauthorized materials, i.e. religious, political or solicitations while representing CAT & CAP. R. Failure to submit to or pass a drug or alcohol test. S. Failure to properly utilize all seat belts for the driver and all passengers. T. Unprofessional communications and/or behavior over the radio or in the presence of a CAT or CAP patron. U. Failure to notify the Contractor of a moving violation (traffic ticket), an arrest or conviction of a criminal offense of a Class A or Class B misdemeanor, or felony; or placement on probation or deferred adjudication for a Class A or Class B misdemeanor, or felony; or DWI, before the end of the business day following the day the employee receives notice of such action(s). Rev 2/20/15 98 The Contractor shall immediately remove any safety sensitive personnel from driving until disposition of a DWI/DUI charge by the courts. A safety sensitive person who has a conviction of DWI/DUI, regardless of whether the conviction stems from operation of a CAT or CAP vehicle or a privately owned vehicle, will be removed from service. PTNE reserves the right to have the Contractor remove any safety sensitive personnel from driving until disposition of criminal charges (e.g., violent crimes, firearm or drug related that would cause concern for the safety of themselves, other employees, patrons and/or PTNE property) by the courts. Upon notice of an arrest or conviction or placement on probation or deferred adjudication, the Contractor in conjunction with the PTNE Transit Manager, will determine whether any personnel action is required. The Contractor must notify the PTNE Transit Manager immediately that an employee is no longer employed by the Contractor. 24.4 Uniform Specifications and Appearance Standards The Contractor’s Office Supervisors shall be required to wear a PTNE approved uniform at all times while on duty. All employees shall wear identifying badge as issued by Collier County. Uniforms shall be clean, pressed, and free of wrinkles and without tears or other signs of excessive wear. All employees shall be neat in appearance, well groomed, and practice good hygiene. Large flashy jewelry or items referencing political views shall not be worn while in uniform. If off duty, any employee who chooses to wear the uniform must wear a complete uniform as prescribed in this Scope of Services. The uniform may not be worn in parts or for separate purposes. The wearing of any non-regulation pants, shirts, or shoes, while on duty is prohibited and the Contractor is subject to the assessment of liquidated damages. Employees shall not engage in the engage in purchasing or consuming alcohol or tobacco products while in the CAT uniform (full or partial). The Contractor shall furnish all uniforms with the exception of belts and shoes, which shall be provided by the employee. A new driver may not enter into revenue service without a complete uniform. The Contractor shall replace the uniforms every year or as needed for torn and excessive worn uniforms. 24.4.1 Uniform Specifications: • Shirts: Long sleeve or short sleeve; uniform shirts must be tucked into the trousers at all times. • Pants, Navy Blue: Dura knit or cotton, no denim. Office staff may wear denim for business professional Fridays. • Belt: Solid Black only • Coats, sweaters, jackets, raincoats, and foul weather clothing, if worn, shall be solid navy blue or black. Only the CAT logo shall be permitted. • Shoes: Black Acceptable shoe styles: Plain toe; military style, oxford, wellington boots or dress boots with a zipper not exceeding eight (8) inches in height;; Low-cut tennis shoes all-black only. Unacceptable shoe styles: High top tennis shoes; buckles and stirrups; laced hiking-style boots, laced boots; sandals; cleared or open toe Thick crepe, cleat or rippled-soles • Socks: Black socks or skin tone nylon stockings 24.4.2 Appearance Standards: Rev 2/20/15 99 4.4.2.1. Male Appearance: • Male hair shall be clean, neatly and evenly trimmed or combed and well groomed, with length in keeping with a professional image. • Mustaches shall be clean and neatly trimmed and shall not extend more than one-half (1/2) inch horizontally beyond the corners of the mouth. • Beards and goatees are permitted; the beard must not be more than one-half (1/2) inch in length, and must be clean and neatly trimmed. • Ornaments and Jewelry on Clothing: Ornaments, jewelry or similar accessories shall not be worn if they depict any association, individual, occupational group, religion, race, creed, color, nationality, or gender in any way, especially in a favorable or unfavorable light. 4.4.2.2. Female Appearance: • Female hair shall be clean, neatly and evenly trimmed or combed, and well groomed in keeping with a professional image. At no time shall hair be worn in such a manner that it obscures vision or creates a safety hazard. • If cosmetics are used, they shall be applied conservatively so that the outward appearance of wearing make-up is lessened. • Ornaments, jewelry or similar accessories shall not be worn if they depict any association, individual, occupational group, religion, race, creed, color, nationality, or gender in any way, especially in a favorable or unfavorable light. Earrings should be small so that they do not pose an accident risk or create a safety hazard. • Fingernails should be worn at an acceptable business or active length to ensure safety and job-related efficiency. 25.0 Property, Office Space, Computers & Equipment The Contractor is responsible for the preparation and administration of all documentation associated with operation of this scope of services. The Contractor shall be fully responsible for all PTNE provided or furnished inventory/property, and equipment. All assets (capital or non- capital) of Collier County are and will remain the property of Collier County. The Contractor shall appoint a property custodian and a backup property custodian responsible for all Collier County provided inventory or property. The Contractor shall assist PTNE personnel during physical inventory of the property. The Contractor shall be responsible for all costs for any and all improvements made solely for the Contractor’s benefit which at a minimum shall include construction, permits, license, etc. The Contractor shall be responsible for ensuring doors are secured each night. The Contractor shall verbally report all damage on all PTNE provided or furnished inventory, property and/or equipment to the PTNE Transit Manager at the time the damage occurs, followed by a written report within 24 hours of each and every occurrence. The report shall contain a full explanation of all of the facts surrounding the damage. The Contractor shall secure and protect all inventory, property and/or equipment and shall replace any equipment lost, stolen or abused with PTNE approved replacements. The PTNE project manager will review all damage and make a determination as to the cost and responsibility for repairs. All damages determined by PTNE to be the responsibility of the Contractor shall be repaired or replaced at the expense of the Contractor. Rev 2/20/15 100 PTNE will be responsible for purchasing office equipment and cost for equipment repair in meeting system and administration responsibilities. PTNE shall provide and pay for the following utilities: electric, water and sewer and local telephone. The Contractor shall be required to reimburse PTNE for all long distance phone calls. Employees who require long distance access will receive an individual pin code, which will be tracked for billing purposes. The Contractor shall be responsible for the day to day costs associated with performing these functions, including, but not limited to: printing supplies, daily office inventory supply items, etc. 25.1 Office Space & Common Area The County shall provide space for up to 3 customer services representatives at the Transfer Station located at the Collier County Government Complex and one receptionist at Radio Road Administration & Operations Building. The County shall provide 11 spaces to accommodate manager, receptionists, call center representatives, dispatchers, planning staff, application processing & travel training staff. There shall be access to two conference rooms (scheduled on a first come, first serve basis) and a common break room. 25.2 Computers & Equipment All CAT & CAP business shall be transacted via Collier County email and saved on the Collier County provided networks. No employee shall have any expectation of privacy for any item that is produced, transmitted, saved, etc. utilizing County resources. Computers and related operating equipment are located at the following sites: 25.2.1 Transfer Station located at the Government Complex – one computer to be connected to the Collier County network will be provided. Access to a shared printer (black and white) is also available. Limited copying services may be available at this location. 25.2.2 Radio Road Administration & Operations Building – 11 computers to be connected to the Collier County network will be provided. 3 computers to be connected to the Avail network will be provided. Access to various shared printers and copier shall be available. 25.2.3 Handheld Radios – 13 of hand held radios shall be available for management use. The Contractor shall be responsible for all PTNE provided communication equipment once issued to the Contractor. The Contractor shall keep accurate documentation on the status of each piece of communication equipment complete with serial numbers, and Collier County asset numbers. Support Vehicles – 2 of support vehicles will be provided to the Contractor. In the event that towing of any vehicle is required due to mechanical failure, damage, etc., the Contractor shall be responsible to arrange such towing, through a company selected by the County. Towing costs for all vehicles will be paid for by the Contractor. 26.0 Accidents/Incidents 26.1 The Contract shall develop procedures to investigate, develop and rate each accident to determine if the accident could have been prevented utilizing the National Safety Council definition of preventability. In addition, this review will establish the need (and schedule, as necessary) for any corrective training, operating guideline provision or equipment maintenance or technical correction required, together with a follow-up to assure that action has been completed. All staff involved in accident investigation must be properly trained in accident investigation as required by the U.S. Department of Transportation. 26.2 The Contractor shall be responsible for all costs associated with physical damage to the County owned vehicles, including collision and comprehensive coverage, each equal to the depreciated value of all vehicles The Contractor shall be responsible for all damages falling below the deductible. Rev 2/20/15 101 26.3 The Contractor shall report to PTNE, in writing, all accidents and incidents regarding Collier County furnished vehicles, facilities or Contractor furnished equipment, regardless of service status to the PTNE Transit Manager as follows: 26.3.1 The Contractor shall notify PTNE of every accident or incident immediately, but no more than two hours after the occurrence. 26.3.2 The Contractor shall provide written documentation for any vehicle accident or incident. The County shall receive written copies of incident and accident reports within 24 hours of occurrence. The Contractor shall provide a full report inclusive of photos and policy report within seven calendar days of the accident/incident. Failure to provide the notification/reports within the timeframe allotted shall result in liquidated damages. 27.0 COLLECTION OF FARES All operating revenues collected by the Contractor are the property of Collier County, including but not limited to farebox receipts, ticket and pass sales revenue, advertising revenue and rental fees. Paratransit fares (tickets, cash or checks) shall be validated and turned in at the end of each shift. The Operations vendor will be expected to collect the required fare at the time of boarding. If the passenger refuses to pay his/her fare the passenger will not be transported. For paratransit service, where the passenger paid for the first leg of the trip but refuses to pay for the return trip, the operator should be instructed to transport the passenger home but must advise the passenger that he/she will not be eligible for the future transportation until the outstanding fare is paid. It will be the responsibility of the S&D contractor to follow up with the passenger to collect the uncollected fare as well as ensure that no future trips are scheduled until the fare is collected. Paratransit passengers may: • Pay the fare with exact change, tickets or check on each ride. • Pay the fare with exact change, tickets or check for both ways on their first ride. • Purchase tickets for the value of the passengers co-pay in advance at CAT Operations facility 8300 Radio Rd Naples FL or at Collier Area Transit Transfer Station at Parking Garage # 2 at the Government Center. 28.0 LICENSES, PERMITS AND WORK 28.1 Licenses and Permits All work performed by the Contractor must fully comply with all federal, state and local licensing and permit requirements. The Contractor is responsible for obtaining and maintaining all appropriate licenses and permits needed to fulfill the terms of the Contract. This includes all licenses and permits required to install, maintain and operate equipment within the facility, as well as the licensing of all personnel employed or hired by the Contractor to perform maintenance and repairs services under this Contract. The Contractor shall not be limited to the local, state and federal rules and regulations stated in this Scope of Services. Collier County shall not be held liable in any way for the Contractor’s failure to obtain and/or hold any relevant licenses or permits. 28.2 Contractor’s Responsibility The Contractor is responsible for all supplies, equipment, work and services associated with this Contract. Collier County assumes no liability for work plans approved by PTNE. Any and all violations of federal, state or local license or permit requirements caused by the Contractor or its personnel are the responsibility of the Contractor. The Contractor shall advise the PTNE Transit Manager immediately by telephone of any violation notices received from federal, state or local Rev 2/20/15 102 agencies. A written report shall be submitted within twenty-four (24) hours PTNE’s Project Manager. 29.0 SAFETY PROGRAM The Contractor shall participate in tabletop, emergency preparedness training exercises as requested by PTNE. The Contractor is considered essential personnel and shall be available upon request for evacuation and transportation for any emergency event 24/7. 29.1 Personal Protective Equipment The Contractor is fully responsible for all aspects of the safety and health of personnel hired to perform under this Contract. The Contractor shall furnish and enforce the use of individual personal protective equipment (PPE) as needed to complete work being performed in hazardous locations, including streets when personnel are investigating vehicular accidents. PPE shall include, but not be limited to, hard hats, rain gear, protective foot wear, protective clothing and gloves, eye protection, ear protection, chemical resistant gloves, respirators, safety belts, safety harnesses, safety lifelines and lanyards, and high visibility reflective safety vests as necessary. The Contractor shall provide warning signs, barricades and verbal warnings as required. The Contractor shall provide all employees including but not limited to Drivers and mechanics, safety training to include special training prior to working with hazardous materials or operations. The Contractor shall document all training and provide written reports of the training to PTNE when requested. 29.2 Safety The Contractor shall assume full responsibility for ensuring the safety of patrons, Contractor’s personnel, and PTNE-provided vehicles and equipment. The Contractor shall develop, implement and maintain PTNE-approved System Safety Program Plan (SSPP) and the System Security Emergency Preparedness Plan (SSEPP) that complies with APTA (American Public Transit Association) guidelines and Chapter 14-90, Florida Administrative Code (FAC). PTNE will provide oversight, with periodic monitoring of the Contractor to confirm compliance with the approved System Safety Plan. Safety management programs shall include, but not be limited to, accident prevention, accident investigation, retraining guidelines and procedures, criteria for determining preventability of accidents, schedules and agendas for internal safety meetings that reinforce the importance of safety and participation of the Contractor’s staff in safety -related organizations. A copy of the Contractor’s Safety Management Program shall be submitted to PTNE’s Transit Manager for review and/or approval prior to commencement of the Contract. 30.0 EMERGENCIES 30.1 Emergency Programs The Contractor shall develop, implement, and maintain business continuance plans to respond to emergencies and other problems that may occur. Occurrences include, but are not limited to: disturbances, or illness; inclement weather and accidents; and emerging health threats or homeland security advisory alerts. The Contractor’s written plan shall include a facility back-up plan, in case the PTNE facility becomes inaccessible during inclement weather and/or accidents or any other occurrences. The emergency back-plan shall include dispatch be up, operational and seamless in no more than thirty (30) minutes and be able to operate for up to 48 hours. The long term back-up plan for a temporary call center will be for a period over 48 hours. PTNE reserves the right to approve all Contractor emergency programs and plans. The Contractor shall inform its employees of emergency procedures to be followed in case of fire, medical emergency, or any other life-threatening catastrophe. Rev 2/20/15 103 PTNE has established a Continuity of Operations Plan (COOP) and the Contractor shall be asked to provide responsible key personnel at Collier County’s central control location in the event of a hurricane and/or storm emergency. The Contractor's key personnel, safety sensitive and non- safety sensitive personnel may be asked to volunteer during a hurricane and/or storm emergency. 31.0 PUBLIC SAFETY 31.1 Contractor’s Responsibility PTNE strives to provide safe, secure and reliable transportation service to its passengers while minimizing vandalism and property destruction to vehicles, property and facilities. It is the responsibility of the Contractor to support PTNE’s efforts to provide services in the most secure manner possible. PTNE works closely in partnership with local, state and federal agencies to achieve and maintain maximum system security. The Contractor shall cooperate with Collier County’s personnel in all matters of security as requested by PTNE in response to local, state or national alerts, conditions or changes as dictated by the U.S. “Homeland Security Advisory System” or any other mandates/advisories received by PTNE. Law Enforcement Officers respond to emergency and non-emergency transit--related calls for service throughout the CAT & CAP Service area. The Contractor shall report all security and safety related incidents and accidents involving personnel and vehicles. 32.0 CUSTOMER ADMINISTRATION 32.1 Customer Comments The Contractor shall be responsible for changing procedures, retraining personnel and reassigning personnel as necessary to correct any service issues. A copy of every customer comment and incident report shall be kept in each employee file. 32.2 Media Plan The Contractor shall provide and maintain a media plan for PTNE’s approval prior to Contract commencement. The plan shall address media contact in person or by other communications to any and/or all of the Contractor’s employees, agents, operators, or any other person(s) acting under its control or direction in the performance of services pursuant to this contract. 33.0 CONTINUITY OF SERVICES 33.1 Contractor’s Responsibility The Contractor recognizes that the CAT & CAP Services under this Contract are vital to Collier County and must be continued without interruption and that upon Contract expiration, a successor, may continue them. The Contractor agrees to exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. The Contractor shall make available necessary personnel records and allow the successor to conduct onsite interviews and/or testing with these employees. If selected employees are agreeable to the changes, the Contractor shall release them on a mutually agreeable date and negotiate transfer of their earned fringe benefits to the successor. Should employees being transferred be required to undergo training, the Contractor shall work with the successor to schedule agreeable dates and times when employees will be allowed to attend training sessions. Rev 2/20/15 104 34.0 DRUG & ALCOHOL TESTING PROGRAM The Contractor shall administer a Drug and Alcohol (D&A) Program which meets all of the Federal, State and local requirements. CAT & CAP is required to perform D&A testing in accordance with United States Department of Transportation and Federal Transit Administration regulations. The Contractor will be required to perform D&A testing in accordance with Collier County’s Risk Management policies as well as US DOT and FTA requirements. The Contractor shall have a Substance Abuse Testing Program in place which meets all the criteria of the US DOT, the FTA and Collier County. The Contractor shall be required to incorporate these requirements into their program. The Contractor agrees to produce documentation necessary to establish its compliance with all applicable regulations and to permit any authorized representative of the US DOT or its operating administrations, the Florida Department of Transportation or Collier County to inspect facilities and records associated with the implementation of the D&A testing program. Documentation of test results will be maintained in personnel files by the Contract and shall be made readily available for inspection by Collier County. The Contract shall send a monthly compliance letter to the PTNE Transit Manager as proof of compliance with the program. Failure to provide shall constitute the assessment of liquidated damages. 35.0 EQUAL EMPLOYMENT OPPORTUNITY (EEO/AFFIRMATIVE ACTION PROGRAM) The Contractor must develop and implement an EEO and Affirmative Action program that meets or exceeds all federal, State and County policies. The Contractor shall prepare an EEO program that complies with FTA regulations and submit it to PTNE by January 15th of each year. The Contractor shall update the program as needed but no less than annually and submit it to PTNE. 36.0 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REPORTS The CAT/CAP Disadvantaged Business Enterprise (DBE) program provides guidance on the use of overall and contract goals, requirement to include DBE provision in subcontracts, evaluating DBE participation where specific contract goals have been set, reporting requirements, and replacement of DBE subcontractors. PTNE shall be responsible for submission of all reports for the DBE Program. The Contractor will be responsible for monitoring subcontractors, reporting any changes in DBE participation, and submitting required forms as provided by PTNE to ensure DBE compliance. 37.0 PLANNING & MEETINGS The Contractor is responsible for providing recommendation related to service in coordination with the Operations Contractor(s). This shall include but is not limited to: bus routes, schedules, days and hours of operations, bus stop locations, location of bus stop improvements, assist PTNE staff in the preparation of all planning documents, cost estimates and other such activities relative to overall system administration. The Contractor in coordination with the Operations Contractor(s) shall be responsible for identifying upcoming funding needs for the system and providing recommendations for pursuing federal, state and local grants on a quarterly basis. The Contractor will be required to maintain service information necessary for all FTA review, including all FTA Triennial Review information. Service information pertaining to the Triennial review must be maintained in a paper and electronic filing system sorted by the general areas of review as shown in the FTA Triennial Review Workbook. The Contractor will be required to maintain service information necessary for all NTD review, including NTD Monthly & Annual Reporting as well as required sampling. Upon request of PTNE, the Contractor shall at its own expense attend meetings to provide information concerning the transit system including but not limited to Local Coordinating Board, Public Transit Ad- Hoc Advisory Committee, Board of County Commissioners, or as otherwise requested by PTNE. The Rev 2/20/15 105 Contractor shall assist PTNE, as needed, in the coordination and promotion of public meetings. This will include coordinating with PTNE staff as requested in the preparation of public meetings, attendance to public meetings and assistance in preparing and posting notifications of meetings at bus stops, park and rides and transfer centers. The Manager representing the Contractor and the PTNE Director and Transit Manager representing the County shall meet monthly to discuss services. The Contractor shall develop the monthly agenda in coordination with PTNE. 38.0 CONTRACT COMPLIANCE & REPORTING Timely and accurate reports and records will be submitted to PTNE. PTNE views statistical reporting as a critical element of effective service planning, service quality evaluation, and policy development. It is, therefore, deemed important that the Contractor assign staff with the qualifications and time to edit files, create and evaluate reports. The following guidelines are provided as basic information regarding the nature of reports that will be required during the course of this contract. PTNE from time to time may require changes in forms, record keeping and/or reporting procedures to serve the needs of the agency. 38.1 Reporting The following reports shall be completed on a daily basis and maintained on file for inspection: • Daily Dispatch Log – All radio communication received from operators and supervisors including: o Time o Vehicle Number o Route Number o Brief Summary of any incident and its resolution • Daily Operating Report including: o Total runs dispatched o Total revenue hours operated o Total dispatched runs and revenue hours that were missed o Total dispatched runs that were delayed o Total number of trips monitored by the Contractor (including a summary report for each) o Total monitored trips recorded as late or early o Total number of authorized extra trips o Revenue and revenue miles, hours and number of passengers • Number of late cancellations and no-show paratransit trips with details of circumstance. • Daily Paratransit Callback Sheets – documenting every call to a rider advising that the vehicle with be 10 minutes late, changes to the pick-up window or appointment time or updates to the rider’s schedule. The following reports shall be due to the PTNE Transit Manager daily by 9 a.m.: • Fleet status report • Total number of buses (in service) with inoperable wheelchair lifts identified by vehicle number. • Farebox problem, tampering, vandalism, etc. by bus number. • Number of deviations by bus and run (for prior day) The following reports shall be due to the PTNE Transit Manager as necessary: • Accident Rev 2/20/15 106 • Incidents • Facility Damages/Lost/Stolen • Equipment Damages/Lost/Stolen • Early or Late Service • Service Interruptions/delays • Missed trips • MDT, silent alarm and/or radio downtime • Backup Staffing Plan • Employee New Hire/Changes o E-Verify o Training Verification o Badge Access Agreement o Computer Use Agreement o Key Agreement The following reports shall be due to the PTNE Transit Manager monthly by the 15th of each month (covering the month prior): • Invoice o Inclusive of all backup grant material. • Information Necessary to Complete the Monthly NTD Reports • Training Report including documentation, certifications and upcoming safety programs • Call Center Reports (broken down between Fixed Route & Paratransit) o Total call volume o Average Hold Time o Number of Abandoned Calls • Employee Information (including trainees) o Include employee positions by department and classification o Training Validation o Background Checks o Motor Vehicle Reports o Position Vacancies o Required Positions • Compliance Letter related to administration of the D&A Program • Summary Report for drug and alcohol screening results for all safety sensitive positions, including time and date testing was completed. o Pre-employment o Post Accident o Random o Reasonable Suspicion o Return to Duty • Fixed Route Operations to include: o Road calls  Major and minor mechanical failures (by bus number and run number)  Total miles between failures o Route Information including:  On time performance  Passengers  Passenger trips (Total Weekday, Total Saturday, Total Sunday)  Revenue  Miles (Revenue, deadhead, total) (Total Weekday, Total Saturday, Total Sunday)  Hours (Revenue, deadhead, total) (Total Weekday, Total Saturday, Total Sunday) Rev 2/20/15 107  Passengers (Per Mile & Per Hour)  Revenue (Per Mile & Per Hour) o Daily Information including:  Total Revenue Hours  Total Deadhead Miles • Paratransit Operation to include 3 separate reports shall be provided, the first shall be for County-owned vehicles, the second shall reflect non County-owned vehicles and the third report shall combine the statistics for all vehicles: o Road calls  Major and minor mechanical failures (by bus number and run number)  Total miles between failures o # of Days of Service o Passenger trips (Total Weekday – ambulatory & wheelchair, Total Saturday – ambulatory & wheelchair, Total Sunday – ambulatory & wheelchair) (One Way, Total Guest, Total Escort) o Revenue o Miles (Revenue, deadhead, total) (Total Weekday, Total Saturday, Total Sunday) o Hours (Revenue, deadhead, total) (Total Weekday, Total Saturday, Total Sunday) o Passengers (Per Mile & Per Hour) o Revenue (Per Mile & Per Hour) o Cancels o No Shows o Fares Collected o Ticket Sales o % of Cancelled trips to the total # of trips o % of No Shows of Total # of trips o On-time performance o No Show/Late Cancellation Suspensions broken out by 1st offense, 2nd offense, 7, 14 & 30 day suspensions. o Number of Applications Submitted, Denied & Approved. o Average time from receipt of complete application to final decision. o Number of eligibility assessments performed. • Mobility Management Reports o List of candidates for transition from fixed route to paratransit. o Number of travel trainings scheduled/provided. o Reduction of existing paratransit customer trips due to transition. o List of partner or advocacy group meeting attended. The following reports shall be due to the PTNE Transit Manager quarterly by the 15th of each January, April, July & October (covering the prior quarter): • Upcoming Federal, State or Local Grant Opportunities • Active employee list The following reports shall be due to the PTNE Transit Manager annually as noted below: • NTD Report (By December 15 – covering the prior fiscal year – October through September) • Annual Operating Report (By August 1 – covering the prior State fiscal year – July through June) • Annual Safety Certification (By January 15 – covering the prior calendar year – January through December) • MIS Report (By February 15 – covering the prior calendar year – January through December) • Annual update of the SSPP – due by November 1 of each year • Annual update of the SSEPP – due by November 1 of each year Rev 2/20/15 108 • EEO Program – due by January 15th of each year 38.2 Reporting and Data Collection The contractor shall be responsible for ensuring that all data is captured and stored for the term of the contract and throughout any transition period. The data must be kept in a format acceptable to PTNE. It is the contractor’s sole responsibility to ensure compliance and conformance. All data systems must be reviewed and approved by PTNE in advance of the start of the contract. 39.0 CONTRACT TERMINATION OR CONCLUSION 39.1 Contractor’s Responsibility At the conclusion of the Contract, the Contractor shall work with the incumbent Contractor, PTNE and/or a third party Contractor to achieve an efficient and non-distributive transition of all services, including but not limited to administration, personnel, Subcontractors, vehicles, supplies and equipment. The outgoing Contractor shall behave in a professional and courteous manner throughout the transition period. The outgoing Contractor shall cooperate and make any and all 1) PTNE-furnished inventory, property and equipment available for inspection, and 2) work up to the last service pull-in on the date of the Contract conclusion or termination. The outgoing Contractor shall risk loss of payment for the last month of performance for any act of lack of cooperation, neglect, vandalism or recklessness, and may be assessed any costs incurred by PTNE or the incoming Contractor for returning any PTNE owned-furnished property or assets back to original working condition, to include repairs and replacement. PTNE has sole discretion for determining assessment charges. Rev 2/20/15 109 APPENDIX 1 PERFORMANCE STANDARDS In order to ensure a high standard of performance, services provided by the Contractor are to be operated in a manner that maximizes productivity without negatively impacting service quality for CAT & CAP patrons. To assure quality and a high level of customer satisfaction, all performance standards shall be reviewed on an on-going basis and are subject to change as CAT & CAP’s needs change. If performance standards set forth below are changed by PTNE, the Contractor’s performance standards will be immediately changed to meet the new performance standards, upon notice by PTNE to the Contractor. PTNE will review each performance factor and reward high achievement (incentives) or make deductions for substandard performance (disincentives). Review periods are generally every six months. Cash payments or deductions shall be calculated on the Net Contract Amount Paid to the Contractor for Service Operated for the corresponding review period. All incentives achieved or incentive payments the Contractor receives from Collier County shall be distributed 100% among the Contractor’s drivers, starters, safety supervisors and other non-key personnel who directly contributed to the operations success of the Contract during the review period being evaluated. In order to be included in the incentive payments, the employee must be on the payroll the date the payments are distributed. PTNE may require documentation to ensure that all incentives are distributed according to the Contract. The following performance standards establish a range of performance that provides quality service delivery to CAT patrons. The Contractor shall attain the following performance standards: 9.0 Total # of passenger trips per revenue vehicle hour. The following outlines the incentives or disincentives for total # of passenger trips per revenue vehicle hour: Total Passenger trips per revenue vehicle hour Performance Indicators Incentive/ <Disincentive> 15% above Goal 19.55 and above $1,000 10% above Goal 18.7 – 19.54 $500 5% above Goal 17.85 – 18.6 $250 PTNE Goal - 17.0 16.16 – 17.84 None Up to 5% below Goal 15.4 - 16.15 <-$250> Up to 10% below Goal 15.14 – 15.3 <-$500> 11% below Goal 15.13 or below <-$1,000> 10.0 On-time Performance is defined as the percentage of time that the vehicle departs no earlier than and no more than 5 minutes after the published departure times as shown in the AVAIL schedule adherence report. Incentives and disincentive shall be assessed per route. The following outlines the incentives and disincentive for on-time performance per route: On-Time Performance Per Route Performance Indicators Incentive/ <Disincentive> 3% above Goal Above 97.85 $1,000 2% above Goal 96.9 – 97.84 $500 1% above Goal 95.95 – 96.8 $250 PTNE Goal 95% 94.06 – 95.94 None Up to 1% below Goal 93.2 – 94.05 <-$250> Up to 2% below Goal 92.16 – 93.1 <-$500> 3% below Goal 92.15 or below <-$1,000> 11.0 Customer Satisfaction is defined as the overall passenger rating based on a semi-annual customer service report. The response categories are very poor (1), poor (2), fair (3), good (4) and very good (5). The following outlines the incentives and disincentive for customer satisfaction: Rev 2/20/15 110 Semi – Annual Customer Satisfaction Performance Indicators Incentive/ <Disincentive> 15% above Goal Above 4.6 $1,000 10% above Goal 4.4 – 4.5 $500 5% above Goal 4.2 – 4.3 $250 PTNE Goal 4.0 3.9 – 4.1 None Up to 5% below Goal 3.7 – 3.8 <-$250> Up to 10% below Goal 3.57 – 3.6 <-$500> 11% below Goal 3.56 or below <-$1,000> The following performance standards establish a range of performance that provides quality service delivery to CAP patrons. The Contractor shall attain the following performance standards: 1.0 On-time Performance is defined as the percentage of time that the completed drop off trip is no more than 0 minutes late vehicle as shown in the schedule adherence report. The following outlines the incentives and disincentive for on-time performance: On-Time Performance Performance Indicators Incentive/ <Disincentive> 3% above Goal Above 97.85 $1,000 2% above Goal 96.9 – 97.84 $500 1% above Goal 95.95 – 96.8 $250 PTNE Goal 95% 94.06 – 95.94 None Up to 1% below Goal 93.2 – 94.05 <-$250> Up to 2% below Goal 92.16 – 93.1 <-$500> 3% below Goal 92.15 or below <-$1,000> 2.0 Customer Satisfaction is defined as the overall passenger rating based on a semi-annual customer service report. The response categories are very poor (1), poor (2), fair (3), good (4) and very good (5). The following outlines the incentives and disincentive for customer satisfaction: Semi – Annual Customer Satisfaction Performance Indicators Incentive/ <Disincentive> 15% above Goal Above 4.6 $1,000 10% above Goal 4.4 – 4.5 $500 5% above Goal 4.2 – 4.3 $250 PTNE Goal 4.0 3.9 – 4.1 None Up to 5% below Goal 3.7 – 3.8 <-$250> Up to 10% below Goal 3.57 – 3.6 <-$500> 11% below Goal 3.56 or below <-$1,000> 3.0 Average Passengers per Vehicle Revenue Hour rating based on monthly reports. The following outlines the incentives and disincentive for average passenger per Vehicle Revenue Hour: Semi – Annual Average PPVRH Performance Indicators Incentive/ <Disincentive> 15% above Goal Above 2.3 $1,000 10% above Goal 2.2 – 2.29 $500 5% above Goal 2.1 – 2.19 $250 PTNE Goal 2.0 1.91 – 2.09 None Up to 5% below Goal 1.9 – 1.81 <-$250> Up to 10% below Goal 1.8 – 1.71 <-$500> 11% below Goal 1.7 or below <-$1,000> Rev 2/20/15 111 4.0 % of Active Paratransit Passengers Transitioned from Paratransit to Fixed Route rating based on monthly reports. The following outlines the incentives and disincentive for # of passengers transition from Paratransit to Fixed Route: Semi – Annual Percentage of Active Paratransit Passengers Transitioned Performance Indicators Incentive/ <Disincentive> 3% above Goal Above 4% $1,000 2% above Goal 3% - 3.9% $500 1% above Goal 2% - 2.9% $250 PTNE Goal 1% 0.76% - 1.9% None Up to .75% below Goal 0.51% – 0.75% <-$250> Up to .5% below Goal 0.26% – 0.50% <-$500> 0.25% below Goal 0.25% or below <-$1,000> Rev 2/20/15 112 APPENDIX 2 LIQUIDATED DAMAGES Liquidated damages will be assessed for Contractor deficiencies specified herein. Liquidated Damages are not punitive but intended to recover Collier County’s cost for the Contractor’s deficiencies, lost service or additional work by PTNE for service delivery to the patron. PTNE will consider extenuating circumstances in assessing damages. The Contractor has the ability to control liquidated damages through well trained drivers, re-fresher training, and effective communications with staff. Liquidated damages shall be deducted from any monies due, or which may thereafter become due, to the Contractor under this Contract. Liquidated damages will not be assessed for the above described occurrences arising from causes beyond the control of Contractor as determined by PTNE. In the event the Contractor fails to comply with the following standards, PTNE shall assess liquidated damages as follows: Requirements Liquidated Damage Amount Contractor must submit complete and accurate reports by the PTNE established due dates. $100.00 for each calendar day late for the monthly and/or quarterly reports $500.00 for each calendar day late after the pre- established date for the yearly report. The Contractor shall notify PTNE of every accident or incident immediately, but no more than two hours after the occurrence. The Contractor shall submit information accurately and complete. $100.00 for each hour beyond the initial 2 hour window for notification, The Contractor shall provide written documentation for any vehicle accident or incident. The County shall receive written copies of incident and accident reports within 24 hours of occurrence. The Contractor shall provide a full report inclusive of photos and police report within seven calendar days of the accident/incident. The Contractor shall submit reports accurately and complete. $250.00 for each calendar day late after the pre- established timeframe for a report and full report inclusive of photos. The Contractor shall be required to develop and administer EEO, Title VI, & Drug and Alcohol policies and programs consistent with Federal, State & Local requirements. Liquidated damages shall be assessed on a daily basis from the date of the written notice until either PTNE or FTA deems compliance has been met and issues a written notification. First violation $ 500.00 daily Second violation $1,000.00 daily Third violation $1,500.00 daily Fourth violation $2,000.00 daily The Contractor shall ensure farebox collections are reconciled on a daily basis (Monday through Friday). $250 per occurrence of farebox receipts not being reconciled as required. The Contractor is expected to care for all County provided equipment and establish policies and procedures to ensure that equipment is not tampered with, abused or neglected. $50.00 plus the cost of repair if Communication Equipment is found tampered with, abused and/or neglected as identified by PTNE Staff and/or PTNE’s repair Contractor. The Contractor is expected to submit accurate, complete reports within the PTNE established timeframes. Infractions may include failure to submit reports by established dates, submission of $50.00 per day per occurrence for Reporting Infractions. Rev 2/20/15 113 inaccurate or incomplete reports, or maintaining proper records. Examples of reporting infractions include, but are not limited to: d. Failure to maintain current records for training documentation, in personnel files for all personnel. At a minimum this includes: o Drivers’ License records o Defensive Driving records o Motor Vehicle records o Background records o Customer Comments and/or other Incident reports e. Failure to maintain and submit any requested reports as required and/or requested. The Contractor shall faithfully adhere to all standard MVR, background screening reviews and driver licensing and registration requirements. $1,000.00 per incident discovered where the Contractor failed to adhere to all review requirements. PTNE requires full staffing by the Contractor. 25% of the salary for the time that a key personnel position is vacant for over 14 days. $100.00 per day per vacancies in Supervisory Personnel. All required supervisory positions (starters, street supervisors, service supervisor, and safety personnel) must be covered each day in case of turnover, sickness, vacation or other absences with a qualified replacement. $100.00 per day for any non PTNE-approved personnel operating a route without PTNE’s prior written approval. County vehicles are to be used for approved purposes only. $500 for any occurrence of Contractor using Collier County vehicles for other than an explicit PTNE approved purpose. The Contractor shall process all paratransit eligibility applications within 21 days of receiving a complete application. $250 for any occurrence of the Contractor not processing completed paratransit eligibility applications within the required 21 day timeframe. The Contractor shall perform a minimum of 20% scheduled trips on non County-owned vehicles. (This percentage may be revised on an annual basis). $5,000 per month of less than 20% of total paratransit trips performed by non County-owned vehicles. The Contractor shall be responsible for securing all facilities each evening. $1,000 per door or gate that is left unsecured in the evening. Rev 2/20/15 114 EXHIBIT B Federal Transit Administration (FTA) Provisoins CFDA 20.500 / 20/507 The services performed by the awarded Contractor shall be in compliance with all applicable FTA regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor’s responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. Box is Checked If Applicable 1. No Government Obligation to Third Parties 2. Program Fraud and False or Fraudulent Statements and Related Acts 3. Access to Records and Reports 4. Federal Changes 5. Civil Rights Requirements 6. Incorporation of Federal Transit Administration (FTA) Terms 7. Energy Conservation Requirements 8. Termination 9. Government-wide Debarment and Suspension – Sign Exhibit Certification 10. Buy America Requirements – Sign Certification 11. Breaches and Dispute Resolution 12. Lobbying – Sign Certification 13. Clean Air 14. Clean Water Requirements 15. Cargo Preference Requirements 16. Fly America 17. Davis-Bacon and Copeland Anti-Kickback Acts 18. [Reserved] 19. Contract Work Hours and Safety Standards Act 20. Bonding Requirements 21. Seismic Safety Requirements 22. Transit Employee Protective Agreements 23. Charter Bus and School Bus Requirements 24. Drug and Alcohol Testing 25. Patent and Rights in Data 26. Dept of Labor EEO Provision 27. Disadvantaged Business Enterprises (DBE) 28. Recycled Products 29. [Reserved] 30. ADA Access 31. Bus Testing – Sign Certification 32. Pre-Award and Post Delivery Audit Requirements – Sign Certification 33. Privacy Act 34. ITS Standards 35. Conflict of Interest 36. Drug Free Workplace Rev 2/20/15 115 1. NO GOVERNMENT OBLIGATION TO THIRD PARTIES (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) 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. 2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS (Applies to subcontracts) Program Fraud and False or Fraudulent Statements or Related Acts. (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) 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 reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 3. ACCESS TO RECORDS AND REPORTS The following access to records requirements apply to this Contract: (1) Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. RFP 15-6424 CAT MGT SERVICES 116 (2) Where the Purchaser is a State and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 633.17, Contractor agrees to provide the Purchaser, the FTA Administrator or his authorized representatives, including any PMO Contractor, access to the Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. By definition, a major capital project excludes contracts of less than the simplified acquisition threshold currently set at $100,000. (3) Where the Purchaser enters into a negotiated contract for other than a small purchase or under the simplified acquisition threshold and is an institution of higher education, a hospital or other non-profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA Administrator, the Comptroller General of the United States or any of their duly authorized representatives with access to any books, documents, papers and record of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. (4) Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall make available records related to the contract to the Purchaser, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. (5) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (6) The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). 4. FEDERAL CHANGES Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. 5. CIVIL RIGHTS REQUIREMENTS (Applies to subcontracts) Civil Rights - The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, 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) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: Rev 2/20/15 117 (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 employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (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. 6. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS (Applies to subcontracts) 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 4220.1F, 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 Contractor 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. 7. ENERGY CONSERVATION REQUIREMENTS (Applies to subcontracts) The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 8. TERMINATION a. Termination for Convenience (General Provision) The (Recipient) may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Government's best interest. Rev 2/20/15 118 The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to (Recipient) to be paid the Contractor. If the Contractor has any property in its possession belonging to the (Recipient), the Contractor will account for the same, and dispose of it in the manner the (Recipient) directs. b. Termination for Default [Breach or Cause] (General Provision) 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, the (Recipient) 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 the (Recipient) 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, the (Recipient), 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 (General Provision) The (Recipient) in its sole discretion may, in the case of a termination for breach or default, allow the Contractor [an appropriately short period of time] in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions If Contractor fails to remedy to (Recipient)'s satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from (Recipient) setting forth the nature of said breach or default, (Recipient) shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude (Recipient) 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 (Recipient) elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by (Recipient) shall not limit (Recipient)'s remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. e. Termination for Convenience (Professional or Transit Service Contracts) The (Recipient), by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the Recipient shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination. f. Termination for Default (Supplies and Service) If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. g. Termination for Default (Transportation Services) If the Contractor fails to pick up the commodities or to perform the services, including delivery services, within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Rev 2/20/15 119 Termination specifying the nature of default. The Contractor will only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. If this contract is terminated while the Contractor has possession of Recipient goods, the Contractor shall, upon direction of the (Recipient), protect and preserve the goods until surrendered to the Recipient or its agent. The Contractor and (Recipient) shall agree on payment for the preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute clause. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the (Recipient). h. Termination for Default (Construction) If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that will insure its completion within the time specified in this contract or any extension or fails to complete the work within this time, or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. In this event, the Recipient may take over the work and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The Contractor and its sureties shall be liable for any damage to the Recipient resulting from the Contractor's refusal or failure to complete the work within specified time, whether or not the Contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the Recipient in completing the work. The Contractor's right to proceed shall not be terminated nor the Contractor charged with damages under this clause if- a) The delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God, acts of the Recipient, acts of another Contractor in the performance of a contract with the Recipient, epidemics, quarantine restrictions, strikes, freight embargoes; and b) The contractor, within [10] days from the beginning of any delay, notifies the (Recipient) in writing of the causes of delay. If in the judgment of the (Recipient), the delay is excusable, the time for completing the work shall be extended. The judgment of the (Recipient) shall be final and conclusive on the parties, but subject to appeal under the Disputes clauses. c) If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the Recipient. i. Termination for Convenience or Default (Architect and Engineering) The (Recipient) may terminate this contract in whole or in part, for the Recipient's convenience or because of the failure of the Contractor to fulfill the contract obligations. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall (1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to the Contracting Officer all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing this contract, whether completed or in process. If the termination is for the convenience of the Recipient, the Contracting Officer shall make an equitable adjustment in the contract price but shall allow no anticipated profit on unperformed services. Rev 2/20/15 120 If the termination is for failure of the Contractor to fulfill the contract obligations, the Recipient may complete the work by contact or otherwise and the Contractor shall be liable for any additional cost incurred by the Recipient. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. j. Termination for Convenience of Default (Cost-Type Contracts) The (Recipient) may terminate this contract, or any portion of it, by serving a notice or termination on the Contractor. The notice shall state whether the termination is for convenience of the (Recipient) or for the default of the Contractor. If the termination is for default, the notice shall state the manner in which the contractor has failed to perform the requirements of the contract. The Contractor shall account for any property in its possession paid for from funds received from the (Recipient), or property supplied to the Contractor by the (Recipient). If the termination is for default, the (Recipient) may fix the fee, if the contract provides for a fee, to be paid the contractor in proportion to the value, if any, of work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the (Recipient) and the parties shall negotiate the termination settlement to be paid the Contractor. If the termination is for the convenience of the (Recipient), the Contractor shall be paid its contract close-out costs, and a fee, if the contract provided for payment of a fee, in proportion to the work performed up to the time of termination. If, after serving a notice of termination for default, the (Recipient) determines that the Contractor has an excusable reason for not performing, such as strike, fire, flood, events which are not the fault of and are beyond the control of the contractor, the (Recipient), after setting up a new work schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. 9. GOVERNMENT-WIDE DEBARMENT AND SUSPENSION (NON-PROCUREMENT) (Applies to subcontracts) This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. 10. BUY AMERICA REQUIREMENTS (Applies to subcontracts) The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (Attachments) with all bids or offers on FTA-funded contracts, except those subject to a general Rev 2/20/15 121 waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. 11. BREACHES AND DISPUTE RESOLUTION (Applies to subcontracts) Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of (Recipient)'s [title of employee]. This decision shall be final and conclusive unless within [ten (10)] days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to the [title of employee]. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the [title of employee] shall be binding upon the Contractor and the Contractor shall abide be the decision. Performance During Dispute - Unless otherwise directed by (Recipient), Contractor shall continue performance under this Contract while matters in dispute are being resolved. Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefor shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the (Recipient) and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which the (Recipient) is located. Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the (Recipient), (Architect) or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. 12. LOBBYING 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. 13. CLEAN AIR (Applies to subcontracts OVER $100,000) (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq. The Contractor agrees to report each violation to Rev 2/20/15 122 the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 14. CLEAN WATER REQUIREMENTS (Applies to subcontracts OVER $10,000) (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 15. CARGO PREFERENCE REQUIREMENTS (Applies to subcontracts) Use of United States-Flag Vessels - The contractor agrees: a. to use privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of -lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a subcontractor's bill-of-lading.) c. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel. 16. FLY AMERICA REQUIREMENTS (Applies to subcontracts) The Contractor agrees to comply with 49 U.S.C. 40118 (the “Fly America” Act) in accordance with the General Services Administration’s regulations at 41 CFR Part 301-10, which provide that recipients and subrecipients of Federal funds and their contractors are required to use U.S. Flag air carriers for U.S. Government-financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation. Rev 2/20/15 123 17. DAVIS-BACON AND COPELAND ANTI-KICKBACK ACTS (1) Minimum wages - (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifications and wage rates conformed under paragraph (1)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: • Except with respect to helpers as defined as 29 CFR 5.2(n)(4), the work to be performed by the classification requested is not performed by a classification in the wage determination; and • The classification is utilized in the area by the construction industry; and • The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and • With respect to helpers as defined in 29 CFR 5.2(n)(4), such a classification prevails in the area in which the work is performed. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue Rev 2/20/15 124 a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (v)(A) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: • The work to be performed by the classification requested is not performed by a classification in the wage determination; and • The classification is utilized in the area by the construction industry; and • The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(v) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (2) Withholding – Collier County shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, Rev 2/20/15 125 so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, the Collier County may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records - (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to Collier County for transmission to the Federal Transit Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: • That the payroll for the payroll period contains the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5 and that such information is correct and complete; • That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; • That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. Rev 2/20/15 126 (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Federal Transit Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees - (i) Apprentices - Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator of the Wage and Hour Division of the U.S. Department of Labor determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees - Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee Rev 2/20/15 127 performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity - The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements - The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Transit Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination: debarment - A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act requirements - All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards - Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility - (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 18. [ RESERVED ] 19. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (1) Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. Rev 2/20/15 128 (2) Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages - Collier County shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. 20. BONDING REQUIREMENTS Bid Security A Bid Bond must be issued by a fully qualified surety company acceptable to (Recipient) and listed as a company currently authorized under 31 CFR, Part 223 as possessing a Certificate of Authority as described thereunder. Rights Reserved In submitting this Bid, it is understood and agreed by bidder that the right is reserved by (Recipient) to reject any and all bids, or part of any bid, and it is agreed that the Bid may not be withdrawn for a period of [ninety (90)] days subsequent to the opening of bids, without the written consent of (Recipient). It is also understood and agreed that if the undersigned bidder should withdraw any part or all of his bid within [ninety (90)] days after the bid opening without the written consent of (Recipient), shall refuse or be unable to enter into this Contract, as provided above, or refuse or be unable to furnish adequate and acceptable Performance Bonds and Labor and Material Payments Bonds, as provided above, or refuse or be unable to furnish adequate and acceptable insurance, as provided above, he shall forfeit his bid security to the extent of (Recipient's) damages occasioned by such withdrawal, or refusal, or inability to enter into an agreement, or provide adequate security therefore. It is further understood and agreed that to the extent the defaulting bidder's Bid Bond, Certified Check, Cashier's Check, Treasurer's Check, and/or Official Bank Check (excluding any income generated thereby which has been retained by (Recipient) as provided in [Item x "Bid Security" of the Instructions to Bidders]) shall prove inadequate to fully recompense (Recipient) for the damages occasioned by default, then the undersigned bidder agrees to indemnify (Recipient) and pay over to (Recipient) the difference between the bid security and (Recipient's) total damages, so as to make (Recipient) whole. The undersigned understands that any material alteration of any of the above or any of the material contained on this form, other than that requested, will render the bid unresponsive. Rev 2/20/15 129 Performance and Payment Bonding Requirements (Construction) A contractor or vendor shall provide a surety bond from a surety company to guarantee full and faithful performance of a contract obligation and the payment of labor and material expended pursuant to a contract whenever, and in such amounts, as required by statute or otherwise as deemed necessary by the Purchasing Director. An irrevocable letter of credit from a financial institution operating within the State of Florida (or other alternative forms of surety as permitted under Florida law) may be sufficient in place of the performance bond if so provided for in the bid and contract documents. All such bonds or letters of credit shall be approved as to form by the County Attorney. A. Contractor shall provide Performance and Payment Bonds in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies” circular. This circular may be accessed via the web at www.fms.treas.gov/c570/c570.html#certified. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Advance Payment Bonding Requirements The Contractor may be required to obtain an advance payment bond if the contract contains an advance payment provision and a performance bond is not furnished. The (recipient) shall determine the amount of the advance payment bond necessary to protect the (Recipient). Patent Infringement Bonding Requirements (Patent Indemnity) The Contractor may be required to obtain a patent indemnity bond if a performance bond is not furnished and the financial responsibility of the Contractor is unknown or doubtful. The (recipient) shall determine the amount of the patent indemnity to protect the (Recipient). Warranty of the Work and Maintenance Bonds 1. The Contractor warrants to (Recipient), the Architect and/or Engineer that all materials and equipment furnished under this Contract will be of highest quality and new unless otherwise specified by (Recipient), free from faults and defects and in conformance with the Contract Documents. All work not so conforming to these standards shall be considered defective. If required by the [Project Manager], the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. 2. The Work furnished must be of first quality and the workmanship must be the best obtainable in the various trades. The Work must be of safe, substantial and durable construction in all respects. The Contractor hereby guarantees the Work against defective materials or faulty workmanship for a minimum period of one (1) year after Final Payment by (Recipient) and shall replace or repair any defective materials or equipment or faulty workmanship during the period of the guarantee at no cost to (Recipient). As additional security for these guarantees, the Contractor shall, prior to the release of Final Payment [as provided in Item X below], furnish separate Maintenance (or Guarantee) Bonds in form acceptable to (Recipient) written by the same corporate surety that provides the Performance Bond and Labor and Material Payment Bond for this Contract. These bonds shall secure the Contractor's obligation to replace or repair defective materials and faulty workmanship for a minimum period of one (1) year after Final Payment and shall be written in an amount equal to ONE HUNDRED PERCENT (100%) of the CONTRACT SUM, as adjusted (if at all). 21. SEISMIC SAFETY REQUIREMENTS The contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Rev 2/20/15 130 Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The contractor also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project. 22. TRANSIT EMPLOYEE PROTECTIVE AGREEMENTS (Applies to subcontracts) Transit Employee Protective Provisions. (1) The Contractor agrees to the comply with applicable transit employee protective requirements as follows: (a) General Transit Employee Protective Requirements - To the extent that FTA determines that transit operations are involved, the Contractor agrees to carry out the transit operations work on the underlying contract in compliance with terms and conditions determined by the U.S. Secretary of Labor to be fair and equitable to protect the interests of employees employed under this contract and to meet the employee protective requirements of 49 U.S.C. A 5333(b), and U.S. DOL guidelines at 29 C.F.R. Part 215, and any amendments thereto. These terms and conditions are identified in the letter of certification from the U.S. DOL to FTA applicable to 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 Employee Protective Requirements for Projects Authorized by 49 U.S.C. § 5310(a)(2) for Elderly Individuals and Individuals with Disabilities - If the contract involves transit operations financed in whole or in part with Federal assistance authorized by 49 U.S.C. § 5310(a)(2), and if the U.S. Secretary of Transportation has determined or determines in the future that the employee protective requirements of 49 U.S.C. § 5333(b) are necessary or appropriate for the state and the public body subrecipient for which work is performed on the underlying contract, the Contractor agrees to carry out the Project in compliance with the terms and conditions determined by the U.S. Secretary of Labor to meet the requirements of 49 U.S.C. § 5333(b), U.S. DOL guidelines at 29 C.F.R. Part 215, and any amendments thereto. These terms and conditions are identified in the U.S. DOL's letter of certification to FTA, the date of which is set forth Grant Agreement or Cooperative Agreement with the state. The Contractor agrees to perform transit operations in connection with the underlying contract in compliance with the conditions stated in that U.S. DOL letter. (c) Transit Employee Protective Requirements for Projects Authorized by 49 U.S.C. § 5311 in Nonurbanized Areas - If the contract involves transit operations financed in whole or in part with Federal assistance authorized by 49 U.S.C. § 5311, the Contractor agrees to comply with the terms and conditions of the Special Warranty for the Nonurbanized Area Program agreed to by the U.S. Secretaries of Transportation and Labor, dated May 31, 1979, and the procedures implemented by U.S. DOL or any revision thereto. (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. 23. CHARTER BUS REQUIREMENTS The contractor agrees to comply with 49 U.S.C. 5323(d) and 49 CFR Part 604, which provides that recipients and subrecipients of FTA assistance are prohibited from providing charter service using federally funded equipment or facilities if there is at least one private charter operator willing and able to provide the service, except under one of the exceptions at 49 CFR 604.9. Any charter service provided under one of the exceptions must be "incidental," i.e., it must not interfere with or detract from the provision of mass transportation. Rev 2/20/15 131 SCHOOL BUS REQUIREMENTS Pursuant to 69 U.S.C. 5323(f) and 49 CFR Part 605, recipients and subrecipients of FTA assistance may not engage in school bus operations exclusively for the transportation of students and school personnel in competition with private school bus operators unless qualified under specified exemptions. When operating exclusive school bus service under an allowable exemption, recipients and subrecipients may not use federally funded equipment, vehicles, or facilities. 24. DRUG AND ALCOHOL TESTING Introduction FTA's drug and alcohol rules, 49 CFR 655, respectively, are unique among the regulations issued by FTA. First, they require recipients to ensure that any entity performing a safety-sensitive function on the recipient's behalf (usually subrecipients and/or contractors) implement a complex drug and alcohol testing program that complies with Part 655. Second, the rules condition the receipt of certain kinds of FTA funding on the recipient's compliance with the rules; thus, the recipient is not in compliance with the rules unless every entity that performs a safety-sensitive function on the recipient's behalf is in compliance with the rules. Third, the rules do not specify how a recipient ensures that its subrecipients and/or contractors comply with them. Explanation of Model Contract Clauses: Collier County relies on the contractor to implement a drug and alcohol testing program that complies with 49 CFR 655, but retains the ability to monitor the contractor's testing program; thus, the recipient has less control over its compliance with the drug and alcohol testing rules than it does under option 1. The advantage of this approach is that it places the responsibility for complying with the rules on the entity that is actually performing the safety-sensitive function. Moreover, it reserves to the recipient the power to ensure that the contractor complies with the program. The disadvantage of Option 2 is that without adequate monitoring of the contractor's program, the recipient may find itself out of compliance with the rules. Drug and Alcohol Testing The contractor agrees to establish and implement a drug and alcohol testing program that complies with 49 CFR Part 655, produce any documentation necessary to establish its compliance with Part 655, and permit any authorized representative of the United States Department of Transportation or its operating administrations, the State Oversight Agency of (name of State), or the (insert name of grantee), to inspect the facilities and records associated with the implementation of the drug and alcohol testing program as required under 49 CFR Parts 655 and review the testing process. The contractor agrees further to certify annually its compliance with Part 655 before (insert date) and to submit the Management Information System (MIS) reports before (insert date before March 15) to (insert title and address of person responsible for receiving information). To certify compliance the contractor shall use the "Substance Abuse Certifications" in the "Annual List of Certifications and Assurances for Federal Transit Administration Grants and Cooperative Agreements," which is published annually in the Federal Register. 25. PATENT AND RIGHTS IN DATA (Applies to subcontracts) A. Rights in Data - This following requirement applies to each contract involving experimental, developmental or research work: (1) The term "subject data" used in this clause means recorded information, whether or not copyrighted, that is delivered or specified to be delivered under the contract. The term includes graphic or pictorial delineation in media such as drawings or photographs; text in specifications or related performance or design-type documents; machine forms such as punched cards, magnetic tape, or computer memory printouts; and information retained in computer memory. Examples include, but are not limited to: computer Rev 2/20/15 132 software, engineering drawings and associated lists, specifications, standards, process sheets, manuals, technical reports, catalog item identifications, and related information. The term "subject data" does not include financial reports, cost analyses, and similar information incidental to contract administration. (2) The following restrictions apply to all subject data first produced in the performance of the contract to which this Attachment has been added: (a) Except for its own internal use, the Purchaser or Contractor may not publish or reproduce subject data in whole or in part, or in any manner or form, nor may the Purchaser or Contractor authorize others to do so, without the written consent of the Federal Government, until such time as the Federal Government may have either released or approved the release of such data to the public; this restriction on publication, however, does not apply to any contract with an academic institution. (b) In accordance with 49 C.F.R. § 18.34 and 49 C.F.R. § 19.36, the Federal Government reserves a royalty-free, non-exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, for "Federal Government purposes," any subject data or copyright described in subsections (2)(b)1 and (2)(b)2 of this clause below. As used in the previous sentence, "for Federal Government purposes," means use only for the direct purposes of the Federal Government. Without the copyright owner's consent, the Federal Government may not extend its Federal license to any other party. 1. Any subject data developed under that contract, whether or not a copyright has been obtained; and 2. Any rights of copyright purchased by the Purchaser or Contractor using Federal assistance in whole or in part provided by FTA. (c) When FTA awards Federal assistance for experimental, developmental, or research work, it is FTA's general intention to increase transportation knowledge available to the public, rather than to restrict the benefits resulting from the work to participants in that work. Therefore, unless FTA determines otherwise, the Purchaser and the Contractor performing experimental, developmental, or research work required by the underlying contract to which this Attachment is added agrees to permit FTA to make available to the public, either FTA's license in the copyright to any subject data developed in the course of that contract, or a copy of the subject data first produced under the contract for which a copyright has not been obtained. If the experimental, developmental, or research work, which is the subject of the underlying contract, is not completed for any reason whatsoever, all data developed under that contract shall become subject data as defined in subsection (a) of this clause and shall be delivered as the Federal Government may direct. This subsection (c) , however, does not apply to adaptations of automatic data processing equipment or programs for the Purchaser or Contractor's use whose costs are financed in whole or in part with Federal assistance provided by FTA for transportation capital projects. (d) Unless prohibited by state law, upon request by the Federal Government, the Purchaser and the Contractor agree to indemnify, save, and hold harmless the Federal Government, its officers, agents, and employees acting within the scope of their official duties against any liability, including costs and expenses, resulting from any willful or intentional violation by the Purchaser or Contractor of proprietary rights, copyrights, or right of privacy, arising out of the publication, translation, reproduction, delivery, use, or disposition of any data furnished under that contract. Neither the Purchaser nor the Contractor shall be required to indemnify the Federal Government for any such liability arising out of the wrongful act of any employee, official, or agents of the Federal Government. (e) Nothing contained in this clause on rights in data shall imply a license to the Federal Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to the Federal Government under any patent. (f) Data developed by the Purchaser or Contractor and financed entirely without using Federal assistance provided by the Federal Government that has been incorporated into work required by the underlying contract to which this Attachment has been added is exempt from the requirements of subsections (b), (c), Rev 2/20/15 133 and (d) of this clause, provided that the Purchaser or Contractor identifies that data in writing at the time of delivery of the contract work. (g) Unless FTA determines otherwise, the Contractor agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. (3) Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status (i.e., a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual, etc.), the Purchaser and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 C.F.R. Part 401. (4) The Contractor also agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. B. Patent Rights - The following requirements apply to each contract involving experimental, developmental, or research work: (1) General - If any invention, improvement, or discovery is conceived or first actually reduced to practice in the course of or under the contract to which this Attachment has been added, and that invention, improvement, or discovery is patentable under the laws of the United States of America or any foreign country, the Purchaser and Contractor agree to take actions necessary to provide immediate notice and a detailed report to the party at a higher tier until FTA is ultimately notified. (2) Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status (a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual), the Purchaser and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 C.F.R. Part 401. (3) The Contractor also agrees to include the requirements of this clause in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. 26. DEPT OF LABOR EEO CONDITIONS The contractor shall comply, with: (a) U.S. DOL regulations, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor,” 41 C.F.R. chapter 60, and (b) Executive Order 11246, “Equal Employment Opportunity,” as amended by Executive Order 11375, “Amending Executive Order 11246, Relating to Equal Employment Opportunity,” 42 U.S.C. § 2000e note. 27. DISADVANTAGED BUSINESS ENTERPRISE Background and Applicability The newest version on the Department of Transportation’s Disadvantaged Business Enterprise (DBE) program became effective July 16, 2003. The rule provides guidance to grantees on the use of overall and contract goals, requirement to include DBE provisions in subcontracts, evaluating DBE participation where Rev 2/20/15 134 specific contract goals have been set, reporting requirements, and replacement of DBE subcontractors. Additionally, the DBE program dictates payment terms and conditions (including limitations on retainage) applicable to all subcontractors regardless of whether they are DBE firms or not. The DBE program applies to all DOT-assisted contracting activities. A formal clause such as that below must be included in all contracts above the micro-purchase level. The requirements of clause subsection b flow down to subcontracts. A substantial change to the payment provisions in this newest version of Part 26 concerns retainage (see section 26.29). Grantee choices concerning retainage should be reflected in the language choices in clause subsection d. Disadvantaged Business Enterprises a. This contract is subject to the requirements of Title 49, 49 Code of Federal Regulations, Part 26, Participation by Disadvantaged Enterprises in Department of Transportation Financial Assistance Programs. Collier Area Transit’s goal for DBE participation is 2.58%. b. A separate contract goal has not been established for this procurement. c. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT-assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as Collier County deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). d. The successful bidder/offeror will be required to report its DBE participation obtained through race- neutral means throughout the period of performance. In order to comply with the provisions of 49 CFR 26, the bidder/offeror agrees to the following: • Bid Opportunity List: shall submit with all Requests for Proposals and Invitations For Bid. • Anticipated DBE Participation Statement: shall submit with all Requests for Proposals and Invitations For Bid. • DBE Directory: the bidder/offeror may use the online DBE directory, BizNet, www.bipincwebapps.com/biznetflorida/ to locate ready, willing, and able DBE’s to perform sub- contractor work or sub-consultant work on USDOT assisted contracts. • Subcontractor Payment Report: shall submit monthly to comply with monitoring requirements of 49 CFR 26. e. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor’s receipt of payment for that work from Collier County. In addition, the contractor is required to return any retainage payments to those subcontractors within thirty (30) days after the subcontractor's work related to this contract is satisfactorily completed. f. The contractor must promptly notify Collier County, whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of Collier County. 28. RECYCLED PRODUCTS (Applies to subcontracts for purchases $10,000 or more of one of these items in a fiscal year, or when the cost of such items purchased during the previous fiscal year was $10,000.) Rev 2/20/15 135 Recovered Materials - 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 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247. 29. [ RESERVED ] 30. ADA Access Access for Individuals with Disabilities. The Recipient agrees to comply with 49 U.S.C. § 5301(d), which states the Federal policy that elderly individuals and individuals with disabilities have the same right as other individuals to use public transportation services and facilities, and that special efforts shall be made in planning and designing those services and facilities to implement transportation accessibility rights for elderly individuals and individuals with disabilities. The Recipient also agrees to comply with all applicable provisions of section 504 of the Rehabilitation Act of 1973, as amended, with 29 U.S.C. § 794, which prohibits discrimination on the basis of disability; with the Americans with Disabilities Act of 1990 (ADA), as amended, 42 U.S.C. §§ 12101 et seq., which requires that accessible facilities and services be made available to individuals with disabilities; and with the Architectural Barriers Act of 1968, as amended, 42 U.S.C. §§ 4151 et seq., which requires that buildings and public accommodations be accessible to individuals with disabilities, and any subsequent amendments to these laws or other laws pertaining to access for individuals with disabilities to the extent applicable. 31. BUS TESTING Bus Testing - The Contractor [Manufacturer] agrees to comply with 49 U.S.C. A 5323(c) and FTA's implementing regulation at 49 CFR Part 665 and shall perform the following: 1) A manufacturer of a new bus model or a bus produced with a major change in components or configuration shall provide a copy of the final test report to the recipient at a point in the procurement process specified by the recipient which will be prior to the recipient's final acceptance of the first vehicle. 2) A manufacturer who releases a report under paragraph 1 above shall provide notice to the operator of the testing facility that the report is available to the public. 3) If the manufacturer represents that the vehicle was previously tested, the vehicle being sold should have the identical configuration and major components as the vehicle in the test report, which must be provided to the recipient prior to recipient's final acceptance of the first vehicle. If the configuration or components are not identical, the manufacturer shall provide a description of the change and the manufacturer's basis for concluding that it is not a major change requiring additional testing. 4) If the manufacturer represents that the vehicle is "grandfathered" (has been used in mass transit service in the United States before October 1, 1988, and is currently being produced without a major change in configuration or components), the manufacturer shall provide the name and address of the recipient of such a vehicle and the details of that vehicle's configuration and major components. 32. PRE-AWARD AND POST DELIVERY AUDITS REQUIREMENTS Pre-Award and Post-Delivery Audit Requirements - The Contractor agrees to comply with 49 U.S.C. § 5323(l) and FTA's implementing regulation at 49 C.F.R. Part 663 and to submit the following certifications: (1) Buy America Requirements: The Contractor shall complete and submit a declaration certifying either compliance or noncompliance with Buy America. If the Bidder/Offeror certifies compliance with Buy America, it shall submit documentation which lists 1) component and subcomponent parts of the rolling Rev 2/20/15 136 stock to be purchased identified by manufacturer of the parts, their country of origin and costs; and 2) the location of the final assembly point for the rolling stock, including a description of the activities that will take place at the final assembly point and the cost of final assembly. (2) Solicitation Specification Requirements: The Contractor shall submit evidence that it will be capable of meeting the bid specifications. (3) Federal Motor Vehicle Safety Standards (FMVSS): The Contractor shall submit 1) manufacturer's FMVSS self-certification sticker information that the vehicle complies with relevant FMVSS or 2) manufacturer's certified statement that the contracted buses will not be subject to FMVSS regulations. 33. PRIVACY ACT 5 U.S.C. 552 Contracts Involving Federal Privacy Act Requirements - The following requirements apply to the Contractor and its employees that administer any system of records on behalf of the Federal Government under any contract: (1) The Contractor agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. § 552a. Among other things, the Contractor agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. (2) The Contractor also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by FTA. 34. ITS Standards Section 5206(e) of the Transportation Equity Act for the 21st Century, Public Law 105-178, 112 Stat. 547, pertaining to conformance with the National Intelligent Transportation Systems Architecture and Standards. All ITS projects funded with Mass Transit Funds from the Highway Trust Funds shall use applicable ITS standards and interoperability tests that have been officially adopted through rulemaking by the United States Department of Transportation (US DOT). 35. Conflict of Interest Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 36. Drug Free Workplace Drug-Free Work Place: The Contractor has implemented a drug-free workplace program and will continue to enforce such program for the duration of resultant agreement. A drug -free workplace program includes: i. A published statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. Rev 2/20/15 137 ii. Employee information about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. iii. Providing each employee engaged in delivering the commodities or contractual services that are under this bid or proposal a copy of the statement specified in Paragraph 1. iv. Notifying the employees that, as a condition of working on the commodities or contractual services that are under this bid or proposal that they will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contender to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. v. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted. vi. Make a good faith effort to continue to maintain a drug-free workplace through implementation of Paragraphs i. through v. above. Rev 2/20/15 138 EXHIBIT C – STATE GRANTING AGENCY PROVISIONS Supplemental General Grant Terms and Conditions CSFA 55.010 and 55.001 The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a cop y of the signed subcontract must be forwarded to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractors is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department harmless against all claims of whatever nature arising out of the subcontractor’s performance of work under this Agreement, to the extent allowed and required by law. 1. Conflict of Interest - This Contract/Work Order is subject to chapter 112, F.S. The vendor shall disclose the name of any officer, director, employee, or other agent who is also an employee of the State. Grantee shall also disclose the name of any State employee who owns, directly or indirectly, more than a five percent (5%) interest in the Contractor’s company or its affiliates. 2. EEO – The vendor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The vendor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the vendor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the Department deems appropriate. 3. Lobbying - No funds received pursuant to this Agreement may be expended for lobbying the State Commission, Legislature, the judicial branch, or a state/local agency. 4. Convicted Vendors – Vendor shall disclose if they are on the convicted vendor list. A person or affiliate placed on the convicted vendor list following a conviction for a public entity crime is prohibited from doing any of the activities as defined by the Florida Department of Management Services for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. 5. Discriminatory Vendors – Contractor shall disclose if they appear on the discriminatory vendor list. An entity or affiliate placed on the discriminatory vendor list pursuant to section 287.134, F.S. may not: 1) Submit a bid on an agreement to provide any goods or services to a public entity; 2) Submit a bid on an agreement with a public entity for the construction or repair of a public building or public work; 3)Submit bids on leases of real property to a public entity; or 4) Be awarded or perform work as a consultant under an agreement with any public entity; or transact business with any public entity. 6. Record Retention - The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, State, or its designee’s access to such records upon request. 7. Indemnity Provision-- Indemnification shall be included in all contracts with contractors/subcontractors, consultants/sub-consultants who perform work in connection with this contract. • “The Contractor shall indemnify, defend, save, and hold harmless the Florida Department of Transportation and all of its officers, agents or employees from all suits, actions, claims, demands, liability of any nature whatsoever arising out of, because of, or due to any negligent act or occurrence of omission or commission of the Contractor, its officers, agents, or employees.” Rev 2/20/15 139 EXHIBIT D –GRANTING AGENCY FORMS Provided in Separate File Rev 2/20/15 140 RFP # 15-6424 Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Prepared for Collier County Board of Commissioners Submitted by: June 2, 2015 Page 1 Table of Contents TABLE OF CONTENTS ..........................................................................................................................1 TAB I, COVER LETTER / MANAGEMENT SUMMARY..............................................................................2 TAB II, PLANS & PROGRAMS ..............................................................................................................3 TAB III, FINANCIAL CAPACITY & COST OF SERVICE ............................................................................ 43 TAB IV, EXPERIENCE AND CAPACITY OF FIRM ................................................................................... 49 TAB V, PAST RECORD & REFERENCES ............................................................................................... 58 TAB VI, DISADVANTAGED BUSINESS ENTERPRISE/SMALL BUSINESS ENTERPRISE UTILIZATION .......... 61 TAB VII, ACCEPTANCE OF CONDITIONS ............................................................................................. 63 TAB VIII, REQUIRED FORM SUBMITTALS ........................................................................................... 64 Cover Letter/ Management Summary 16 Hawk Ridge Drive | Lake Saint Louis, MO 63367 | phone 636.561.5686 | fax 636.561.2962 | www.mtm-inc.net June 2, 2015 Brenda Brilhart Collier County Government, Purchasing Department 3327 Tamiami Trail E Naples, FL 34112 RE: RFP #15-642 Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services Dear Ms. Brilhart, As a demonstration of its commitment to providing quality fixed route and paratransit services to Collier County residents, the Public Transit and Neighborhood Enhancement (PTNE) Division of the Public Services Department of Collier County seek highly qualified contractors to operate the Collier Area Transit (CAT) and Collier Area Paratransit (CAP) programs. As an experienced transportation manager, Medical Transportation Management, Inc. (MTM) is the best choice to manage PTNE’s scheduling, dispatching, call center, intelligent transportation system, and administration needs. With our extensive experience operating transit programs throughout the country and within Florida, we fully understand PTNE’s goals and will uphold its commitment to quality. Enclosed, please find MTM’s response to the RFP for Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Services. MTM has read, understands, and agrees to all requirements and terms set forth in this RFP and accompanying addenda. As requested by PTNE, MTM has used recycled paper for our proposal submission. In full transparency and support of PTNE’s procurement process, MTM would like to state upfront that we are affiliated with Ride Right, LLC, who is submitting a proposal to manage the Transportation Management and Operations services portion of this contract. Although the two companies have some common ownership, MTM and Ride Right are two separate entities and neither is a subsidiary of the other. That said, we understand that PTNE wishes to maintain separation between the two contractors selected through this procurement, and that ultimately only MTM or Ride Right may be eligible for award. Both companies have distinct qualifications and experience to offer PTNE and Collier County, and we welcome the opportunity for either company to serve your passengers. As President and CEO, I am the officer who can bind MTM to the offer presented. PTNE may communicate with Vice President of Marketing, Michele Lucas regarding the proposal and contract negotiations. Michele can be reached at mlucas@mtm-inc.net, or (636) 695-5536; please feel free to contact her with any questions. I look forward to discussing MTM’s proposed solutions for the CAT and CAP programs in the near future. Sincerely, Alaina Maciá President and CEO Work: (636) 695-5503 | Mobile: (314) 495-4953 | Fax: (636) 561-2962 | Email: amacia@mtm-inc.net Plans & Programs Page 3 Tab II, Plans & Programs In this tab, include a. Provide a brief summary of Proposer’s operating philosophy Operating Philosophy Medical Transportation Management, Inc. (MTM), d.b.a Southeast MTM, Inc., was established in 1995 for the sole purpose of managing transportation for the medically fragile, disabled, underserved, elderly, and other transportation disadvantaged populations served by state and county government programs and Managed Care Organizations (MCOs). Our first client, HealthCare USA, joined us the same year of our establishment, and remains a satisfied client to this day. Since our inception more than 20 years ago, we have grown to become one of the largest transportation managers in the country and a recognized leader in the industry. As an organization, MTM’s mission is to partner with our clients in developing innovative solutions for accessing healthcare, increasing independence, and connecting community resources in a cost- effective manner. To achieve this mission, as well as our overarching vision of communities without barriers, we leverage our core competencies in managing customer service operations. As a family owned and operated company, MTM is focused on service quality and client satisfaction, and we hold ourselves to a high standard of excellence. In traditional call center environments, policies are typically driven from the top down; MTM is organized differently in that we involve our employees in policy and procedure modifications. Because we create a culture of innovation and forward thinking from our front-line staff, we enable our staff to bring forth recommendations for policy changes and service enhancements. In addition to an open door environment that encourages employees to approach management with their ideas and feedback, we solicit input through regular roundtable discussions and focus groups. During these sessions, our goal is to obtain suggestions on how we can better support our clients. Since 2007, our call centers nationwide have grown responsibly by more than quadrupling our workforce while improving quality scores and productivity, increasing employee retention, and achieving higher customer satisfaction rates. In 2007, with 286 employees business-wide, we averaged customer satisfaction rates of 92%; by 2014, with more than 1,200 employees, our satisfaction rates exceed 95%. MTM represents Public Transit and Neighborhood Enhancement Division’s (PTNE) best choice for a Call Center, Intelligent Transportation Systems, and Administrative Services partner. MTM is uniquely positioned to perform the duties required under this contract. We are the only contractor with the necessary expertise in each of the responsibilities required, which is complemented by our Florida and Collier County-specific experience. From eligibility determinations to dispatching to comprehensive reporting, MTM has the necessary knowledge and processes to execute PTNE’s contract with a seamless start-up and continual focus on passengers’ best interests. Page 4 b. Provide a brief summary of how Proposer intends to fulfill Contractor’s requirements in this RFP On behalf of our clients, MTM performs a variety of tasks including call center operations, transit program management and administration, functional assessments, travel training, public transit entity collaboration, quality assurance, appeals and complaints resolution, and billing/reconciliation. Transportation agencies, state and county governments, Medicaid and Medicare managed care organizations, healthcare providers, and transportation planning organizations rely on MTM’s services to meet quality and safety standards while simultaneously containing costs. MTM is prepared to provide all resources required to operate a turnkey operation to deliver scheduling, dispatching, call center, intelligent transportation systems, and administration services for PTNE’s Collier Area Transit (CAT) and Collier Area Paratransit (CAP) programs, as detailed in the following paragraphs. Operate and Administer Call Center With nearly 50 current contracts and nine call centers spanning across the country, we provide more than ten million trips to eight million passengers annually, while fielding more than eight million calls. Our nine call centers offer quality, reliability, and responsiveness to meet the needs of the clients and passengers we serve. Our Customer Service Representatives (CSRs) understand that our passengers rely on transportation services to reach their jobs, medical appointments, and other vital activities. We focus on this understanding, only selecting passenger-minded staff members who truly want to deliver our vision of communities without barriers. Process Paratransit Eligibility Applications and Perform Assessments As a result of our dedication to improving passenger independence and community access, as well as to expanding the use of public transit systems, MTM created a comprehensive functional assessment and travel training program called On the Move. On the Move employs the recognized standards of national organizations, including those set forth by the National Transit Institute (NTI), Easter Seals Project Action (ESPA), the Association of Travel Instruction (ATI), and the Community Transportation Association of America (CTAA) to determine best practices in our approach, tools, and methodology. Performing more than 40,000 in-person or paper-based eligibility assessments a year across the nation, MTM has the knowledge, experienced staff, and proven solutions to provide PTNE with a fair and accurate certification process that fits the needs of applicants. We fully understand that Americans with Disabilities Act (ADA) complementary paratransit should be a safety net, not a one-size-fits-all solution for transportation needs—an important factor that other bidders without sufficient experience might not understand. MTM will utilize our successful On the Move training model to create a customized program for PTNE. MTM’s accurate eligibility determination processes based on the Department of Justice (DOJ), Federal Transit Administration (FTA), and ADA guidelines and requirements, allows us to impartially and appropriately assign paratransit services to only those applicants who are truly qualified. We will promote validity and reliability via properly trained staff and quality assurance measures, as well as proven eligibility determination practices and procedures. Page 5 Conduct Travel Training Through our On the Move program, we provide travel-training services for many of our clients, training approximately 1,900 individuals each year. A successful travel training program requires a diverse set of training methods and tools that effectively reach the entire community while addressing the specific needs of each individual or group. Recognizing this, MTM will utilize our customizable travel training services to develop unique content and curricula specific to the needs of PTNE. MTM will use our successful On the Move one-on-one, group, and/or Train-the Trainer travel training programs as models for PTNE. These programs employ recognized standards and methodologies of expert organizations such as the NTI, ATI, and ESPA. MTM’s travel training services encompass a wide variety of training topics. Individuals undergoing travel training activities will receive adequate training on the topics and skills using various training strategies to increase their overall comfort, safety, and security when accessing public transit services. As a committed partner to PTNE, MTM will work tirelessly to provide a successful assessment and travel training program that will ensure safe and independent access for passengers using local public transit services and assessments that result in eligible passengers receiving the most appropriate needs-based transportation. c. Outline proposed approach to meeting each of the specific responsibilities outlined in the Scope of Work, to include the following, but not limited to: Operations Outline the methodology that Proposer will use to ensure quality control of the operation. This is to include performance requirements, adherence to rules and regulations, ADA requirements, and customer service. Quality Management and Performance Monitoring Excellent customer service in compliance with PTNE’s quality standards is the main goal of our call center operations and will be facilitated by internal call monitoring. By closely monitoring incoming calls, MTM can ensure that our employees provide the quality service that will ensure an outstanding passenger experience. Each month, MTM will monitor a statistically valid random sample of calls to obtain an accurate portrait of the service. PTNE representatives may also monitor MTM’s call center compliance with contract performance standards. MTM is prepared to provide all resources necessary to operate the call center. We will have sufficient staff and management in place to answer passenger calls, sell fares, process eligibility applications, and conduct eligibility assessments, Monday through Saturday, 6:00 a.m. to 6 p.m. at both the Radio Road Administration Center and the Transfer Facility at the Government Center, as well as Sunday from 8:00 a.m. to 5 p.m. at the Transfer Facility. In addition, staff will be available to schedule and assign trips to the selected operations contractor in accordance with policies and procedures. MTM understands that failure to operate the call center operations efficiently and/or in the passengers’ best interests may result in liquidated damages and/or the removal of personnel. Page 6 Call Monitoring As a company that intakes more than eight million calls each year, MTM has a unique perspective and ability to ensure our staff provide excellent customer service and meet all contractual requirements. In our nine existing call centers, we utilize the Interactive Intelligence system as our monitoring platform and will do so for this contract, should PTNE choose to use MTM’s phone system. Through this system, coaches, supervisors, our quality team, and PTNE itself can access live and recorded calls, capture accurate notes during monitoring, and archive each call and support information for later access. We encourage PTNE to take advantage of this easy-to-use system to audit our call intake process. When calling to request service, passengers are notified automatically by the ACD system that their call will be monitored. During call monitoring, we are able to listen to call intake as it occurs and document the adherence to protocols; timeliness of answering and completing calls; accuracy of information acquired and relayed; and the CSR’s soft skills, including:  Responding helpfully and politely  Demonstrating an understanding and accommodation of the passenger’s needs  Communication skills and comprehension levels of a diverse population  Sound methodology for ensuring passenger satisfaction and responsiveness  Treating each caller with dignity and respect  Greeting callers when answering, call presentation skills, call management, and closing  Properly dealing with callers MTM considers threatening or abusive Notations are made through our Interactive Intelligence system and are tied to the actual call recording for improved coaching and easy access. Based on call monitoring and review outcomes, each CSR receives a monthly quality rating. The quality rating indicates areas of excellence, satisfactory performance, and areas needing improvement. Call monitoring results and quality ratings will be stored in individual files for each CSR for our internal use during employee performance reviews and training development. Quality scores are also maintained in our Interactive Intelligence system, which allows us to view a quality dashboard on each CSR to view their performance over time, shown in Figure 1. Figure 1: Call Recording Capabilities. Interactive Intelligence allows annotations to be made directly to specific moments of recorded calls, and simplifies scoring features, search capabilities, reports, and the ability to share information. Page 7 Internal Quality Controls MTM strives to provide the highest level of service in our industry; regular audits, recorded calls, and surveys help us keep our fingers on the pulse of our business and ensure that we are proactive in our continuous improvement efforts. Working diligently to recruit and retain reliable employees, MTM provides an intensive training process and offers career paths and bonus programs to motivate and encourage retention. These committed team members help us achieve industry-leading customer satisfaction rates of 95%. Our services are URAC accredited, which further demonstrates our quality commitment. Our dedication to exemplary service has yielded gratifying results, including performance metrics in which we take great pride. As described throughout our proposal, MTM has many methods for ensuring our operations are of the highest quality. MTM collects data from our various operations departments and compares the data to established goals and thresholds. Then, our Quality Management Committee (QMC) receives and trends each threshold, or predetermined level of performance. Figure 2 lists the performance indicators MTM will meet or exceed according to PTNE’s requirements for the first contract year. Following the first year, MTM will provide standards by September 1 of each year. Based on the results of these indicators, we are able to develop Corrective Action Plans (CAPs) as necessary. These can be ongoing programs, or specific corrective actions for individual occurrences stemming from complaints or audits. All CAPs are developed by our QMC and tracked on a corporate basis. Topic Goal Customer Satisfaction Service rating of four or higher Average Speed to Answer 80% of calls answered in two minutes 100% of calls answered in three minutes Revenue Reconciliation 100% accuracy Efficient Scheduling 95% on-time performance; 20% of trips scheduled on non-County owned vehicles Application Processing 100% compliance with Federal standards Eligibility Assessments 100% completion each month Figure 2: Performance Indicators. MTM will meet or exceed PTNE’s performance goals. Customer Satisfaction Surveys To ensure customer satisfaction surveys remain completely bias-free, MTM utilizes an independent third party organization to survey a statistically valid, random number of passengers on a periodic basis; for PTNE’s program, we will ensure this is conducted at least twice a year. During the survey, a representative will ask the passenger a variety of questions regarding the reservation process, CSR courtesy, and assistance, such as those in Figure 3. Customer Satisfaction Survey Questions Was your call answered promptly? Did the person who answered your call treat you with dignity and respect? Was the person you talked to helpful? Page 8 Customer Satisfaction Survey Questions Did the person you talked to offer you help with more than just your ride? When you called, did you get the kind of service you wanted? Figure 3: Customer Satisfaction Survey. By asking passengers the above questions on a weekly basis, MTM can stay in tune with overall satisfaction. The representative conducting the survey will input all gathered data from the call into our database for reporting, trending, and tracking. The results are trended in MTM’s Quality Management Committee (QMC) meetings. In the rare circumstance that a survey shows an unsatisfactory result, the QMC will institute an appropriate resolution. In addition, we utiliz e satisfaction survey results to develop two Quality Improvement Programs (QIPs) each year, further improving service quality. Soliciting this feedback gives PTNE a positive image while proactively making program improvements. Prior to administering a survey, we will submit the format, sampling strategies, and questions to PTNE for approval, and will incorporate questions as directed. Provide proposed schedules for dispatching and/or supervision for the fixed route and paratransit services and discuss how these activities will be maintained during all service hours, as applicable to the individual scope. Proposed Schedule To ensure proper coverage of all dispatching and supervision operations for CAT fixed route and CAP paratransit services, MTM proposes the schedule for our proposed staff in Figure 4. This schedule ensures there is management coverage during all hours of CAT and CAP service, with one manager on duty at all times while vehicles are in service, Monday through Saturday. MTM will also identify primary and secondary supervisory personnel to assist with daily management during normal business hours, upon contract award. MTM understands that PTNE’s key personnel requirement does not relieve our responsibility for maintaining appropriate staffing levels of administration and support personnel, and that any gaps in personnel that affect the quality of service may result in liquidated damages. Proposed Staff Schedule SUN MON TUES WED THUR FRI SAT Manager On Call 8:00am- 5:00pm 8:00am- 5:00pm 8:00am- 5:00pm 8:00am- 5:00pm 8:00am- 5:00pm On Call Planner Off 9:00am- 6:00pm 9:00am- 6:00pm 9:00am- 6:00pm 9:00am- 6:00pm 9:00am- 6:00pm Off Mobility Coordinator Off 8:00am- 5:00pm 8:00am- 5:00pm 8:00am- 5:00pm 8:00am- 5:00pm 8:00am- 5:00pm Off ITS Coordinator On Call 7:00am- 4:00pm 7:00am- 4:00pm 7:00am- 4:00pm 7:00am- 4:00pm 7:00am- 4:00pm On Call Scheduler 3:00pm- 12:00am 3:00pm- 12:00am 3:00pm- 12:00am 3:00pm- 12:00am 3:00pm- 12:00am Off* Off* Dispatcher 1 Off 3:30am- 12:30pm 3:30am- 12:30pm 3:30am- 12:30pm 3:30am- 12:30pm 3:30am- 12:30pm Off Page 9 Proposed Staff Schedule SUN MON TUES WED THUR FRI SAT Dispatcher 2 Off 7:00am- 4:00pm 7:00am- 4:00pm 7:00am- 4:00pm 7:00am- 4:00pm 7:00am- 4:00pm Off Dispatcher 3 Off Off 12:00pm- 9:00pm 12:00pm- 9:00pm 12:00pm- 9:00pm 12:00pm- 9:00pm* 12:00pm- 9:00pm* Dispatcher 4 4:30am- 1:30pm 6:00am- 10:00am 6:00am- 10:00am 6:00am- 10:00am Off Off 3:30am- 12:30pm 12:00pm- 4:00pm 12:00pm- 4:00pm 12:00pm- 4:00pm Dispatcher 5 12:00pm- 9:00pm 12:00pm- 9:00pm Off Off 6:00am- 10:00am 6:00am- 10:00am 12:00pm- 9:00pm 12:00pm- 4:00pm 12:00pm- 4:00pm *Closing dispatcher will be trained to complete weekend schedule on Friday and Saturday nights Figure 4: Proposed Schedule. MTM will ensure sufficient staff coverage for all activities required for dispatching and supervision of CAT and CAP services. Submit report samples and forms addressing all aspects of the operations. Sample reports and forms for service can be found in Appendix C. Safety Provide description of Proposer’s System Safety Program Plan (SSPP), including accident prevention; road, equipment and facility monitoring; emergency preparation; and accident response, investigation, and reporting procedures. System Safety Program Plan PTNE needs to know that the call center contractor it chooses will have appropriate contingency plans in place to accommodate emergencies, incidents, and accidents as they occur. Such issues could include a vehicle breaking down in route to pick up a passenger, or a vehicle with a passenger on board being involved in an accident. MTM will work closely with the operations contractor to manage all vehicle and passenger emergencies and other interruptions in real-time with our established processes. In compliance with Chapter 14-90, Florida Administrative Code (FAC), MTM will develop, implement and maintain a PTNE- approved System Safety Program Plan (SSPP) and System Security Emergency Preparedness Plan (SSEPP) that comply with APTA (American Public Transit Association) guidelines. A copy of MTM’s SSPP used in Martin County, provided in Appendix G, will be modified upon contract award to meet PTNE’s requirements, and submitted to PTNE’s Transit Manager for review and approval prior to commencement of the contract. Emergency Preparation In our Business Continuity and Disaster Recovery Plan, MTM identifies our processes for minimizing disaster threats, continuing to accept calls and schedule transportation during emergencies. The plan includes an MTM contact list, back-up components, including facility back-up plan in case the PTNE facility becomes inaccessible during inclement weather and/or Page 10 any other occurrences, high availability details, and disaster recovery methods, and addresses topics like employee training, key business functions, plan testing, and communication. MTM’s plan focuses on likely scenarios and ensures that we can respond to each swiftly and efficiently. We can provide a draft Business Continuity and Disaster Recovery Plan upon request from PTNE. Upon contract award, this plan will be customized to meet the requirements and specifics of the CAT and CAP programs, including an emergency back-plan ensuring dispatch is operational and seamless in 30 minutes or less, and able to operate for up to 48 hours. A long- term back-up plan for a temporary call center for a period over 48 hours will also be detailed. A final version will be submitted for PTNE approval prior to the start of service. MTM understands that PTNE has established a Continuity of Operations Plan (COOP) and we will be asked to provide responsible key personnel at Collier County’s central control location in the event of a hurricane and/or storm emergency, and our safety sensitive and non-safety sensitive personnel may be asked to volunteer during a hurricane and/or storm emergency. Manager Penny Fennel has personally assisted with extreme weather response in Florida and other locations, and will be prepared to assist the County as necessary during such events. Indicate how Proposer will comply with all requirements relating to the Federal Drug and Alcohol Testing Program and Americans with Disabilities Act. Drug and Alcohol Policy MTM has a drug and alcohol policy in place that complies with and exceeds the final rules for drug and alcohol testing and training programs published by the Department of Transportation (DOT) on February 15, 1994, and all amendments (e.g., 49 CFR Part 40, 655; FTA Drug Free Workplace Act of 1998, etc.). See Appendix F for a copy of MTM’s Drug and Alcohol Policy. Employees hired as a part of this contract will complete mandatory substance abuse training as part of the initial orientation, and will be required to abide by all contents of the policy, including pre-employment, random, reasonable suspicion, and return-to-duty testing. The goal of our Drug and Alcohol Policy is to balance our respect for individuals and their right to privacy with the need to maintain a safe, productive workplace. The intent of our policy is to show that our company supports a drug-free environment. It is also the intent of our policy to send a clear message that drug and alcohol use in the workplace is incompatible with employment at our company. Each employee is required to certify that s/he has received a copy of the policy. Acknowledgement of receipt and review of the policy will be signed off and placed in the employee’s file. MTM’s Drug and Alcohol Policy includes zero tolerance for positive results; no one with a confirmed positive drug or alcohol test will perform any work under the contract. Customer Service Describe customer service program, including responding to customer inquiries and concerns, tracking and reporting concerns, and developing corrective actions based on feedback. Customer Service MTM is a company that cares deeply about the level of service we provide. We choose to be a cooperative partner to the entities we work with, a valuable vendor to our clients, and a provider of quality services to passengers. By choosing MTM as its call center contractor, PTNE will experience a positive difference in customer service with a company that is focused on Page 11 delivering the highest quality service possible. We understand that PTNE seeks the best service available for its passengers. Under MTM’s management, PTNE will not be subject to complaints and issues about the service provided by our staff. MTM will provide courteous, prompt attention to passengers’ needs through selective hiring, comprehensive training, performance monitoring, and periodic refresher training. MTM has a strong history of maintaining extremely low complaint rates and knows how to solicit appropriate feedback, track comments and complaints, determine underlying issues, and resolve problems. MTM is prepared to be a transparent partner and work cooperatively with PTNE to ensure all complaints are properly resolved and reviewed for complete customer satisfaction. Our staff will work to address real- time service issues for passengers whenever possible. Outline transit fare sales program, including sale of transit tickets and passes to the public and employers. Transit Fare Sales Program MTM will sell CAT and CAP fares to passengers as required by PTNE, including reloadable Smart Cards and paper transfer tickets. In accordance with PTNE’s processes, MTM will allow passengers to purchase fare passes with cash or check at the Intermodal Transfer Station, CAT Facility, and/or North Collier Government Center. We will also sell CAP fare passes at the CAP Customer Service Center and the Intermodal Transfer Station. Once construction is completed, we will allow passengers to purchase fare passes at the CAT Radio Road Administrative office. Drivers will also serve as a resource for passengers to purchase fare passes. MTM will work closely with the operations contractor to arrange for a specific number of passes to be distributed on a monthly basis for cash sales on vehicles. MTM will ensure the operations contractor provides the necessary training for the appropriate handling and sale of fare passes, including proper documentation of sales and cash collections. On a monthly basis, MTM distributes approximately $150,000 worth of bus passes and tokens across the nation using efficient processes that facilitate ease of use for passengers. In the District of Columbia, we load nearly $30,000 to SmarTrip fare cards each month, giving us the necessary experience and processes to handle PTNE’s fare sales. Delineate how customer service program will be monitored to ensure the delivery of a high quality service. As detailed in Plans and Programs, Operations, MTM will consistently monitor contract performance, quality, and customer service through call monitoring, customer satisfaction surveys, and regular analysis of performance metrics, which are all aspects of our comprehensive Quality Management Program. Monitoring of these activities and the data that arises from them, is the responsibility of our Quality Management Committee. Quality Management Committee (QMC) MTM’s QMC is central to our quality assurance efforts. The QMC is an officiating body comprised of department Directors, Managers, and Project Directors, as well as executive representatives from our operational departments that makes recommendations on our Quality Assurance Plan and provide guidance to MTM’s Quality Management activities. Page 12 The QMC meets quarterly to evaluate reports with the goal of operational excellence and quality assurance for all clients. The QMC serves as an advisory committee responsible for:  Recommending policy decisions  Analyzing and evaluating the results of quality management activities  Ensuring the integrity of MTM’s Quality Assurance Plan through planning, designing, implementing, reviewing, and approving corrective actions  Ensuring follow-up to quality improvement initiatives Manager Monitors Program Quality To ensure the highest quality services are always provided, Manager Penny Fennell will be key in identifying any areas of deficiency and possible improvement opportunities. To do so, she will thoroughly analyze monthly reports, satisfaction surveys, and other data to identify program needs and any efficiency that could possibly be implemented. From this review, we are often able to identify various valid improvements to our programs. By conducting activities, MTM’s QMC, alongside Manager Penny Fennell will ensure CAT and CAP passengers receive the highest quality service possible. Servicing and Cleaning Not applicable to this Scope of Service. Bus Stop/Transfer Center Maintenance/Cleaning Not Applicable to this Scope of Service. Bus Stop Sign and Shelter Repair Work Order Plan Not Applicable to this Scope of Service. Revenue Collection, Reconciliation and Deposit Outline of program for collection, counting, and reconciliation of passenger fares and ticket and pass revenues, including a specific identification of procedures to ensure the proper safeguarding and reporting of fares, as applicable to the individual scope. Fare Reconciliation MTM is prepared to provide all resources necessary to reconcile fare revenue collections and paratransit tickets, prepare deposit for pick up, reconcile all reports, review reports provided by the operations contractor for accuracy, and validate all reports. To ensure accuracy, revenue reconciliation will be completed with two employees present, in accordance with PTNE’s administrative operating standards. At MTM, we have designed our revenue collection and reconciliation procedures to ensure proper accountability, provide an audit trail, and minimize the potential for abuse; we are committed to safeguarding our client's financial resources. Our system is based upon the principles of limited access, specific individual accountability, and joint responsibility of monies prior to deposit. Fares will be reconciled against total revenues to ensure that no losses occur. Should reconciliation identify losses, we will act immediately to identify the source of the loss and apply appropriate measures to correct the situation. Page 13 MTM welcomes any PTNE representative to observe our revenue reconciliation operation to monitor compliance with the performance standards, and we understand that failure to operate the reconciliation operations safely and securely may result in liquidated damages and/or the removal of personnel. Records and Reports Define records and reporting program that encompasses all aspects of the operation and meets Collier County, State and Federal requirements. Reporting and Recordkeeping MTM will assemble program data into several accurate, complete reports and submit them to PTNE on a monthly, quarterly, and annual basis, and as otherwise requested. Our belief in the value of reports is demonstrated throughout this section, and was demonstrated to Collier County, when our Client Summary Report we created for our contract for the County’s Medicaid operations was used by the Transportation Advisory Board as a model across the state of Florida. MTM does not view reports as simple data; instead, we view them as a way to learn program strengths and plan for positive maintenance and program improvements. PTNE, passengers, and MTM alike will benefit from our extensive reporting capabilities. MTM provides our clients with a reporting package full of useful, detailed information on a monthly basis. Although many of these reports are similar from contract to contract, these packages are customized for each program based on specific needs. Based on the requirements of the Request for Proposals (RFP), MTM is proposing a PTNE-specific reporting package made up of the reports detailed in Figure 5. Please see Appendix C for a sample monthly reporting package featuring examples of reports we can create. Upon contract award, we will work with PTNE to develop specific formats for each report. Proposed Reporting Package Report Frequency Dispatch Log Daily Operating Report Daily Late Cancellations and No-Show Paratransit Trips Daily Paratransit Callback Sheets Daily Fleet Status Report Daily by 9 a.m. Total Number of Buses Daily by 9 a.m. Farebox Problems Daily by 9 a.m. Deviations by Bus and Run Daily by 9 a.m. Invoice and Backup Grant Material Monthly NTD Reporting Information Monthly Training Report Monthly Call Center Reports Monthly Employee Information Monthly Page 14 Proposed Reporting Package Report Frequency Drug and Alcohol Compliance Letter Monthly Summary Report for Drug and Alcohol Screenings Monthly Fixed Route Operations Monthly Paratransit Operations Monthly Mobility Management Reports Monthly Upcoming Federal, State, and Local Grant Opportunities Quarterly Active Employee List Quarterly NTD Report Annually Annual Operating Report Annually Annual Safety Certification Annually MIS Reporting Annually Annual Update of the SSPP Annually Annual Update of SSEPP Annually EEO Program Annually Figure 5: Proposed Reporting Package. MTM will provide PTNE with customized, comprehensive reporting. Ad Hoc Reporting In addition to those reports mentioned above, MTM will provide the following reports to the PTNE Transit Manager as necessary:  Accident  Incidents  Facility damages/lost/stolen  Equipment damages/lost/stolen  Early or late service  Service interruptions/delays  Missed trips  MDT, silent alarm, and/or radio downtime  Backup staffing plan  Employee new hire/changes Data Collection and Retention MTM will ensure all data is captured and stored for the term of the contract and throughout any transition period in a format acceptable to PTNE. As required by the RFP, we will allow PTNE to review and approve our data systems prior to the start of the contract. Transit Miner MTM proposes the use of Transit Miner software, which works in tandem with RouteMatch to provide recordkeeping, data reconciliation, tracking, auditing, reporting, and billing activities for paratransit services. Transit Miner will allow MTM to archive and maintain electronic records for all aspects of our services. This system is sufficient to document the management of the system to provide FTA required National Transit Database (NTD) information, including mileage and trip data. Data supplied by the system includes a variety of information displayed in a user- friendly dashboard format Page 15 Provide detailed description of how the federal National Transit Database program will be implemented. National Transit Database Program MTM has the necessary experience to ensure all National Transit Database (NTD) monthly and annual reporting, as well as required sampling, is conducted properly and as required. As a part of his/her duties, the Planner will manage NTD reporting activities, including preparing and analyzing monthly, quarterly, and annual performance data by mode for reporting to NTD, as well as providing assistance during internal and external audits by reviewing, compiling, and evaluating required information. As detailed in the previous section, MTM will submit the annual NTD Report to the PTNE Transit Manager by December 15 of each year, covering October through September of the prior year. Provide detailed description of how the Florida Commission for Transportation Disadvantage Annual Operating Report effort will be implemented. Florida Commission for Transportation Disadvantaged Annual Operating Report As previously stated, MTM has worked closely with the Florida Commission for Transportation Disadvantaged in our Florida-based operations, and have submitted the necessary information for its annual operating report (AOR) for the past eight years as the Martin County Community Transportation Coordinator (CTC). With this experience, PTNE is assured the MTM will track and submit the necessary financial, operating, and transportation data annually through the AOR database, as required. Personnel Provide proposed organization chart and staffing plan, indicating organization structure, number of management and staff employee positions, full-time or part-time status of each employee, and salary and benefit schedules for each employee classification. Proposed Staffing Plan To fully meet the needs of PTNE, its passengers, and the contract in its entirety, MTM will provide a sufficient local presence in Collier County, as demonstrated in Figure 6, backed by our solid foundation of corporate support. These employees will address the needs of each passengers, as well as other stakeholders, while assuring services are provided in the most economical manner possible. Our local staff will receive appropriate training, be fully qualified, and have adequate work experience and expertise. MTM is able to recruit excellent candidates due to our dedication to quality and commitment to engaging, training, and rewarding our staff. We assure PTNE that MTM will provide all levels of staff as needed to dispatch and coordinate passenger trips to ensure safe, reliable transportation, and excellent service as well as all services identified in the Scope. Appropriate management staffing levels for all administration and personnel will be maintained at all times throughout the contract. Title Name FTE Manager Penny Fennell 1 Dispatcher TBH 5 Customer Service Representative (CSR) TBH 6 Page 16 Title Name FTE Scheduler TBH 1 Mobility/Travel Training/Application Coordinator TBH 1 Planner TBH 1 ITS Coordinator TBH 1 Figure 6: MTM Proposed Staffing Plan. MTM will dedicate these full-time equivalent (FTE) staff to the CAT and CAP programs. Organizational Chart MTM’s team is comprised of transportation experts with varying backgrounds to inform our approach. Our reporting structure is streamlined to facilitate quick response to issues and open lines of communication. Figure 7 provides an organizational chart indicating how our local Collier team will fit into our overall corporate structure. Figure 7: Organizational Chart. PTNE will receive quality services during implementation and throughout the life of this contract with sufficient local staff guided by our corporate management staff. Salary and Benefit Schedules Our proposed salaries and wages for personnel employed under this contract are within our Cost Proposal in Financial Capacity and Cost of Service, as required by the RFP. Page 17 Benefits MTM offers excellent benefits; our benefits package features a multi-tiered program of health coverage options, enabling more employees to obtain appropriate coverage and flexibility in their choices. Please refer to Appendix D for a comparison of MTM’s benefit options. The Staffing Plan should describe the skills and experience required of each of the employees, and the overall training program that will be implemented to insure that all personnel meet satisfactory standards of knowledge. Required Skills and Experience A successful transportation program is founded on skilled, knowledgeable staff. Understanding this, MTM places a substantial time and effort into hiring the right team, and providing them with thorough training, as well as the necessary tools and resources they need to succeed in their roles. MTM will require employees to demonstrate the skills and experience outlined in Figure 8 in order to serve the CAT and CAP programs. Position Skills and Experience Manager  Expert knowledge of fixed route and paratransit operations  Expert knowledge of ADA and FTA regulations  Excellent leadership and communication skills  Excellent cost control, budgeting skills  Excellent organization, planning and analytic stills  Skilled in RouteMatch scheduling and dispatch software  Proficient in Microsoft Office  Bachelor’s degree or equivalent knowledge and experience in Business Administration, Logistics, or Transportation required  Minimum three years of recent (within the last five years) relevant, direct experience managing operations similar in scope, size, and complexity of the identified contract required  Labor relations experience preferred Dispatcher  Excellent organizational skills and attention to detail  Excellent communication, customer service, and phone skills  Skilled in RouteMatch and Microsoft Office  Familiarity with main roadways and major highways in the service area  Skilled in reading / understanding maps and using GPS and mapping programs  Demonstrated understanding and sensitivity of the needs of individuals with disabilities and older adults  Able to speak, read, and write the English language sufficiently to converse with the general public, drivers, passengers, understand maps, manifests, schedules  Two years’ experience as a dispatcher or in the dispatching / scheduling field  Map reading, two-way radio communication, and ITS experience Page 18 Position Skills and Experience Scheduler  Excellent organization and time management skills  Excellent communication, customer service, and phone skills  Skilled in RouteMatch software and Microsoft Office  Familiarity with main roadways and major highways in the service area  Skilled in reading / understanding maps and using GPS and mapping programs  Demonstrated understanding and sensitivity of the needs of individuals with disabilities and older adults  Ability to multi-task, completing work with attention to detail  Two years’ experience performing similar duties  Map reading, two-way radio communication, and ITS experience CSR  Proficient with RouteMatch and Microsoft Office software applications  Understanding of phone etiquette  At least two years of related customer service experience  Exemplary communication, customer service, and spelling  Ability to effectively deal with the general public including elderly and disabled individuals  Ability to manage workload including planning, organizing, prioritizing, meet deadlines, and follow through  Ability to read maps and schedules  Familiarity with the service area and street system  Bilingual skills preferred Mobility /Travel Training / Application Coordinator  NTI Course: Determining ADA Paratransit Eligibility required - can be completed after hire  Knowledge and experience with ADA  Patient care/interaction skills  Experience in giving and interpreting written test results  Excellent written and verbal communication skills  Ability to gather and interpret the assessment data to write a comprehensive report to support practice decisions  Ability to interact and communicate with individuals with special needs  Ability to work flexible hours  Ability to professionally handle confidential information  Background/degree in physical therapy, occupational therapy, paramedic / EMT, Registered Nurse, recreational therapist, athletic trainer, etc.  Two years’ experience in mobility management and/or travel training  Preferred bilingual – Spanish Planner  Bachelor’s degree in urban planning or closely related field  Two years of experience of transit planning experience  Excellent written and verbal communication Page 19 Position Skills and Experience  Strong customer service and decision making skills  Demonstrated technical and functional understanding of point of sales (POS) systems  Experience with mobile ticketing applications, fareboxes and fare collection systems  Ability to analyze, forecast, and reconcile fare revenues and ridership reporting  Exemplary ethical nature and history of compliance ITS Coordinator  Repair and troubleshooting experience with ITS applications  LED & LCD sign troubleshooting and software experience  One year of experience in ITS systems  Excellent communication, customer service, and decision making skills  Strong ability and desire to learn and grow professionally  Strong ability to pay attention to detail  Strong customer service aptitude and skills  Excellent oral and written communication skills Figure 8: Required Skills and Experience. Through effective hiring and training, MTM will ensure all employees have the necessary skills and experience to perform their duties. Customer Service Training Education and empowerment are critical to improving client and employee satisfaction. The goal of MTM’s training program is to engage employees early on, clearly set and communicate job responsibilities, encourage teamwork and a positive work environment, and ultimately increase customer satisfaction rates, productivity, and employee retention. During training, knowledge checkpoints are inserted throughout the course to ensure that the trainees are absorbing the material. Adjustments are made as necessary throughout the session to ensure that all course goals are achieved. Our training program instructs our staff to strike the appropriate balance between customer service and efficiency for pre-scheduling and ensure that day-of-service decisions are made with safety and efficient operations in mind. All staff will be fully trained to leverage all of the benefits our software programs offer; MTM’s management team has used RouteMatch in several large operations. We will work with PTNE to develop a CAT and CAP-specific curriculum to meet the requirements of the program, which will include the topics and courses in Figure 9. Training Topics Customer Relations Course Passenger Assistance Technique Adult and Juvenile CPR and First Aid Defensive Driver Training Emergency/Safety Procedures Policy Instruction Service Area Map Reading Address Locating Post-Accident Procedures Sensitivity Training Figure 9: Training Topics. MTM will provide training on these topics during implementation. Page 20 In addition to completing the required training above, CSRs, schedulers, and dispatchers will receive training on the topics included in Figure 10. Following this training, staff will spend approximately one week in hands-on activities. CSR, Scheduler, Dispatcher Training Curriculum Topic – Supervision Topic – Leadership Topic - Regulation  Responsibilities  Teamwork  EEO  Characteristics  Communication  ADA  Ethics  Decision Making  OSHA  Motivation Theory  Report Writing  Reasonable Suspicion Testing Topic - Safety Topic – Service Topic - Schedule  Collision Investigation  Customer Service  Service Standards  Responding to Incidents  Difficult Customers  On Time Performance  Evacuation Procedures  Documentation  Detours Figure 10: CSR, Scheduler, Dispatcher Training. Staff will be trained on these topics. If approved by PTNE, we would appreciate the opportunity to have each CSR, dispatcher, and scheduler participate in a half-day ride-a-long with a CAT and/or CAP driver. This activity will strengthen the partnership with the operations contractor, as well as ensure understanding of the correlation of the call center and transportation functions. Mobility/Travel Training/Paratransit Application Coordinator Training Members of our mobility management team undergo comprehensive training from NTI and participate in training conducted through ATI. Through such courses, employees receive practical training on topics such as eligibility considerations, ADA provisions, and travel training. We also provide additional training in the following areas:  Exceptional customer service  Culturally and Linguistically Appropriate Service Standards (CLAS)  Sensitivity training/disabilities awareness, including understanding of different disabilities and the characteristics associated with each  Agency policies and procedures  Successful communication practices and ways to negotiate communication barriers  Interviewing skills  General computer skills training  FACTS and Tinetti Gait and Balance Test training  Sensitivity to and confidentiality of Personal Health Information (PHI)  Using translation resources  Recognizing and responding to problems  Emergency response guidelines and procedures  Proper documentation techniques Page 21 To further ensure employee competence and success, MTM will encourage coordinators to participate in outside training such as ESPA’s free webinars on relevant topics as well as webinars and teleconferences from National Alliance on Mental Illness (NAMI) and other mental health organizations. In addition to these opportunities, MTM holds regularly scheduled staff meetings to provide support, encouragement, updates, and introduction of new tools. Management Training A highly competent supervisor is skilled at both staff management and business operations. Management staff is provided various training opportunities, which include:  A Supervisor Training Guide for new managers serves as a reference  Web-based online video training through MTM’s Knowledge College provides over 600 resources including leadership, management and supervision, coaching and counseling employees, team building, ethics, harassment, and various other topics  In-depth orientation and ongoing one-on-one coaching and mentoring  Minimum of two hours Reasonable Suspicion Training  Two hours of Sexual Harassment Prevention Training every two years Post-Training Evaluation Following training, each employee takes a computerized test to gauge his/her comprehension. We review the results for each individual to see if they are ready to move on, also looking at the cumulative results of the class to identify any areas of the curriculum that may be problematic. We evaluate the effectiveness of the trainer as well as the materials. If we notice that there is a certain topic on which all staff are struggling, we will take a look at how that information is being presented and adjust the training to ensure that the learning gap is corrected. Remedial and Refresher Training Because MTM shares PTNE’s goals of customer service excellence, we will ensure our employees serve CAT and CAP passengers’ best interests at all times. To promote exceptional service, we will monitor employees to make certain adequate remedial and refresher training is provided as necessary. A minimum of two hours of remedial training will be conducted for any employee that receives more than two verifiable service complaints regarding passenger relations and/or safety within a six-month period, or at PTNE’s request. Recertification Manager Penny Fennell will monitor employee files to ensure employees undergo a full recertification every year in following areas:  ADA  Conflict resolution/customer relations  Fare collection  Customer service/sensitivity  Emergency procedures  First Aid  Cardiopulmonary Resuscitation (CPR) (every two years)  Passenger assistance training (PAT) Page 22 The plan must also address strategies that will be adopted for recruitment and retention of employees to address the challenges associated with the low unemployment rate in the Naples area. Hiring In our efforts to best serve PTNE, MTM intends to hire as many of the current contractor’s administrative and call center employees as possible. By doing so, we will ensure the smoothest transition possible and focus on improving quality from day one. However, we understand the importance of recruiting capable staff without interfering with the current contractor’s operations. To make this process as seamless as possible, we will collaborate with the incumbent to determine an appropriate time for MTM to interview potential candidates. During the recruiting phase, we will deliver open job notices to current staff informing them of the positions we wish to fill and the time we have set aside for interviews. If employees are interested in potentially working for MTM, they may contact us to set up an interview time that does not interfere with their current work schedule. This will allow call center service to remain uninterrupted during the transition period. Recruitment While we intend to offer positions to the current contractor’s employees, our Human Resources department will recruit all additional employees required to execute the contract. Our recruiting, hiring, and training activities are governed by written policies and procedures that will meet the requirements of this contract. Immediately upon receiving notice to proceed from PTNE, we will post all job positions that need to be filled, along with their applicable descriptions, on various outlets including local and national recruiting websites; local job banks and fairs; and local community colleges and universities. Following screening and background checks, detailed below, final candidates will be passed to the appropriate hiring manager for in- person interviews. For those candidates who pass the initial interviews, references will be checked and the Human Resources team and hiring manager will discuss which candidates they wish to offer positions. Additionally, we will provide final candidates to PTNE for final approval. To promote a seamless transition, the current contractor’s employees will continue to work for the contractor until MTM’s go-live date. Screening and Background Checks After applications and resumes have been submitted, our Human Resources team, with PTNE, will screen all viable candidates to verify compliance with PTNE’s minimum requirements and submit documentation to PTNE for all positions. All applicants must possess a High School Diploma or General Equivalency Diploma (GED), as well as excellent written and verbal communication, customer service, and decision-making skills in order to be considered. MTM will conduct a thorough local, county, state, and federal background check on all applicants/employees prior to the employment offer and every 90 days after date of hire, including a comprehensive out of state review to ensure applicants do not have a criminal conviction that would threaten passenger safety or loss of CAT/CAP property. Page 23 If an applicant has a conviction record, MTM will take into considerations factors such as the date of the offense, seriousness, nature of the violation, and rehabilitation prior to making a decision in coordination with PTNE’s Transit Manager. Applicants with any felony criminal convictions, Driving While Intoxicated or Driving under the Influence (DWI/DUI) conviction within the past 10 years, and/or pervious termination by any previous employer for drug or alcohol use will not be considered for hire. Additionally, candidates will be required to pass a drug and alcohol and the Collier County administered background check to receive a Collier County identification badge. Any candidate or employee who may operate the provided County-owned vehicle or perform in a safety sensitive position will receive a driving history check of motor vehicle records (MVR). The applicant must not have more than one traffic citation for a moving violation in the past two years. MTM will update the MVR review every six months after hire. All safety sensitive applicants employees must also pass the mandatory DOT physical at the time of hire and subsequently, as required. CSR Screening Through our staff of CSRs, MTM will address the unique needs of each passenger while assuring services are provided in the most economical manner possible. Across our book of business consisting of nine call centers, MTM seeks to hire CSRs who reflect the local cultural and demographic characteristics of our clients’ passenger populations. This includes hiring CSRs who speak foreign languages that are prevalent in the communities we serve, such as Spanish and Creole in Collier County. Once qualified candidates are identified, we conduct a two-phase interviewing process consisting of an initial phone screening followed by a panel interview. Each candidate’s application is reviewed for reasons for leaving positions, tenure, type of work previously performed, and overall experience. Then, potential CSRs are put through customer service simulation testing, business and personal reference checks, and national and state criminal background checks. Each candidate will undergo an in-person interview and assessment, which among other factors, will evaluate their understanding of the English language and their ability to communicate effectively. In addition, each CSR will use a call simulation system in which they will be tested on their ability to handle a variety of calls with challenging circumstances such as callers who are lost or irate. They are timed and graded on their answers. This in-depth screening will assure PTNE that MTM’s employees will be well qualified and meet all requirements. If the applicant is successful in completing these screenings, employment will be offered. During implementation, CSRs will be appropriately trained on the specifics of this program, including cross training to handle written, verbal, and online inquiries. Please refer to Plans and Programs, Personnel for more information on our training philosophy and practices. Retaining Employees Hiring, retaining, and promoting top-tier employees is an important effort for MTM. Although the call center industry’s standard turnover rate is approximately 25%, MTM has been able to achieve a rate of 6% as a result of our excellent internal culture. Page 24 Our focus on the retention of long-term, successful employees stems from our mindset of setting up each employee for success. Our leadership team looks at our CSRs as another customer population—a population that must be nurtured through training, recognition, and engagement. We want to keep our staff satisfied in their work, but also want to hold CSRs accountable and offer them the opportunity to grow within the organization. Through mentorship opportunities, our ultimate goal is to develop top-tier staff for future leadership positions. This begins during our thorough new hire training and continues throughout their employment with MTM. We believe in the importance of constantly cultivating the skills of ou r talented staff, and host regular roundtable sessions, team meetings, and refresher training to keep CSRs engaged and aware of ongoing changes to protocols, process improvements, or as a supplement to performance discussions and coaching sessions. Additionally, CSRs are offered job shadowing opportunities in other departments, allowing them a different perspective on our operations and offering insight into future job prospects. Outside of training and development, MTM strives to retain qualified personnel through a culture of excellent employee relations. We take several steps to minimize turnover and encourage careers with our employees, including offering competitive wages for the locations in which we operate as based on the local cost of living. We also provide support to our employees through a comprehensive wellness program that promotes healthy living, stress management, and a proper work- life balance. Additionally, MTM offers a benefits package that features a multi-tiered program of health coverage options, as well as three weeks of paid time off every year. Staff interaction is a key focus in our call centers, with celebrations, fun activities, and rewards to celebrate holidays, new employees, and achievements. We also promote community engagement in the areas we serve, organizing volunteer activities like canned food drives, family adoptions, charity run/walk teams, and more to support the passengers we serve. To further enhance employee morale and overall culture, we maintain a positive open door environment, empowering our staff to communicate any issues or concerns they may have for positive resolution. To incentivize continual improvement in our staff’s performance, MTM leverages tiered pay- for-performance programs. Within these programs, employees are encouraged to perform above our basic standards with opportunities for valuable bonuses and advancement to the next tier. With hard work and reliability, our staff can earn raises of up to $1.50 an hour within a matter of months. Our incentive program also leverages non-monetary benefits for performance, like extra time off and small prizes for excellent work. In early 2015, MTM was designated a Gold Level recipient of the American Heart Association’s Fit- Friendly Worksite Recognition program. Page 25 However, working at MTM becomes more than just a paycheck for our staff; with our focus on a positive culture, our staff come to truly care about the services we provide. We want our employees to leave the office every day feeling like they have made a difference in our passengers’ lives. This mindset is engrained in everything we do, with CSRs always remembering the importance of sensitivity and respect to meet passengers’ needs and remove community barriers. Submit information describing your experiences with administering, implementing and operating coordinating transit services. Describe how coordination of transportation will be implemented to meet the needs of the intended users in the specified service area. Implementation With MTM’s detailed and proven Implementation Plan, PTNE will receive a successful transition to our services from the current contractor with minimal issues and no service disruptions. MTM understands the importance of a successful, smooth transition, and will work closely with the current contractor to achieve this. We are highly accomplished at performing implementations, with more than 20 years of experience implementing programs in transition periods ranging from 21 to 120 days. We currently operate nine call centers and the team responsible for the successful launch of these locations, including IT staff, trainers, call center managers, executives, etc., will be on the ground for implementation to ensure similar results. MTM’s proposed Implementation Plan for this contract, provided in Appendix B, lists the details, activities, milestones, responsible parties, and timetables necessary to implement this program. It is based on our understanding of the provided scope of services and key expectations; accurate planning of timelines and milestones; clear definition and understanding of deliverables and required resources; identification of and plans to address potential challenges; and how to overcome unforeseen challenges that inevitably arise. We designed our plan to accomplish a logical sequence and efficient use of resources in a timely manner. Our local management team, executive management team, and Quality Management department will monitor adherence to our Implementation Plan. With MTM’s extensive knowledge of both transit services and call center operations, PTNE can rest assured of our ability to create a smooth transition of CAT and CAP services for all stakeholders involved. In addition to a plan and team, effective implementation requires that the processes and systems required to provide the services be in place. As detailed throughout this response, MTM has the necessary components to effectively implement CAT and CAP administrative operations and will utilize them to provide a smooth transition that guarantees contract compliance, stakeholder inclusion, and PTNE satisfaction. MTM’s Martin County Team Page 26 Discuss, at a minimum, the following issues: 1. Describe the agency/firm's experience with coordination/provision of transportation systems including transportation disadvantaged persons. For 20 years, MTM has proven our dedication to meeting the needs of all of our passengers, most of whom fall into low-income, racially and culturally diverse, frail, elderly, and/or disabled populations. MTM has extensive experience meeting the varying needs of many populations, including serving:  Persons with Disabilities and Special Needs To ensure the needs of passengers with physical and developmental disabilities and behavioral challenges are met, we developed supplemental training programs for employees working directly with these individuals. For example, because our District of Columbia program has a high concentration of Intellectually and Developmentally Delayed (IDD) passengers, we developed a training program with sessions including general customer service skills, handling special-needs passengers to alleviate anxiety and concerns, and diffusing tense situations. The training also includes “what to do if” role-playing scenarios. In this way, we clearly communicate all expectations and requirements, and give employees new skills to relate with passengers and their families. This training provides tremendous results through improved customer satisfaction and reduced complaints. In addition, MTM has achieved a great level of understanding of disabled populations through our experience with travel training special needs populations in the District of Columbia. This experience teaching special-needs passengers to properly access public transit services has given our staff a unique perspective on serving similar populations. Unmatched by any other contractor, this experience will transfer over to our perspective in serving PTNE special needs and disabled populations.  The Aging Population and Senior Citizen Programs In addition to developing detailed procedures for working with disabled passengers, we also will develop specialized processes for providing service to the elderly and frail. With our experience providing transportation to elderly and frail populations over the past 20 years, PTNE is assured of our ability to do the same in Collier County. To engage these passengers successfully, we instruct employees on how to communicate effectively with the passenger, his/her family, and medical facility. Further, we offer passengers more travel flexibility with travel training services, which will allow us to encourage independence among the senior community. Should PTNE desire, MTM will outreach to medical facilities and community organizations, including Senior Citizen Programs, to determine how we can best meet their needs and provide instruction for utilizing the CAT and CAP programs.  Children Transportation industry trends depict a growing transportation subpopulation of children. MTM provides service to children in nearly every contract we operate, and we also have provided back-up transportation services to the District of Columbia Public School district since 2011. In 2014, across our entire book of business, we arranged and provided over 1.4 million trips to passengers under the age of 18; more than 60% of those trips were for children under the age of 12. Page 27 For our HHSC contract in Texas, we have separate, and more stringent, performance standards that we are held to when serving individuals under the age of 21 as a result of the Frew lawsuit that was filed against the State in 1993. Since we began serving HHSC in 2012, we have met all Frew standards including requirements for call center performance, reporting, and attendant services. 2. Describe the agency/firm's experience with developing a Transit Development Plan (TDP) and Transportation Disadvantaged Service Plan (TDSP). TDP and TDSP Experience MTM has experience developing Transit Development Plans (TDP) and Transportation Disadvantaged Service Plans (TDSP) in cooperation with our clients. For example, as the CTC in Martin County, Florida, MTM works with the County’s consultant, Metro Planning O rganization, to develop, implement, and update both a TDP and TDSP for the County’s transit operations. We provide data, analysis, and recommendations for new stops, routes, and other program improvements. Working with Metro Planning Organization and the County, we have successfully developed two TDSPs for our Martin County operations, one every five years. In addition to the initial development, MTM’s staff reviews the TDSP annually, or as changes occur, to recommend and/or update aspects such as service hours, providers, or vehicles. With this Florida-specific experience, MTM is well prepared to assist PTNE, Collier County, and any consultants used in the development of a TDP and TDSP. 3. Describe how the agency/firm has and will continue to satisfy provisions of Section 504 of the Rehabilitation Act, the Americans with Disabilities Act, and other applicable federal, state and local requirements regarding the provision of services to people with disabilities. ADA Understanding and Compliance With MTM, PTNE will receive the expertise of a company that has a thorough understanding of ADA regulations as they apply to CAT and CAP operations. Our ADA experience stems directly from our ADA paratransit contracts. MTM contracts with Livermore Amador Valley Transit Authority (LAVTA) in California to provide complementary ADA paratransit service through a customized brokerage model. MTM handles the reservations, scheduling, and route allocation to seven transportation providers, which operate 21 vehicles to provide approximately 200 trips per day. With reservations taken at MTM’s corporate call center, and local dispatchers working out of our Livermore office, we give our client the best of both worlds; the resources of a large call center alongside the knowledge and personalization of local staff. As a testament to our effective operations, MTM broke a record in January of this year with 99% on time performance and only two Unsubstantiated Complaints. We are working closely with LAVTA to ensure their transportation program is compliant with the new changes to Reasonable Accommodation that will come into effect July of this year. MTM also provides ADA paratransit brokerage service on behalf of New York City Transit (NYCT) Access-A-Ride (AAR). MTM’s broker fleet consists of a network of 20 New York City Taxi and Limousine Commission (TLC) certified transportation providers to perform trips in the five Page 28 boroughs of New York City. Trips are scheduled in advance by NYCT using ADEPT software and sent electronically to MTM the night before the trips are to be performed. MTM then distributes the trips to providers based on hourly vehicle capacity and service area. Additional trips, known as “insertions” are also scheduled on the day of service. Currently, MTM performs 1,350 trips and an additional 150 insertions on a daily (24/7) basis. As a testament to our understanding of ADA guidelines and our commitment to quality paratransit services, MTM was awarded a contract with the Washington Metropolitan Area Transit Authority (WMATA) to conduct quality assurance activities for its MetroAccess paratransit system. MetroAccess is one of the nation’s largest complementary ADA paratransit programs, serving more than 2.3 million passengers each year. For this program, MTM’s local staff ensures that each of WMATA’s contractors adhere to strict service standards including timeliness, customer service, and productivity goals. WMATA chose MTM due to our demonstrated ability to oversee and drive continuous improvement within paratransit operations. 4. Describe the agency/firm’s experience in coordinating multi-agency transportation needs, documentation of reduced per trip cost resulting from coordination, ability to apply for transportation grants and contracts and efficiently manage the contracts and accounting procedures to document individual trips and agency costs. This section should address experience and approach to “gate keeping” functions where trips are managed and assigned appropriately. Coordinating Multi-Agency Transportation Needs MTM is experienced in multi-agency transportation coordination, and has leveraged our expertise in several contracts to achieve program success. These processes are supported by expert staff and industry leading technology. Some of our major successes in multi-agency coordination include:  Albany County, New York: When MTM began operating the combined Department of Social Service (DSS) and DFA non-emergency medical transportation (NEMT) contract in 2006, eligible seniors were trying to access insufficient and inefficient transportation services. With seniors accounting for more than 18% of the population and growing, local senior centers faced understaffing and heavy workloads. With a thorough understanding and analysis of reports and data, MTM implemented senior transportation into the Medicaid transportation program. By integrating these two services, we ensured that the most cost-effective program existed in the County. We successfully coordinated DFA trips with Medicaid trips by studying routing patterns and combining multiple passengers into one trip. Additionally, to ensure the availability of adequate transportation providers, we contracted with additional senior centers, charities, and volunteer organizations, all of which provide low-cost services. These activities allowed the program to increase its service area at a discounted rate. When MTM left the County, over 50% of enrollees were utilizing public transportation. This was achieved while increasing the total number of trips and simultaneously decreasing expenses. Page 29  Orange County, New York: Prior to our management, the Orange County NEMT program was widely without public transportation options, yet had a high demand for services. Utilizing data mining technologies, we examined sedan/van level trips and identified several areas that could support a shuttle service. The data was presented to DSS, with the County ultimately adding a new shuttle service based on our research. With this route, sedan ridership decreased by over 25%. Additionally, the general public was also able to access the shuttle service. In total, the routes we established generated over $250,000 in savings for the County.  Martin County, Florida: In its efforts to increase community access for local elderly and generally transportation disadvantaged populations, Martin County contracted with MTM as its CTC. As the CTC, MTM addresses the community’s key transportation issues, studies and trends utilization data, and assisted in designing three new fixed public transit routes. Our trending also helped identify new bus stop locations and transfer points to other adjacent transit systems, which greatly expanded transportation options. We also coordinated the transition of senior nutrition riders from an unproductive, costly paratransit service to an efficient deviated fixed route system. By expanding existing routes and adding new routes, more citizens now use the public transit system. MTM has also applied for and received multiple grants on behalf of Martin County to augment transportation resources. Reducing Per Trip Costs with Coordination MTM’s goal is simple: deliver the most value to PTNE. Dedicated to serving PTNE and its passengers in a cost effective manner, MTM will constantly seek opportunities for coordination and cost savings. We already have experience doing this for Collier County. From July 2012 to November 2013, the Florida Commission for Transportation Disadvantaged contracted with MTM to provide Medicaid NEMT services for Collier County, Florida. During this time, MTM observed a high number of trips were going into Miami-Dade County, causing excessive costs for the program. In an effort to address the issue, MTM formed a committee to discuss the trips and ways to reduce trip costs. Through this, we were able to successfully determine multi- loading opportunities, establish relationships with facilities to move trips back into Collier County, and implement gas mileage reimbursement and bus pass programs for Medicaid members willing to drive themselves or use the public transit system. PTNE is assured that MTM will commit the same amount of careful monitoring and effort into identifying areas where coordination can reduce per trip costs. Another way MTM will realize cost savings for PTNE and the County is by transitioning passengers from paratransit to fixed route through functional assessments and travel training. Through On the Move, MTM will realize cost savings by providing fair and consistent eligibility certifications for CAP ADA paratransit services as we do for several of our current clients, where our assessments have produced significant, tangible results. For example, in our TriMet contract, we have achieved $903,760 annual cost savings since 2011 by successfully migrating approximately 13% of paratransit passengers from unconditional to conditional status during recertification with an appeal rate of 1%. Page 30 Exceptional results were also achieved for our Raleigh CAT client; we completed 939 assessments in 2014, with 17% of applicants found conditionally eligible or denied eligibility. In our District of Columbia Medicaid contract we found that 24% of the assessed program participants were able to use the fixed route service. Moving them from door-to-door service to fixed route resulted in a total savings of $261,204. In 2014, MTM was able to continue this trend, performing 328 in-person functional assessments which successfully downgraded 23% of those assessed resulting in $176,749 in savings. Further, 100% of travel trainees reported feeling more comfortable riding public transportation and would recommend the program to others. PTNE can look forward to a similar transition of applicants to fixed route under our operations, as we are able to share best practices from contract to contract for overall success. Applying for Transportation Grants CAT and CAP services are vital to numerous Collier County residents, who depend on these services to access their community and perform day-to-day activities. Understanding this, MTM recognizes the critical importance of adequate funding for transportation programs to sustain these programs. PTNE is assured that we will not only reduce costs by increasing efficiency, but also assist PTNE and the County in identifying, applying for, and obtaining grant funding. MTM has valuable experience in applying for and obtaining grants for our clients, including Martin County, Florida. Our staff has successfully received three New Freedom 5316-17 Grants for our Martin County operations, which allowed us to implement a Provide-A-Ride Volunteer program, Saturday fixed route services, and Wednesday transportation disadvantaged services. MTM was able to identify gaps in the County’s services, then find and apply for appropriate funding in order to fulfill the transportation needs for the community. Our highly capable staff will work closely with PTNE to do the same for CAT and CAP services by actively researching and applying for available grant opportunities to achieve PTNE’s transportation goals for Colli er County. Documenting Costs As detailed in Plans and Programs, Records and Reports, MTM will provide PTNE with thorough, accurate reporting and documentation of all aspects of operation, especially costs. MTM will submit properly documented invoices, with an accompanying explanation and justification of the funds requested, once a month. We will establish and maintain separate accounts and records for the PTNE contract, which will be available for PTNE’s review at all times. Performing Gate-Keeping Functions As part of our proven process, MTM assigns the lowest cost, most appropriate mode of transportation based on the passenger’s medical and cognitive abilities through a comprehensive in-person functional assessment, and travel training as deemed appropriate. These processes allow us to evaluate passenger capabilities to ensure that every passenger is placed on the least costly, most appropriate mode of transportation available to meet their needs. With our keen understanding of ADA regulations, PTNE is assured that we will ensure CAP services are used appropriately by those passengers who truly require such transport. Page 31 Application received Application reviewed for completeness In-person assessment scheduled Functional assessment conducted Determination and notification made Travel training as appropriate Passenger Assessment Program Within six months of contract award, MTM will develop and implement an in-person assessment program. As a transportation expert, MTM maintains process accuracy and consistency for eligibility assessments. Our healthcare and transportation knowledge helps us fully understand the needs and goals of eligibility assessments. We understand the complex issues that affect passengers with disabilities, and remain committed to providing quality services and personalized care for passengers who, without paratransit services, may not have basic access to their community and its resources. Using our extensive experience in creating and managing eligibility assessment and certification programs, MTM will work closely with PTNE to implement a program that yields all deliverables, as described below. Application Review Upon receiving an eligibility application, MTM will determine whether the applicant needs assistance to complete the application and will provide any necessary support. MTM will contact the applicant to obtain any missing information. Once an application is deemed complete, MTM will contact the individual to schedule the in-person assessment and arrange transportation to the assessment office if appropriate. In some cases, a field evaluation may be scheduled, enabling the assessor to determine factors and barriers that are specific to the individual’s specific origin and destination locations. Prior to the assessment, our assessor reviews the application, along with pertinent and attached medical records, doctor’s notes, and letters of support from rehabilitation counselors/disability specialists as provided, to become familiar with the applicant’s condition. MTM understands that PTNE’s assessment program currently uses an application. If PTNE desires, MTM can work with PTNE to modify the current application, or create a new application based on what we currently use in our contracts. In-Person Assessment Cognitive and physical assessments will allow MTM’s assessor to evaluate an applicant’s functional abilities as they were presented within his or her application for paratransit services as well as in the interview. Throughout both assessments, the assessor will fully complete all sections of the evaluation form, making detailed, legible notes to convey an accurate, consistent depiction of the applicant’s functional abilities. These functional assessments will be utilized as needed. Not every individual will need to go through both the cognitive and physical functional assessments. A sample of our current assessment form is provided in Appendix C. Page 32 Interview The first step in the in-person assessment process is an interview designed for the applicant to provide the assessor with details regarding his or her abilities and give the applicant the opportunity to address any questions or concerns about the assessment process. The assessor will also explain PTNE’s transportation options and the benefits of using fixed route public transit as opposed to paratransit services, answer questions to alleviate potential concerns, and discuss how the paratransit system works. To ensure the assessor fully understands the applicant’s limitations, s/he will acquire further information about the applicant’s disability, including specific type and category (cognitive, visual, physical, hearing, psychological, etc.), and identify his or her most limiting condition. During the interview, we also ask questions that elaborate on or act to clarify application answers. In addition, if appropriate, the assessor administers a Mini-Mental Status Examination (MMSE) to quickly determine the applicant’s initial orientation, attention, calculation, recall, language, and motor skills. If necessary, the applicant may bring a family member, friend, or care provider to the interview and assessment to provide supplemental information. Using the information obtained from the applicant and other individuals during the interview, the assessor determines if the applicant is eligible for paratransit, or if s/he needs to participate in the functional assessment process. We never require an applicant to complete the functional assessment if it would harm his/her health. Cognitive Functional Assessment To fully assess an applicant’s cognitive abilities, our assessors will administer a Functional Assessment of Cognitive Transit Skills (FACTS) assessment. Throughout our book of assessment business, this nationally recognized evaluation is used, ensuring our staff members are familiar and experienced with administering FACTS to measure the cognitive abilities of applicants. During this assessment, our assessor will appropriately evaluate the functional abilities of applicants to determine if they have the cognitive ability to use public transit services independently. As s/he administers the FACTS assessment, the assessor will make specific cognitive-related observations based upon the applicant’s conduct and responsiveness to the assessment. If for any reason the assessor finds that the applicant is not able to continue the assessment due to severe cognitive impairments, s/he will make note of this on the evaluation form and discontinue the assessment. Abilities tested during the FACTS assessment are included in Figure 11. Abilities Tested During FACTS Assessment Pay fare or make change Recognize bus route numbers Recognize landmarks Recall important phone numbers and other information Follow directions Stay focused on tasks at hand Demonstrate safety knowledge Remember walking route Wear appropriate clothes for the weather Display appropriate stranger awareness Ring bus bell at appropriate times Relay stop information to bus operator Figure 11: Cognitive Assessment Skills. MTM assesses the strengths and weaknesses of these applicant abilities during the cognitive assessment. Page 33 Physical Functional Assessment In addition to high quality cognitive functional assessments, our assessor will complete physical functional assessments of the same quality level. The first portion of the physical assessment will include the Tinetti Balance and Gait Tests to ensure the applicant has the basic skills needed to be mobile on their own. The tests involved with Tinetti Gait and Balance identify any marked gait or balance disorders that an applicant may possess. When conducting the physical functional assessment, our assessor will complete all activities outside in the actual public transit environment, weather permitting. We prefer this method because we have found environmental courses to be a more effective measurement of an applicant’s real -life capabilities. During the physical assessment, the assessor will note the strengths and weaknesses of the applicant’s ability to do the following as shown in Figure 12; these skills will be measured against those necessary to appropriately utilize public transit. Abilities Tested During Physical Assessments Pay fare Stand for a period of time Walk or wheel independently Maintain balance Move from sitting position to standing Maneuver mobility device Safely cross a controlled street of at least two lanes Walk at least ¼ mile to measure mobility endurance (brief rest is allowed) Traverse uneven terrains, sloping walks, inclines, and ramps right and left Ambulate up and down a six- to eight-inch high curb forward and sideways Recognize and respond to safety hazards appropriately Safely cross a non-controlled street of at least two lanes Successfully navigate a route Embark and disembark a bus Figure 12: Physical Assessment Skills. MTM assesses the strengths and weaknesses of these applicant abilities during the physical assessment. While the assessor evaluates the applicant’s strengths and weaknesses in using public transit resources, s/he will also document the applicant’s resting times, behaviors, and other physical capacities. At the end of the physical assessment, the assessor may ask the applicant follow-up questions to fully understand and explore his or her abilities. The answers to these questions will be documented on the evaluation form and include direct applicant quotes when available. Mobility Device Maneuvering An important aspect of the assessment process is the applicant’s ability to maneuver his/her wheelchair, scooter, walker, or other mobility device. Because an applicant cannot access public transit unless s/he can appropriately maneuver his/her mobility device, our assessor does not recommend public transit use for applicants who are not independent. Therefore, our assessor also conducts separate boarding procedure evaluations for applicants whose mobility devices have dimensions over 30 inches wide and 48 inches long. Additionally, the assessor determines if the applicant and device’s combined weight exceeds the wei ght limit of CAP’s lifts. If these criteria are exceeded, the assessor determines whether the applicant can access public transit without using the mobility device. Page 34 Bus Trip Another predictor for fixed route transportation success is actually riding the fixed route with the applicant. Before making a full recommendation as to the applicant’s ability to use or not use public transit services, the assessor may accompany the applicant on a trip on the CAT public transportation system. During the trip, which will take place on an in-service CAT vehicle and route, the assessor will monitor the applicant’s actions and reactions to certain situations, fully evaluating whether or not s/he can use the system independently. Determination MTM will assess ADA paratransit eligibility based upon the applicant’s most limiting physical or cognitive condition, the combined effects of multiple disabilities, and other limitations. Upon review, certification staff will determine the applicant to be unconditionally eligible, conditionally eligible, or ineligible. We will use the ADA-approved eligibility categories of Ineligible, Unconditionally Eligible, Conditionally Eligible, Temporarily Eligible, and Visitor to ensure proper use of the CAP system. Once the determination has been made following the criteria outlined above and in accordance with ADA requirements, MTM will notify applicants in writing of the decision within 21 calendar days following assessment completion, although this timeframe is typically much shorter. In our Raleigh and TriMet assessment contracts, we are currently averaging 12- and 13-day application turnarounds respectively. For applicants deemed conditionally eligible, the conditions during which they are eligible for paratransit are spelled out in detail. For applicants who were denied paratransit service, the notification includes the reason for denial and instructions for appealing the determination. All applicants also receive information about transportation options and travel training resources. Upon contract award, MTM will work closely with PTNE to determine the format and text for the determination letters. Once an applicant’s eligibility is determined, MTM staff will enter his/her relevant information into RouteMatch for CSRs to access during the reservations. Travel Training Program Within six months of contract award, MTM will develop and implement a travel training program for those paratransit passengers who would be able to use the fixed route system wit h some additional assistance and training. To ensure the needs of each passenger are appropriately addressed and met, MTM leverages our ability to assess passenger capabilities and develop customized, comprehensive travel training plans as a result. Because we understand that needs differ from passenger to passenger, we do not offer a one-size-fits-all approach to travel training; instead, we encourage the use of individualized training tailored to each passenger’s specific needs and skill levels. Therefore, we offer a variety of options that vary based upon the level and type of training each passenger requires. For example, some passengers may need one-on-one, individualized contact with their trainer for a long period of time, while others may simply need general route demonstrations. No matter which option is used, passengers will garner the knowledge and skills necessary to appropriately and independently access the CAT system through training on the topics shown in Figure 13. Page 35 The travel trainer will employ various strategies to encourage and develop the skills for each trainee depending on the depth of training they require and which learning techniques best fit his or her needs, such as verbal direction, role-playing, and matching. Skills in which Travel Trainees will Develop Proficiency Identifying vehicles Locating stops Planning routes by internet, phone and/or route maps Retaining and using information to navigate the bus system Paying their fare Making transfers Understanding timing issues Following verbal and map directions Accessing bus stop from trip origin Boarding vehicle Locating seat Requesting stop Departing vehicle Arriving at destination Returning to origin Dealing with strangers Dealing with unexpected situations Advocating for self Knowing rights and responsibilities Understanding vehicle accessibility features Figure 13: Travel Training Topics. Individuals will receive travel training on these topics through a variety of means. At the end of training, the travel trainer will ensure the passenger is fully prepared to travel independently prior to releasing him or her from training. Specifically, this will include fade out, during which the trainer will observe the passenger at a close distance during an actual trip. For example, instead of meeting the passenger at his or her home, the trainer will meet them at the bus stop. This allows the passenger to demonstrate that they have gained the knowledge and skills to conduct that step independently. By doing so, the trainer can support the passenger as needed without hovering, ensure their success, and be available to provide step-by-step instructions throughout the entire trip. One of the most important aspects of any travel training program is evaluating the effectiveness of instruction. Prior to releasing the passenger from training, the trainer determines if the passenger is actually ready for independent travel through demonstrations and shadowing. Specifically, during the passenger’s first independent trip, the trainer shadows him/her through the entire process while on board the same public transit vehicle. The trainer reports the results back to the passenger, and may conduct further shadowing efforts unbeknownst to the passenger throughout the first week of travel to ensure full success. If through these activities the trainer determines that the passenger is ready to travel independently, s/he will graduate from training. 5. Describe any experience in coordinating multi-agency resources, including coordinate with public transit systems, subcontract with private sector operators and work with governmental agencies to maximize use of agency resources and improve the transit system. Coordinating with Area Agencies In every contract we operate, MTM works with several resources, including public transit systems, subcontracted operators, and governmental agencies to improve transit operations. Page 36 Since MTM traditionally operates as a transportation broker, we continually establish and maintain successful working relationships with private and public transportation providers, agencies, medical facilities, and other organizations. MTM has always been a company that works from the ground up, building relationships with stakeholders and local resources to design a program that makes sense for the service area. When we enter a region, we first learn about the community and the current efforts being made to meet the needs stakeholders, including:  Transportation providers  Public transit systems  Medical facilities  Behavioral Health Centers  Long term care facilities  Advocacy groups and human service agencies  The community at large 6. Identify the method of coordination to be used in scheduling trips. Identify computer software used. Describe the procedure used from the time a call requesting a trip is received by the Coordinator through tabulation, to mailing a bill to the purchasing/funding agency. This shall include, but not be limited to, handling of calls, establishing driver routing sheets, recording actual trips provided by agency and preparation of an agency invoice, as applicable to the individual scope. Eligibility Determination When a passenger first calls to make a reservation for CAP services, MTM’s CSR will first determine his/her eligibility for paratransit services. Using RouteMatch, the CSR will verify the passenger’s eligibility, ensuring it is in accordance with the necessary timeframes and conditions. If the passenger is eligible for the trip, the CSR will then move on in the reservation process. If the passenger is not in the system, or marked ineligible, the CSR will educate the passenger on the paratransit application process, and guide them to the appropriate resources to begin the process, as detailed in Plans and Programs, Personnel, #4. Reservations Reservations for CAP services will be accepted from eligible passengers Monday through Saturday 6:00 a.m. to 6:00 p.m. and Sunday 8:00 a.m. to 5:00 p.m. Our CSRs will be available during these times to handle all calls from CAT and CAP passengers regarding trip reservations, inquiries, cancellations, subscription requests, special service needs, and calls regarding late service or locating a passenger. Customized scripts will be used to ensure efficient use of time during the passenger’s request, reducing call times and allowing increased productivity. Upon contract award, MTM will work with PTNE to create these scripts for CAT and CAP services. Managing Subscription Trips Subscription trips are the backbone or “skeleton” of paratransit service, making quality subscription schedules a major factor of overall system performance. Understanding this, MTM mines historical trip data to identify passengers whose travel patterns exhibit subscription qualities, especially during off peak periods, and encourage subscription requests. Subscription service automatically generates the trip request, which reduces incoming requests by phone and allows for heightened service to other callers. Page 37 We also use this data to analyze situations where passengers may be better served not having subscription service due to frequent changes or cancellations, or where subscription trips are actually best served by being scheduled ad hoc with daily trips to increase overall efficiency of the service. Subscriptions will be reviewed and optimized based on current and accurate daily driver and dispatcher feedback. Also, our local staff will have regular communication with agencies, dialysis units, adult day care, etc. to keep subscriptions up to date and better group passengers. MTM’s staff will produce productive, realistic schedules to accommodate passenger needs, vehicle availability, and efficiency. To encourage multi-loading and routing opportunities, our scheduler will develop run manifests based on pick-up and destination locations and times. By appropriately identifying such opportunities, we will increase service delivery efficiency, maximize productivity, and lower the overall per-trip cost. Scheduling The first step in scheduling is the development of a framework of runs designed around the demand for trips. MTM will first analyze a schedule of service parameters to be used as a basis for trip reservations, scheduling, and the development of driver shifts. A report on the bookings per hour provides the beginning information necessary to create this daily schedule. Building on this framework, MTM staff analyzes subscriptions on an ongoing basis to ensure capacity remains to accommodate single trip requests. MTM trains schedulers to review the schedules closely on a daily basis to ensure effective routing that maximizes productivity while meeting performance standards. The scheduling process is then reviewed at the corporate level and updated quarterly to ensure best practices from all locations are applied throughout our contracts. These quarterly reviews ensure that the system is operating as efficiently as possible, that no quality assurance procedure is being overlooked, and that the routes are optimized for service demand and weather at the beginning of each season. As changes become predictable, MTM will propose new routes and route schedules. Optimizing the Schedule As part of his/her daily duties, our scheduler will coordinate activities to prepare for the next day’s service schedule, or further in advance to maximize productivity. The scheduler will optimize trip distribution by examining each scheduled run for scheduled and actual productivity. To assist with productive scheduling, ADA trips will be negotiated within the two- hour window. The scheduler will ensure that each run:  Meets minimum service level requirements, ride time standards, and performance goals  Minimizes circuitous routing  Allows maximum multi-loading opportunities Based on their analysis, MTM’s schedulers may identify service delivery challenges and make changes to the schedule as necessary. Adjustments will be made to the template schedule to ensure all routes have an assigned driver and vehicle, no overlaps in driver or vehicle Page 38 assignments occur, and only vehicles available for service are assigned to routes. S/he will also take into account input provided by our drivers, as well as PTNE. By doing so, we can guarantee PTNE the most productive and efficient program possible. MTM’s staff will continually identify any areas of redundancy in all services and will work transparently with PTNE to eliminate inefficiencies in routing and scheduling. Facilitating Run Cuts In addition to developing the most effective routes possible, our schedulers will develop productive run cuts for the operations contractor. Through a coordinated and comprehensive analysis of passenger trip patterns and operations contractor data, our schedulers will determine efficient run structures. Based on multi-loading and routing possibilities identified by RouteMatch, the schedulers will block trips located within certain vicinities into effective run cuts. During this process, schedulers will also take into account input from PTNE and the operations contractor about potential run improvements. Meeting Scheduling Standards At all times, MTM will ensure PTNE’s scheduling standards are met, including  Trips scheduled in the most efficient manner, with cost effectiveness and customer service excellence taken into consideration  Schedules ensure productive use of revenue hours in accordance with on-time performance goals  Schedulers remain proficient in scheduling software so trips can be planned quickly and efficiently, optimizing routing to have the highest persons per hour  Safety is promoted and safety procedures are followed to reduce or eliminate accidents  A minimum of 20% of trips scheduled on non-County owned vehicles each month Software Technology is at the heart of MTM operations, enabling us to automate processes, ensure adherence to protocols, reduce user error, and instantly access information. We work hard to provide a balance between automation and the human touch that our CSRs provide. Reservation, Scheduling, and Dispatching Software: RouteMatch In order to provide the easiest transition and most continuity of service, MTM will continue to utilize the RouteMatch system to reserve, schedule, and dispatch CAT and CAP trips. We understand that PTNE wants its contractor to establish and maintain optimal productivity. MTM will leverage our knowledge of scheduling and routing, which is significantly augmented by our expertise using RouteMatch, to meet or exceed all performance standards. We have several experienced RouteMatch resources available to assist with training, monitoring, optimizing, and reporting/data mining. MTM’s management team has used RouteMatch in several large operations and is very familiar with this software Page 39 Using automated processes in RouteMatch, MTM’s schedulers will encourage multi-loading and routing opportunities and develop efficient run manifests based on pick-up and destination locations and times, as RouteMatch is able to plot locations and plan effective runs based upon the information input by our CSRs. By appropriately identifying such opportunities, we will increase service delivery efficiency, maximize productivity, and lower the overall per-trip cost. Our staff will be extremely proficient with RouteMatch’s various applications; throughout the life of this contract, additional training will be provided by our corporate IT staff quarterly or as needed to ensure our staff have the most up-to-date knowledge about the program. Optional Enhanced Telephone System: Interactive Intelligence Contact Center Solution Based on answers to questions, MTM understands PTNE will provide the current phone system to the selected contractor, which meets its current needs. However, should PTNE be interested, MTM has a state-of-the-art VoIP solution from Interactive Intelligence for our voice and communications applications that will provide enhanced reporting and monitoring capabilities, as well as redundancy in the event of a disaster. MTM would be happy to provide pricing for this solution, upon request from PTNE. MTM proposes a Cisco phone system driven by Interactive Intelligence in each of our nine call centers. This system is caller-friendly and provides on-hold messaging and/or music, which can be customized based on the PTNE’s preferences after award. With Interactive Intelligence’s unique interactive voice response (IVR) and routing configurations, callers can identify whether their call is urgent, relates to previously provided service, or involves an unresolved complaint. Urgent calls and complaints will be immediately routed to a live staff member. Interactive Intelligence offers customizable recording and reporting capabilities for call statistics such as average hold times, abandoned call rates, calls per hour, and average talk times, which will be beneficial in managing the overall quality of the operation. Additionally, Interactive Intelligence provides access to live and recorded calls, captures accurate notes during monitoring, and archives each call for later access, detailed in Plans and Programs, Operations. Utilizing Voiance Interpretive Services Although MTM will strive to hire CSRs bilingual in Spanish and Creole, as requested by PTNE, t o meet the needs of callers who speak languages not covered by staff, MTM will access Voiance interpretive services. MTM currently uses this service in a number of our contracts. Voiance uses certified interpreters to accommodate more than 200 languages, and will be a beneficial tool in meeting the needs of PTNE passengers. The CSR can initiate a three-way conversation with an interpreter without the caller needing to make an additional call. TDD/TTY Communication Calls for hearing and speech impaired callers will be processed through TTY (teletype) and TDD (Telecommunication Device for the Deaf) services via AT&T Communications Assistant. MTM trains staff on the proper use of TTY and TDD services, allowing us to serve passengers proficiently and efficiently. By using these services, we ensure PTNE that its passengers, regardless of their specific needs, never experience communication barriers with MTM. Page 40 Billing and Invoice Preparation As stated in Plans and Programs, Records and Reports, MTM will provide a monthly invoice in PTNE’s approved format. MTM’s staff will work in conjunction with the operations contractor to prepare the invoice, using Route Match software to validate trips; calculate on-time performance, productivity, no-shows, and cancellations; and reconcile total fares against passenger counts itemized by cash or fare media. The invoice is then generated and reviewed by the Manager who will send it to the agency. MTM has experience billing separate funding agencies by creating different billing rules for each one. Separate billing rules would be used for per trip billing and revenue hour billing. Before billing any purchasing agency, we use both standard and custom ad hoc reports to identify and correct time and mileage entries. Error correction is critical for accurate reporting of current and historical data. To ensure the data used to verify billing and invoices is accurate, MTM will work with the operations contractor to ensure drivers are properly trained in the use of the ITS software. We depend on drivers to collect accurate data, and training is key to avoiding common mistakes. 7. Describe the method the Coordinator will use to place trips with transportation operators, as applicable to the individual scope. Dispatching MTM’s dispatch operation, along with its related processes of scheduling and routing, is one of the most vital components in a successful transportation system. For this reason, MTM devotes a great deal of time to the training of dispatchers, as well as having a developed and proven method of dispatch throughout our other contracts. Dispatch is where the effort of the reservation process changes from abstract to the real world. It is up to dispatchers to manage, not just monitor, the on-time performance of routes to minimize the difference between scheduled productivity and realized productivity, as well as oversee the delivery of services to ensure prompt, safe, and efficient delivery of vehicle services. Dispatchers are expected to identify and correct possible service difficulties by proactively monitoring the performance information to gain the extra efficiency not already realized by RouteMatch. Identifying and resolving late deliveries and reroutes, responding to problem situations as they occur, and communicating with drivers in such a way that they can avoid delays in service is the dispatchers’ focus, while gaining efficiency due to cancellations and early or late service performance is handled by RouteMatch. MTM will bring the CAT and CAP programs a complete balance of cost efficiencies, productivity increases, and the ability to fully utilize technology. Additionally, MTM’s dispatchers will handle the following activities:  Identify, document, and report driver misconduct to operations contractor and PTNE Transit Manager  Identify and document alternate vehicle resources as required to re-assign, prevent, and/or recover from service interruptions that can cause complaints, physical distress, and/or financial loss to Collier County for unproductive use of revenue hours Page 41  Effectively communicate and coordinate with drivers, supervisors, maintenance personnel, PTNE Transit Manager, etc.  Identify, document, and report vehicle breakdowns, road calls and accidents to appropriate Collier County staff, operations contractor, and emergency agencies  Manage crises, document problems, and initiate corrective action in a timely manner  Monitor and assist drivers and maintenance personnel with street issues to avoid delays  Receive and document driver input regarding passenger comments/changes  Handle “Where’s my Ride?” inquiries from passengers Detailed manifests for the operations contractor will be compiled through RouteMatch. Because the operations contractor will have access to PTNE’s RouteMatch system, these automatically generated manifests will be delivered in a consolidated electronic format. This will allow the contractor to assign available drivers and vehicles to each run based on availability and capacity. Ensuring Effective Communication with Drivers Perhaps one of the most important roles of our dispatchers will be ensuring effective coordination, communication, and interfacing between dispatch and drivers. Maintaining constant contact in regards to schedules and on-time performance will be essential. Drivers are the first line out in the field, and their feedback about conditions such as road closures is essential to avoiding delays and issues. By establishing and maintaining this collaboration, we can ensure efficient service, trip timeliness, and improved productivity. Our dispatchers will communicate on a real-time basis with the drivers using the radio system and County-provided MDTs. 8. Describe or attach your agency/firm’s procedure for complaint resolution and appeal of decisions. Resolving Complaints We understand that we will be responsible for handling all complaints, and we assure PTNE that we will respond to all passenger issues and concerns with prompt and fair consideration. Ensuring passengers receive the highest quality service will be one of MTM’s foremost goals in administering this contract. MTM’s 2014 complaint rate was a mere 0.27%, well below the industry-accepted goal of 1%. This is of critical importance to PTNE as the CAT and CAP programs are a direct reflection on the agency; MTM will ensure that the program has only positive associations for the County. We take every complaint seriously, even those found to be unsubstantiated, because we want every passenger’s perception of our service to be positive. MTM takes responsibility for ensuring the satisfaction of passengers in every situation, which can be as simple as helping them understand how to better use the system, or describing policies or procedures so they can use the service more successfully. MTM’s experience increasing responsiveness and providing award-winning customer service led to the following complaint response and resolution process, which we will implement upon approval from PTNE. Page 42 Initial Investigation: Manager Penny Fennell will investigate the complaint by reviewing pertinent manifest data and interviewing staff as deemed appropriate. Information gathered relative to the complaint will be recorded in the customer service log and the root cause(s) of the complaint will be determined. Complainant Meeting: If necessary, or requested, Penny will contact the complainant to review all pertinent information. Results of the conversation will be documented and a resolution may be agreed upon at this time. Additional Investigation: Based on the complainant interview or facts that emerge from witness accounts, Penny may initiate additional fact-finding in order to resolve the complaint. If required, Penny will call the passenger during the investigative stage to receive additional information. Resolution may also occur at this time. Exploration of Remedy: If a passenger complaint is the result of a preventable action on the part of an employee, Penny will initiate re-training and disciplinary action may take place. The complainant will be made aware of any remedy or remedies put into effect. Discussion in Weekly Staff Meeting: Penny will review the proposed resolution with all appropriate County and MTM staff to ensure compliance with all service policies and procedures. Resolution: Resolution will occur when Penny has determined and understands the cause of the problem, when the appropriate department has taken action to ensure that measures are in place to prevent the problem from recurring, and when the passenger is satisfied with the complaint resolution. 9. Describe the procedure used to monitor operators to meet requirements of Chapter 14-90, Florida Administrative Code. Although MTM, if selected as the call center contractor, will not be responsible for directly monitoring operator compliance with the requirements of Chapter 14-90 of the FAC, PTNE is assured that we understand and will comply with all FAC standards throughout the life of the contract. MTM is familiar with the FAC through our Florida-based operations. We will ensure our compliance with the code by having a sufficient SSPP in place at all times, as detailed in Plans and Programs, Safety. Financial Capacity & Cost of Service Experience & Capacity of Firm Page 49 Tab IV, Experience and Capacity of Firm Key Personnel Proposed General Manager - Provide a resume for the General Manager your firm is proposing. Include education, experience (including location) and accomplishments. Manager, Penny Fennell MTM is pleased to propose Penny Fennell as Manager of the scheduling, dispatching, call center, ITS, and administration services portion of the CAT and CAP programs. As MTM’s current Operations Trainer, Penny Fennell is an expert at using the RouteMatch and other transit software to maximize scheduling efficiency. Penny has 30 years of industry experience in roles with increasing responsibility, including general manager, community transit manager, quality control supervisor, contract compliance manager, and director of service operations. She also has Florida-specific experience, serving as General Manager for MV Transportation, Inc.’s CTC contract in Orlando, Jacksonville, and Gainesville. Penny’s broad range of skills includes operational management, software use, contract negotiations, regulatory compliance, data and trend analysis, cost reduction, eligibility determination, reservations, scheduling, customer service, and billing. Her resume is attached in Appendix A. As Manager, Penny will oversee all day-to-day activities related to call center and administrative functions, including:  Assisting with required planning documents, including preparation of the reporting documents, evaluation of data and statistics supporting accomplishment, and design of future provisions of service and policies to assure compliance  Ensuring passengers receive timely and excellent customer service  Overseeing staff hiring and training  Participating in various advisory committees  Promoting safety awareness and following safety procedures in an effort to reduce or eliminate accidents  Providing and sharing knowledge and expertise throughout the transit industry to improve services and enhance CAT/CAP’s standing within the transit industry  Evaluation of ITS and design modifications or enhancements  Ensuring fare collections are reconciled daily  Overseeing the paratransit assessment and application process  Overseeing the mobility management services Penny will have a reporting relationship to the PTNE Director and/or any other personnel assigned by PTNE to ensure continuity of service performance. Although we do not foresee any turnover issues with our proposed Manager, MTM will notify PTNE of any intent to change the manager assigned to this contract for advanced, written approval from the PTNE Transit Manager. We will arrange an opportunity for PTNE to review applicant’s credentials and conduct interviews as needed. Page 50 Management Support Team – Describe how your firm will support the General Manager’s efforts. Discuss the resources and services, which your firm will provide at no extra charge as part of the Contract. In addition to Manager Penny Fennell, MTM will provide a sufficient management support team, with experience in transit administration and call center management, to oversee the service provided for the CAT and CAP programs. This team will be familiar with ADA guidelines as they relate to transit operations and represent CAT and CAP in a professional, passenger- friendly manner to passengers, community leaders, and the general public. Upon approval from PTNE, MTM will provide PTNE with cell phone numbers and email addresses of all key personnel to ensure communication 24 hours a day, seven days a week, 365 days per year. MTM’s key personnel will support the manager and PTNE by attending various management and/or Board, committee meetings; scheduling and participating in all CAT/CAP community outreach events; participating in all Public Transit Ad-Hoc Advisory Committee meetings; and preparing presentations upon request. Key Corporate Personnel Our executives are dedicated to the success of each contract we hold, beginning during implementation and continuing throughout the life of the program. These individuals lend valuable time to our local operations teams with complete dedication and commitment to each project. The members of our leadership team are familiar with all operational aspects required for program success and come to MTM with varying backgrounds to fully inform our approach. Their backgrounds are relevant to this contract, and include:  Transportation logistics and operations  Mobility Management  Financial management  Quality management PTNE will benefit from the overall experience of each of these corporate staff members through our hands-on approach. This team has ensured the successful operation of numerous programs throughout the country, and they are excited at the prospect of serving PTNE and its passengers. The following paragraphs detail the names, experience, and roles of each member of our executive team who are involved in daily operations. Their resumes are also included in Appendix A. Florida Program Director, Lisa Sanders Lisa Sanders leads MTM’s Florida team in Martin County. She has been involved with transportation in Florida for more than 16 years, specializing in transportation planning, project management, and grant administration. Prior to joining MTM, Lisa served as Transit Planner for Martin County and Transportation Program Manager for FDOT. Lisa understands the challenges with transportation and works diligently throughout the community to educate and improve transportation services to members and facilities. Page 51 Lisa currently serves on St. Lucie County’s Local Coordinating Board for the Transportation Disadvantaged, serves as the Southeast Representative for the Florida Association of Coordinated Transportation Systems (FACTS), and is chairperson of the five county TD Steering Committee. Lisa also administers Provide A Ride, MTM’s volunteer driver program that p rovides free service to Martin County’s TD community. Director of Customer Service Center, Stephanie Boschenreither Stephanie has managed MTM’s corporate call center since 2009, ensuring we continually provide quality customer service compliance with client requirements. Prior to joining MTM, she performed similar functions for a large telecommunications company. Since coming to MTM, she has helped us enhance our customer service experience by introducing several call center improvements, including a CSR incentive program, tiered employment level options, and an initial training and retraining program. She was also instrumental in the implementation of our programs in Houston, Texas; Madison, Wisconsin; Charleston, West Virginia; and Jackson, Mississippi overseeing all activities and ongoing success. Director of ADA Paratransit Assessments, Chris Hunter Chris oversees MTM’s ADA Paratransit Assessment activities across the nation. He ensures that the programs run smoothly and provides a seamless transition between contracted services. Concurrently, he performs as the Program Director for our TriMet program in Oregon. In previous roles at MTM, he served as the Program Director for our Raleigh ADA eligibility assessment operations, and helped tailor the TriMet program to exceed contractual expectations. Chris holds a Bachelor’s Degree in Therapeutic Recreation, is a Certified Therapeutic Recreation Specialist, and has a robust background in travel training and assessments. Chris’ expertise goes beyond ADA assessments. Since 2002, he has been involved with ESPA and served as a National Trainer for the Introduction to Travel Training course. In this position, he gave train the travel instructor presentations at multiple national conferences annually. He was also a Lead Travel Trainer for Ride Connection, Inc., providing one-on-one field training to individuals referred to travel training. With this experience, Chris is able to provide an expert level of knowledge to MTM. Director of Travel Training Robyn Bernardy As our Director of Travel Training, Robyn oversees our nationwide travel training operations. In particular, she provides direct oversight for our On the Move assessment and travel training activities in our District of Columbia, Minnesota, Houston, Wisconsin, WMATA, KCATA, Colorado Springs, Mountain Transit, and Jacksonville contracts. Robyn was responsible for the implementation of each of these programs and is responsible for ensuring ADA compliance in each operation. Page 52 For these clients, Robyn ensures success and independence for travel trainees. Her master’s degree in social work helped tailor her expertise in working with older adults and individuals with disabilities. For the past nine years, Robyn has worked in a variety of settings, all focused on increasing the independence of individuals with disabilities. As a travel trainer for the ENDependence Center of Northern Virginia, she assisted in developing a specialized travel training program, conducting hundreds of screenings, assessments, and individualized training plans. In addition, her role with ESPA allowed Robyn to train disability advocates and public transit providers on how to work toward accessible transportation solutions, including developing travel training resources. Vice President of Paratransit Operations Pat McNiff With MTM, Patrick has assisted transportation providers in our network to increase efficiency in their operations, as well as to identify ways for MTM to further coordinate with public transit options. Patrick plays an integral role in a number of MTM operations, including our Hamilton County, Ohio contract. Additionally he oversees our assessment and travel training contracts. In past roles, he was responsible for managing all of Laidlaw Transit’s operations through their Safe -Ride division. This division had operations throughout seven states in 14 locations. He has served in leadership positions in the transit, and paratransit industries for over 20 years as General Manager for Laidlaw Transit Services and Regional Vice President with First Transit. Pat adds a vital component to our leadership team based on his extensive paratransit experience. He is instrumental in developing partnerships with local public transit systems to build transportation provider network capacity to respond to the needs of Medicaid participants. He consistently enables MTM to coordinate with paratransit and fixed route providers, and works to develop high quality networks of transportation providers. In Idaho, he will continue to establish working relationships with local resources, including federally recognized Tribes and county programs as appropriate, to build a high quality network of local transportation providers. Vice President of RSD Technologies, Heather Pekar As Vice President of Routing, Scheduling, and Dispatching (RSD) Technologies, Heather is responsible for the implementation, development, and oversight of our RSD software solutions. She works closely with clients to identify transit technology trends and create strategic plans for RSD enhancements. Heather has ten years of experience in transit technology, and holds a Bachelor of Science Degree in Computer Science from Texas A&M University. Heather will be on site during implementation to assist with training, and will regularly communicate with the ITS Coordinator regarding ITS services. Page 53 Vice President of Business Development, W.C. Pihl W.C. Pihl is a seasoned transportation professional with 20 years of experience in transit management and business development roles. Named to Mass Transit Magazine’s Top 40 Under 40 in Transportation list in 2011, W.C. has been an active presence in the transportation industry for several years with MV Transportation and Laidlaw. Holding positions from General Manager, to Corporate Director of Safety and Training, to Executive Vice President of Business Development, W.C. has vast knowledge and exceptional understanding of transportation operations and client support at all levels. He serves as an advocate for client satisfaction, assists with contract and labor negotiations, and provides operations experience to ensure the success of every program from implementation onward. Alaina Maciá, President and CEO During Alaina’s time with MTM, she has overseen the implementation of numerous large government contracts, including programs in Wisconsin, Missouri, Kansas, Minnesota, New York, South Carolina, Texas, Mississippi, West Virginia, and the District of Columbia. For these clients, she has pushed MTM to continually improve and generate significant savings, generally between 10 to 25% over previous costs. Alaina has overseen MTM’s growth from a $30 million company to an organization generating nearly $400 million in revenue annually. Additionally, she has guided MTM’s expansion from Medicaid transportation to the fixed route, ADA paratransit, and ambulance claims adjudication markets. As a testament to her effective leadership, she has been the recipient of many honors, including being named one of 2012’s Most Influential Businesswomen by the St. Louis Business Journal as well as being named in the publication’s 30 Under 30 class in 2004 and 40 Under 40 class in 2011. Most recently, she was named to Mass Transit’s 40 Under 40 List and received the Entrepreneur of the Year award in the Midwest Region’s Healthcare Services category by Ernst & Young. Alaina is responsible for overseeing all operations within MTM including the contracts with which MTM is involved. She is the executive liaison for all contractual and operational matters and ensures all contract deliverables are met within the required timeframes. She is the individual designated within MTM who is officially authorized to negotiate for and contractually bind the company in pursuit of this contract. Alaina provides executive management of operations, technology, finance, accounting, legal, and marketing activities, delegating responsibilities downward through the executive team, department directors, and managers. She will be intimately involved in ensuring this contract’s success. Page 54 Experience Provide the following information a. Number of years that Proposer has been in the public transportation business. MTM has 20 years of experience in the public transportation business, offering PTNE a proven approach to program management with our passenger- and quality-focused operational strategies and our belief in empowering our employees to drive positive change and challenge traditional thinking. Although MTM is one of the largest and most experienced transportation management firms in the nation, we remain a family-owned and operated organization with no intent to sell or go public. Under the direction of President and CEO Alaina Maciá, MTM has grown to operate 150 contracts, depicted in Figure 16, continually developing best practices and driving the industry to higher standards of care. For all programs under our management, we manage transportation for more than ten million trips to eight million passengers annually while fielding more than eight million calls through nine call centers. While we may not be the biggest transportation management firm, we know we are the best. We can state this confidently based on feedback from our clients, a few of whom have returned to us after a brief separation due to the higher quality services that we provide as compared to our competitors. Additional positive feedback comes from clients whose programs involve working concurrently with multiple vendors. Figure 16: U.S. Map. This map shows MTM’s locations throughout the United States, denoting corporate headquarters, call centers, and satellite offices. Page 55 b. Number of years of experience Proposer has had in public transportation services similar to (or larger than) those required in the RFP, as a Contractor and also as a subcontractor. MTM Knows Florida MTM provides service throughout the state of Florida for WellCare, the Florida Agency for Health Care Administration (ACHA) and as the CTC for Martin County. MTM currently manages NEMT for nearly 900,000 Medicaid, Medicare, and transportation disadvantaged members residing in Florida. In Martin County, MTM has coordinated transportation for the Transportation Disadvantaged and Medicaid populations for more than seven years. We have also served Collier and Volusia Counties in a similar capacity. Under the existing Martin County contract, MTM has designed routes, applied for grants to expand service, and coordinated and provided training to local agencies, medical facilities, and members. MTM has a local office in Stuart, Florida, staffed with a team of transportation professionals that have established relationships with medical facilities, non-profit organizations, the Florida Department of Transportation, and other stakeholders. Program Director Lisa Sanders leads our Florida team. Lisa has been involved with transportation in Florida for more than 17 years and has a deep understanding of the transportation challenges that WellCare and ACHA face as the median age of members continues to increase. We also manage fixed route, ADA paratransit, grant-funded transportation projects, and more. For our WellCare contract, we administer functional assessments and travel training services in the major cities across the state of Florida. MTM also provides travel training for the Jacksonville Transportation Authority. For that program, we have one full-time travel trainer and one part-time travel trainer. Our full time travel trainer conducts outreach, one-on-one training and group travel training throughout the Jacksonville region. We work on Jacksonville Transportation Authority buses, social service vans, and other local public transit agencies to train individuals and groups on the mode of transportation that is appropriate and available for them. Our part-time travel trainer also conducts travel training and provides marketing and outreach services to educate the community about accessible public transportation options and the travel training program. We started this program in October 2014, and to date, we have had 45 individuals successfully complete one-on-one travel training and 500 individuals complete group travel training. Through our service to cities, counties, and managed care members throughout the state of Florida, we have developed a deep understanding of the population, political landscape, geographical diversity, and transportation resource capabilities of the state. This experience has allowed us to develop innovative processes to address Florida-specific challenges. Further, our experience has allowed us to:  Thoroughly understand all monthly and annual reporting requirements set forth by AHCA  Establish relationships with the Florida Commission for the Transportation Disadvantaged (CTD), as well as transportation providers, dialysis facilities, nursing homes, and assisted living facilities throughout the state Page 56  Transport Medicare members and manage NEMT for the Medicaid Reform Pilot Program  Employ staff trained to work with non‐English speaking populations As a demonstration of our ability to apply creative solutions and achieve exemplary service in Florida, MTM was awarded the 2010 Innovation of the Year Award by the Commission for the Transportation Disadvantaged. The award recognized the innovative, creative, and effective approaches we delivered to meet the unique needs of the elderly, disabled, and underserved populations. We will bring similar innovative approaches to PTNE, allowing us to increase access to paratransit and fixed-route services throughout Collier County. c. List projects that Proposer currently has underway. Include the following information for each project 1. Name and telephone number of client contact 2. Contract price 3. Description of transportation services provided, including size of service 4. Length of Contract 5. Performing service as a prime or sub-contractor In accordance with PTNE’s answers to questions, MTM has provided a full listing of our current projects, with the requested information, in Appendix I. d. List other projects that Proposer has completed during the last five (5) years that demonstrate qualifications to perform the work of this RFP. For joint venture or partnership work, name the other individuals or companies and indicate who was the sponsoring individual or company. Include information on the project including: client, name and telephone number of contact, description on transportation services provided, length of Contract and reason for termination (if applicable) In accordance with PTNE’s answers to questions, MTM has provided a li sting of projects we have completed within the last five years, with the requested information, in Appendix I. e. Provide a list of clients for the past 5 years to the present that your firm no longer serves. Include a contact person and telephone number for each former client. In accordance with PTNE’s answers to questions, MTM has provided a list of clients for the past five years that our company no longer services, with the requested information, in Appendix I. f. State whether or not any arbitration or litigation has occurred or is pending or threatened by or against Proposer or any officer or partner of Proposer relating to performance under a Contract by Proposer or Proposer’s predecessors. Give details. As is typical for any large transportation management firm with numerous ongoing contracts, MTM occasionally has accident damage and workers compensation claims in process. We work diligently to resolve all legal matters quickly and in a fair manner, and all of these matters are of a size or scope that would not impact this contract. Page 57 Further, the financial stability of MTM or the ability of MTM to perform our contractual obligations is not threatened, in any way, by any current or past litigation. A full summary of our pending and threatened litigation is provided in Appendix H. g. Provide any other information (including appropriate business references) describing Proposer’s experience and past performance in providing transportation services. MTM’s references, detailing our experience and past performance providing transportation services similar to those required by PTNE under this contract, are detailed in Past Record and References, as required by the RFP. However, we are proud of each of our contracts, and encourage PTNE and the County to contact any of our clients. We have provided contact information for the appropriate representatives within Appendix I. Provide information that documents your firm’s and subcontractors’ qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. Also describe the various team members’ successful experience in working with one another on previous projects. MTM has detailed our qualifications throughout the proposal. We assure PTNE we will produce all deliverables as required, and that we have the necessary abilities, capacity, skill, financial strength, and years of experience to provide excellent service for the CAT and CAP programs. Accompanied by our qualified team of local management and corporate executives, whose successful experience are detailed previously in this section, PTNE can be confident that MTM is the best choice for its scheduling, dispatching, call center, ITS, and administration services. Past Record & References Page 58 Tab V, Past Record & References Provide a listing of previous customers who during the past three years of work demonstrate experience of similar size and scope to the scope described in this RFP. Collier County may select one or more contact names to serve as a reference for this scope of work. The services provided to these clients should have characteristics as similar as possible to those requested in this RFP. Information provided for each client shall include the following:  Client name, address and email address and telephone number.  Description of services provided.  Time period of the project or contract; briefly describe if project met or exceeded the schedule outlined  Client’s contact reference name, email and current telephone number.  Dollar value of project; briefly describe if the completed project met, or came under budget. Failure to provide complete and accurate client information, as specified here, may result in the disqualification of your proposal. The following pages contain five references from projects of similar scope and complexity to that of PTNE’s CAT and CAP programs, demonstrating our knowledge and experience in managing scheduling, dispatching, call center, ITS, and administrative aspects of fixed route and paratransit systems. In accordance with PTNE’s answers to questions, MTM has provided a full listing of our current contracts in Appendix I, and we welcome PTNE to contact any of our clients to obtain information about our ability to successfully perform the services required by this contract. KCATA Client Name Kansas City Area Transportation Authority (KCATA) Contact Name Jameson Auten, Director of Specialized Transportation Address 1200 E. 18th Street, Kansas City, MO 64108 Email Address jauten@kcata.org Phone Number 816- 346-0886 Description of Services ADA functional assessments for KCATA and other area transit agencies; individualized travel training Time Period January 2012 to Present Schedule Adherence Met Dollar Value $150,000 Budget Adherence Met Page 59 LAVTA Client Name Livermore Amador Valley Transit Authority (LAVTA) Contact Name Kadri Kulm, Paratransit Planner Address 1362 Rutan Drive, Suite 100, Livermore, CA 94551 Email Address kkulm@lavta.org Phone Number 510-499-4355 Description of Services Complementary ADA paratransit services; reservations, scheduling, and dispatching to four subcontractors Time Period May 2014 to Present Schedule Adherence Met Dollar Value $1,350,000 Budget Adherence Met Martin County Client Name Martin County, Florida Contact Name Don Donaldson, Engineering Director Address 2401 SE Monterey Rd, Administrative Center, Stuart, FL 34996 Email Address ddonalds@martin.fl.us Phone Number 772-288-5927 Description of Services Community Transportation Coordinator services for medical and non-medical transportation for Transportation Disadvantaged Time Period October 2009 to Present Schedule Adherence Met Dollar Value $500,000 Budget Adherence Met TriMet Client Name TriMet Contact Name Kathy Miller, Manager, LIFT Eligibility Address 545 NW Davis Street, Portland, OR 97209 Email Address millerk@trimet.org Phone Number 503-962-8209 Description of Services ADA functional assessments for paratransit eligibility, hiring and training of two full-time mobility evaluators and three on-call assessors. Time Period January 2010 to Present Schedule Adherence Met Dollar Value $300,000 Budget Adherence Met Page 60 WMATA Client Name Washington Metropolitan Area Transportation Agency (WMATA) Contact Name Christian Kent, Acting General Manager Address 600 Fifth Street NW, Washington, DC 20001 Email Address ckent@wmata.com Phone Number 202-962-2100 Description of Services Individualized travel training, satellite office for reduced fare program, and quality assurance oversight Time Period February 2012 to Present Schedule Adherence Met Dollar Value $180,000 Budget Adherence Met DBE/SBE Page 61 Tab VI, Disadvantaged Business Enterprise/Small Business Enterprise Utilization Proposer shall demonstrate commitments to meet or exceed the Collier Area Transit DBE/SBE utilization goal using acceptable certified contractors. Proposals shall include all required DBE/SBE form properly completed and executed to provide sufficient documentation to ensure DBE/SBE certification. DBE/SBE Utilization MTM is experienced and committed to helping our clients meet their goals for Disadvantaged Business Enterprise (DBE) and Small Business Enterprise (SBE) utilization. For example, one hundred percent of our current transportation provider network in Washington, D.C. is comprised of small and minority-owned businesses, helping us exceed the client’s 35% SBE utilization goal. To assist PTNE in achieving their goal of 2.58%, MTM will contract with the following DBE-certified companies. Please find the required DBE/SBE form directly following this page. Letters of Intent and Certifications are provided in Appendix E. JCM & Associates (Blue Goose Uniforms) JCM & Associates, headquartered in Commerce, California, is a certified DBE provider that has supplied uniforms to transportation companies all over the United States for over 25 years. JCM & Associates will provide uniforms that meet PTNE’s requirements. MTM will provide all employees with a uniform consisting of a shirt, navy blue pants, solid navy blue or black jacket, which they will be required to accompany with a solid black belt, and black shoes and socks . The uniform will be subject to PTNE’s final approval. MTM’s supervisors will be required to wear a PTNE approved uniform at all times while on duty. It will be clearly communicated to all staff, that any employee who chooses to wear the uniform off duty must wear a complete uniform, that the uniform may not be worn in parts or for separate purposes, and purchasing or consuming alcohol or tobacco products in the uniform (full or partial) is strictly prohibited. Uniforms will be replaced every year or as needed for tears and excessive wear. MTM understands PTNE prohibits wearing any non-regulation pants, shirts, or shoes while on duty and doing so may result in liquidated damages. All In One Drug Testing Services, LLC All In One Drug Testing provides background screening and drug testing services, including:  Pre-Employment  Random  Post-Accident  Reasonable Cause  Reasonable Suspicion  Return-to-Duty  Follow-Up Drug/Alcohol Testing  Random Selection Pool MTM will partner with All In One to provide the necessary background screening and drug testing for employees pre-hire, and periodically throughout the life of the contract as required. DBE? Y N CONSTRUCTION ? Y N MBE? Y N CONSULTATION? Y N WBE? Y N OTHER? Y N SDB 8A? Y N Y N DBE M/WBE VETERAN SUBCONTRACTOR OR SUPPLIER NAME TYPE OF WORK OR SPECIALTY ETHNICITY CODE (See Below) SUB/SUPPLIER DOLLAR AMOUNT PERCENT OF CONTRACT DOLLARS TOTALS: NOTE: ETHNICITY CODE Black American BA Hispanic American HA Native American NA Subcont. Asian American SAA Asian-Pacific American APA Non-Minority Women NMW Other: not of any other group listed O DATE CONTRACT DOLLAR AMOUNT C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTER DATE TITLE OF SUBMITTER TELEPHONE NUMBER FAX NUMBER IS THE PRIME A FLORIDA-CERTIFIED DISADVANTAGED, MINORITY OR WOMEN BUSINESS ENTERPRISE? (DBE/MBE/WBE) OR HAVE A SMALL DISADVANTAGED BUSINESS 8A CERTIFICATION FROM THE SMALL BUSINESS ADMINISTRATION? A SERVICE DISABLED VETERAN? ACCEPTED BY: GRANT PROGRAM/CONTRACT This information is used to track and report anticipated DBE or MBE participation in federally-funded contracts. The anticipated DBE or MBE amount is voluntary and will not become part of the contractual terms. This form must be submitted at time of response to a solicitation. If and when awarded a County contract, the prime will be asked to update the information for the grant compliance files. COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be verified. Unverifable statuses will require the PRIME to either proivde a revised statement or provide source documentation that validates a status. B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY, WOMEN-OWNED, SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN, PRIME IS TO COMPLETE THIS NEXT SECTION A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME IS THE ACTIVITY OF THIS CONTRACT… PRIME FEID NUMBER DEPARTMENT NAME COLLIER CONTRACT # (IFB/RFP or PO/REQ) IS THIS SUBMISSION A REVISION?IF YES, REVISION NUMBER__________ EMAIL ADDRESS OF PRIME (SUBMITTER) D. SECTION TO BE COMPLETED BY COLLIER COUNTY Medical Transportation Management, Inc. (dba Southeast MTM, Inc.)43-1719762 N/A Alaina Macia President and CEO amacia@mtm-inc.net 636-561-5686 636-561-2962 DBE JCM & Associates (dba Blue Goose Uniforms)Uniforms 6/2/15 DBE All In One Drug Testing Services Drug Testing & Background Checks BA $5,557.00* $1,800.00* *Based on Year 1 HA .75%* .24%* $745,579.00* .99%*$7,357.00* Acceptance of Conditions Page 63 Tab VII, Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in this RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Vendor may result in evaluation point deduction(s) and/or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. MTM does not take any exceptions to the general terms and conditions of the RFP, insurance requirements, or any other requirements. Required Form Submittals Page 64 Tab VIII, Required Form Submittals  Attachment 2: Vendor Checklist  Attachment 3: Conflict of Interest Affidavit  Attachment 4: Vendor Declaration Form  Attachment 5: Immigration Affidavit Certification & Profile or MOU  Attachment 6: Vendor Substitute W9  Attachment 7: Insurance and Bonding Requirement Form  Attachment 8: Reference Questionnaire  Attachment 9: Grant Required Forms: o Debarment Suspension o Acknowledgement of Terms and Conditions o Conflict of Interest o Anticipated DBE, MBE, WBE Participation o Lobbying (both Federal and State) o Immigration Law Affidavit & Profile Page or MOU o Drug Free Workplace  Attachment 10: Affidavit of Sufficient Cash  Excluded Parties List System Documentation located at: www.sam.gov, and select SEARCH.  Licenses and/or Certifications These required form submittals are provided directly following this page. Penny Fennell Operations Trainer Career Summary Medical Transportation Management, Inc., Lake St. Louis, MO, March 2015 to Present Operations Trainer As the Operations Trainer for MTM, Penny provides training for all operating staff in areas including, but not limited to, operating procedures, call center, dispatch, scheduling, and software such as RouteMatch, Novus, Trapeze, and Stratagen. She provides education and direction by using hands on activities and webinars of operational programs to ensure proficiency and success of both the employee and the company. Penny oversees development of policies and procedures to ensure compliance with all contractual, local, state, and federal requirements. She analyzes data for trends and modifies operational procedures as needed to ensure contract adherence and profitability. She also develops programs for MTM to improve on-time performance, staff morale, reporting, and quality of service. Penny is responsible for training new general managers on all aspects of the location, including Ride Right policies and procedures, contractual requirements, ADA and Medicaid regulations, software, reporting, financial reporting and analysis, CBA, and staffing. MV Transportation, Inc., Floating Manager, October 2012 to March 2015 Penny most recently served as Floating Manager for MV Transportation. In this role, she provided general managerial coverage and duties for locations that were without a manager. Penny provided start up assistance that included software prep and training for Trapeze and RouteMatch. She developed policies and procedures to comply with the contract that encompassed the federal, state and local regulations for fixed route, demand responsive and Medicaid transportation to included contract specific requirements. Penny trained new general managers on all aspects of the location, including MV policies and procedures, contractual requirements, ADA and Medicaid regulations, software reporting, financial reporting and analysis, CBA and staffing. General Manager, Canandaigua, NY, October 2011 to October 2012 General Manager, Harlem, NY, January 2010 to October 2011 Penny served as General Manager for MV Transportation in both the Harlem, New York location and the Canandaigua, New York location. As General Manager, Penny developed policies and procedures to comply with the contract that encompassed the federal, state and local regulations for fixed route, demand responsive and Medicaid transportation. Her leadership allowed her to initiate implementation of new software. She had oversight of all billing and billing programs. She created outreach programs and assisted with the development of departmental goals. Penny analyzed data for trends and modified operational procedures as needed to ensure contract adherence and profitability. She established programs to improve on-time performance, staff morale, reporting and quality service. Penny designed and implemented programs to increase driver retention. Her oversight of the call center ensured accuracy of information, efficiency of service, and coordination between Operations, Call Center and Maintenance. Penny Fennell Operations Trainer Career Summary (2) Coordinated Transportation Solutions, Southwest GA and Ansonia, CT., January 2007 to December 2010 General Manager, NEMT Penny served as the General Manager for Coordinated Transportation Solutions (CTS)’s Southwest Georgia Medicaid Program. CTS was contracted by the Department of Medical Assistance to act as the administrator for the non-emergency transportation program in the region. Penny’s responsibilities included supervision of operations; duties included eligibility determination, reservations, scheduling, customer service, contractor billing, oversight of vehicle operations, driver assignments and supervision, and statistical and qualitative reports. She was responsible for supervising the staff, development and implementation of policies and procedures, and verification of contract compliance between transportation providers and CTS as well as between CTS and DMA. She also was in charge of statistical reporting and analysis, contract negotiations, complaint resolution, development and delivery of public education, and community and government relations. MV Transportation Inc. General Manager, Gainesville, FL, August 2005 to January 2007 General Manager, Norfolk Division, September 2003 to August 2005 General Manager, Orlando, FL, April 2003 to September 2003 Penny began her General Manager career for MV Transportation in Orlando. She then spent time in Norfolk and Gainesville. As General Manager, Penny developed policies and procedures to comply with each operation. She was responsible for budgeting monitoring and adherence. Penny developed programs to improve on-time performance, staff morale, reporting, and the quality of service. She performed oversight of the call center, ensuring accuracy of information, efficiency of service, and coordination between operations and the call center. Penny’s leadership and knowledge allowed her to assist HRT with customer education and information. Assistant General Manager, June 2002 to April 2003 Penny served as Assistant General Manager for MV Transportation. She had oversight of daily operations, operations staff, training and safety department, and the account department. Penny was responsible for complaint investigation and resolution. She promoted driver counseling and driver recognition. Penny ensured coordination between all departments. She developed programs to assist in daily operations, improve driver efficiencies, and increase driver awareness. Penny created procedures to ensure compliance with MV policies, compliance with the contract, and to increase efficiencies within the division. Special Projects Manager, January 2002 to June 2002 As the Special Projects Manager, Penny was responsible for coordinating the start-up team to ensure compliance with federal, state and local requirements. She assisted with the establishment of policies and procedures, coordination of travel, and development of daily status reports. She had oversight of computer and communications purchasing and installation, and monitoring and adherence. Penny Fennell Operations Trainer Career Summary (3) ATC/Intelitran, 1998 to 2002 Operational Software Trainer As Operational Software Trainer, Penny trained all levels of staff on how to effectively utilize the software. The training and parameter files were modified at each site to meet specific needs of the project. General Manager, Gainesville, FL, 2000 to 2002 General Manager, Jacksonville, FL, 2001 General Manager, Atlanta, GA, 1998 to 2000 Penny started as a General Manager for ATC/Interitran in Atlanta, GA. Soon after, she spent time in Gainesville and Jacksonville, Florida as the role of General Manager. Although the location changed, her responsibilities remained the same. She coordinated the transportation services and eligibility of riders for multiple funding agencies. Penny contributed to the development of RFP and negotiations of all service contracts, the development and implementation of the Memorandum of Agreement, Service Plans, and the System Safety Plan. Leadership and organization played an important role in scheduling, customer service, contractor billing, oversight of vehicle operations, driver assignments and supervision, and statistical and qualitative reports. Her strong sense of communication aided in her administrative role. She supervised staff, took part in the development and implementation of all policies and procedures, and verified contract compliance with transportation providers and ATC/Intelitran and between ATC/Intelitran and funding agencies. She took care of statistical reporting and analysis, grant writing, complaint resolution, development and delivery of public education and community and government relations. Regional Oversight Manager, Charleston, SC., 1999 to 2000 Penny served as Regional Oversight Manager at ATC/Intelitran from 1999 to 2000. In this role, her responsibilities included hiring and training staff, ADA requirement adherence, statistical analysis and reporting, developing and instituting re-certification program and reporting. ATC/CTS, Waterbury, CT., 1998 General Manager At ATC/CTS, Penny was responsible for developing a plan and program for the transition of all data, service, and equipment for a smooth transition. Other responsibilities included, program expansion, reservations, scheduling, customer service, contractor billing, oversight of vehicle operations, driver assignments and supervision, development and delivery of public education and outreach, and statistical reporting and analysis. Her communication skills played a key role in contract negotiations, complaint resolution and community and government affairs. SEPTA Paratransit, Philadelphia, PA. Acting Director of Service Operations, 1996 to 1997 As the Director of Service Operations, Penny was responsible for all aspects of paratransit operations management, service provision, and planning. She had oversight and management of contractor service provision and functions. Penny was also responsible for scheduling, service planning, community and government relations, education and outreach, rider registration, regulatory compliance, service contracts development and administration. Contract Compliance Manager, 1993 to 1996 In her role as Contract Compliance Manager, Penny was responsible for accident and incident monitoring, analysis, and reporting. Her leadership and attention to detail played a key role in invitation to bid and request for proposal preparation, as well as vehicle specification and review. Other responsibilities included driver training and training development, driver records, monitoring and reporting, and report preparation. Penny Fennell Operations Trainer Education Widener University, Chester, Pennsylvania Associate Degree in Business Additional Information • FTA In-Service Courses • Transportation Management • Americans with Disabilities Act: Provisions and Implementation • Personnel Management Contracting • Single Audit Act • Training and Certifications • Diversity in the workplace • Braun and Rican Wheelchair Maintenance and Repair • Pennsylvania State Vehicle Inspection License • RSAM Train the Trainer • DDC Instructor • Drug and Alcohol, CFR 49 Compliance and Supervisor Training • ATC University • Gainesville Transportation Task Force, 2000 to 2002 • SEPTA Advisory Council (SAC), 1992 to 1997 • Pennsylvania Vehicle Grant Specification Task Force, 1991 • Pennsylvania Association for Coordinated Transportation (PACT), 1983 to 1992 Career Summary (4) Quality Control Supervisor, 1992 to 1993 Penny served as Quality Control Supervisor where she was responsible for contractor service monitoring, carrier facility oversight and quarterly vehicle inspections. Other responsibilities included accident and incident review and analysis, driver training, vehicle specification development and review, report preparation, and resolution of complex service problems for agencies and individual riders. She created the driver training module and manual, customer-centered and sensitivity training materials and programs. Penny oversaw the Service Monitoring department which required her to build professional and working relationship with contract carrier managers and staff. Community Transit, Delaware County, PA, 1984 to 1992 Manager Penny served as the Manager for Community Transit. Some of her responsibilities included program management, service planning, funding development, public relations, contract management, regulatory compliance and vehicle acquisition. She was in charge of the development and monitoring of contracts, proposal or application preparation and budget monitoring for grants and funded programs. Penny also served as an information resource for other counties. She was an active participant in regional and statewide training initiatives like Penn DOT’s PennTrain. She received operations training in driver training, taking reservations, scheduling, dispatching, vehicle attendant, emergencies, and driving. Lisa Sanders Program Manager Career Summary Medical Transportation Management, Inc., Lake St. Louis, MO, 2010 to Present Florida Program Manager As the Florida Program Manager, Lisa manages the Medicaid and Transportation Disadvantaged transit services in Martin County, provides oversight of Indiantown Shuttles fixed-route service, and oversees administration and management. Responsibilities include contract management, grant management, and other Community Transportation Coordinator duties. Martin Metropolitan Planning Organization (MPO), Stuart, FL, 2008 to 2010 Transit Planner Responsibilities include, but are not limited to providing oversight to the public transportation provider, advice and recommendations to the Community Transportation Coordinator, staffing and coordination of the Local Coordinating Board for the Transportation Disadvantaged, grant management for Section 5303, 5307, 5311, 5316, 5317, ARRA and Block Grant programs, compiling data that will assist with creation of new fixed-routes and improvements to existing routes, review and update of the Transportation Disadvantaged Service Plan (TDSP) and Transit Development Plan (TDP), compiling annual capital needs list for transit operators, ordering of transit vehicles, bus shelters and other transit enhancements, serve on transit selection committees for neighboring counties. IFlorida Department of Transportation (FDOT), Fort Lauderdale, FL, 1998 to 2007 Transit Planning Coordinator As a Transit Planning Coordinator, Lisa was responsible for approval of Transit Development Plan (TDP) for 5 transit agencies. She was also responsible for review and comment of financial report (audit) for all 5 transit agencies. She served as project manager for both the Commuter Services Program, which promotes carpooling, vanpooling, and alternative modes of transportation, and for the District-wide (5 counties) Park and Ride Lot Program and Section 5303 Program. Assisted with management, award and administration of Section 5310, 5311 and Block Grant Program. Education Barry University, Miami Shores, FL Public Administration Stephanie Boschenreither Director, Call Center Operations Career Summary Medical Transportation Management, Inc., Lake St. Louis, MO, 2009 to Present Director, Call Center Operations As the Director of Call Center Operations, Stephanie is responsible for customer service daily operations and for supervision of the Team Leads, After Hours Supervisor, Support Staff and Customer Service Representatives (CSRs). Her primary function is to assure compliance with all Customer Services established protocols and procedures, ensuring customer satisfaction, and meeting service level and response time objectives across all areas of responsibility. Stephanie provides an on-going review of call center processes to identify areas of improvement and to recommend necessary changes. Stephanie ensures timely and effective feedback to all team members including performance reviews, developmental plans, and disciplinary actions as needed. She also assures appropriate staffing levels in coordination with Human Resources. Stephanie provides a heightened emphasis on a positive motivational and teamwork environment in order to maintain high morale through awards, recognition and creative techniques. Verizon Communications, Wentzville, MO, 1994 to 2009 Call Center Sales Support Specialist Stephanie was a key player in the development of a new call center to fulfill work requirements for Verizon’s Alternate Channel segments. This included working with real estate and national call routing team, determining head count requirements, hiring, organizing training, and development of new hires, and ensuring there was a seamless transition during movement of work. Call Center Supervisor Stephanie managed and developed a team of up to 80 online sales consultants through observing, coaching, creating development plans, conducting performance reviews, and enforcing discipline when necessary. She created an inter-functional help desk responsible for handling consumer escalation calls and providing technical support for call center employees, created processes and procedures for call center consultants, developed training documents, and coordinated and managed other miscellaneous offline projects. Resource Management Analyst As an Analyst, Stephanie was a key contributor in the development of the resource management department, which entailed working with National team to develop/install employee scheduling and monitoring systems, creating employee emergency files, and creating disaster recovery plans. She performed daily functions relative to short and long range planning. This included analyzing historical data and forecasting to provide daily staffing requirements for call center. She also monitored and controlled schedule efficiency (average handling time, average speed of answer, service levels, employees work state) to ensure optimum force utilization was achieved through schedule efficiencies to ensure we met internal and external Public Utility Commission requirements. Career Highlights: Piloted a new call intake process to reduce talk time and abandonment rates Initiated monthly call calibration sessions with the SC NET client Developed and implemented performance and quality improvement program Redefined customer service representative standards, established hourly production standards Stephanie Boschenreither Director, Call Center Operations Career Summary (2) Call Center Consumer Sales Consultant As a Sales Consultant, Stephanie handled an average of 65 inbound customer calls daily. These calls consisted of making sales recommendations, order fulfillment, resolving billing discrepancies, and promoting a positive customer experience on each call. She assisted peers by handling first level escalation calls, answering technical questions, and conducting peer coaching on sales and order entry processes. Education Lindenwood University, St. Charles, MO Bachelor of Arts in Business Administration, Cum Laude Additional Information • Telecom Leadership Award Nominee 2007 • Sell One More Platinum Award Recipient 2007 • Telecom Award Recipient 2006 • WAVE Board Member (Mentoring and Personal Development) 2006 • Accreditation Certificate for Coaches Accreditation Program 2004 • Consumer Sales Channel Diamond Award Recipient 2004 • Leadership Exchange Program Nominee 2004 • Consumer Sales Channel Diamond Award Recipient 2003 • Gold Management Talent Member 2002 • Christopher Hunter Program Director Career Summary Medical Transportation Management, Inc., Raleigh, NC, 2010 to Present Program Director Chris serves as the Program Director for MTM’s Raleigh, North Carolina, CAT ADA paratransit eligibility assessment program. In this role, he oversees the cognitive and physical assessments of customers seeking eligibility verification for ADA paratransit services. Chris also acts as the internal liaison between MTM departments and CAT to ensure MTM is fully compliant with state and program policies and procedures. Christopher has a strong history of serving patients with care and quality. He provides clear and concise written communication and exudes a professional appearance and demeanor with clients and patients. Medical Transportation Management, Inc., Portland, OR, 2010 to 2012 Mobility Assessment Evaluator As a Mobility Assessment Evaluator, Christopher performs cognitive and physical assessment of patients to determine their level of mobility, and educates them on transit options and programs/services available to them. He has a complete knowledge and understanding of ADA guidelines and TriMet guidelines and the ability to successfully interpret and apply them to the assessment process. Easter Seals Project ACTION, Portland, OR, 2007 to 2010 National Trainer As a National Trainer, Christopher is a train-the-trainer instructor for the Introduction to Travel Training curriculum and currently presents this material around the U.S. He presents at 3 to 4 national conferences a year and leads learners through various learning activities during national conferences. He also completes all paperwork as needed for each conference and helps continually update training materials as needed. Ride Connection Inc., Portland, OR, 2005 to 2007 RideWise: Lead Travel Trainer As the Lead Travel Trainer, Christopher completed in-person intake and assessment on individuals interested in receiving travel instruction, determined best possible training model, developed goals, and developed a personalized plan of instruction based on the individual’s assessment and ability level. He also planed and evaluated the routes for the individual receiving instruction (environmental barrier analysis) and assisted the Service Coordinator in training new travel trainers with the in-field portion of new staff training. He also provided one-on-one field training, included but not limited to: scheduling trainings, instructing customers on the importance of safety, building transit skills, route navigation, and way finding strategies, self-advocacy and how to react and handle unusual or emergency situations. Career Highlights: Robust background in Travel Training Over 5 years of experience in the Tri-County Metropolitan Transportation District of Oregon (TriMet) Member of American Therapeutic Recreation Association Provides advice which has tailored the TriMet assessment program to exceed customer expectations Christopher Hunter Program Director Education University of Utah, Salt Lake City, UT Bachelor of Science, Parks, Recreation, and Tourism, Emphasis in Therapeutic Recreation Career Summary (2) Providence St. Vincent Medical Center, Portland, OR, 2003 to 2005 Physical Therapy Aide Christopher assisted physical therapists in treating patients and coordinating medical records, roomed patients and performed ultrasounds, ice massage, iontophoresis, electrical stimulation, cryocuff, heat, and traction, and supervised exercises for patients and adjusted patient equipment. Providence Portland Medical Center, Portland, OR, 2003 Recreational Therapy Intern As a Recreational Therapy Intern, Christopher assessed the needs of victims of stroke, paralysis, brain injury, Alzheimer’s, and amputation, developed treatment plans, and worked alongside rehabilitation teams. He also reintegrated patients into the community by organizing field trips and providing them with recreation and leisure education and connected with patients on an interpersonal level by leading a weekly stretching class and creating programs that concentrated on individual needs. Other positions held by Christopher include: Easter Seals Utah, Salt Lake City, UT, 2002 to 2003 Camp Counselor Realms of Inquiry Private School, Salt Lake City, UT, 2001 to 2003 Physical Education Teacher Kids Together, Salt Lake City, UT, 1997 to 2002 Camp Supervisor Robyn Hoeschen Bernardy Project Director Career Summary Medical Transportation Management, Inc., District of Columbia, 2010 to Present Project Director Robyn serves as the Project Director for the MTM On the Move assessment and travel training program in Washington DC. With her team, she has established and implemented a mobility assessment and travel training program for the Medicaid eligible population in DC . Through the On the Move program, she has provided travel training to both individuals and small groups, given bus orientation to larger groups, worked with facilities, day programs and care givers, and has provided follow up to ensure travel training success. Robyn also oversees our travel training contracts with Washington Metropolitan Area Transit Authority (WMATA) and the Potomac and Rappahannock Transportation Commission (PRTC). ENDependence Center of Northern Virginia, Arlington, VA, 2010 Travel Trainer Robyn assisted in developing the travel training program for the Washington Metropolitan area while working for the ENDependence Center of Northern Virginia. She conducted screening and assessments, implemented individualized travel training plans, and evaluated individuals upon the completion of their training. Robyn also established collaborative relationships with schools and disability organizations in the region. Easter Seals Project ACTION, District of Columbia, 2008 to 2010 Information Specialist Robyn organized and conducted in person and online trainings regarding the Americans with Disabilities Act and public transportation. In this position, she provided training to disability advocates and transit providers regarding sensitivity training, travel training, coalition building, cooperation, coordination and evaluation. She also wrote newsletter articles for national Easter Seals newsletters. George Mason University, Arlington, VA, 2007 to 2008 Graduate Research Assistant At George Mason University, Robyn lead as a graduate research assistant for a study of grandparent headed households. For this research, she conducted in-person interviews, transcribed audio data to text, coded text data, and analyzed results. She also provided outreach to the grandparents and grandchildren research subjects. Arlington Department of Therapeutic Recreation, Arlington, VA, 2007 Assistant Director As an Assistant Director, Robyn planned and implemented all activities for daily summer camp for youth with disabilities. She supervised and evaluated seven employees and five volunteers, who provided one-on-one interaction with the campers. While serving as the Assistant Director, she was awarded the “Best Arlington Summer Camp” by parents, director, and administrators. Career Highlights: Experience working with nationally recognized organizations Focused on increasing the independence of individuals with disabilities Completed ESPA training for travel training and NTI training Expertise in working with older adults and individuals with disabilities r o Career Highlights: Experience working with nationally recognized organizations Focused on increasing the independence of individuals with disabilities Completed ESPA training for travel training and NTI training Expertise in working with older adults and individuals with disabilities Career Summary (2) St. Coletta of Greater Washington, District of Columbia, 2005-2006 Teacher Assistant Robyn provided one-to-one instruction to high school students with disabilities based on student’s need. Taught classroom skills, skills for independent living and vocational skills. Provided travel training to job sites, community outings and volunteer opportunities. Lifesworks, Inc., Minneapolis, MN, 2004-2005 Job Coach With Lifeworks, Robyn worked as a job coach rover; teaching vocational skills to adults with disabilities. She supervised job sites as needed, provided necessary documentation, and provided travel training for eligible individuals between their home and their workplace. Robyn Hoeschen Bernardy Project Director Education George Mason University, Fairfax, VA Master of Social Work College Of Saint Benedict, St. Joseph, MN Bachelor of Arts degree in Sociology, minor in Management Additional Courses • Easter Seals Project ACTION: Introduction to Travel Training • Easter Seals Project ACTION: Fundamentals of Travel Training Administration • National Transit Institute: Comprehensive ADA Paratransit Eligibility • Washington Metropolitan Area Transit Authority: Train the Travel Trainer Training • Easter Seals Project ACTION: distance learning courses on fixed route transportation issues, ADA paratransit operations and travel training • CPR and First Aid Certified • Member of the National Association of Social Workers • Member of the Association for Travel Instruction Patrick A. McNi Vice President of Paratransit Operations Career Summary Medical Transportation Management, Inc., Lake St. Louis, MO, 2009 to Present Vice President of Operations Patrick provides oversight of MTM’s operations. His responsibilities include identifying new opportunities to expand para transit operations and identifying areas where para transit could be utilized in current or future MTM operations to provide quality, cost effective, and efficient transportation. Patrick assists with the development of pricing for new contracts and helps locate public transit and para transit opportunities that could benefit from MTM’s expertise in call center management and vehicle operations. Patrick has been crucial in developing partnerships with transportation providers to help leverage the synergies of combined operations to best meet the needs of the stakeholders and transit clients. Laidlaw Transit Services/First Transit, Sherman Oaks, CA, 2001 to 2008 Area General Manager/Regional Vice President As the Regional Vice President of Laidlaw Transit Services, Patrick managed Laidlaw’s largest public transit contract in Orange County California, which consisted of over 350 buses and 500 employees. He successfully managed 33 contracts at 17 operating locations for Laidlaw’s public transit division which included para-transit, fixed-route, commuter, university, and car rental shuttle operations. Patrick managed operations and annual budgeting responsibilities in excess of $50 million, and had general oversight of operations, maintenance, marketing, safety, and training. Patrick managed project personnel, coordinated and managed all start-up activities, and assembled management teams. He reviewed and helped write proposals for existing and new business opportunities, and advocated for the company at city council meetings, local and state regulatory agencies, and transit board meetings. Laidlaw Transit Services, Scottsdale, AZ, 1999 to 2001 Area General Manager As Area General Manager, Patrick was responsible for all aspects of Laidlaw’s medical (Safe-Ride Services) and transit projects in several states including Arizona, New Mexico, Nevada, and Illinois. He provided oversight of combined annual revenues of more than $40 million, 400 vehicles, and 700 employees. Patrick was responsible for service implementations including contract negotiation, staff hiring, leases, training, maintenance and operations, and administrative/billing coordination. Patrick regularly worked with major clients including Value Options, AHCCCS, Indian Health Services (IHS) New Mexico Medicaid, and Medicare via HMO Salud, United Healthcare, Blue Cross, Regional Transportation Commission of Las Vegas, City of Phoenix, and City of Tucson. He managed all aspects of the operations including labor negotiations, customer relations, operations management, driver training, vehicle maintenance, safety programs, and financial management. While in this position, Patrick served as the customer’s primary contact for the company and advocated for the company’s position with regulatory agencies including AHCCCS, New Mexico Medicaid, and Colorado Medicaid. Career Highlights: Provides oversight of all para transit operations within MTM, including new business opportunities, expansions, and partnerships Accomplished manager of leading para transit transportation provider operations Experienced at labor negotiations, budgeting, and financial management of successful para transit businesses Ensures compliance to all regulatory agencies in contracted regions Patrick A. McNi Vice President of Paratransit Operations Career Summary (2) First Transit, Houston, TX, 1997 to 1999 General Manager As the General Manager of First Transit, Patrick managed 200 vehicles in their county wide paratransit system. He coordinated the pick-up and delivery of 2,200 disabled, elderly, and Alzheimer passengers per day utilizing 300+ employees. While serving in this role, Patrick received quarterly recognition for safety, on-time performance, and overall customer satisfaction. He managed operations to meet budgeted operational and financial goals and negotiated vendor agreements. Laidlaw Transit Services, Van Nuys, CA, 1991 to 1997 Director of Operations As Director of Operations, Patrick provided oversight of 18 of Laidlaw’s public and medical transportation operations with annual revenues in excess of $30 million. He was responsible for marketing, start-up, contractual compliance, system analysis, financial operations, management development, contract negotiations, client liaison, budgeting, billing, and implementation of Laidlaw policies and procedures. His clients included the State of California (Medi-Cal), City of Alhambra, Sunline Transit Agency, City of Burbank, City of Redondo Beach, and the City of Los Angeles. Education Cypress College, Cypress, CA Bachelor of Science, Business Management and Marketing University of California Berkeley Extension, Berkeley, CA George Mason University, Fairfax, VA Transit Leadership Development Program Additional Information American Public Transit Association, Salt Lake City, UT Panelist Pancreatic Cancer Action Network Volunteer Gilbert Mercy Hospital Volunteer St. Vincent de Paul Society Member/Volunteer United Blood Services Volunteer Heather Pekar Vice President, RSD Technologies Career Summary Medical Transportation Management, Inc., Lake St. Louis, MO, April 2015 to Present Vice President, RSD Technologies As the Vice President of RSD Technologies, Heather oversees all routing, scheduling, and dispatching (RSD) software operations. She is responsible for the implementation of an organizational structure to support and grow routing, scheduling, and dispatch software and operations. Heather has created a strategic road map for RSD software and integrated tools and identifies and prioritizes RSD deployment needs per contract. MV Transportation, Inc., Dallas, TX, Vice President of Technology Products, July 2014 to March 2015 As the Vice President of Technology Products, Heather created a strategic road map for MV Software Products. She implemented an organizational structure to support and grow MV Software. Heather was the key point of contact for technology products and organized and created supporting software documentation. She implemented a documented development process, and Heather identified trends and technology needs in the transit industry as well as prioritized development items according to corporate goals. Technology Products Director, November 2013 to July 2014 Heather served as the Technology Products Director where she reported to the CTO on current projects and product development. She implemented a pilot project for the New York Department of Education by creating an iOS and Android app tracking the location of school buses in real time. Heather was responsible for deploying current software technology product to divisions and training to end users. She acted as the liaison with the development team to drive each product and researched and procured a business intelligence took for corporate reporting. MVT Canadian Bus, Inc., Vancouver, BC General Manager, September 2011 to November 2013 Heather served as General Manager where she had oversight of call center providing reservations, scheduling, and dispatch of custom transit services for Metro Vancouver area. She managed around 80 employees in a unionized environment. Heather’s led meetings with clients to review contract requirements and Key Performance Indicators. She implemented the addition of taxi into the service delivery model. Heather participated in contract negotiation and created and standardized operating procedures in the call center. She acted as liaison between the call center and operations department and ensured scheduling software was fully utilized including oversight of maintenance, upgrading, testing, and utilization of new features. IT Manger, March 2009 to September 2011 As IT Manager, Heather implemented new systems such as Mobile Data Terminals, SharePoint, and IVR. She assisted in the design and MPLS system for six locations and took part in the development of computers and network printers for over 100 users. Heather coordinated with TELUS infrastructure on all team projects and SQL Query Report Writing for custom reports. Heather Pekar Vice President, RSD Technologies Education Texas A&M University, Corpus Christi, TX Bachelor of Science • Major in Computer Science • Minor in Business Administration Additional Information Knowledge in the following: • Trapeze • Stratagen Adept • Lawson • Maximus Fleet Focus • MS Visual C++ • Secure Shell • QuickBooks • Peachtree • ESC • Dream Weaver • MYSQL • Micro Focus Net Express • MS Visual Basic 6 • Microstrategy • BI Tools • SQL Reporting Services • Team Foundation Server Career Summary (2) MV Transportation, Dallas, TX, June 2008 to March 2009 Special Projects Manager As the Special Projects Manager, Heather established a detailed program specification through discussion with clients. She precisely clarified what actions the program is intended to perform. Heather devised possible solutions to predicted problems, while evaluating other options. She was responsible for testing sample data sets to check that output from the program worked properly and reacted to problems and corrected the program as necessary. Heather installed the program and conducted final testing. She evaluated the program’s effectiveness and increased program operating efficiency and adapted new requirements as necessary. Regional Transportation Authority, Corpus Christy, TX, February 2006 to June 2008 Systems Administrator As the System Administrator, Heather assisted users and the LAN administrator to maintain network. She was responsible for the maintenance and development of company intranet and public website. Heather developed project plans, tracked project execution, managed changes, developed and executed implementation plans in transportation industry environment. She coordinated training and implementation with other internal departments. Heather’s strong sense of organization and communication played key roles in software project planning and management, including web application development projects, software development process improvement, and reporting focusing on transportation technology needs. She managed the implementation of Mobile Data Terminals in a custom transit fleet and installed and trained on the Trapeze PASS and Mobile Solutions. W.C. Pihl Vice President of Business Development Career Summary Medical Transportation Management, Inc., Lake St. Louis, MO, 2014 to Present Vice President of Business Development As the Vice President of Business Development, W.C. leads MTM’s efforts in expanding into new markets. Working in collaboration with the executive and operational teams, he strategically identifies, pursues, and acquires new business opportunities through competitive bidding processes and organic growth. W.C. aides MTM in achieving its growth goals while ensuring high quality transportation for the clients and members served. MV Transportation, Inc., 2000 to 2014 Executive Vice President of Business Development, Dallas, TX, 2012 to 2014 As the Executive Vice President of Business Development, W.C. was responsible for forming and achieving the company’s vision for strategic growth, establishing and maintaining long-standing client relationships, and communicating the company’s message to new and existing clients. He led a team of eight senior and regional vice presidents of business development in pursuit of new business opportunities and was responsible for retention and expansion of current company contracts. He was responsible for training and growth of all sales team members, leading all trade show planning, event and organizational efforts, and successful conclusion of all contract negotiations. W.C. was responsible for the business development department’s annual budget and monthly financials, as well as all departmental expenses. While in this role he consistently exceeded company business development goals. Senior Vice President of Business Development, Fairfield, CA, 2010 to 2012 In his role as Senior Vice President of Business Development, W.C. was responsible for establishing client relationship pre-release of request for proposals, forming winning strategy based on client needs, performing all field research, labor market analysis, and assessment of current service to include opportunities for improvement. He also designed and implemented a new onboarding and continuing growth program for MV’s sales team members. W.C. led a team of six sales people to continue company’s successful growth. Director of Business Development, Fairfield, CA, 2004 to 2010 As the Director of Business Development, W.C. was the primary contact for all new business and existing client relationships in regards to business proposals. Additionally, he was responsible for sourcing new business opportunities through privatization or business proposals without the competitive bidding process. W.C. also initiated successful redesign of MV’s interview and presentation process. He was directly involved in pricing process and proposal production and consistently exceeded sales goals. General Manager Orlando Operation, Orlando, FL, 2002 to 2004 In his role as the General Manager, W.C. had full responsibility for managing MV’s Orlando Division, including 180 vehicles, a staff of 300, and an annual budget of approximately $12M. He coordinated over 160 daily routes, spanning 600,000 miles over the tri-county area. He also coordinated with the CTC, local government officials, and a passenger task force to enhance overall service to the Central Florida area. W.C. increased efficiency of routes, on time performance, customer service, and safety of overall location. Additionally, W.C. pioneered innovative community outreach programs to include consumer advocate role, as well as redesigned passenger sensitivity training. Career Highlights: Proven track record of success, explosive business growth, strategic vision, and improvement of both top line and bottom line margins Possesses a combination of public transportation operations experience, industry knowledge, client relationships, and leadership skills Listed as one of Transit’s Top 40 Under 40 Professionals for 2011 by Mass Transit Magazine Directly impacted a company’s growth from $40M annual revenue to $1.1B annual revenue W.C. Pihl Vice President of Business Development Education University of California at Davis Bachelor of Arts in Managerial Economics with emphasis on Public Speaking Advanced training in: Leadership, Financial Management, Information Technology, Sales and Marketing, Safety and Training, Operations Management, Negotiations Skills and Labor Relations Career Summary (2) General Manager, San Francisco Operation, San Francisco, CA, 2000 to 2002 As the General Manager, W.C. was responsible for managing the entire San Francisco Division, including four separate client contracts, over 85 vehicles, a staff of over 110, and an annual budget of approximately $5M. The primary contract for this location was Muni ADA Paratransit Services, which provided more than 222,500 trips per year. While in this position, W.C. improved safety and employee morale as well as contract retention. Director of Safety and Training, Fairfield, CA, 2000 As the Director of Safety and Training, W.C. was responsible for administration of corporate safety policy at all divisions. He provided support to all divisional trainers and managers for recruiting, safety incentive programs, and all aspects of training for new and current employees. W.C. was responsible for structuring national training and recruiting programs, implementing safety incentive programs across all divisions, as well as assisting in new division startups. Laidlaw Transit Services, 1997 to 2000 Project Manager, Woodland, CA and Antioch, CA In this position, W.C. was the Project Manager for both the Woodland Division (Yolobus) and the Antioch Division (Tri Delta Transit). He was responsible for all client relations, budgets, revenue, human resources, maintenance, and operations for both of these mixed mode (fixed route, commuter and paratransit services) projects. W.C. created a safe, efficient working environment while meeting fiscal goals. He worked with City and County officials to coordinate the system. ASUCD Unitrans, 1995 to 1997 Operations Manager, Davis, CA As the Operations Manager, W.C. supervised management of daily operations and dispatch, management of the business office, payroll supervisor, advertising and sales, as well as marketing representatives. W.C. was responsible for training and testing of new employees for Class B, VTT and passenger endorsement and he also created a Human Resource Manager training program. While in this role, W.C. also performed as Supervisor and Training Manager. Alaina Maciá President and CEO Career Summary Medical Transportation Management, Inc., Lake St. Louis, MO, 2003 to Present President and Chief Executive Officer (CEO) Alaina serves as both President and CEO of MTM. In these capacities, she provides the vision, mission, and corporate values that make MTM a great company. She oversees all aspects of MTM including operations, technology, sales and marketing, human resources, legal, finance, and accounting. Along with the Board of Directors, Alaina sets and directs the corporate strategy. Her focus is to build an organization based on the strengths of its underlying team of employees. Hiring and further training the best candidates in the market guarantees high satisfaction for MTM clients. Alaina has recruited leaders in their industry to work at MTM and bring successful practices with them. She leads efforts to analyze and streamline current operational processes to enhance efficiency and scalability of operations. Among her successes, Alaina has successfully established new operations for the States of Minnesota, South Carolina, Kansas, and the District of Columbia. She has also grown MTM’s clients, both government and Managed Care Organizations, in numerous counties around the country. Alaina has successfully communicated our corporate message of Helping People Access Healthcare through Quality Transportation Management. Alaina’s leadership doesn’t stop there. She has consolidated operations from two locations into one new state-of-the-art corporate headquarters with a new Customer Service Center utilizing a Voice over Internet Protocol telephone system, bringing new efficiencies and cost savings to our clients. She has revamped the sales and marketing structure, resulting in greater effectiveness educating potential clients of the benefits of the brokerage model, through which sales and revenues have increased. She has focused on technology solutions with the greatest efficiency to better serve our clients, their members, and the providers who serve them resulting in an increase in satisfaction. Her strategy has included expanding the current business to include performing ADA transportation eligibility assessments. This expansion is derived from our unique Level-of-Need assessments that determine the most accurate transportation service for which an individual is eligible. Her ability to develop well aligned product extensions of MTM’s core business is a result of her dedication to MTM’s clients and their true business needs. By meeting with clients face-to-face, Alaina is able to design solutions that solve real problems and create significant value. This extends to transportation providers as well. Alaina treats our transportation providers as valued business partners. She collaborates with providers directly to determine how MTM can work with them in the most efficient manner possible, creating further value for our clients. Maritz, Inc., St. Louis, MO, 2002 to 2003 Marketing Strategist, Corporate Strategy, and Marketing Leadership Development Program Alaina led a task force to complete a thorough assessment of Maritz’ market position, relative to the pharmaceutical market based on product portfolio, market needs, and reputation in the sector. From this assessment, Alaina made the recommendation and implemented the reorganization of a portion of the direct sales force. As she suggested, Maritz’s sales force decided to focus entirely on developing the pharmaceutical sector to establish ownership, exploit expertise, and increase coordination around the sector. Career Highlights: Recruited high quality senior executive Patrick McNiff, VP of Paratransit Operations Effective communicator of an NEMT broker model and the benefits of choosing MTM Restructured organization personnel and physical locations to create higher efficiency and increase productivity Corporate strategist, taking MTM beyond the broker model with the ability to perform ADA transportation eligibility assessments Alaina Maciá President and CEO Education Olin School of Business, Washington University, St. Louis, MO Master of Business Administration • Emphasis in corporate strategy and finance. • Member of Delta Gamma Sigma (top 20% of class) • Selected for Washington University’s Monsanto Corporate Finance Practicum: Recommended corporate strategy after Pharmacia’s divestiture of Monsanto School of Engineering and Applied Science, Washington University, St. Louis, MO Bachelor of Science in Biological Engineering, emphasis in Environmental Engineering • Missouri Bright Flight and Academic Scholarship to Washington University Additional Information • Nominated and accepted by the United States Naval Academy (declined) • Fluent in Spanish • Recipient of St. Louis Business Journal’s Thirty Under Thirty Award, 2004 • Recipient of St. Louis Business Journal’s Forty Under Forty Award, 2011 • Named by St. Louis Business Journal among the 40 Most Influential Business Women, 2012 • Serves on the Development Board of St. Louis Children’s Hospital • Member of the Washington University Institute for Public Health National Council Career Summary (2) Washington University Medical School, St. Louis, MO, 2001 to 2002 Research Engineer Alaina maintained and programmed Zymark and Hudson robotic arms for the routine production of radio pharmaceuticals used for medical research and clinical practices. In her thoroughness, Alaina developed a new automation program using Visual Basic computer software for radioactive decay analysis, resulting in a 30% reduction in production costs. She was then tasked with the design and building of an automated radio pharmaceutical processing unit to decrease radiation exposure to technicians. To complete this task, she researched the need for $3 million clinical cyclotron and reviewed proposals from GE, EBCO, and IBA. Based on these proposals and results of her benefit cost analysis and profitability forecasting, she made a business recommendation. ID Task Name Duration Start Finish 1 Collier County Implementation Plan 45 days Fri 7/31/15 Thu 10/1/15 2 Anticipated completion of contract negotiations 1 day Fri 7/31/15 Fri 7/31/15 3 Project Management 41 days Mon 8/3/15 Mon 9/28/15 4 Draft work plan and submit to PTNE 5 days Mon 8/3/15 Fri 8/7/15 5 Review/approve work plan 3 days Mon 8/10/15 Wed 8/12/15 6 Finalize work plan 2 days Thu 8/13/15 Fri 8/14/15 7 Conduct kickoff meeting 1 day Mon 8/3/15 Mon 8/3/15 8 Conduct weekly status meetings 36 days Mon 8/10/15 Mon 9/28/15 17 Conduct meetings with Operations Contractor 31 days Wed 8/12/15 Wed 9/23/15 22 Facility 5 days Thu 9/24/15 Wed 9/30/15 23 Obtain facility from PTNE 1 day Thu 9/24/15 Thu 9/24/15 24 Move in 1 day Fri 9/25/15 Fri 9/25/15 25 Install phones, generator, hardware 3 days Mon 9/28/15 Wed 9/30/15 26 Information Technology 28 days Tue 8/18/15 Thu 9/24/15 27 Order software and hardware 15 days Tue 8/18/15 Mon 9/7/15 28 Acquire and build back office systems 5 days Tue 9/8/15 Mon 9/14/15 29 Develop IT policies/procedures 2 days Tue 9/15/15 Wed 9/16/15 30 Develop backup procedures 2 days Thu 9/17/15 Fri 9/18/15 31 Develop and document IT support manual 2 days Mon 9/21/15 Tue 9/22/15 32 Develop and document disaster recovery plan 2 days Wed 9/23/15 Thu 9/24/15 33 Staffing 23 days Mon 8/3/15 Wed 9/2/15 34 Offer positions to incumbent staff 3 days Tue 8/4/15 Thu 8/6/15 35 Place employment ads 10 days Mon 8/3/15 Fri 8/14/15 36 Review resumes 5 days Mon 8/17/15 Fri 8/21/15 37 Interview 5 days Mon 8/24/15 Fri 8/28/15 38 Perform background checks 2 days Mon 8/31/15 Tue 9/1/15 39 Hire 1 day Wed 9/2/15 Wed 9/2/15 40 Training 37 days Tue 8/4/15 Wed 9/23/15 41 Develop training plan and submit to PTNE 5 days Tue 8/4/15 Mon 8/10/15 42 Review/approve 5 days Tue 8/11/15 Mon 8/17/15 43 Incorporate changes/finalize 2 days Tue 8/18/15 Wed 8/19/15 44 Conduct training 10 days Thu 9/10/15 Wed 9/23/15 45 Deliverables 19 days Tue 8/4/15 Fri 8/28/15 46 Standard Operating Procedures 10 days Tue 8/4/15 Mon 8/17/15 47 Draft and submit 5 days Tue 8/4/15 Mon 8/10/15 48 Review/approve 3 days Tue 8/11/15 Thu 8/13/15 49 Incorporate changes/finalize 2 days Fri 8/14/15 Mon 8/17/15 50 Develop Safety System Program Plan (SSPP)10 days Tue 8/4/15 Mon 8/17/15 51 Draft and submit 5 days Tue 8/4/15 Mon 8/10/15 52 Review/approve 3 days Tue 8/11/15 Thu 8/13/15 53 Finalize plans 2 days Fri 8/14/15 Mon 8/17/15 54 Reports 10 days Tue 8/4/15 Mon 8/17/15 55 Draft and submit 5 days Tue 8/4/15 Mon 8/10/15 56 Review/approve 3 days Tue 8/11/15 Thu 8/13/15 57 Incorporate changes/finalize 2 days Fri 8/14/15 Mon 8/17/15 58 Call Center Scripting 10 days Tue 8/4/15 Mon 8/17/15 59 Draft and submit 5 days Tue 8/4/15 Mon 8/10/15 60 Review/approve 3 days Tue 8/11/15 Thu 8/13/15 61 Incorporate changes/finalize 2 days Fri 8/14/15 Mon 8/17/15 County MGR PTNE MGR MGR/PTNE MGR MGR IT/ITSC IT IT IT/ITSC IT/ITSC IT/ITSC IT/ITSC HR HR HR HR HR HR MGR PTNE MGR SDST MGR PTNE MGR MGR/SDST PTNE MGR/SDST MGR PTNE MGR MGR PTNE MGR July August Septemb October Task Split Milestone Summary Project Summary External Tasks External Milestone Inactive Task Inactive Milestone Inactive Summary Manual Task Duration‐only Manual Summary Rollup Manual Summary Start‐only Finish‐only Deadline Progress Page 1 Project: Collier County Implement Date: Tue 6/2/15 ID Task Name Duration Start Finish 62 Assessment and Travel Training Program  Development 19 days Tue 8/4/15 Fri 8/28/15 63 Draft functional assessment protocol 9 days Tue 8/4/15 Fri 8/14/15 64 Application modification/development 3 days Tue 8/4/15 Thu 8/6/15 65 Interview script/worksheet 3 days Fri 8/7/15 Tue 8/11/15 66 Recertification procedures 2 days Wed 8/12/15 Thu 8/13/15 67 Proposed procedure for electronic transmittal  of certification 1 day Fri 8/14/15 Fri 8/14/15 68 Draft travel training protocol 5 days Tue 8/4/15 Mon 8/10/15 69 Submit for review 1 day Tue 8/11/15 Tue 8/11/15 70 Review and approve 10 days Wed 8/12/15 Tue 8/25/15 71 Incorporate changes/finalize 3 days Wed 8/26/15 Fri 8/28/15 72 Quality Assurance Plan 10 days Tue 8/4/15 Mon 8/17/15 73 Draft and submit 5 days Tue 8/4/15 Mon 8/10/15 74 Review/approve 3 days Tue 8/11/15 Thu 8/13/15 75 Incorporate changes/finalize 2 days Fri 8/14/15 Mon 8/17/15 76 Contract Go Live 0 days Thu 10/1/15 Thu 10/1/15 MTTPAC/DAA MTTPAC/DAA MTTPAC/DAA MTTPAC/DAA MTTPAC/DTT MGR PTNE MTTPAC/DTT/DAA MGR/Planner PTNE MGR/Planner 10/1 July August Septemb October Task Split Milestone Summary Project Summary External Tasks External Milestone Inactive Task Inactive Milestone Inactive Summary Manual Task Duration‐only Manual Summary Rollup Manual Summary Start‐only Finish‐only Deadline Progress Page 2 Project: Collier County Implement Date: Tue 6/2/15 LIVERMORE AMADOR VALLEY TRANSIT AUTH September 2014LIVERMORE AMADOR VALLEY TRANSIT AUTH 1 of 15 Report Terms Defined for Additional Passengers - Any Passengers that is riding with the member that the trip is scheduled for Backdated - Trips that were entered into the system after they occurred Cancelled (Other) - All trips that were cancelled for reason such as computer problems, misinformation,o perator error, duplicate trip entered, etc Cancelled By Member - All trips that were cancelled by the member or on behalf of the member. Cancelled By Reconcilliation- All Trips that were cancelled by Reconcilliation for any reason. Complaints Percentage - The total number of complaints registered divided by the total number of trip legs requested. Completed Trip Legs - Any amount of legs that were scheduled and completed. The maximum number of legs that can be completed per trip is two. Denied Trips - All trips that were denied for reasons such as eligibility, enrollemnt, service not covered, inappropriate facility, etccetera. Member No Shows per Requested Reservation - The number of reservations that the member did not show for divided by the total number of reservations requested. Members Received On File - The number of members who were made eligible on the file. No Show By Member - All trips where the member either was not available for the pickup or cancelled the trip to the driver at the time of pickup on any leg. No Show By Transportation Provider - All trips where the transportation provider did not show up to pick up the member on any leg of the trip. Number of Unique Members - The total of number of members that look at least one trip. Requested Reservation - Any trip leg that was requested to occur regardless of its status. Requested Trip Leg - Any trip leg that was requested to occur regardless of its status. Total Eligible Members - The sum of the number of members made eligible on the file plus the number of members made eligible manually. Utilization Rate - The total number of completed trips legs member no shows divided by the total number of members. September 2014LIVERMORE AMADOR VALLEY TRANSIT AUTH 2 of 15 Summary Information Utilization Information Q4-2013 Q1-2014 Q2-2014 Q3-2014 September 2014 Member for whom Payment was Received 0 0 575 1,706 623 2,281 Unique Members Utilizing Transportation 0 0 437 505 347 617 Total Requested Trip Legs 0 0 10,857 15,791 5,036 26,648 Completed Trip Legs 0 0 7,197 11,507 3,829 18,704 Total Requested Reservation 0 0 10,855 15,789 5,035 26,644 Completed Trip Reservations 0 0 7,197 11,507 3,829 18,704 Member No Shows per Requested Reservation(5% or less goal)0%0%5.33%3.61%4.31%4.31% Utilization Rate 0%0%1352.35%707.91%649.44%870.36% Phone Statistics Q4-2013 Q1-2014 Q2-2014 Q3-2014 September 2014 Call Offered/incoming Calls 0 0 9,758 8,449 2,276 18,207 Calls Answered 0 0 8,629 7,436 2,099 16,065 Abandon Percent(5% or less goal)0.00%0.00%11.60%11.99%7.78%11.78% Average Speed of Answer 0 0 83 96 37 60 Complaint Information Q4-2013 Q1-2014 Q2-2014 Q3-2014 September 2014 Provider No Show 0 0 10 0 0 10 Provider Timeliness 0 0 20 7 0 27 Provider Service Quality 0 0 0 0 0 0 Driver Behavior 0 0 6 6 2 12 Internal Complaint 0 0 11 4 2 15 Miscellaneous Complaint 0 0 0 0 0 0 Total Complaints 0 0 47 17 4 64 Complaint Percentage 0.00%0.00%0.43%0.11%0.08%0.24% September 2014LIVERMORE AMADOR VALLEY TRANSIT AUTH 3 of 15 Completed Trips Legs by Vehicle Type Vehicle Q4-2013 Q1-2014 Q2-2014 Q3-2014 September 2014 Ambulatory 0 0 5,213 7,890 2,688 13,103 Wheelchair 0 0 1,984 3,617 1,141 5,601 All Vehicles 0 0 7,197 11,507 3,829 18,704 Completed Trips Legs by Vehicle Type(Percent) Vehicle Q4-2013 Q1-2014 Q2-2014 Q3-2014 September 2014 Ambulatory NaN NaN 72%69%70%70% Wheelchair NaN NaN 28%31%30%30% All Vehicles NaN NaN 100%100%100%100% September 2014LIVERMORE AMADOR VALLEY TRANSIT AUTH 4 of 15 Completed Trips Legs by Vehicle Type September 2014LIVERMORE AMADOR VALLEY TRANSIT AUTH 5 of 15 Total Miles by Vehicle Type for Completed Trips Vehicle Q4-2013 Q1-2014 Q2-2014 Q3-2014 September 2014 Ambulatory 0 0 24,001 40,992 12,729 64,994 Wheelchair 0 0 8,499 18,558 5,480 27,057 All Vehicles 0 0 32,500 59,550 18,209 92,051 September 2014LIVERMORE AMADOR VALLEY TRANSIT AUTH 6 of 15 Completed Trip Legs by Trip Reason Code for September 2014 Code Description Trip Legs Percent of All Total Miles Average Miles 57 NON MEDICAL TRIP/REASON 3,829 100.00%18,209 5 Total 3,829 100%18,209 5 September 2014LIVERMORE AMADOR VALLEY TRANSIT AUTH 7 of 15 Completed Trip Legs by Trip Reason Code for September 2014 September 2014LIVERMORE AMADOR VALLEY TRANSIT AUTH 8 of 15 Incomplete Reservations Reason Q4-2013 Q1-2014 Q2-2014 Q3-2014 September 2014 No Show By Member (5% goal)0 0 579 570 217 1,149 Denied 0 0 2 0 0 2 Cancelled By Member 0 0 2,276 1,375 0 3,651 Cancelled By Reconciliation 0 0 55 277 64 332 Other 0 0 549 1,990 915 2,539 Total 0 0 3,461 4,212 1,196 7,673 September 2014LIVERMORE AMADOR VALLEY TRANSIT AUTH 9 of 15 Days of Notice for Completed Reservations Notice Ambulance Public Transit Ambulatory Charter Bus WheelChair Stretcher Total Percent Gas 0 0 0 0 0 0 0 0 0.00%0 1 0 0 0 0 0 0 0 0.00%0 2 0 0 0 0 0 0 0 0.00%0 3 0 0 0 0 0 0 0 0.00%0 4 0 0 0 0 0 0 0 0.00%0 5 0 0 0 0 0 0 0 0.00%0 6 or More 0 0 0 0 0 0 0 0.00%0 Backdated 0 0 2,688 0 1,141 0 3,829 100.00%0 Total 0 0 2,688 0 1,141 0 3,829 100.00%0 Percentage also excludes gas trips September 2014LIVERMORE AMADOR VALLEY TRANSIT AUTH 10 of 15 Additional Passengers for Completed Reservations for September 2014 Member'a Age Total Reservations Additional Passengers w/ Appointment Additional Passengers w/o Appointment Total People Transported 00 TO 01 0 0 0 0 02 TO 06 0 0 0 0 07 TO 13 0 0 0 0 14 TO 20 0 0 0 0 21 TO 44 0 0 0 0 45 TO 65 3,829 0 396 4,225 66 TO 75 0 0 0 0 76 TO 85 0 0 0 0 86+0 0 0 0 Total 3,829 0 396 4,225 September 2014LIVERMORE AMADOR VALLEY TRANSIT AUTH 11 of 15 Transportation Provider Information Transportation Provider Minority Owned Woman Owned Ambulatory Legs % of All Ambulatory WheelChair Legs % of All Wheelchair Member No Show Provider No Show ACE MEDICAL TRANSPORTATION, LAVTA N N 633 23.55%181 15.86%4.90%0.00% ALLY FRIENDLY TRANSPORTATION N N 139 5.17%137 12.01%4.12%0.00% CABULANCE COMFORT INC N N 221 8.22%88 7.71%6.40%0.00% DESOTO ACCESS TRANSPORTATION LAVTA N N 258 9.60%41 3.59%5.02%0.00% RIDE RIGHT LLC (LAVTA) N N 60 2.23%20 1.75%2.44%0.00% SECURE TRANSPORTATION COMPANY, N N 699 26.00%297 26.03%4.51%0.00% TRI VALLEY TRANSPORTATION N N 378 14.06%246 21.56%5.31%0.00% UNIVERSAL TRANSPORTATION (LAVT N N 300 11.16%131 11.48%7.68%0.00% Total 0 0 2688 100.00%1141 100.00%8.00%0.00% September 2014LIVERMORE AMADOR VALLEY TRANSIT AUTH 12 of 15 Pick Up and Drop Off Counties from Completed Reservations Pickup Counties ST County Reservations CA ALAMEDA 3731 CA CONTRA COSTA 34 CA SAN FRANCISCO 1 Total 3766 Drop Off Counties ST County Reservations CA ALAMEDA 3712 CA CONTRA COSTA 45 CA SAN FRANCISCO 1 Total 3758 September 2014LIVERMORE AMADOR VALLEY TRANSIT AUTH 13 of 15 Top 5 Pick Up and Drop Off Locations from Completed Reservations Pickup State County Drop Off State County RESERVATI ONS CA ALAMEDA CA ALAMEDA 3623 CONTRA COSTA 38 SAN FRANCISCO 1 Total 3662 CONTRA COSTA CA ALAMEDA 28 CONTRA COSTA 5 Total 33 SAN FRANCISCO CA ALAMEDA 1 Total 1 DropOff State County Drop Off State County RESERVATI ONS CA ALAMEDA CA ALAMEDA 3623 CONTRA COSTA 28 SAN FRANCISCO 1 Total 3652 CONTRA COSTA CA ALAMEDA 38 CONTRA COSTA 5 Total 43 SAN FRANCISCO CA ALAMEDA 1 Total 1 September 2014LIVERMORE AMADOR VALLEY TRANSIT AUTH 14 of 15 Satisfaction Survey Results Phone Service Benchmark: 95% Transportation Provider Service Benchmark: 92% Current Month: September2014 Completed: Refused: Unavailable: Unaccounted: Questions Regarding Phone Service Yes No Questions Regarding Transportation Provider Yes No All Questions NaN NaN All Questions NaN NaN Was your call answered as quickly as you'd like ?Did the driver treat you with dignity and respect ? Did the person who answered your call treat you with dignity and respect ? Did the driver tell you his name and why he was there ? Was the person you talked to helpful ?Did you get to your health care appointment on time ? Did the person you talked to offer you help with more than just your ride ? For your ride back home, did the driver pick you up within 1 hour ? When you called, did you get the kind of service you wanted ? Did the vehicle have working seat belts ? Previous Quarter: Q2-2014 Completed: 62 Questions Regarding Phone Service YES Questions Regarding Transportation Provider YES Responses 94.00%Responses 89.00% Year: 2014 Completed: 90 Questions Regarding Phone Service YES Questions Regarding Transportation Provider YES Responses 93.00%Responses 91.00% September 2014LIVERMORE AMADOR VALLEY TRANSIT AUTH 15 of 15 16 Hawk Ridge Drive | Lake Saint Louis, MO 63367 | phone 636.561.5686 | fax 636.561.2962 | www.mtm-inc.net LIVERMORE CALL MONITORING ROLLUP MTM QUALITY AVERAGES FOR LAVTA CALLS Below, you will find a summary of MTM’s overall quality averages for our LAVTA client. Client Quality Average LAVTA 91% SECTION AVERAGES The tables below show section averages for LAVTA evaluations, lowest scoring sections are highlighted. 0.00% 10.00% 20.00% 30.00% 40.00% 50.00% 60.00% 70.00% 80.00% 90.00% 100.00% LAVTA SECTION AVERAGES SECTION SECTION AVERAGE 1. Greeting 90.79% 2. Professionalism 99.47% 3. Customer Verification 59.21% 4. Trip Intake 95.86% 5. Where’s My Ride 100.00% 6. Customer Care 90.00% 7. Hold Usage 94.74% 8. Call Closing 89.47% 9. Major Infractions 97.37% 16 Hawk Ridge Drive | Lake Saint Louis, MO 63367 | phone 636.561.5686 | fax 636.561.2962 | www.mtm-inc.net LAVTA QUESTION AVERAGES Questions Average 1.1 Did the CSR properly identify the company? 81.58% 1.2 Did the CSR should immediately introduce him/herself? 100.00% 2.1 Did the CSR use proper grammar throughout the call? 100.00% 2.2 Did the CSR refrain from discussing anything that may have conflicting viewpoints? 100.00% 2.3 Did the CSR Acknowledged and answered all questions? 100.00% 2.4 Did the CSR give correct answers to the customer/caller? 100.00% 2.5 During the call did the CSR make good use of problem solving skills? 97.37% 3.1 Did the CSR verify the first and last name of the customer using the services? 94.74% 3.2 Did the CSR verify the customer’s telephone number? 23.68% 4.1 Did the CSR verify the date and time of the transportation request? 100.00% 4.2 Did the CSR verify the pickup address being used for the transportation request? 100.00% 4.3 Did the CSR verify the drop off location’s address? 100.00% 4.4 Did the CSR verify the space type? 86.84% 4.5 If there are attendants/passenger did the CSR verify how many? 89.47% 4.6 Did the CSR verify if the customer is requesting single or multi leg trip? 97.37% 4.7 After setting a transportation request; did the CSR perform a full recap? 97.37% 5.1 Did the CSR verify the address that the customer needs to be picked up from? 100.00% 5.2 Did the CSR verify picked up address before contacting the provider 100.00% 5.3 Did the CSR inform the caller an accurate estimated time of arrival? 100.00% 6.1 Did the CSR refer to the customer/caller by name during the call? 42.11% 6.2 Did the CSR ensure not to elevate their voice ? 97.37% 6.3 Did the CSR should show empathy towards the customer’s situation? 97.37% 6.4 Did the CSR use courtesy words? 92.11% 6.5 Did the CSR avoid interrupting the customer? 94.74% 6.6 Did the CSR use a rate of speech that could easily be understood? 100.00% 6.7 Did the CSR pause as needed during the call? 94.74% 6.8 Did the CSR minimize distractions? 100.00% 7.1 Did the CSR request permission and explain reasoning for hold? 97.37% 7.2 Did the CSR check back with the caller that was placed on hold? 92.11% 8.1 Did the CSR offer additional assistance during the closing? 81.58% 8.2 Did the CSR thank the caller for calling after each call? 94.74% 8.1 Did the CSR ensure the caller knows to call back with any cancels or changes? 92.11% 9.1 Did the CSR handle the call without any Major Infraction? 97.37% Sample Transit Miner Reports Productivity Analysis As of 10/03/2013 01:12:06 PM, with filters: Route=*, From:08/01/2013, To:08/31/2013 (27 rows) Month Day Registered Companion Attendant Service Hours PPSH Revenue Hours PPRH Aug 2013 Thu 227 20 5 105.63 2.15 69.32 3.27 Aug 2013 Fri 226 39 6 117.40 1.93 84.52 2.67 Aug 2013 Sat 47 12 0 31.32 1.50 27.10 1.73 Aug 2013 Mon 191 10 9 101.42 1.88 83.12 2.30 Aug 2013 Tue 198 35 15 94.03 2.11 78.13 2.53 Aug 2013 Wed 191 38 9 102.58 1.86 82.33 2.32 Aug 2013 Thu 220 84 19 120.02 1.83 93.17 2.36 Aug 2013 Fri 189 43 6 86.30 2.19 72.52 2.61 Aug 2013 Sat 60 12 2 37.65 1.59 35.18 1.71 Aug 2013 Mon 186 36 11 87.95 2.11 74.37 2.50 Aug 2013 Tue 180 37 7 83.70 2.15 69.25 2.60 Aug 2013 Wed 193 7 4 91.43 2.11 73.52 2.63 Aug 2013 Thu 217 12 9 121.18 1.79 84.28 2.57 Aug 2013 Fri 204 10 6 106.85 1.91 78.87 2.59 Aug 2013 Sat 64 2 5 57.13 1.12 37.42 1.71 Aug 2013 Mon 220 8 4 136.95 1.61 92.87 2.37 Aug 2013 Tue 204 8 5 115.63 1.76 72.13 2.83 Aug 2013 Wed 230 19 2 138.80 1.66 86.47 2.66 Aug 2013 Thu 233 29 6 141.98 1.64 100.93 2.31 Aug 2013 Fri 272 54 8 141.33 1.92 101.20 2.69 Aug 2013 Sat 51 4 2 36.53 1.40 31.38 1.63 Aug 2013 Mon 272 41 6 149.07 1.82 98.68 2.76 Aug 2013 Tue 241 34 5 129.53 1.86 87.42 2.76 Aug 2013 Wed 250 39 2 155.83 1.60 104.25 2.40 Aug 2013 Thu 252 52 9 159.35 1.58 105.23 2.39 Aug 2013 Fri 272 43 5 118.47 2.30 98.05 2.77 Aug 2013 Sat 55 0 3 35.38 1.55 32.73 1.68 Month Total: 27 5145 728 170 2,803.46 1.8 2,054.43 2.5 Total: 27 5145 728 170 2,803.46 1.8 2,054.43 2.5 Statistics by Transit Miner - Copyright (c) 2012-2013 - 2g Transit Solutions, Inc. Trips By Purpose As of 10/03/2013 01:15:40 PM, with filters: Purpose=*, From:09/01/2013, To:09/30/2013 (9 rows) Date Purpose Trips Sep 2013 DAY CARE 8 Sep 2013 EDUCATION 598 Sep 2013 GROCERIES 76 Sep 2013 JOB TRAINING 2977 Sep 2013 MEDICAL 530 Sep 2013 PERSONAL 546 Sep 2013 RECREATIONAL 208 Sep 2013 SHOPPING 297 Sep 2013 WORK 879 Month Total:6119 Total:6119 Statistics by Transit Miner - Copyright (c) 2012-2013 - 2g Transit Solutions, Inc. Productivity Analysis As of 10/03/2013 01:18:49 PM, with filters: Route=*, From:09/01/2013, To:09/30/2013 (48 rows) Month Route Registered Companion Attendant Service Hours PPSH Revenue Hours PPRH Sep 2013 ACS 2 4.95 0.00 0.00 0.00 Sep 2013 BBDPM4 3.75 0.00 2.53 0.00 Sep 2013 BDDAM 57 0 0 -12.07 0.00 -15.80 0.00 Sep 2013 BDDAM 5 122 87 22 45.10 2.71 40.33 3.02 Sep 2013 BDDAM 6 62 0 0 -9.80 0.00 -12.60 0.00 Sep 2013 BDDAM 7 42 70 2 24.77 1.70 20.78 2.02 Sep 2013 BDDAM 8 46 0 0 14.53 3.17 10.52 4.37 Sep 2013 BDDAM 9 53 0 0 35.08 1.51 25.97 2.04 Sep 2013 BDDAM2 56 2 0 5.70 9.82 3.00 18.67 Sep 2013 BDDAM3 124 0 1 44.18 2.81 36.92 3.36 Sep 2013 BDDAM4 24 16 0 -11.95 0.00 -17.45 0.00 Sep 2013 BDDPM 69 0 0 -0.55 0.00 12.45 5.54 Sep 2013 BDDPM 5 9 0 0 9.83 0.92 4.02 2.24 Sep 2013 BDDPM 6 44 0 0 9.03 4.87 6.57 6.70 Sep 2013 BDDPM 7 13 0 0 19.13 0.68 8.98 1.45 Sep 2013 BDDPM 8 38 0 0 12.85 2.96 9.93 3.83 Sep 2013 BDDPM 9 11 96 0 13.95 0.79 9.25 1.19 Sep 2013 BDDPM2 32 2 0 9.37 3.42 6.77 4.73 Sep 2013 BDDPM3 3.75 0.00 0.60 0.00 Sep 2013 BDDPM4 16 0 0 6.75 2.37 4.33 3.69 Sep 2013 FIRST IMP 16 12 0 5.42 2.95 1.45 11.03 Sep 2013 LAN 01 74 2 1 43.05 1.72 38.32 1.93 Sep 2013 LAN 03 15 0 0 8.75 1.71 8.50 1.76 Sep 2013 LAN 201A 69 6 0 18.28 3.77 16.20 4.26 Sep 2013 LAN 201P 59 17 2 28.55 2.07 24.40 2.42 Sep 2013 LAN 202A 69 19 3 22.17 3.11 25.18 2.74 Sep 2013 LAN 202P 34 10 1 21.40 1.59 13.48 2.52 Sep 2013 LAN 204 66 13 4 38.82 1.70 35.83 1.84 Sep 2013 LAN 3 12 3 0 8.50 1.41 7.73 1.55 Sep 2013 LAN 43 26 0 0 26.50 0.98 18.45 1.41 Sep 2013 LAN 505 15.17 0.00 3.00 0.00 Sep 2013 LAN 901 14.25 0.00 2.40 0.00 Sep 2013 LOOP 1 1 1 0 1.50 0.67 1.50 0.67 Sep 2013 LOOP 2 1 1 0 1.25 0.80 1.25 0.80 Sep 2013 LOOP 3 1 0 0 1.25 0.80 1.25 0.80 Sep 2013 LOOP 4 1 0 0 1.25 0.80 1.25 0.80 Sep 2013 LOOP 5 1 0 0 1.25 0.80 1.25 0.80 Sep 2013 LOOP 6 1 0 0 1.25 0.80 1.25 0.80 Sep 2013 MEMORIAL EXP 9 0 0 5.13 1.75 4.75 1.89 Sep 2013 SAT 1 11 0 1 6.75 1.63 6.22 1.77 Sep 2013 SAT 2 9 0 0 7.63 1.18 7.25 1.24 Sep 2013 SAT 3 18 10 0 6.75 2.67 6.05 2.98 Sep 2013 SAT 4 12 0 2 7.08 1.69 6.73 1.78 Sep 2013 SAT 5 6 0 0 7.92 0.76 6.58 0.91 Sep 2013 TARHE A 29 46 6 20.88 1.39 17.73 1.64 Sep 2013 TARHE P 41 17 2 24.57 1.67 22.17 1.85 Sep 2013 VIOLET A 49 1 0 34.28 1.43 31.23 1.57 Sep 2013 W CEDAR 15 0 1 19.72 0.76 13.45 1.12 Month Total: 48 1463 431 48 627.68 2.3 481.97 3.0 Total:48 1463 431 48 627.68 2.3 481.97 3.0 Statistics by Transit Miner - Copyright (c) 2012-2013 - 2g Transit Solutions, Inc. Miles By Vehicle As of 10/03/2013 01:25:39 PM, with filters: Vehicle=*, From:08/01/2013, To:08/30/2013 (22 rows) Month Vehicle BeginOdometer EndOdometer Miles Aug 2013 1001 111,337.00 113,231.00 1,894.00 Aug 2013 1002 110,452.00 111,702.00 1,250.00 Aug 2013 1101 101,352.00 104,183.00 2,831.00 Aug 2013 1201 66,803.00 70,885.00 4,082.00 Aug 2013 1202 62,443.00 67,171.00 4,728.00 Aug 2013 1203 37,451.00 39,768.00 2,317.00 Aug 2013 1204 55,693.00 58,439.00 2,746.00 Aug 2013 1301 10,150.00 13,418.00 3,268.00 Aug 2013 1302 12,155.00 15,912.00 3,757.00 Aug 2013 1303 9,501.00 12,447.00 2,946.00 Aug 2013 43 187,159.00 189,818.00 2,659.00 Aug 2013 45 214,242.00 216,676.00 2,434.00 Aug 2013 57 148,652.00 152,302.00 3,650.00 Aug 2013 8014 297,086.00 297,156.00 70.00 Aug 2013 8015 279,864.00 282,075.00 2,211.00 Aug 2013 8017 284,083.00 284,519.00 436.00 Aug 2013 8019 284,287.00 305,368.00 21,081.00 Aug 2013 901 148,164.00 150,033.00 1,869.00 Aug 2013 902 132,995.00 133,579.00 584.00 Aug 2013 91 252,752.00 253,004.00 252.00 Aug 2013 92 267,395.00 267,782.00 387.00 Aug 2013 95 245,317.00 246,287.00 970.00 Month Total:22 66,422.00 Total:22 66,422.00 Statistics by Transit Miner - Copyright (c) 2012-2013 - 2g Transit Solutions, Inc. Sample Functional Assessment Reports MonthDate of EvaluationEvaluators InitialsCustomer ID #Interview Assessment Request #Time of EvaluationInterview TypeEvaluation Type Physical CourseAssessment DispositionEvaluation DeterminationAssessment Start TimeAssessment End TimeAssessment DurationNovember 11/3/2014 CH 55983 24452 9:30 AM Cert Phys + Live FR Trip 1/4 mi OutdoorComplete Pass w/ Conditions (conditionally eligible) 9:23 AM 9:45 AM 0:22:00November 11/3/2014 CH 29623 24475 9:30 AM Recert FACTS N/AComplete Pass w/ Conditions (conditionally eligible) 9:45 10:00 AM 0:15:00November 11/3/2014 HV 56226 24457 9:30 AM Cert Physical 1/2 mi OutdoorComplete Pass w/ Conditions (conditionally eligible) 9:55 AM 10:30 AM 0:35:00November 11/3/2014 NB 56242 24534 9:30 AM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 9:20 AM 9:40 AM 0:20:00November 11/3/2014 HV 34399 24499 10:30 AM Recert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 11:40 AM 12:00 PM 0:20:00November 11/3/2014 HV 51560 24504 10:30 AM Recert Physical IndoorComplete Fail (unconditionally eligible)10:45 AM 11:10 AM 0:25:00November 11/3/2014 39619 24495 9:30 AM RecertCanceled0:00:00November 11/3/2014 56102 54525 10:30 AM CertCanceled0:00:00November 11/3/2014 CH 56248 24503 10:30 AM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 10:15 10:30 0:15:00November 11/3/2014 CH 28664 24453 11:30 AM Recert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 11:31 11:45 0:14:00November 11/3/2014 CH 56220 24455 11:30 AM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible)11:1411:300:16:00November 11/3/2014 HV 30144 24484 11:30 AM Recert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 11:20 AM 11:35 AM 0:15:00November 11/3/2014 CH 56200 24441 2:00 PM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 1:55 PM 2:10 PM 0:15:00November 11/3/2014 HV 39102 24397 3:00 PM Cert FACTS N/AComplete Fail (unconditionally eligible)3:20 PM 3:38 PM 0:18:00November 11/3/2014 HV 56109 24402 3:00 PM Cert Live FR Trip 1/4 mi OutdoorComplete Pass w/ Conditions (conditionally eligible) 2:40 PM 3:05 PM 0:25:00November 11/3/2014 CH 56190 24430 3:00 PM Cert FACTS N/AComplete Pass w/ Conditions (conditionally eligible) 2:49 PM 3:06 PM 0:17:00November 11/3/2014 56101 24356 2:00 PM CertCanceled0:00:00November 11/3/2014 39931 24408 2:00 PM RecertCanceled0:00:00November 11/3/2014 56205 24442 2:00 PM CertCanceled0:00:00November 11/3/2014 56225 24450 2:00 PM CertCanceled0:00:00November 11/3/2014 21834 24312 3:00 PM CertCanceled0:00:00November 11/3/201429204 24359 3:00 PM RecertCanceled0:00:00November 11/04/1456194 24527 9:30 AM CertCanceled0:00:00November 11/04/14 BM 56229 24528 9:30 AM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 9:27 AM 9:37 AM 0:10:00November 11/4/2014 CH 56176 24498 9:30 AM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 9:28 9:45 0:17:00November 11/4/2014 HV 55966 24518 9:30 AM Cert FACTS N/AComplete Pass (not eligible)9:35 AM 10:01 AM0:26:00November 11/4/2014HV 34187 24477 11:30 AM Recert Phys + Live FR Trip Indoor + 1/4 mi OComplete Pass w/ Conditions (conditionally eligible) 11:30 AM 12:05 PM 0:35:00November 11/4/2014 CH 56148 24497 10:30 Cert Physical Indoor Complete Fail (unconditionally eligible)10:28 10:42November 11/04/14 BM 47618 24426 10:30 AM Cert Bus Mock‐up N/AComplete Pass w/ Conditions (conditionally eligible) 10:31 AM 10:44 AM 0:13:00November 11/04/1456113 24451 10:30 AM CertCanceled0:00:00November 11/04/149655 24468 10:30 AM RecertCanceled0:00:00November 11/04/1439869 24400 11:30 AM RecertCanceled0:00:00November 11/04/1453808 24446 11:30 AM CertCanceled0:00:00November 11/04/1456219 24465 11:30 AM CertCanceled0:00:00November 11/04/1427066 24474 11:30 AM RecertCanceled0:00:00November 11/04/14 CH 56174 24410 2:00 PM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 2:55 PM 3:11 PMNovember 11/04/1454008 24329 2:00 PM CertCanceled0:00:00November 11/04/1456128 24411 2:00 PM CertCanceled0:00:00November 11/04/1411857 24471 2:00 PM Recert Physical IndoorComplete Fail (unconditionally eligible)3:20 PM 3:30 PM 0:10:00November 11/04/14 BM 56131 24412 3:00 PM Cert Physical Indoor + Add Complete Pass (not eligible)2:49 PM 3:05 PM 0:16:00November 11/04/14 BM 36720 24463 3:00 PM CertCanceled0:00:00November 11/04/1418783 24472 3:00 PM RecertCanceled0:00:00November 11/04/14 CH 56216 24448 3:00 PM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 3:42 PM 4:00 PMNovember 11/05/1454772 244969:30 CertCanceledNovember 11/05/14 CH 34776 245489:30 Recert Live FR Trip N/AComplete Pass (not eligible)9:18 9:40November 11/05/14 BM 56059 24589 9:30 AM Cert FACTS N/AComplete Fail (unconditionally eligible)9:45 AM 10:09 AM 0:24:00November 11/5/2014 NB 56252 24553 9:30 AM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 9:45 AM 10:10 AM 0:25:00November 11/5/2014 HV 56243 24535 10:30 AM Cert Physical Indoor + Add Complete Fail (unconditionally eligible)10:30 AM 11:00 AM 0:30:00November 11/5/2014 CH 56108 24398 10:30 AM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 10:15 AM 10:30 AMNovember 11/5/2014 CH 56157 24515 10:30 AMCertPhysicalIndoorComplete Pass w/ Conditions (conditionally eligible) 10:47 AM 11:08 AMNovember 11/5/201456102 24540 10:30 AM CertCanceledNovember 11/05/14 BM 56251 24537 10:30 AM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 10:36 AM 10:50 AM 0:14:00November 11/05/14 BM 56071 24459 11:30 AM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 11:24 AM 11:50 AM 0:26:00November 11/05/1447781 24482 11:30 AM RecertCanceledNovember 11/05/1448491 24492 11:30 AM RecertCanceledMonthly Summary Report MonthDate of EvaluationEvaluators InitialsCustomer ID #Interview Assessment Request #Time of EvaluationInterview TypeEvaluation Type Physical CourseAssessment DispositionEvaluation DeterminationAssessment Start TimeAssessment End TimeAssessment DurationNovember 11/05/14 CH 56213 24542 11:30 AM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 11:39 AM 11:55 AMNovember 11/5/2014 HV 55708 24523 11:30 AM Cert Physical 1/4 mi OutdoorComplete Pass w/ Conditions (conditionally eligible) 11:20 AM 11:47 AM 0:27:00November 11/5/2014 HV 48121 24490 2:00 PM Cert Phys + FACTS Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 2:25 PM 3:00 PM 0:35:00November 11/5/20144613 24418 2:00 PM RecertCanceledNovember 11/5/201456227 24452 2:00 PM CertCanceledNovember 11/5/201456150 24485 2:00 PM CertCanceledNovember 11/5/201456139 24514 2:00 PM CertCanceledNovember 11/5/201456169 24423 3:00 PM CertCanceledNovember 11/5/201453755 24486 3:00 PM CertCanceledNovember 11/5/2014 CH 56136 24505 3:00 PM Cert Phys + FACTS IndoorComplete Pass w/ Conditions (conditionally eligible) 3:30 PM 3:55 PMNovember 11/05/14 BM 3758 24500 3:00 PM Recert FACTS N/AComplete Pass w/ Conditions (conditionally eligible) 3:06 PM 3:32 PM 0:26:00November 11/6/201458189 24596 9:30 AM CertCanceled0:00:00November 11/6/201447394 24584 9:30 AM CertCanceled0:00:00November 11/6/201456189 24596 9:30 AM CertCanceled0:00:00November 11/6/2014 HV 56273 24580 9:30 AMCertPhysical IndoorComplete Fail (unconditionally eligible)9:30 AM 10:05 AM 0:35:00November 11/06/14 BM 34599 24539 9:30 AM Cert FACTS N/AComplete Pass (not eligible)9:40 AM 10:06 AM 0:26:00November 11/06/14 BM 56208 24501 10:30 AM Cert Physical IndoorComplete Fail (unconditionally eligible)11:28 AM 11:38 AM 0:10:00November 11/06/14 CH 56231 24529 10:30 AM Cert Live FR Trip N/AComplete Pass (not eligible)10:20 AM 10:38 AM 0:18:00November 11/6/201438224 24481 10:30 AM CertCanceled0:00:00November 11/6/201455977 24524 10:30 AM CertCanceled0:00:00November 11/6/201413366 24545 10:30 AM RecertCanceled0:00:00November 11/6/2014 CH 56077 24513 11:30 AM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 11:30 AM 11:47 AMNovember 11/6/2014 HV 18588 24516 11:30 AM Recert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 11:30 AM 12:05 PM 0:35:00November 11/6/201438780 23997 11:30 AM RecertCanceled0:00:00November 11/6/201456129 24392 11:30 AM CertCanceled0:00:00November 11/6/201456212 24476 2:00 PMCertCanceled0:00:00November11/6/201421409 24603 2:00 PM CertCanceled0:00:00November 11/6/201448153 24416 3:00 PM CertCanceled0:00:00November 11/6/2014 HV 33502 24610 2:00 PM Recert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 1:50 PM 2:15 PM 0:25:00November 11/6/2014 HV 56142 24379 3:00 PM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 2:55 PM 3:15 PM 0:20:00November 11/6/201410673 24467 3:00 PM Recert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 3:25 PM 3:35 PM 0:10:00November 11/06/14 BM 48416 24483 2:00 PM Recert Physical IndoorComplete Fail (unconditionally eligible)2:07 PM 2:19 PM 0:12:00November 11/06/14 BM 37959 24506 3:00 PM Cert Live FR Trip N/AComplete Pass w/ Conditions (conditionally eligible) 3:07 PM 3:29 PM 0:22:00November 11/06/14 CH 52911 24507 2:00 PM Cert Phys + Live FR TripIndoorCompletePass w/ Conditions (conditionally eligible) 2:10 PM 2:30 PM 0:20:00November 11/06/14 CH 46107 24480 3:00 PM Recert Physical IndoorComplete Fail (unconditionally eligible)3:10 PM 3:22 PM 0:12:00November 11/07/1447386 24613 9:30 AM RecertCanceled0:00:00November 11/07/14 NB 56274 24621 9:30 AM Cert Live FR Trip N/AComplete Pass w/ Conditions (conditionally eligible) 9:28 AM 9:45 AM 0:17:00November 11/07/14 BM 56259 24578 10:30 AM Cert Live FR Trip N/AComplete Pass w/ Conditions (conditionally eligible) 10:57 AM 11:13 AM 0:16:00November 11/07/14 BM 56067 24591 10:30 AM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 10:26 AM 10:45 AM 0:19:00November 11/07/14 BM 56249 24536 11:30 AM Cert Phys + FACTS IndoorComplete Fail (unconditionally eligible)11:28 AM 12:09 PM0:41:00November11/07/14 BM 6296 24551 11:30 AM Recert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 11:30 AM 12:00 PM 0:30:00November 11/07/14 NB 56246 24600 11:30 AM CertCanceled0:00:00November 11/7/2014 HV 55242 24563 10:30 AM Cert Physical Indoor + Add Complete Fail (unconditionally eligible)10:25 AM 10:50 AM 0:25:00November 11/7/2014 HV 55754 24581 10:30 AM Cert Physical 1/4 mi OutdoorComplete Pass w/ Conditions (conditionally eligible) 10:52 AM 11:15 AM 0:23:00November 11/7/2014 HV 48098 24552 11:30 AM Recert Phys + Live FR Trip 1/4 mi OutdoorComplete Pass w/ Conditions (conditionally eligible) 11:27 AM 12:00 PM 0:33:00November 11/7/2014 CH 56281 24630 9:30 AM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 9:46 AM 10:01 AM 0:15:00November 11/7/2014 CH 56168 24587 10:30 AM Cert Phys + FACTS IndoorComplete Pass w/ Conditions (conditionally eligible) 10:30 AM 10:48 AMNovember 11/7/2014 CH 53731 24543 11:30 AM Cert Bus Mock‐up N/AComplete Fail (unconditionally eligible)11:20 AM 11:37 AMNovember 11/10/2014 CH 8495 24512 9:30 AM Recert FACTS N/AComplete Fail (unconditionally eligible)9:18 AM 9:35 AMNovember 11/10/2014 CH 8087 24612 9:30 AM Recert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 9:40 AM 9:55 AMNovember 11/10/201421264 24663 9:30 AM RecertCanceledNovember 11/10/14 BM 39873 24644 9:30 AM Recert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 9:27 AM9:44 AM 0:17:00November 11/10/14 BM 56233 24571 10:30 AM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 10:48 AM 11:01 AM 0:13:00November 11/10/14 BM 54128 24583 11:30 AM Cert Physical IndoorPatial Incomplete Fail (unconditionally eligible)11:27 AM 11:36 AM 0:09:00November 11/10/14 BM 7242 24508 2:00 PM Recert FACTS N/AComplete Pass w/ Conditions (conditionally eligible) 2:06 PM 2:32 PM 0:26:00 MonthDate of EvaluationEvaluators InitialsCustomer ID #Interview Assessment Request #Time of EvaluationInterview TypeEvaluation Type Physical CourseAssessment DispositionEvaluation DeterminationAssessment Start TimeAssessment End TimeAssessment DurationNovember 11/10/14 BM 46578 24557 3:00 PM Recert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 3:08 PM 3:20 PM 0:12:00November 11/10/2014 HV 56283 24616 9:30 AM Cert Physical IndoorComplete Fail (unconditionally eligible)9:20 AM 9:35 AM 0:15:00November 11/10/2014 HV 21372 24582 10:30 AM Recert Phys + FACTS 1/2 mi OutdoorComplete Pass w/ Conditions (conditionally eligible) 10:23 AM 11:05 AM 0:42:00November 11/10/2014 HV 56258 24577 11:30 AM Cert Physical 1/4 mi OutdoorComplete Pass w/ Conditions (conditionally eligible) 11:15 AM 11:40 AM 0:25:00November 11/10/2014 HV 56173 24424 2:00 PM Cert Phys + FACTS 1/4 mi OutdoorComplete Pass (not eligible)1:54 PM 2:30 PM 0:36:00November 11/10/2014 HV 56228 24458 2:00 PM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 2:35 PM 2:55 PM 0:20:00November 11/10/201447147 24370 10:30 AM RecertCanceledNovember 11/10/2014 CH 56232 24570 10:30 AM Cert Bus Mock‐up N/AComplete Fail (unconditionally eligible)10:50 AM 11:03 AMNovember 11/10/201456235 24531 11:30 AM CertCanceledNovember 11/10/2014 CH 24559 24559 11:30 AM Recert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 11:30 AM 11:48 AMNovember 11/10/201424568 24568 11:30 AM RecertCanceledNovember 11/10/2014 CH 40974 24509 2:00 PM Recert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 1:59 PM 2:20 PMNovember 11/10/2014 CH 32625 24425 3:00 PM Recert Phys + Live FR Trip IndoorComplete Pass w/ Conditions (conditionally eligible) 2:25 PM2:45 PMNovember 11/10/2014 56165 24473 3:00 PM CertCanceledNovember 11/10/201446578 24532 3:00 PM RecertCanceledNovember 11/11/2014 CH 48518 24601 10:30 AM Recert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 10:25 AM 10:38 AMNovember 11/11/2014 CH 56255 24576 11:30 AM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 11:19 AM 11:35 AMNovember 11/11/2014 CH 56230 24599 3:00 PM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 2:58 PM 3:11 PMNovember 11/11/14 BM 56264 24673 9:30 AM Cert Physical IndoorComplete Fail (unconditionally eligible)9:28 AM 9:53 AM 0:25:00November 11/11/14 BM 46108 24558 11:30 AM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 11:31 AM 11:42 AM 0:11:00November 11/11/14 BM 52295 24560 2:00 PM Cert Physical Indoor + Add Complete Pass (not eligible)1:54 PM 2:05 PM 0:11:00November 11/11/2014 NB 56314 24674 9:30 AM Cert Physical Indoor + AddCompletePass w/ Conditions (conditionally eligible) 9:20 AM 9:40 AM 0:20:00November 11/11/2014 HV 56301 24627 10:30 AM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 10:35 AM 10:50 AM 0:15:00November 11/11/2014 HV 48491 24739 11:30 AM Recert Phys + FACTS Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 11:30 AM 12:20 PM 0:50:00November 11/11/2014 HV 56204 24569 3:00 PM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 3:05 PM 3:25 PM 0:20:00November 11/11/2014 NB 56284 24607 2:00 PM Cert Physical 1/4 mi OutdoorComplete Pass w/ Conditions (conditionally eligible) 1:50 PM 2:15 PM 0:25:00November 11/11/2014 NB 46656 24752 3:00 PM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 3:15 PM 3:40 PM 0:25:00November 11/11/2014 NB 56240 24574 10:30 AM Cert Physical 1/2 mi OutdoorComplete Pass w/ Conditions (conditionally eligible) 10:40 AM 11:10 AM 0:30:00November 11/11/2014 56163 24639 9:30 AM CertCanceled0:00:00November 11/11/20146160 24649 9:30 AM RecertCanceled0:00:00November 11/11/201456262 24605 10:30 AM CertCanceled0:00:00November 11/11/201456241 24572 11:30 AM CertCanceled0:00:00November 11/11/201432140 24608 11:30 AM CertCanceled0:00:00November 11/11/201448056 24530 2:00 PM CertCanceled0:00:00November 11/11/201452837 24561 2:00 PM CertCanceled0:00:00November 11/11/201415224 24579 2:00 PM RecertCanceled0:00:00November 11/11/201454675 24564 3:00 PM CertCanceled0:00:00November 11/11/201414589 24608 3:00 PM RecertCanceled0:00:00November 11/12/1420338 24710 9:30 AM RecertCanceled0:00:00November 11/12/1456325 24734 9:30 AM CertCanceled0:00:00November 11/12/14 BM 49825 24741 9:30 AM Cert Bus Mock‐up N/AComplete Fail (unconditionally eligible)9:25 AM 9:42 AM 0:17:00November 11/12/1446076 24502 10:30 AM CertCanceled0:00:00November 11/12/1427677 24651 10:30 AM CertCanceled0:00:00November 11/12/14 BM 56162 24652 10:30 AM Cert Physical IndoorComplete Fail (unconditionally eligible)10:32 AM 10:42 AM 0:10:00November 11/12/1447051 24611 11:30 AM CertCanceled0:00:00November 11/12/14 BM 56295 24622 11:30 AM Cert Physical IndoorComplete Fail (unconditionally eligible)11:28 AM 11:47 AM 0:19:00November 11/12/142637 24626 11:30 AM RecertCanceled0:00:00November 11/12/142773 24519 2:00 PM RecertCanceled0:00:00November 11/12/14 BM 56164 24565 2:00 PM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 1:56 PM 2:09 PM 0:13:00November 11/12/142406 24544 3:00 PM RecertCanceled0:00:00November 11/12/1417556 24566 3:00 PM RecertCanceled0:00:00November 11/12/14 BM 38622 24592 3:00 PM Recert Physical IndoorWithdrawn Fail (unconditionally eligible)2:37 PM 2:54 PM 0:17:00November 11/12/1456324 24767 3:00 PM CertCanceled0:00:00November 11/12/2014 HV 56165 24730 9:30 AM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 9:40 AM 10:25 AM 0:45:00November 11/12/2014 HV 56308 24638 10:30 AM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 11:00 AM 11:30 AM 0:30:00 MonthDate of EvaluationEvaluators InitialsCustomer ID #Interview Assessment Request #Time of EvaluationInterview TypeEvaluation Type Physical CourseAssessment DispositionEvaluation DeterminationAssessment Start TimeAssessment End TimeAssessment DurationNovember 11/12/2014 HV 56150 24614 11:30 AM Cert Physical Indoor + Add Complete Fail (unconditionally eligible)11:50 AM 12:20 PM 0:30:00November 11/12/2014 HV 33661 24552 2:00 PM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 2:10 PM 2:30 PM 0:20:00November 11/12/2014 CH 48262 24667 9:30 AM Recert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 9:25 AM 9:40 AM 0:15:00November 11/12/2014 CH 47983 24653 10:30 AM Recert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 10:44 AM 11:03 AM 0:19:00November 11/12/2014 CH 31345 24550 2:00 PM Recert Phys + FACTS IndoorComplete Pass w/ Conditions (conditionally eligible) 1:52 PM 2:10 PM 0:18:00November 11/12/2014 CH 48306 24556 2:00 PM Recert Physical IndoorComplete Fail (unconditionally eligible)2:24 PM 2:35 PM 0:11:00November 11/12/2014 CH 56195 24538 3:00 PM Cert Physical IndoorComplete Fail (unconditionally eligible)3:18 PM 3:30 PM 0:12:00November 11/13/20146398 24719 9:30 AMRecertCanceled0:00:00November11/13/20149468 24720 9:30 AM RecertCanceled0:00:00November 11/13/2014 HV 56253 24704 9:30 AM Cert Phys + FACTS 1/4 mi OutdoorComplete Pass w/ Conditions (conditionally eligible) 9:25 AM 9:55 AM 0:30:00November 11/13/2014 CH 28057 24711 9:30 AM Recert Phys + Live FR Trip IndoorComplete Pass w/ Conditions (conditionally eligible) 9:21 AM 9:40 AM 0:19:00November 11/13/2014 CH 38015 24643 10:30 AM Recert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 10:19 AM 10:35 AM 0:16:00November 11/13/2014 CH 29733 24665 10:30 AM Recert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 10:37 AM 10:53 AM 0:16:00November 11/13/2014 HV 56278 24659 10:30 AM Cert Physical 1/4 mi OutdoorComplete Pass w/ Conditions (conditionally eligible) 10:20 AM 10:40 AM 0:20:00November 11/13/2014 56277 24658 10:30 AM CertCanceled0:00:00November 11/13/2014470 24693 10:30 AM RecertCanceled0:00:00November 11/13/201413592 24546 11:30 AM RecertCanceled0:00:00November 11/13/201456290 24619 11:30 AM CertCanceled0:00:00November 11/13/2014 HV 56321 24774 11:30 AM Cert Physical IndoorComplete Pass (not eligible)11:20 AM 11:40 AM 0:20:00November 11/13/2014 CH 56254 24575 11:30 AM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 11:20 AM 11:33 AMNovember 11/13/2014 HV 56166 24624 2:00 PM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 1:55 PM 2:20 PM 0:25:00November 11/13/201447739 24586 2:00 PM RecertCanceled0:00:00November 11/13/201456276 24595 2:00 PM CertCanceled0:00:00November 11/13/201456261 24606 2:00 PM CertCanceled0:00:00November 11/13/2014 CH 48488 24668 2:00 PM Recert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 2:00 PM 2:16 PMNovember 11/13/201456155 24628 3:00 PMCertCanceled0:00:00November11/13/201424496 24629 3:00 PM RecertCanceled0:00:00November 11/13/201428498 24637 3:00 PM RecertCanceled0:00:00November 11/13/201433398 24646 3:00 PM RecertCanceled0:00:00November 11/13/201447554 24650 3:00 PM RecertCanceled0:00:00November 11/17/2014 HV 56329 24723 9:30 AM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 9:30 AM 9:40 AM 0:10:00November 11/17/2014 HV 28676 24547 10:30 AM Recert Physical Indoor + Add Complete Fail (unconditionally eligible)10:55 AM 11:20 AM 0:25:00November 11/17/2014 HV 56014 24632 10:30 AM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 10:23 AM 10:50 AM 0:27:00November 11/17/2014 HV 56320 24683 11:30 AM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 11:35 AM 11:55 AM 0:20:00November 11/17/2014 HV 39931 24541 2:00 PM Recert Physical Indoor + Add Patial Incomplete Fail (unconditionally eligible)1:40 PM 2:00 PM 0:20:00November 11/17/2014 HV 56327 24691 2:00 PM Cert Physical Indoor + Add Complete Fail (unconditionally eligible)2:08 PM 2:21 PM 0:13:00November 11/17/2014 HV 52818 24707 3:00 PM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 3:25 PM 3:45 PM 0:20:00November 11/17/14 BM 56338 24727 9:30 AM Cert Physical IndoorPatial Incomplete Fail (unconditionally eligible)9:24 AM 9:36 AM 0:12:00November 11/17/1456306 24732 9:30 AM CertCanceled0:00:00November 11/17/1456330 24736 9:30 AM CertCanceled0:00:00November 11/17/14 BM 56287 24742 9:30 AM Cert Physical IndoorPatial Incomplete Fail (unconditionally eligible)9:47 AM 10:02 AM 0:15:00November 11/17/1421043 24602 10:30 AM RecertCanceled0:00:00November 11/17/1455797 24657 10:30 AM CertCanceled0:00:00November 11/17/14 BM 56313 24690 10:30 AM Cert Phys + FACTS IndoorComplete Pass w/ Conditions (conditionally eligible) 10:34 AM 11:06 AM0:32:00November11/17/1452745 24395 11:30 AM CertCanceled0:00:00November 11/17/14 BM 56172 24700 11:30 AM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 11:55 AM 12:02 PM 0:07:00November 11/17/14 BM 56201 24718 11:30 AM Cert Physical IndoorPatial Incomplete Fail (unconditionally eligible)11:28 AM 11:42 AM 0:14:00November 11/17/1456326 24687 2:00 PM CertCanceled0:00:00November 11/17/14 BM 27598 24702 2:00 PM Recert FACTS N/APatial Incomplete Fail (unconditionally eligible)1:49 PM 2:06 PM 0:17:00November 11/17/14 BM 47739 24816 2:00 PM Recert FACTS N/AComplete Fail (unconditionally eligible)2:16 PM 2:38 PM 0:22:00November 11/17/1453190 24634 3:00 PM CertCanceled0:00:00November 11/17/1456257 24654 3:00 PM CertCanceled0:00:00November 11/17/147681 24717 3:00 PM CertCanceled0:00:00November 11/17/146432 24721 3:00 PM RecertCanceled0:00:00November 11/18/2014 HV 16048 24640 9:30 AM Recert FACTS N/AComplete Fail (unconditionally eligible)9:40 AM 10:02 AM 0:22:00 MonthDate of EvaluationEvaluators InitialsCustomer ID #Interview Assessment Request #Time of EvaluationInterview TypeEvaluation Type Physical CourseAssessment DispositionEvaluation DeterminationAssessment Start TimeAssessment End TimeAssessment DurationNovember 11/18/2014 HV 39354 24772 10:30 AM Cert FACTS N/AComplete Pass w/ Conditions (conditionally eligible) 10:15 AM 10:40 AM 0:25:00November 11/18/2014 HV 56245 24685 11:30 AM Cert Physical Indoor + Add Complete Fail (unconditionally eligible)11:10 AM 11:30 AM 0:20:00November 11/18/2014 HV 56285 24706 2:00 PM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 2:10 PM 2:55 PM 0:45:00November 11/18/2014 HV 56347 24728 2:00 PM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 1:50 PM 2:10 PM 0:20:00November 11/18/2014 HV 56289 24716 3:00 PM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 3:05 PM 3:30 PM 0:25:00November 11/18/2014 NB 33902 24713 9:30 AM Recert Phys + Live FR Trip 1/4 mi OutdoorComplete Pass w/ Conditions (conditionally eligible) 9:20 AM 10:00 AM 0:40:00November 11/18/2014 NB 56322 24782 9:30 AM Cert Phys + FACTS 1/4 mi OutdoorComplete Fail (unconditionally eligible)10:10 AM 10:42 AM 0:32:00November 11/18/2014 NB 6117 24762 10:30 AM Recert Phys + Live FR Trip 1/4 mi OutdoorComplete Pass w/ Conditions (conditionally eligible) 10:40 AM 11:10 AM 0:30:00November 11/18/2014 NB 56211 24722 3:00 PM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 2:37 PM 3:00 PM 0:23:00November 11/18/2014 NB 56334 24726 2:00 PM Cert Physical 1/4 mi OutdoorComplete Pass w/ Conditions (conditionally eligible) 1:50 PM 2:20 PM 0:30:00November 11/18/14 BM 42174 24771 9:30 AM Recert Phys + Live FR Trip Indoor + Add Complete Pass (not eligible)9:47 AM 10:26 AM 0:39:00November 11/18/14 BM 20338 24778 10:30 AM Recert FACTS N/AComplete Fail (unconditionally eligible)10:53 AM 11:12 AM 0:19:00November 11/18/14 BM 26266 24731 2:00 PM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 1:45 PM 2:00 PM 0:15:00November 11/18/201456197 24517 11:30 AM CertCanceled0:00:00November 11/18/201442554 24698 11:30 AM CertCanceled0:00:00November 11/18/201433171 24740 11:30 AM RecertCanceled0:00:00November 11/18/201456346 24743 11:30 AM CertCanceled0:00:00November 11/18/201456316 24756 2:00 PM CertCanceled0:00:00November 11/18/201424864 24597 3:00 PM RecertCanceled0:00:00November 11/18/201456317 24675 3:00 PM CertCanceled0:00:00November 11/18/20142003 24705 3:00 PM RecertCanceled0:00:00November 11/19/14 RM 56239 24755 9:30 AM Cert Physical IndoorWithdrawn Pass w/ Conditions (conditionally eligible)9:30 AM 9:50 AM 0:20:00November 11/19/14 BM 45746 24795 9:30 AM Cert Physical IndoorComplete Pass (not eligible)9:37 AM 9:52 AM 0:15:00November 11/19/1456353 24799 9:30 AM CertCanceled0:00:00November 11/19/14 RM 50574 24787 10:30 AM Cert Physical Indoor + Add Complete Pass (not eligible)10:15 AM 10:40 AM 0:25:00November 11/19/1448710 24796 10:30 AM CertCanceled0:00:00November 11/19/1456357 24805 10:30 AM CertCanceled0:00:00November 11/19/1455723 24758 11:30 AM CertCanceled0:00:00November 11/19/14 RM 56205 24759 11:30 AM Cert Physical IndoorComplete Pass (not eligible)11:20 AM 11:50 AM 0:30:00November 11/19/14 BM 56298 24764 11:30 AM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 11:17 AM 11:30 AM 0:13:00November 11/19/14 RM 56033 24656 2:00 PM Cert Physical Indoor + Add Complete Pass (not eligible)1:50 PM 2:15 PM 0:25:00November 11/19/1456198 24735 2:00 PM CertCanceled0:00:00November 11/19/14 BM 56362 24744 2:00 PM Cert Physical IndoorComplete Fail (unconditionally eligible)2:30 PM2:42 PM 0:12:00November 11/19/14 BM 3376 24746 2:00 PM Recert Live FR Trip N/AComplete Pass w/ Conditions (conditionally eligible) 1:51 PM 2:05 PM 0:14:00November 11/19/1433147 24588 3:00 PM RecertCanceled0:00:00November 11/19/1456265 24709 3:00 PM CertCanceled0:00:00November 11/19/14825 24745 3:00 PM RecertCanceled0:00:00November 11/19/1420372 24747 3:00 PM CertCanceled0:00:00November 11/19/14 RM 19473 24748 3:00 PM Recert Physical IndoorPatial Incomplete Fail (unconditionally eligible)2:40 PM 3:00 PM 0:20:00November 11/19/2014 HV 47386 24808 9:30 AM Recert Phys + Live FR Trip 1/4 mi OutdoorComplete Pass w/ Conditions (conditionally eligible) 9:45 AM 10:00 AM 0:15:00November 11/19/2014 HV 47203 24794 10:30 AM Cert FACTS N/AComplete Pass w/ Conditions (conditionally eligible) 10:20 AM 10:44 AM 0:24:00November 11/19/2014 HV 48452 24341 11:30 AM Cert Phys + FACTS Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 11:30 AM 12:00 PM 0:30:00November 11/19/2014 HV 45457 24421 2:00 PM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 2:05 PM 2:30 PM 0:25:00November 11/20/201456293 24827 9:30 AM CertCanceled0:00:00November 11/20/201456178 24825 9:30 AM CertCanceled0:00:00November 11/20/201456363 24801 10:30 AM CertCanceled0:00:00November 11/20/201456279 24807 10:30 AM CertCanceled0:00:00November 11/20/201447051 24811 10:30 AM CertCanceled0:00:00November 11/20/201456290 24812 10:30 AM CertCanceled0:00:00November 11/20/20143044 24765 11:30 AM RecertCanceled0:00:00November 11/20/201419211 24781 11:30 AM RecertCanceled0:00:00November11/20/201444024789 11:30 AM RecertCanceled0:00:00November 11/20/201448066 24750 2:00 PM CertCanceledNovember 11/20/201432140 24760 2:00 PM CertCanceledNovember 11/20/201456096 24766 3:00 PM CertCanceled MonthDate of EvaluationEvaluators InitialsCustomer ID #Interview Assessment Request #Time of EvaluationInterview TypeEvaluation Type Physical CourseAssessment DispositionEvaluation DeterminationAssessment Start TimeAssessment End TimeAssessment DurationNovember 11/20/201455935 24769 3:00 PM CertCanceledNovember 11/20/201456307 24770 3:00 PM CertCanceledNovember 11/20/201456210 24775 3:00 PM CertCanceled0:00:00November 11/20/2014 HV 56360 24800 9:30 AM Cert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 9:30 AM 9:55 AM 0:25:00November 11/20/2014 CH 13592 24814 11:30 AM Recert Phys + FACTS Indoor + Add Complete Fail (unconditionally eligible)11:25 AM 12:05 PM 0:40:00November 11/20/2014 CH 52837 24761 2:00 PM Cert Phys + Live FR Trip 1/4 mi OutdoorComplete Pass w/ Conditions (conditionally eligible) 1:55 PM 2:35 PM 0:40:00November 11/20/14 BM 56374 24824 9:30 AM Cert Physical IndoorComplete Fail (unconditionally eligible)9:32 AM 9:47 AM 0:15:00November 11/20/14 BM 56305 24671 11:30 AM Cert FACTS N/AComplete Fail (unconditionally eligible)11:47 AM 12:13 PM 0:26:00November 11/20/14 BM 56206 24768 2:00 PM Cert Phys + FACTS Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 2:05 PM 2:35 PM 0:30:00November 11/20/2014 CH 46763 24820 9:30 AM Recert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 9:27 AM 9:40 0:13:00November 11/20/2014 CH 56358 24823 10:30 AM Cert Physical IndoorPatial Incomplete Fail (unconditionally eligible)10:30 AM 10:42 AM 0:12:00November 11/20/2014 CH 55461 24715 2:00 PM Cert Physical + Live FR TripIndoor + Add Complete Pass w/ Conditions (conditionally eligible) 1:50 PM 2:12 PM 0:22:00November 11/21/14 BM 53594 24562 9:30 AM Cert FACTS N/AComplete Pass (not eligible)9:14 AM 9:35 AM 0:21:00November 11/21/2014 HV 56341 24818 9:30 AM Cert Physical Indoor + Add Complete Fail (unconditionally eligible)9:20 AM 9:50 AM 0:30:00November 11/21/2014 HV 44989 24797 11:30 AM Cert Physical Indoor + Add Complete Fail (unconditionally eligible)11:20 AM 11:40 AM 0:20:00November 11/21/20141791 24791 9:30 AM RecertCanceled0:00:00November 11/21/201413366 24708 10:30 AM RecertCanceled0:00:00November 11/21/201456272 24757 10:30 AM CertCanceled0:00:00November 11/21/201436930 24810 10:30 AM RecertCanceled0:00:00November 11/21/201456300 24819 10:30 AM CertCanceled0:00:00November 11/21/201456122 24655 11:30 AM CertCanceled0:00:00November 11/21/201419626 24684 11:30 AM RecertCanceled0:00:00November 11/21/201456311 24733 11:30 AM CertCanceled0:00:00November 11/21/201439467 24783 11:30 AM RecertCanceled0:00:00November 11/21/2014 CH 56126 24779 9:30 AM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible)9:20 AM 9:34 AMNovember 11/21/2014 CH 56342 24817 9:30 AM Cert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 9:36 AM 9:52 AMNovember 11/24/14 BM 56375 24831 9:30 AM Recert Physical IndoorComplete Fail (unconditionally eligible)9:39 AM 10:02 AM 0:23:00November 11/24/1455719 24837 9:30 AM CertCanceled0:00:00November 11/24/1421011 24790 10:30 AM RecertCanceled0:00:00November 11/24/1448557 24804 10:30 AM CertCanceled0:00:00November 11/24/14609 24832 10:30 AM RecertCanceled0:00:00November 11/24/14 BM 42073 24647 11:30 AM Cert Physical N/APatial Incomplete Fail (unconditionally eligible)11:31 AM 11:37 AM 0:06:00November 11/24/1432867 24834 11:30 AM CertCanceled0:00:00November 11/24/14 BM 55797 24844 11:30 AM Cert FACTS N/AComplete Pass (not eligible)11:15 AM 11:29 AM 0:14:00November 11/24/1442669 24729 2:00 PM RecertCanceled0:00:00November 11/24/1435140 24792 2:00 PM RecertCanceled0:00:00November 11/24/1456304 24843 2:00 PM CertCanceled0:00:00November 11/24/1453910 24838 3:00 PM RecertCanceled0:00:00November 11/24/1455995 24788 3:00 PM CertCanceled0:00:00November 11/24/1456328 24839 3:00 PM CertCanceled0:00:00November11/24/2014HV 56331 24725 9:30 AM Cert FACTS N/AComplete Fail (unconditionally eligible)10:40 AM 11:05 AM 0:25:00November 11/24/2014 HV 42826 24835 11:30 AM Recert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 11:20 AM 11:40 AM 0:20:00November 11/24/2014 HV 17556 24821 3:00 PM Recert Phys + Live FR Trip 1/4 mi OutdoorComplete Pass w/ Conditions (conditionally eligible) 2:40 PM 3:10 PM 0:30:00November 11/24/2014 CH 27492 24661 10:30 AM Recert Physical IndoorComplete Pass w/ Conditions (conditionally eligible) 10:25 AM 10:40 AM 0:15:00November 11/24/2014 CH 5633 24803 11:30 AM Recert FACTS N/AComplete Pass w/ Conditions (conditionally eligible) 11:12 AM 11:30 AM 0:18:00November 11/24/2014 CH 19626 24967 2:00 PM Recert Physical IndoorPatial Incomplete Fail (unconditionally eligible)1:55 PM 2:10 PM 0:15:00November 11/25/14 BM 56380 24874 9:30 AM Cert Physical IndoorComplete Fail (unconditionally eligible)9:46 AM 10:00 AM 0:14:00November 11/25/14 BM 56367 24802 10:30 AM Cert Physical Indoor + Add Complete Fail (unconditionally eligible)10:53 AM 11:19 AM 0:26:00November 11/25/14 BM 10677 24724 2:00 PM Cert Bus Mock‐up N/AComplete Pass w/ Conditions (conditionally eligible) 2:06 PM 2:20 PM 0:14:00November 11/25/14 BM 56261 24826 2:00 PMCertBus Mock‐up N/AComplete Pass (not eligible)3:10 PM 3:34 PM 0:24:00November 11/25/14 BM 40506 24785 3:00 PM Cert Physical IndoorComplete Fail (unconditionally eligible)4:00 PM 4:13 PM 0:13:00November 11/25/14 BM 15381 24872 3:00 PM Cert Physical IndoorPatial Incomplete Fail (unconditionally eligible)3:42 PM 3:58 PM 0:16:00November 11/25/2014 HV 48661 24998 9:30 AM Recert Phys + Live FR Trip 1/4 mi OutdoorComplete Fail (unconditionally eligible)9:37 AM 10:00 AM 0:23:00November 11/25/2014 HV 56076 24784 10:30 AM Cert Physical IndoorPatial Incomplete Fail (unconditionally eligible)10:30 AM 11:00 AM 0:30:00November 11/25/2014 HV 27947 24863 2:00 PM Cert Physical Indoor + Add Complete Fail (unconditionally eligible)1:55 PM 2:30 PM 0:35:00 MonthDate of EvaluationEvaluators InitialsCustomer ID #Interview Assessment Request #Time of EvaluationInterview TypeEvaluation Type Physical CourseAssessment DispositionEvaluation DeterminationAssessment Start TimeAssessment End TimeAssessment DurationNovember 11/25/2014 HV 44748 24786 3:00 PM Cert FACTS N/AComplete Pass (not eligible)3:45 PM 4:10 PM 0:25:00November 11/25/2014 HV 56383 24875 3:00 PM Cert Physical Indoor + Add Complete Fail (unconditionally eligible)3:08 PM 3:40 PM 0:32:00November 11/25/201456372 24868 9:30 AM CertCanceledNovember 11/25/2014 CH 48406 24881 9:30 AM Recert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 9:22 AM 9:45 AMNovember 11/25/2014 CH 47990 24866 10:30 AM Recert Bus Mock‐up N/AComplete Fail (unconditionally eligible)10:25 AM 10:38 AMNovember 11/25/2014 CH 42987 24836 11:30 AM Recert Physical IndoorPatial Incomplete Fail (unconditionally eligible)11:25 AM 11:40 AMNovember 11/25/201456276 24841 11:30 AM CertCanceledNovember 11/25/201433171 24859 11:30 AM RecertCanceledNovember 11/25/201456333 24878 11:30 AM CertCanceledNovember 11/25/201441874 24865 2:00 PM RecertCanceledNovember 11/26/1453016 24914 9:30 AM CertCanceled0:00:00November 11/26/14 NB 27573 24922 9:30 AM Cert Phys + Live FR TripIndoor + Add Complete Pass (not eligible)10:02 AM 10:42 AM 0:40:00November 11/26/1456364 24946 9:30 AM CertCanceled0:00:00November 11/26/14 BM 56178 24948 9:30 AM Cert FACTS N/AComplete Fail (unconditionally eligible)10:00 AM 10:21 AM 0:21:00November 11/26/14 BM 1586 24882 10:30 AM Recert FACTS N/AComplete Pass w/ Conditions (conditionally eligible) 11:00 AM 11:31 AM 0:31:00November 11/26/1419718 24919 10:30 AM RecertCanceled0:00:00November 11/26/1456368 24920 10:30 AM CertCanceled0:00:00November 11/26/1456269 24884 11:30 AM CertCanceled0:00:00November 11/26/14 NB 28498 24886 11:30 AM Recert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 11:40 AM 12:10 PM 0:30:00November 11/26/14 BM 38981 24753 2:00 PM Cert FACTS N/AComplete Pass (not eligible)2:44 PM 3:19 PM 0:35:00November 11/26/14 NB 56177 24773 2:00 PM Cert Phys + FACTS IndoorComplete Pass w/ Conditions (conditionally eligible) 2:00 PM2:50 PM 0:50:00November 11/26/14 39176 24864 3:00 PM CertCanceled0:00:00November 11/26/1456356 24867 3:00 PM CertCanceled0:00:00November 11/26/1452458 24880 3:00 PM CertCanceled0:00:00November 11/26/2014 HV 56352 24860 10:30 AM Cert Physical 1/4 mi OutdoorComplete Pass w/ Conditions (conditionally eligible) 11:25 AM 11:44 AM 0:19:00November 11/26/2014 HV 33147 24921 10:30 AM Recert FACTS N/AComplete Fail (unconditionally eligible)10:45 AM 11:15 AM 0:30:00November 11/26/2014 HV 38916 24754 2:00 PM Cert FACTS N/AComplete Pass w/ Conditions (conditionally eligible) 2:00 PM 2:20 PM 0:20:00November 11/26/2014 HV 25944 24862 3:00 PM Recert Physical Indoor + Add Complete Pass w/ Conditions (conditionally eligible) 3:00 PM 3:20 PM 0:20:00 Month: October Month November Month November Assessors Count Cert/Recert Count ‐ All BM 59 Cert 237 RM 5 Recert 121 CH 55 Grand Total 358 HV 66 NB 16 Grand Total 201 Month November Eval Determinat Count Fail (uncondition 61 Month November Pass w/ Conditio 121 Pass (not eligible 19 Assessment Co Count Grand Total 201 Indoor 83 N/A 40 1/4 mi Outdoo 19 Indoor + Add 55 1/2 mi Outdoo 3 Indoor + 1/4 m 1 Month November Grand Total 201 Eval Type Count Physical Function 1 Month November Physical 130 Live FR Trip 7 Assessment Di Count Phys + Live FR Tr 14 Withdrawn 2 Phys + FACTS 15 Patial Incomple 13 FACTS 26 Complete 186 Bus Mock‐up 7 Canceled 157 Physical + Live FR 1 Grand Total 358 Grand Total 201 TMC End of Month Report End Of Month Report Year: 2014 Assessors Count Assessment Course Count BM 636 Indoor 1410 CH 656 N/A 387 HV 175 Outside 1/2 mile 32 JF 644 Outside 1/4 mile 331 RA 51 1/4 mi Outdoor 33 RM 78 Indoor + Add 74 VH 16 1/2 mi Outdoor 3 NB 16 Indoor + 1/4 mi Outdoor 1 Grand Total 2272 Grand Total 2271 Assessment Disposition Count Cancelled Prior to Arrival 1651 Completed 1722 Partial Incomplete: Physical 246 Cert/Recert Count Partial Incomplete: Combine 4 Cert 2692 Withdrawn 10 Recert 1480 Partial Incomplete: Cognitive 12 Grand Total 4172 Patial Incomplete 27 Complete 253 Canceled 247 Grand Total 4172 Eval Determination Count Eval Type Count Fail 522 Bus Trip 122 Pass 179 Cognitive Functio 194 Passed w/ Conditions 1286 Combined (Phys 56 Fail (unconditionally eligible 102 FACTS + Bus Trip 8 Pass w/ Conditions (conditio 150 Physical + Bus Tr 145 Pass (not eligible)30 Physical Function 1385 Grand Total 2269 Sim. Bus Nav 74 Combined + Bus 4 Physical 186 Live FR Trip 14 Phys + Live FR Tr 17 Phys + FACTS 19 FACTS 38 Bus Mock‐up 8 Physical + Live FR 1 Grand Total 2271 YTD Total Summary Year-to-Date Report Sample Assessment Form Mobility Assessment Evaluation Form (11/26/12) Page 1 MOBILITY ASSESSMENT EVALUATION FORM CLIENT ID # APPLICANT INFORMATION Interview # NAME: (Last) (First) DOB: Male Female New Applicant Recertification Indoor only Outdoor Add. FACTS Only Comb (Phys/FACTS) Consult ¼ Mile Outdoor ½ Mile Outdoor Bus Bus Mock-up Nav Phys/Bus Phys (¼ Mile)/Bus Phys(½ Mile)/Bus Comb + Bus ASSESSMENT EVALUATOR INFORMATION ASSESSOR: Site: Raleigh, NC Other: Date: Temperature/Weather: Start Time: End Time: APPLICANT BACKGROUND Primary Disability/Medical Condition: Secondary Disabilities/Medical Condition: Dates of Onset: Receiving Treatment? PT OT Dialysis Chemo Radiation Other: Prognosis: Temporary Permanent Progressive Other: Comments: Taking Medication? Yes No Meds Taken Today? Yes No Medication Side Effects Reported by Applicant: Dizziness Increased fatigue None Confusion Heat regulation Other: Disability Effects Vary Yes No Notes: Overall Wellbeing: On a Scale of 0-10 (0 being the worst and 10 the best) Today: 0 1 2 3 4 5 6 7 8 9 10 Notes: Best day: 0 1 2 3 4 5 6 7 8 9 10 Worst day: 0 1 2 3 4 5 6 7 8 9 10 Pain Level: On a Scale of 0-10 (0 being no pain and 10 the worst pain you’ve ever had) Today: 0 1 2 3 4 5 6 7 8 9 10 Notes: Best day: 0 1 2 3 4 5 6 7 8 9 10 Worst day: 0 1 2 3 4 5 6 7 8 9 10 Temperature sensitivity? Yes Heat > _______ Cold < _______ No Snow/Ice d/t increased possibility of slipping Comments: Applicant’s Primary Issues with Using Fixed Route: Last Bus ride: Simple Transfer (1) Transfers (2+) Independent w/PCA Simple Transfer (1) Transfers (2+) Independent w/PCA Comments: Mobility Assessment Evaluation Form (11/26/12) Page 2 MOBILITY AIDS CLIENT ID# Manual Wheelchair Power Wheelchair Scooter Walker Braces Crutches Straight/Quad Cane Long White Cane Service Animal Personal Attendant Prosthesis/Orthotics: Oxygen Other: None If not used today: Forgot to bring Recently lost/stolen Uses Mobility Aids: Mobility Aids used for today’s assessment: FT (when out only) FT (also at home) PT – Explain: Has used mobility equipment how long: 0-1 yr. 1-2 yrs. 2-4 yrs. 4+ yrs. Comments: If applicant used a manual wheelchair, how did they operate it? Two hands One hand Wearing splints or adaptive devices Pushes with two feet Pushes with one foot Not applicable Other: MOBILITY Distance/Endurance: On App: Stated: Maximum Observed: Based on today’s assessment, applicant may be able to travel ¼ mile (1320 feet) in 16 minutes or less? Yes No Based on today’s assessment, applicant may be able to travel ½ mile (2640 feet) in 32 minutes or less? Yes No Rest Breaks: Offered Requested Comments: 1st rest – ft. traveled: 2nd rest– ft. traveled: 3rd rest – ft. traveled: 4th rest – ft. traveled: 5th rest – ft. traveled: Observed signs of distress: None Leaning on objects Pain Fatigue Shortness of Breath Dizziness Sat on bench Balance Other: Sat on bench in mock-up Additional Observations: Mobility Assessment Evaluation Form (11/26/12) Page 3 MOBILITY (Continued) CLIENT ID# Able to follow directions along route? Yes No Able to find way along route? Yes No Able to navigate around large obstacles (trees, hydrants)? Yes No Able to navigate around small objects (raised utility boxes)? Yes No Observations: Tinetti Balance Test: Score Sitting balance 0-Leans or slides in chair 1-Steady, safe Arises 0-Unable w/o help 1-Able w/arms 2-Able w/o arms Attempts to rise 0-Unable w/o help 1-Able w/ >1 attempts 2-Able w/1 attempt Immediate standing balance (1st 5 sec) 0-Unsteady 1-Steady w/support 2-Steady no support Standing balance 0-Unsteady 1-Steady w/wide stance 2–Steady, no support Nudged (w/feet together, push on sternum 3x) 0-Beg. to fall 1-Staggers, grabs/catches self 2-Steady Eyes closed (same position) 0-Unsteady 1-Steady Turning 360o 0-Discontinuous 1-Continuous 0-Unsteady 1-Steady Sitting down 0-Unsafe -misjudged dist., falls into chair 1-Uses arms 2-Safe/smooth TOTAL SCORE (out of possible 16): Navigating Curbs/Curb-Cuts: Beginning of route, independently: End-of-route, independently: Locate curb/curb-cut? Yes No Locate curb/curb-cut? Yes No Step up 6” curb? Yes No Step up 6” curb? Yes No Step down 6” curb? Yes No Step down 6” curb? Yes No Maneuver up curb-cut? Yes No Maneuver up curb-cut? Yes No Maneuver down curb-cut? Yes No Maneuver down curb-cut? Yes No Observations: Navigating a Variety of Surfaces/Slopes: Able to negotiate sidewalk that is in good condition? Yes No Able to negotiate up 16’ ramp of 1:8 slope? Yes No Used handrail R L Able to negotiate down 16’ ramp of 1:8 slope? Yes No Able to negotiate up 24’ ramp of 1:16 slope? Yes No Used handrail R L Able to negotiate down 24’ ramp of 1:16 slope? Yes No Able to negotiate on uneven/grassy surface? Yes No Used handrail L Able to negotiate on gravel surfaces? Yes No Able to negotiate on broken pavement/surfaces? Yes No Able to negotiate up 24’ ramp of 1:12 slope? Yes No Used handrail R L Able to negotiate down 24’ ramp of 1:12 slope? Yes No Observations: Mobility Assessment Evaluation Form (11/26/12) Page 4 MOBILITY (Continued) CLIENT ID# Street Crossings: Crossing #1: Crossing #2: Number of lanes: Number of lanes: Crosswalk? Yes No Crosswalk? Yes No Signal controlled? Uncontrolled? Signal controlled? Uncontrolled? Traffic lights? Pedestrian lights? Traffic lights? Pedestrian lights? Applicant Initiated Crossing ? Assessor Prompted Crossing? Applicant Initiated Crossing? Assessor Prompted Crossing? Located crosswalk/safe place to cross? Yes No Located crosswalk/safe place to cross? Yes No Independently activated “Walk” light? Yes No/NA Independently activated “Walk” light? Yes No/NA Safely initiated crossing from curb/ curb-cut? Yes No Safely initiated crossing from curb/ curb-cut? Yes No Crossed a ________ foot street in ________ seconds at a rate of ________ feet/second (minimum goal: 3-4/sec.). Crossed a ________ foot street in ________ seconds at a rate of ________ feet/second (minimum goal: 3-4/sec.). Observed signs of distress, lack of confidence or changes in gait: Observed signs of distress, lack of confidence or changes in gait: Average St. Crossing Rate (opt.): Notes: Navigating Low-Floor Bus Ramp: Not Assessed On Bus Ride Simulated Able to negotiate up ramp from 6” curb? Yes, independent Yes, with assist No Able to negotiate down ramp from 6” curb? Yes, independent Yes, with assist No Observations: Paying fare: Not assessed On Bus Ride Simulated Able to place fare in fare box? Yes No Able to use fare machines? Yes No Able to handle tickets? Yes No Observations: Mobility Assessment Evaluation Form (11/26/12) Page 5 _____________________________________________ ____________________________ ASSESSOR DATE MOBILITY (Continued) CLIENT ID# Maneuvering to Securement Area: Not Applicable Able to independently maneuver to securement area? Yes No Time required to maneuver to securement area from lift/ramp? < 1 min < 2 min >2 mins Applicant requested securement? Yes No N/A Applicant requested space in priority seating area? Yes No N/A Observations: Standing on a Moving Vehicle: Not Assessed Assessed Not Applicable Able to stand safely on a moving vehicle Yes No Observations: Signaling for Destination: Not Assessed Assessed Not Applicable Able to signal for destination? Yes No Observations: FINAL ASSESSMENT OBSERVATIONS/COMMENTS: Assessment Completed (Able to complete all parts req.) Assessment Incomplete (Unable to complete all parts req.) Applicant Withdrew (Able, but chose not to complete) ______________________________________________________________________________ Policy: EQUAL EMPLOYMENT OPPORTUNITY Section: 102.0 Effective Date: JANUARY 1, 2004 Last Revised: JANUARY 1, 2015 ______________________________________________________________________________ 101.0 Equal Employment Opportunity MTM is committed to providing equal opportunity for all qualified persons and will not discriminate against any employee or applicant for employment because of race, color, religion, sex, age, national origin, ancestry, veteran status, medical condition, disability, sexual orientation, genetic information, marital status, economic status, political affiliation, familial status, or any other protected status. This applies to recruitment and placement, promotion, training, transfer, retention, rate of pay, and all other details and conditions of employment. Our goal is to hire the best, most qualified people to fill all available job openings. Sometimes this means cultivating talent/skills from within the organization, and sometimes this means bringing in talent/skills from outside the organization. Generally open positions below the executive level are posted internally and externally at the same time, although there may be occasions where positions are not posted internally at the discretion of management. Applications will be reviewed by members of the Human Resources team and qualified candidates will be phone screened. Following the phone screen, qualified candidates will be submitted to the Hiring Manager for interview. Once candidate has been selected, Human Resources will conduct the necessary reference checks and, where appropriate a verbal offer will be made to the candidate and background checks conducted prior to a formal offer being made. All qualified internal applicants will be interviewed by the appropriate Hiring Manager for that position and such things as performance, attendance, and behavior will all be considered when making any hiring decision. AFFIRMATIVE ACTION PROGRAM For Minorities, Women, and Disabled Individuals MEDICAL TRANSPORTATION MANAGEMENT, INC. 3/29/2014 – 3/29/2016 2 TABLE OF CONTENTS Description of Organization ............................................................................................................ 3 Definitions of terms used in this Affirmative Action Program (AAP) ........................................... 3 Equal Employment Opportunity Policy .......................................................................................... 7 Assignment of responsibility for Affirmative Action Program ...................................................... 8 Dissemination of Affirmative Action Policy and Plan ................................................................... 9 Internal Audit and Reporting Systems ............................................................................................ 9 Goals and Timetables .................................................................................................................... 10 Problem Area Identification .......................................................................................................... 10 Action-oriented programs ............................................................................................................. 11 Anti-Harassment Policy ................................................................................................................ 13 Problem Resolution Policy ........................................................................................................... 14 Addendum: WorkforceAnalysis……………………………………………………………………………...A1 Availability/UtilizationUnderutilization Analysis………………………………………………A2 3 DESCRIPTION OF ORGANIZATION MTM’s primary objective is to ensure health care access for the elderly, disabled and underserved through management of non-emergency transportation programs. Serving approximately 2.0 million people annually, MTM operates in 29 states and the District of Columbia through contracts with state and county governments, Medicaid and Medicare managed care organizations, and health care providers. Founded in 1995, the company is a privately held, woman-owned business enterprise focused on building coordinated transportation programs that solve quality and cost issues while providing improved access to non-emergency health care and social services programming. Headquartered in Lake Saint Louis, Missouri, MTM has established criteria for excellence based on an understanding of, and commitment to, best practices and quality service levels. MTM’s corporate headquarters is located at: 16 Hawk Ridge Drive, Lake St. Louis, MO 63367 For the purposes of this document, MTM’s facilities at the following locations are also represented: LSL Office (corporate) Contact: HR team 16 Hawk Ridge Drive Lake St. Louis, MO 63367 Phone: 636-561-5686 Fax: 636-561-2962 DC Office Contact: Kim Clark – Regional VP, MidAtlantic Ops. 300 M Street, SE 8th Floor Washington, DC 2003 Phone: 202-263-4640 Fax: 202-263-4642 MN Office Contact: Barb Platten – Program Director 149 Thompson Avenue East Suite 150 West St. Paul, MN 55118 Phone: 651-645-9254 Fax: 651-644-4544 4 TX Office Contact: Valorie Williams – Program Director 5151 Mitchelldale St Suite A-10 Houston, TX 77092 Phone: 713-680-4500 Fax: 713-680-4501 VA Office Contact: Brian Arnold – Senior Manager, CSC 81 Commerce Street Pulaski, VA 24301 Phone: 540-980-7300 Fax: 540-980-9392 WI Office Contact: Nathan Mueller – Program Director 5117 West Terrace Drive #402 Madison, WI. 53718 Phone: 608-227-4000 Fax: none WMATA Office Contact: Michael Weidger – General Manager 6505 Belcrest Road Suite 400 Hyattsville, MD 20782 Phone: 301-562-4504 Fax: 202-263-4644 FL Office Contact: Lisa Sanders – Program Director 759 S Federal Hwy, Ste 311 Stuart, FL 34994 Phone: 772-266-4971 NYC Office Contact: Justin Pare –Regional VP, Northeast Ops. 882 3rd Avenue, 11th Floor Brooklyn, NY 11232 Phone: 636-695-5628 Temp Space: 241 37th St Suite 504 Brooklyn, NY 11232 5 MS Office Contact: Kevin Wilson – Program Director UBS Building 6360 I-55 N, 2nd Floor Jackson, MS 39211-2073 Phone: 888-561-8747 DEFINITIONS OF TERMS USED IN THIS Affirmative Action Program (AAP) Individual with a Disability: any person who has a physical, sensory, or mental impairment which “materially” or “substantially” limits one or more major life activity or has a record of or is regarded as having such impairment. "Individual with a Disability" does not include an alcohol or drug abuser whose current use of alcohol or drugs renders that individual a direct threat to property or to the safety of others. White (Not Hispanic or Latino): All persons with origins in any of the original peoples of Europe, the Middle East, or North Africa Black or African American (Not Hispanic or Latino): All persons with origins in any of the Black racial groups of Africa Hispanic or Latino: All persons of Mexican, Puerto Rican, Cuban, South or Central American, or other Spanish culture or origin, regardless of race Asian (Not Hispanic or Latino): All persons with origins in any of the original people of the Far East, Southeast Asia, the Indian Subcontinent, including for example, Cambodia, China, India, Japan, Korea, Malaysia, Pakistan, the Philippine Islands, Thailand, and Vietnam American Indian or Alaskan Native (not Hispanic or Latino): All persons with origins in any of the original peoples of North and South America (including Central America) and who maintain tribal affiliation or community attachment Native Hawaiian or Other Pacific Islander (Not Hispanic or Latino): All persons with origins in any of the original peoples of Hawaii, Guam, Samoa, or other Pacific Islands Two or More Races (Not Hispanic or Latino): All persons who identify with more than one of the above five races Minority – Any person who identifies as being American Indian or Alaska Native, Asian, Black or African American, Hispanic or Latino, Native Hawaiian or Other Pacific Islander, or in any combination of these identifiers, or someone who identifies as White and as any of the other identifiers Job Groups: Although companies are not limited to using these broad job groups as the only means of analyzing their workforce, we use the following as guidelines: 6 Managers and Administrators: Occupations requiring administrative personnel who set broad policies, exercise overall responsibility for execution of these policies, and direct individual departments or special phases of an organization's operations. This includes: officials, executives, middle management, plant managers, department managers, superintendents, salaried supervisors who are members of management, purchasing agents and buyers. Professionals and Technicians: Professionals are considered to be persons working in occupations requiring either college graduation or experience of such kind and amount as to provide a comparable background. Technicians are those whose work requires a combination of basic scientific knowledge and manual skills which can be obtained through about two years of post high school education, such as is offered in many technical schools and community colleges, or through equivalent on-the-job training. Sales Workers: Occupations engaged wholly or primarily in direct selling. This includes: advertising agents and sales agents, insurance agents and brokers, real estate agents and brokers, sales agents and sales clerks, grocery clerks, cashiers/checkers. Office and Clerical: All clerical work regardless of the level of difficulty, where the activities are predominantly non-manual, though some manual work not directly involved with altering or transporting the products is included. Includes: bookkeepers, collectors, messengers, office helpers, office machine operators, shipping and receiving clerks, stenographers, typists, secretaries, and telephone operators. Skilled Crafts: Manual workers of a relatively high skill level, having a thorough and comprehensive knowledge of the process involved in their work. They exercise considerable independent judgment and usually receive an extensive period of training. This includes: building trades, hourly paid foremen and lead-workers who are not members of management, mechanics and repairmen, skilled machinery occupations, electricians. Exclude learners and helpers of craft workers (apprentices). Operatives: (Semi-skilled): Workers who operate machines or processing equipment or perform other factory-type duties of an intermediate skill level which can be mastered in a few weeks and requires only limited training. This includes: apprentices, operatives, attendants, delivery and route drivers, truck and tractor drivers, dressmakers, weavers, welders. Include craft apprentices in such fields as auto mechanics, printing, metalwork, carpentry, plumbing and other building trades. Laborers: (Unskilled): Workers in manual occupations which generally require no special training. They perform elementary duties which may be learned in a few days and which require the application of little or no independent judgment. Includes: garage laborers, car washers, gardeners, lumber workers, laborers performing lifting, digging, mixing and loading. Service Workers: Workers in both protective and non-protective service occupations, including: attendants, clean-up workers, janitors, guards, police, fire fighters, waiters and waitresses. Underutilization: The Minnesota Department of Human Rights defines underutilization as being present in a job group if the number of women or minorities in a job group is less than what would be expected based on the availability percentage we have adopted for this analysis. 7 We use a “whole person rule,” so that any fractional underutilization is rounded down to the nearest whole number. Declaration of underutilization does not indicate that discrimination has occurred in a company; rather it is a term used within this plan document to enable our company to apply good faith efforts to ensure equal opportunity. EQUAL EMPLOYMENT OPPORTUNITY POLICY This is to affirm that the policy of Medical Transportation Management, Inc. (MTM) is to provide equal opportunity to all employees and applicants for employment in accordance with all applicable Equal Employment Opportunity/Affirmative Action laws, directives and regulations of Federal, State and Local governing bodies or agencies thereof. MTM will not will not discriminate against, or harass, any employee or applicant for employment because of race, color, creed, religion, national origin, sex, sexual orientation, disability, age, marital status, membership or activity in a local human rights commission, or status with regard to public assistance. Affirmative Action will be taken to ensure that all of our employment practices are free of such discrimination. Such employment practices include, but are not limited to, the following: hiring, promotion, demotion, transfer, recruitment or recruitment advertising, selection, layoff, disciplinary action, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Reasonable accommodation will be provided to applicants and employees with disabilities. MTM will evaluate the performance of its management and supervisory personnel on the basis of their involvement in achieving these Affirmative Action objectives, as well as other established criteria. In addition, all other employees are expected to perform their job responsibilities in a manner that supports equal employment opportunity for all. MTM’s Director of Human Resources, Patsy Heavey, has been appointed to manage the company’s Equal Employment Opportunity Program. This person’s responsibilities will include monitoring all Equal Employment Opportunity activities and reporting the effectiveness of this Affirmative Action Program, as required by Federal, State and Local agencies. Reports regarding the progress of the Program will be reviewed by MTM’s President & CEO, Alaina Macia. Any employee or applicant may inspect our Affirmative Action Program during normal business hours by contacting their direct Supervisor or Director of Human Resources, Patsy Heavey. If any employee or applicant for employment believes he or she has been treated in a way that violates this policy, they should contact MTM’s Director of Human Resources, Patsy Heavey, at 16 Hawk Ridge Drive, Lake St. Louis, MO 63367. Ph: 636-561-5686, ext. 5579 at or any other representative of management. Responsible parties will investigate allegations of discrimination or harassment as confidentially and promptly as possible, and we will take appropriate action in response to these investigations. Signed: ____________________________ Dated: __________________ Alaina Maciá, President & CEO 8 ASSIGNMENT OF RESPONSIBILITY FOR AFFIRMATIVE ACTION PROGRAM MTM’s Director of Human Resources, Patsy Heavey, is designated as EEO/AA coordinator to monitor all employment activity to ensure that our EEO/AA policies are being carried out. The EEO/AA coordinator will be given the necessary top management support and staffing to fulfill the duties of the position. Those duties include, but are not limited to, the following: 1. Develop MTM’s EEO/AA policy statement and Affirmative Action Plan/Program, so that it is consistent with our policies, and so that it establishes our affirmative action goals and objectives. 2. Implement the Affirmative Action Plan/Program including internal and external dissemination of our EEO/AA policies and plan. 3. Conduct and/or coordinate EEO/AA training and orientation. 4. Ensure that our managers and supervisors understand it is their responsibility to take action to prevent the harassment of employees and applicants for employment. 5. Ensure that all minority, female, and disabled employees are provided equal opportunity as it relates to organization-sponsored training programs, recreational/social activities, benefit plans, pay and other working conditions. 6. Implement and maintain EEO audit, reporting, and record-keeping systems in order to measure the effectiveness of our Affirmative Action Plan/Program and to determine whether our goals and objectives have been attained. 7. Coordinate the implementation of necessary affirmative action to meet compliance requirements and goals. 8. Serve as liaison between our organization and relevant governmental enforcement agencies. 9. Coordinate the recruitment and employment of women, minorities, and people with disabilities, and coordinate the recruitment and utilization of businesses owned by women, minorities, and people with disabilities. 10. Coordinate employee and company support of community action programs that may lead to the full employment of women, minorities, and people with disabilities. 11. Receive, investigate, and attempt to resolve all EEO complaints. 12. Keep management informed of the latest developments in the area of EEO. 9 DISSEMINATION OF AFFIRMATIVE ACTION POLICY AND PLAN A. Internal Dissemination 1. Our policy statement and non-discrimination posters will be permanently posted and conspicuously displayed in areas available to employees and applicants for employment. 2. Our EEO/AA policy statement will be communicated to our employees in the same manner that other major personnel policies or decisions are communicated. 3. Our EEO/AA policies will be included in our policy manual or employee handbook and in any collective bargaining agreements. 4. Our policy will be made available to all employees including part-time, temporary or seasonal employees. 5. We will review our EEO/AA policies at least once a year. B. External Dissemination 1. As needed, we will notify all subcontractors, vendors, and suppliers of our EEO/AA policy and project goals, requiring supportive action on their part. 2. We will notify all recruitment sources, employment agencies, and labor unions of our EEO/AA policies, and we will encourage them to assist us in achieving our affirmative action objectives by actively recruiting and referring women, minorities, and people with disabilities. 3. We will include the statement "Equal Opportunity Employer" or "Affirmative Action Employer" on advertisements recruiting employees, on employment applications, and on our company’s website, if we post job opportunities on our website. INTERNAL AUDIT AND REPORTING SYSTEMS Our Director of Human Resources, Patsy Heavey, has the responsibility for implementing and monitoring our Affirmative Action Programs. Department heads, managers, and supervisors are responsible for providing the Director of Human Resources, Patsy Heavey, with information and/or statistical data as necessary to measure our good faith efforts to implement our programs. At least annually, internal audit reports will be prepared in table format and dated. Data collected for these reports will include applicant flow, new hires, promotions, transfers, and terminations (voluntary and involuntary) by job group. Figures for each personnel process must show a breakdown by sex, minority classification, and disability status. Reports will be disseminated to appropriate levels of management, and any problem areas will be addressed as promptly as possible. External reports will be submitted to government agencies, such as the Minnesota Department of Human Rights, as required. 10 GOALS AND TIMETABLES During this plan year, it is our goal to meet or exceed the availability percentage for women or minorities in all job groups, as identified in our availability/utilization/ underutilization analysis chart. We will continue our efforts to recruit and retain individuals with disabilities in all levels of our workforce. PROBLEM AREA IDENTIFICATION MTM, Inc. periodically conducts an in-depth analysis of its total employment process to determine whether, and where, impediments to equal employment opportunity may exist. We evaluated: 1. Workforce composition by job group: We have identified no underutilization of women or minorities in our current workforce. We will continue to monitor our workforce composition to ensure that no problems arise. 2. Personnel activity: We routinely conduct adverse impact analyses using the “Eighty Percent Test” or other statistical methods to analyze our personnel activities, including applicant flow, hires, promotions, terminations and other personnel actions, to determine if there are selection disparities between men and women, minorities and non-minorities (and within specific racial groups, if appropriate), or disabled and non-disabled applicants or employees. If any tests are used as a part of our selection process, we have determined that these tests are job-related and are validated. We have taken corrective action to remove any barriers to hiring or retaining women, people of color, or people with disabilities. 3. Compensation system: We routinely review our compensation system, including rates of pay and bonuses, to determine whether there are gender, race, ethnicity, or disability-based disparities. If any disparities are identified, we take prompt action to resolve the disparity. In offering employment to individuals with disabilities, we will not reduce the amount of compensation offered because of any disability income, pension, or other benefit the applicant or employee receives from another source. 4. Personnel procedures: We routinely review all of our personnel procedures and processes, including selection, recruitment, referral, transfers and promotions, seniority provisions and apprenticeship programs (if applicable), and company-sponsored training programs or other activities to determine if all employees or applicants are fairly considered. 5. Any other areas that might impact the success of our Affirmative Action Program: We continually analyze any other areas that may impact our success, such as accessibility of our facility to the available workforce, the attitude of our current workforce towards EEO, proper posting of our EEO policy and required governmental posters, proper notification of our subcontractors or vendors, and retention of records in accordance with applicable law. We take prompt action to remedy any problems in these areas through training of staff or other methods. 11 ACTION-ORIENTED PROGRAMS: Measures To Facilitate Implementation of Equal Employment Opportunity Policy and Affirmative Action Programs for Women, Minorities, and People with Disabilities Selection Process We will evaluate our selection process using an adverse impact analysis to determine if our requirements screen out a disproportionate number of minorities, women, or people with disabilities. All personnel involved in the recruitment, screening, selection, promotion, disciplinary, and related processes will be carefully selected and trained to ensure that there is a commitment to the Affirmative Action Program and its implementation. Schedule for Review of Job Requirements: We will annually review all physical and mental job requirements to ensure that these requirements do not tend to screen out qualified individuals with disabilities. We will determine whether these requirements are job-related and are consistent with business necessity and the safe performance of the job, and we will remove any physical or mental requirements that do not meet these criteria. Any job descriptions or requirements changed after review will be distributed to all relevant employees, particularly those involved in the selection process and supervision of employees. Pre-Employment Medical Examination: If we require medical examinations or inquiries as a part of our selection process, all exams or inquiries will be conducted after a conditional offer of employment. Only job-related medical examinations and inquiries will be conducted, and the results of these examinations or inquiries will not be used to screen out qualified individuals with disabilities. Information obtained in response to such inquiries or examinations will be kept confidential except that (a) supervisors and managers may be informed regarding restrictions on the work or duties of individuals with disabilities and regarding accommodations, (b) first aid and safety personnel may be informed where, and to the extent appropriate if, the condition might require emergency treatment, and (c) officials, employees, representatives, or agents of the MN Department of Human Rights or local human rights agencies investigating compliance with the act or local human rights ordinances will be informed if they request such information. Accommodations to Physical and Mental Limitations of Employees We will make reasonable accommodations to the physical and mental limitations of an employee or applicant unless such an accommodation would impose an undue hardship on the conduct of the business. Recruitment of Employees 1. All solicitation or advertisements for employees will state that applicants will receive consideration for employment regardless of their race, color, creed, religion, national origin, sex, sexual orientation, disability, age, marital status, or status with regard to public assistance. When needed, to help address underutilization, help wanted advertising will also be placed in news media oriented towards women or minorities. Copies of advertisements for employees will be kept on file for review by enforcement agencies. 2. When we place help-wanted advertisements, we will not indicate a preference, limitation, or specification based on sex, age, national origin, or other protected characteristic, unless that characteristic is a bona fide occupational qualification for a particular job. We will not allow 12 any employment agency with which we work to express any such limitation on our behalf, and we will require that these agencies share our commitment to EEO. 3. All positions for which we post or advertise externally will be listed with State of Minnesota Workforce Centers, America’s Job Bank, or similar governmental agencies and community organizations. 4. As necessary to ensure that potential candidates are aware of job openings, we will contact community organizations focused on the employment of women, minorities, and people with disabilities (including state vocational rehabilitation agencies or facilities, sheltered workshops, college placement offices, education agencies, or labor organizations). We will keep documentation of all contacts made and responses received, whether formal or informal. We will make every effort to give these agencies a reasonable amount of time to locate and refer applicants. 5. We will carry out active recruiting programs at relevant technical schools and colleges, where applicable. 6. We will encourage present minority, female, and disabled employees to recruit other employees. 7. Consideration of minorities and women not currently in the workforce: We will take additional steps to encourage the employment of women, minorities, and people with disabilities who are not currently in the workforce, such as providing part-time employment, internships, or summer employment. Training Programs Minority, female, and disabled employees will be afforded a full opportunity and will be encouraged to participate in all organization sponsored educational and training programs. We will seek the inclusion of qualified minority, female, and disabled employees in any apprenticeship program in which we participate. Promotion Process Our promotion process has been developed and documented and only legitimate qualifications are considered in our promotion decisions. We conduct adverse impact analyses to ensure that women, minorities, and employees with disabilities are promoted at rates substantially similar to those of men, non-minorities, and employees without disabilities. Termination Process We use progressive discipline before terminating employees, where appropriate. All employees are made aware of our discipline process. We conduct adverse impact analyses to ensure that women, minorities, and employees with disabilities do not leave our company at rates substantially dissimilar to those of men, non-minorities, and employees without disabilities. Religion and National Origin Discrimination and Accommodation for Religious Observance and Practice As a part of our commitment to Equal Employment Opportunity for all, we have made a specific effort to ensure that national origin and religion are not factors in recruitment, selection, 13 promotion, transfer, termination, or participation in training. The following activities are undertaken to ensure religion and national origin are not used as a basis for employment decisions: 1. Recruitment resources are informed of our commitment to provide equal employment opportunity without regard to national origin or religion. 2. Our employees are informed of our policy and their duty to provide equal opportunity without regard to national origin or religion. 3. Employment practices exist and are reviewed to ensure that we implement equal employment opportunity without regard to national origin or religion. 4. The religious observances and practices of our employees are accommodated, except where the requested accommodation would cause undue hardship on the conduct of our business. 5. We do not discriminate against any qualified applicant or employee because of race, color, creed, disability, age, sex, sexual orientation, marital status, or status with regard to public assistance in implementing the policy concerning non-discrimination based on national origin or religion. Sex Discrimination Guidelines We incorporate the following commitments into this AAP to ensure that all laws related to the prohibition of discrimination based on sex are followed: 1. Employment opportunities and conditions of employment are not related to the sex of any applicant or employee. Salaries are not related to, or based upon, sex. 2. Women are encouraged to attend all training programs that can facilitate their chances for promotion, and to apply for all positions for which they are qualified. 3. We do not deny employment to women or men with young children and do not penalize, in conditions of employment, women or men who require time away from work for parental leave. 4. Appropriate physical facilities are provided to both sexes. Prevention of Harassment and Discrimination Our company has developed policies prohibiting the harassment of or discrimination against any employee because of any characteristic protected under civil rights laws. We distribute these policies routinely to current employees and incorporate these policies as a part of new employee orientation. Employees are aware of contact persons to report any violation of these policies. (See attached policies that our company has adopted.) ANTI-HARASSMENT POLICY As a part of our commitment to equal opportunity, MTM, Inc. has adopted an anti-harassment policy. Any employee who engages in harassment on the basis of race, color, creed, religion, national origin, sex, sexual orientation, marital status, status with regard to public assistance, 14 membership or activity in a local human rights commission, disability, age, or other legally protected characteristics; any employee who permits employees under his/her supervision to engage in such harassment; or any employee who retaliates or permits retaliation against an employee who reports such harassment is guilty of misconduct and shall be subject to remedial action which may include the imposition of discipline or termination of employment. Examples of harassment may include derogatory comments regarding a person’s race, color, religion, or other protected characteristics, sexually explicit or other offensive images (whether printed or displayed on a computer), and jokes that are based on stereotypes of particular races, sexual orientations, ages, religions, or other protected characteristics. Sexual Harassment is prohibited and includes any unwelcome sexual advance, request for sexual favor and other verbal or physical conduct of a sexual nature when:  Submission to such conduct is made, either explicitly or implicitly, as a term or condition of employment;  Submission to, or rejection of, such conduct is used as a factor in any employment decision affecting any individual; or  Such conduct has the purpose or effect of unreasonably interfering with any employee’s work performance or creating an intimidating, hostile or offensive working environment. Although the intent of the person engaging in the conduct may be harmless or even friendly, it is the welcomeness of the conduct by the recipient that is relevant to whether the conduct is harassment. Given the difficulty of judging whether the conduct is welcome or unwelcome in particular situations, the company prohibits all employees from engaging in any conduct of a sexual nature or amounting to harassment based on any protected category in the work setting. This policy applies to everyone, including managers. No retaliation or intimidation directed towards anyone who makes a complaint will be tolerated. If you believe you have been a victim of harassment, take the following steps:  Discuss the matter with your supervisor or manager.  If, for any reason, you would prefer not to speak to your supervisor (for example, if you believe your supervisor to be the source of or a party to the harassment), you may talk to the Department Head or the Director of Human Resources, Patsy Heavey. The company will investigate and attempt to resolve your complaint promptly. If, for an y reason, you believe this has not occurred within a reasonable period of time, refer the problem to the Director of Human Resources. PROBLEM RESOLUTION POLICY In any organization, dissatisfaction may arise because an employee does not know, understand, or agree with, certain policy interpretations or management decisions. Such dissatisfactions are commonly referred to as grievances. At MTM, Inc., we believe that if any employee has a grievance concerning his/her wages, hours of work, or other terms or conditions of employment, the matter should receive consideration of all concerned. An employee who feels aggrieved is urged to take the matter up immediately with his/her supervisor. Your supervisor is required to investigate your grievance and provide you a response or decision within a reasonable period of time. This investigation may consist of, but is not 15 limited to, gathering information from other employees involved, reviewing company policy, and any other action necessary to become familiar with the situation. If you are not satisfied with the response/decision from your immediate supervisor, you are encouraged to go to the Department Manager, both orally and in writing. This next level of supervision will also have a reasonable period of time in which to investigate the issue and respond to you in writing. If you are not satisfied with the response/decision from your Department Manager, you are encouraged to go to the Department Head, both orally and in writing. This next level of supervision will also have a reasonable period of time in which to investigate the issue and respond to you in writing. If, after these steps are all taken, you believe inadequate action has been taken to resolve your complaint, contact the Director of Human Resources, Patsy Heavey. It is the policy of this organization to respond to any reasonable complaint and take the necessary actions to settle the issue. There will be no adverse action taken against a complaining employee as a result of making the complaint, regardless of the outcome of the investigation. If you have a problem which is more specifically addressed by the Anti-Harassment Policy, please follow the procedure described there. Page 1 UMR Comparison Plans OPTION A OPTION B Deductible – Individual $750 $2,000 $2,000 $5,000 Deductible – Family $1,500 $4,000 $4,000 $10,000 Coinsurance 80% 60% 70% 60% OOP Maximum - Individual $3,750 $8,000 $6,150 $10,000 OOP Maximum -Family $7,500 $16,000 $12,300 $20,000 Hospital – Inpatient ded+20% ded+40% ded+30% ded+40% Hospital – Outpatient ded+20% ded+40% ded+30% ded+40% Emergency Room $100 ded+40% $150 $150 Physician Office Visit $20/$40 ded+40% $30/$60 ded+40% Preventive Care 100% ded+40% 100% ded+40% Prescription Generic $10 $20 Brand $30 $40 Non-Formulary $80 $80 Page 2           Important Protection made available by your employer for You and Your dependents through easy payroll deduction.    Your acceptance is Guaranteed…you cannot be turned down, as long as you sign‐up  during your open enrollment period.  Employee Brochure The BasicAdvantage Total Plan described in this brochure is not a substitute for comprehensive  health insurance and does not qualify as minimum essential health coverage under the Affordable  Care Act.  It is intended to provide you, and your covered dependents, with basic insurance  coverage.    Page 3    BasicAdvantage Total Plan    INPATIENT HOSPITAL BENEFITS  Hospital Room & Board Benefits:  Daily Benefit for the Treatment of Mental & Nervous Conditions $100 per day  Number of Daily Benefits Per Coverage Year 25 • Visit any doctor or hospital. Daily Benefit for the Treatment of Alcohol Abuse  $600 per day  Number of Daily Benefits Per Coverage Year 30 • Enrolled dependents receive the  same coverage as you.   Daily Benefit for the Treatment of Substance Abuse (other than Alcohol)  $100 per day  Number of Daily Benefits Per Coverage Year 25  Daily Benefit for the Treatment of All Other Covered Conditions $600 per day • No pre‐existing conditions  exclusions or limitations.  Number of Daily Benefits Per Coverage Year 90  Hospital Admission Benefit For Specified Conditions:  Daily Benefit for Cancer (Malignant Neoplasm)  $4,000 per day • BasicAdvantage Total Plan  enrollees also receive these added  non–insurance benefits:   Number of Daily Benefits Per Coverage Year 1  $3,000 per day  $1,500 per day  Daily Benefit for Heart Attack (Myocardial Infarction) or   Daily Benefit for Heart Disease1 1 Number of Daily Benefits Per Coverage Year ƒ Prescription Drug Card  offering discounts at  participating pharmacies.  Daily Benefit for Accidental Injury  $2,000 per day  Number of Daily Benefits Per Coverage Year 1  Daily Benefit for Stroke (Cerebrovascular Accident ‐ CVA)  $1,500 per day  ƒ VSP Access Plan membership  offering discounts on eye  exams and prescription  glasses at network doctors.  Number of Daily Benefits Per Coverage Year 1  Daily Benefit for Childbirth  $1,500 per day  Number of Daily Benefits Per Coverage Year 1  Maximum Surgery Benefit Per Procedure2 $1,250 per day  Maximum Anesthesia Benefit3 $250 per day  ƒ 24‐Hour Nurse Helpline. 1 The Hospital Admission Benefit is payable for either Heart Attack or Heart Disease during a coverage year, but not both.  2 Benefits for covered inpatient surgery are scheduled and range from $9 to $1,250 based on the specific surgical procedure performed.  3 Benefits for covered inpatient anesthesia vary and are equal to 20% of the applicable inpatient surgery benefit.  OUTPATIENT BENEFITS  Doctor Visit Benefits:  ƒ On‐line Wellness Assistance.  ƒ Vitamins & Nutritional  Supplements Plan.  Daily Benefit for a New Patient Office Visit  $100 per day  Number of Daily Benefits Per Coverage Year 1  Daily Benefit for an Established Patient Office Visit $70 per day ƒ On Call Travel Assistance. Number of Daily Benefits Per Coverage Year 5  Daily Benefit for a Consultation Office Visit  $150 per day           Number of Daily Benefits Per Coverage Year  1  Daily Benefit for an Emergency Room Doctor Visit $100 per day  Number of Daily Benefits Per Coverage Year  1  Chiropractic Care Daily Benefit  $70 per day       Number of Daily Benefits Per Coverage Year 26  Cancer Specialist 2nd Opinion Daily Benefit $70 per day  Number of Daily Benefits Per Coverage Year 1  Radiology Benefits:   Daily Benefit for a Magnetic Resonance Imaging (MRI)  $200 per day  Number of Daily Benefits Per Coverage Year  1  Daily Benefit for a Computerized Tomography (CT) Scan $100 per day  Number of Daily Benefits Per Coverage Year  1  Daily Benefit for all other Radiology Services $50 per day  Number of Daily Benefits Per Coverage Year 5  Pathology Benefits:  Daily Benefit for all Pathology Services $50 per day  Number of Daily Benefits Per Coverage Year 5  Emergency Room Visit Benefits:  Daily Benefit for the treatment of an Accidental Injury  $500 per day  Number of Daily Benefits Per Coverage Year 2  Daily Benefit for the treatment of a Sickness $50 per day  Number of Daily Benefits Per Coverage Year 3  Maximum Surgery Benefit Per Procedure4 $1,250 per day  Maximum Anesthesia Benefit5 $250 per day  Prescription Drug Benefits:  Daily Benefit per Generic Drug Prescription (filled or refilled)  Number of Daily Benefits Per Coverage Year  $25 per day  24  Daily Benefit per Brand Name Drug (filled or refilled) $50 per day  Number of Daily Benefits Per Coverage Year 5  4 Benefits for covered outpatient surgery are scheduled and range from $14 to $1,250 based on the specific surgical procedure performed.  5 Benefits for covered outpatient anesthesia vary and are equal to 20% of the applicable outpatient surgery benefit.  Page 4 Essential Plan  The Essential Plan is intended to provide minimum essential  coverage under the Affordable Care Act.  It provides you and your  enrolled dependents with preventive care only and helps you meet  the requirements of the Affordable Care Act.                     Questions & Answers  Who can be covered?  In addition to covering yourself, dependent coverage is offered in the BasicAdvantage Total and Essential Plans.  Your  eligible dependents are your lawful spouse and your children through age 25, or through any age if disabled and unable to earn a living.  When does my coverage begin and end?  Your coverage begins on the first day of the month after you enroll, provided you are eligible and  the required premium has been paid.  Coverage for all of your benefits under the program will end if (1) the required premiums are not paid;  (2) you are no longer an eligible employee; (3) the insurance policies terminate; or (4) you enter an Armed Service on full‐time active duty.  When does dependent coverage begin and end?  Your dependents’ coverage begins when yours does, unless you enroll them later.  If you do,  their coverage will become effective after the enrollment is approved and the premiums have been paid.  Their coverage ends when yours  does or when the dependent is no longer eligible.  Do I have to use certain doctors or hospitals?  No.  You are free to use any licensed doctor or any certified hospital.  However, under the  BasicAdvantage Total Plan, you can save money by using a network provider.  Rest, nursing or old age homes, or facilities for the treatment of  alcoholism, drug addiction or mental disorders are not hospitals.  How does the BasicAdvantage Total Plan’s Hospital Admission Benefit work?  It pays a single daily benefit when you are admitted as an  inpatient to the hospital for treatment of any of the conditions shown.  The daily benefit amount varies by condition and is payable based on  the first diagnosis code listed on the claim form for the hospital admission.  When will I receive ID cards and full coverage information?  You will receive a Summary Plan Description after you enroll. ID cards will be  included.  Does the BasicAdvantage Total Plan cover maternity?  Yes.  Maternity care is covered.            General Information ‐ (Preventive Care Only)  Co‐pays:  ...........................................$0 (except for contraceptives*)  Deductible: .......................................$0  Benefit percentage paid by plan: .....100% of covered expenses**   Plan Annual Maximum: ....................Unlimited  Plan Lifetime Maximum: ..................Unlimited    Summary of Covered Services  Below are a few of the common preventive health services the plan  covers.  The plan may also cover a service that is not listed, as long  as the service is a covered preventive health service as described in  the policy.    Covered Services for Children & Adolescents  Well Child Exams – physical exams & vision acuity  Assessments – developmental & behavioral   Immunizations – diphtheria, tetanus and pertussis  Screenings – hearing loss, lead poisoning and depression  Covered Services for Adults  Annual Preventive Care Visits – physicals & history  * $50 co‐pay for brand name contraceptive drugs Immunizations – hepatitis & influenza   ** Covered expenses are the lesser of the actual or usual & customary charges General Health Screenings – blood pressure, cholesterol & diabetes  Prescription contraceptives for women  Page 5 Exclusions & Limitations  The following is just a summary.  Please see your Summary Plan  Description (SPD) for a more complete description of these items.  What is not covered under the BasicAdvantage Total Plan…  ƒ outpatient treatment of mental or nervous conditions; ƒ outpatient treatment of alcoholism, or substance abuse; ƒ intentionally self‐inflicted injuries, suicide or attempted suicide  while sane or insane; ƒ acts of declared or undeclared war; ƒ the covered person’s commission of a felony; ƒ work‐related injury or sickness; ƒ normal health checkups; ƒ eye examinations for glasses, any kind of eye glasses, or  prescriptions therefore; ƒ hearing examinations or hearing aids; ƒ drugs not requiring a prescription; ƒ dental care or treatment except covered events rendered in  connection with the care of sound, natural teeth and gums  required on account of an accidental injury that happens while  covered, and rendered within 6 months of the accident; ƒ reading or interpreting the results of any diagnostic pathology  or radiology tests; ƒ cosmetic surgery, except covered events rendered in  connection with cosmetic surgery needed for breast  reconstruction following a mastectomy or an accident that  happens while covered. The surgery needed for an accident  must be performed within 90 days of the accident; ƒ treatment rendered while outside the United States of  America; and ƒ services rendered by an immediate family member or provided  by your employer.  What is not covered under the Essential Plan… ƒ injury or self‐inflicted bodily harm; ƒ sickness or disease of any kind; ƒ acts of declared or undeclared war; ƒ the covered person’s commission of a felony; ƒ charges in excess of usual, customary & reasonable charges; ƒ preventive health services not meeting the requirements of the  Affordable Care Act; ƒ dental care, treatment or supplies, except those specifically  included as a covered preventive health service for a child; ƒ laboratory, radiology, or cardiovascular tests performed for the  diagnosis or treatment of sickness, disease or injury; and ƒ preventive health services rendered by an immediate family  member or provided by your employer.                                                      The BasicAdvantage Total Plan and Essential Plan are underwritten by Reliance Standard Life Insurance Company, Philadelphia, Pennsylvania  under group policy form series: LRS‐9497‐0613, et al; and LRS‐9499‐0913, et al or LRS‐9167‐1103, et al, respectively.    Refer to the accompanying materials for information on premiums.    Every effort has been made to ensure the accuracy of this enrollment brochure.  The information described applies to the residents of most  states, however state laws do vary.  The laws of your state may affect this benefit program, but these differences generally do not reduce your  benefits.  This brochure is not a legal document.  The contractual terms and conditions of coverage are set forth in the group policies.  In the  event of a discrepancy, the policies would be the determining factor.  Insurance products are provided through Reliance Standard Life  Insurance Company, which is licensed in all states (except New York), the District of Columbia, Puerto Rico, & the U.S. Virgin Islands. Reliance  Standard Life Insurance Company reserves the right to change the premiums it charges for its plans.     VSP Access Plan discounts from Vision Service Plan.  24‐hour Nurse Helpline, Online Wellness Services and Nutritional Supplements Plan from  Coverdell and Company, Inc. On Call Travel Assistance from On Call International. The suppliers of these services are not affiliated with  Reliance Standard Life Insurance Company, which is not responsible for the content of the services and cannot be held liable for any services  provided or not provided by these suppliers.  RS-2201.BAT5EP_MO Medical Transportation Management, Inc. 14-15 Page 6 Medical Transportation Management Delta Dental PPO Plan Features Delta Dental PPO Dentist Delta Dental Premier Dentist Non- Participating Dentist Based on a reduced fee schedule – no balance billing Based on a contractual agreement – no balance billing Based on Delta’s maximum plan allowance; balance billing is possible Diagnostic and Preventive Services  Oral exams (all types), twice per calendar year  Bitewing and Periapical x-rays as needed  Full-mouth x-rays once in any 36 consecutive months  Cleanings twice per calendar year  Fluoride, once per calendar year for dependents under age 19  Emergency palliative treatment  Space maintainers, once in 5 years, to age 16  Sealants for dependent children 100% 100% 100% Basic Services  Restorative services using synthetic porcelain and plastic material (white) on front teeth and amalgam (silver) on molar teeth  Periodontics: treatment for diseases of gums and bone supporting the teeth  Endodontics: root canal filling and pulpal therapy  Simple and surgical extractions  Oral surgery 90% 80% 80% Major Services  Prosthetics: bridges and dentures; a replacement will be covered only once in 5 years  Crowns, jackets, labial veneers, inlays and onlays when required for restorative purposes, once in 5 years 60% 50% 50% Orthodontic Services 50% 50% 50% Calendar Year Deductible (applies to Basic and Major Services only) $50 Individual / $150 Family Calendar Year Benefit Maximum PPO: $1,500 per person / Non PPO: $1000 per person Lifetime Orthodontic Maximum (for dependent children to age 19) $1500 lifetime maximum Dependent Age Limit: 26 This is intended to be a summary only, if discrepancies arise the Summary Plan Document will govern. Please refer to your Summary Plan Description (SPD) for a more complete listing of services including plan limitations and exclusions. Orthodontic treatments covered by the prior carrier and in progress on the original effective date of the employer’s group contract with Delta Dental will be covered. Benefits provided by the prior carrier will be subtracted from the lifetime maximum available from Delta Dental. Page 7 Delta Dental gives you the freedom to visit the dentist of your choice and to select any dentist on a treatment by treatment basis. It is important to remember your out-of-pocket costs may vary depending on your choice. You have three options and the information below describes what you can expect depending on whether you receive services from a Delta Dental PPO dentist, a Delta Dental Premier dentist or a non- participating dentist. In PPO Network 1. Delta Dental PPO Network Comprised of a select panel of dentists, over 138,000 dental offices participate in the Delta Dental PPO program. Delta Dental will provide the highest level of benefits (see benefit highlights) for covered services when care is received from a Delta Dental PPO dentist. These dentists agree to:  Accept payment based on a reduced fee schedule – reducing your out-of-pocket expenses.  Submit dental claims for members and abide by Delta’s policies.  Charge members only their deductible, co-insurance, and costs for non-covered services at the time of visit because Delta Dental pays the dentist directly. Your out-of-pocket expenses will be lowest when you see a Delta Dental PPO dentist. In Premier Network 2. Delta Dental Premier Network Comprised of over 220.000 participating dental offices, Delta Dental Premier offers you greater access to dentists while still offering the advantages of a network. These dentists have participating agreements with Delta Dental which require them to:  Accept payment based on Delta’s contractual agreement – which means no balance billing for charges that exceed the contracted amount.  Submit dental claims for members and abide by Delta’s policies.  Charge members only their deductible, co-insurance, and costs for non-covered services at the time of visit because Delta Dental pays the dentist directly. If your dentist is a Delta Dental Premier provider, you will receive the cost control and claims filing advantages noted above. Non-Participating Providers 3. Non-participating Dentist If you receive services from a non-participating dentist (does not participate in either Delta Dental network) benefits for covered services are based on the Out of PPO level and :  You will be responsible for filing your own claim forms.  Delta Dental’s benefit payment will be made directly to you.  Benefit payments will be based on Delta’s maximum plan allowance.  You will be responsible for the difference between the dentist’s charge and Delta’ maximum plan allowance. Your out-of-pocket expenses may be more when you use a non-participating dentist. Locating a Participating Dentist… To determine if your dentist participates with Delta Dental or to select a participating dentist in your area:  Ask your dentist if he or she participates in the Delta Dental PPO or Delta Dental Premier program  Search on-line at www.deltadentalmo.com or deltadental.com  Call Delta Dental Customer Service at 1-800-392-1167 Page 8 Want to learn more? Additional Discounts and Features: MOE-01-0411 • For a complete list of providers near you, use our Provider Locator on www.eyemedvisioncare.com and choose the ACCESS network or call 1-866-723-0596. • For Lasik providers, call 1-877-5LASER6. • 40% off additional eyewear purchases. • 20% off non-prescription sunglasses. • 20% off remaining balance beyond plan coverage. • Laser vision correction - 15% off the retail price or 5% off the promotional price for LASIK or PRK procedures. MTM, INC. In-Network Out-of-Network Vision Care Services Member Cost Reimbursement Exam With Dilation as Necessary $10 Copay Up to $35 Contact Lens Fit and Follow-Up (Contact lens fit and two follow up visits are available once a comprehensive eye exam has been completed) Standard Contact Lens Fit & Follow-Up Up to $55 N/A Premium Contact Lens Fit & Follow-Up 10% off retail price N/A Frames $0 Copay; $130 allowance; 20% off retail price over $130 Up to $60 Standard Plastic Lenses Single Vision $10 Copay Up to $25 Bifocal $10 Copay Up to $40 Trifocal $10 Copay Up to $55 Lens Options (paid by the member and added to the base price of the lens) UV Treatment $15 N/A Tint (Solid and Gradient)$15 N/A Standard Plastic Scratch Coating $15 N/A Standard Polycarbonate $40 N/A Standard Anti-Reflective Coating $45 N/A Standard Progressive (Add-on to Bifocal)$65 N/A Other Add-Ons and Services 20% off retail price N/A Contact Lenses Conventional $0 Copay; $130 allowance; 15% off retail price over $130 Up to $104 Disposable $0 Copay; $130 allowance; plus balance over $130 Up to $104 Medically Necessary $0 Copay, Paid In Full Up to $200 Laser Vision Correction Lasik or PRK from U.S. Laser Network 15% off retail price or 5% off promotional price N/A Frequency Examination Once every 12 months Lenses or Contact Lenses Once every 12 months Frame Once every 12 months ____________________________________________________________________________________________ Page 9 Cost for glasses with standard single-vision lenses Cost for glasses with standard progressive lenses Cost for disposable contact lenses Use your benefit and see great savings With EyeMed Without Vision Coverage** With EyeMed Without Vision Coverage** With EyeMed Without Vision Coverage** Visit EyeMedVisionCare.com to learn more. **Based on industry averages. Retail prices and costs will vary by market and provider type. Premiums not included. MOE-01-0411 OEBC/A&H/0711 Step 1: Get an Eye Exam $10 $88 Step 2: Pick a Frame (allowance $130) $0 $100 Selected a $170 frame (20% discount) $32 $70 Step 3: Pick a Lens $10 $75 Upgraded to Std. Polycarbonate $40 $62 Added Tint $15 $25 Step 4: Total Cost $107 $420 See the Savings $313, or a 75% savings Step 1: Get an Eye Exam $10 $88 Step 2: Pick a Frame (allowance $130) $0 $100 Selected a $170 frame (20% discount) $32 $70 Step 3: Pick a Lens $75 $194 Upgraded to Std. Polycarbonate $40 $62 Added Tint $15 $25 Step 4: Total Cost $172 $539 See the Savings $367, or a 68% savings Step 1: Get an Eye Exam $10 $88 Fit and Follow-Up $55 $74 Step 2: Purchase Contact Lenses $200 $200 Allowance $130 $0 Step 3: Total Cost $135 $362 See the Savings $227, or a 63% savings Benefits are not provided for services or materials arising from: Orthoptic or vision training, subnormal vision aids and any associated supplemental testing; Aniseikonic lenses; Medical and/or surgical treatment of the eye, eyes or supporting structures; Any eye or Vision Examination, or any corrective eyewear required by a Policyholder as a condition of employment; safety eyewear; Services provided as a result of any Workers' Compensation law, or similar legislation, or required by any governmental agency or program whether federal, state or subdivisions thereof; Plano (non-prescription) lenses and/or contact lenses; Non-prescription sunglasses; Two pair of glasses in lieu of bifocals; Services or materials provided by any other group benefit plan providing vision care; Certain brand name Vision Materials in which the manufacturer imposes a no-discount policy; or Services rendered after the date an Insured Person ceases to be covered under the Policy, except when Vision Materials ordered before coverage ended are delivered, and the services rendered to the Insured Person are within 31 days from the date of such order. Lost or broken lenses, frames, glasses, or contact lenses will not be replaced except in the next Benefit Frequency when Vision Materials would next become available. Benefits may not be combined with any discount, promotional offering, or other group benefit plans. Standard/Premium Progressive Lens not covered - fund as a Bifocal Lens. Standard Progressive Lens covered - fund Premium Progressive as a Standard. Underwritten by Fidelity Security Life Insurance Company of Kansas City, Missouri, except in New York. This is a snapshot of your benefits. The Certificate of Insurance is on file with your employer.Page 10 VP, Business Development5/21/15 VP, Business Development 5/28/15 Drug and Alcohol Policy Zero Tolerance Page 2 Table of Contents Executive Director/General Manager Statement ............................................................................ 4 Background ..................................................................................................................................... 5 Purpose .......................................................................................................................................... 5 Covered Employees ........................................................................................................................ 5 Prohibited Substances .................................................................................................................... 7 Prescription and Over the Counter Medications ............................................................................. 7 Employee Protections ..................................................................................................................... 7 Employee Responsibility to Notify MTM of Criminal Drug Conviction ............................................. 9 Employee Training .......................................................................................................................... 9 Pre-employment Drug and Alcohol Background Checks .................................................................. 9 Testing .......................................................................................................................................... 10 Pre-Employment Testing .................................................................................................................. 10 Random Testing ................................................................................................................................ 10 Reasonable Suspicion Testing ........................................................................................................... 11 Refusal to Submit to Urine Drug Testing .......................................................................................... 11 Observed Urine Drug Collections ..................................................................................................... 12 Specimen Analysis ............................................................................................................................ 13 Dilute Test Results ............................................................................................................................ 13 Medical Review Officer’s Role and Responsibilities ......................................................................... 14 Verified Positive Results ................................................................................................................... 15 Cancelled/Invalid Test Results .......................................................................................................... 15 Split Specimen Testing ...................................................................................................................... 16 Payment of Split Specimen Testing: ............................................................................................. 16 Alcohol .............................................................................................................................................. 16 Alcohol Use and Breath Alcohol Testing........................................................................................... 17 Refusal to Submit to Alcohol Testing ................................................................................................ 18 System Contacts ........................................................................................................................... 19 Substance Abuse Professional .......................................................................................................... 19 National Hot-Line Numbers and Help Lines: .................................................................................... 19 Page 3 Employee Acknowledgement of Receipt ....................................................................................... 20 of MTM Substance Abuse Policy ................................................................................................... 20 Employee Acknowledgement of Receipt ....................................................................................... 21 of MTM Substance Abuse Policy ................................................................................................... 21 Page 4 Executive Director/General Manager Statement Medical Transportation Management, Inc. (MTM) is dedicated to providing safe, dependable, and economical transportation services to its patrons. MTM’s employees are a valuable resource and it is also our goal to provide a safe, healthy, and satisfying working environment for our employees. In meeting these goals, it is our policy to: • Assure that employees are not impaired in their ability to perform assigned duties in a safe, productive, and healthy manner; • Create a workplace environment free from the adverse effects of drug and alcohol abuse or misuse; • Prohibit the unlawful manufacture, distribution, dispensing, possession, or use of controlled substances; • Encourage employees to seek professional assistance when substance abuse adversely affects their ability to perform their assigned duties. This Substance Abuse Policy implements a drug and alcohol testing program for all safety-sensitive employees. Each employee shall be provided a signed copy of the adopted policy. Policy items implemented under the authority of MTM are italicized throughout this policy. All other policy items are implemented under the authority of the US DOT and/or the Federal Transit Administration. Per MTM’s authority, violation of this substance abuse policy will result in termination of employment and/or exclusion from hire. This policy is approved by MTM’s Board of Directors and is effective on April 20, 2015. Name: ______Alaina Macia______________ Title: _____President and CEO____________ Signature: _____________________________ Date: _ _4-20-15 __ Page 5 Background Pursuant to the Omnibus Transportation Employee Testing Act of 1991, the Federal Transit Administration (FTA) published regulations prohibiting drug use and alcohol misuse by transit employees and required transit agencies to test for prohibited drug use and alcohol misuse. 49 Code of Federal Regulations Part 655, "Prevention of Alcohol Misuse and Prohibited Drug Use in Transit Operations" mandates urine drug testing and breath alcohol testing for all employees in safety-sensitive positions. These regulations prohibit the performance of safety-sensitive functions when there is a positive drug or positive alcohol test result or an employee refuses to submit to DOT required drug or alcohol testing. In addition, the U.S. Department of Transportation (DOT) has issued 49 CFR Part 40, "Procedures for Transportation Workplace Drug and Alcohol Testing Programs" to provide uniform procedures and standards for conducting drug and alcohol testing programs. The drug and alcohol testing program of MTM will be conducted in accordance with 49 CFR Parts 40 and 655, as amended. Employees may request copies of the applicable regulations by contacting MTM’s designated employer representative listed in Section 25 of this policy. Purpose This policy is established to comply with FTA drug and alcohol testing requirements to ensure employee fitness for duty, and to protect our employees, passengers, and the general public from the risks posed by the use of alcohol and prohibited drugs. This policy is also intended to comply with and incorporate 49 CFR Part 32, The Drug-Free Workplace Act of 1988, which requires the establishment of drug-free workplace policies and the reporting of certain drug-related offenses to the FTA, including the reporting of employees convicted of criminal drug offenses that occur in the workplace. Covered Employees This policy applies to all safety-sensitive transit system employees as identified and described herein. Paid part-time employees and contractors, when performing safety-sensitive duties, are also covered by this policy when performing any MTM related business. This policy applies to off-site lunch periods or breaks when an employee is scheduled to return to work. Additionally, this policy Page 6 applies to volunteers who perform safety sensitive duties who are required to hold a Commercial Driver’s License, or who receive remuneration in excess of his or her actual expenses incurred while engaging in the volunteer activity. This written policy shall be distributed to all employees and applicable volunteers in safety-sensitive positions. Adherence to this policy and its provisions are a condition of employment in a safety sensitive position; per 49 CFR Part 655. Safety-Sensitive Employees and Applicants for Safety-Sensitive Positions covered by this Policy include those who: • Operate a revenue service vehicle, including when not in revenue service • Operate a non-revenue service vehicle when such is required to be operated by a holder of a commercial driver’s license • Control the movement/dispatch of a revenue service vehicle • Perform maintenance on a revenue service vehicle or equipment used in revenue service • Carry a firearm for security purposes • May perform any of the above safety sensitive functions in a supervisory or training role. This policy is applicable to the following positions within MTM: • General/Project Manager(s) • Operations Manager/Supervisor • Dispatch Manager/Supervisor • Dispatcher • Scheduler • Mobility/Travel Training/Application Coordinator • Customer Service Representative (CSR) • Planner • ITS Coordinator Page 7 Prohibited Substances In accordance with US DOT 49 CFR Parts 655 and 40, the following are prohibited substances: • Cocaine • Opiates (e.g., heroin, codeine) • Phencyclidine (PCP) • Cannabinoids (Marijuana) • Amphetamines (includes methamphetamine and MDMA- Ecstasy) • Alcohol Misuse as defined in Section 23, below. Prescription and Over the Counter Medications The appropriate use of legally prescribed drugs and non-prescription medications are not prohibited. A legally prescribed drug means a prescription or other written approval from a physician for the use of a drug by an individual in the course of medical treatment. However, the use of any substance which carries a warning label that indicates mental functioning, motor skills, or judgment may be adversely affected must be reported to supervisory personnel and medical advice must be sought, before performing safety sensitive duties. The misuse or abuse of legally prescribed drugs is prohibited; this includes the use of medication that is prescribed to another individual as well as illegally obtained prescription drugs. MTM strongly encourages employees to inform their prescribing physician of the safety-sensitive job functions that they perform, in order to ensure that appropriate medications are prescribed. Employee Protections The procedures that will be used to test for the presence of prohibited substances or misuse of alcohol shall be such that they protect the employee’s privacy, the validity of the testing process and the confidentiality of the test results. All urine drug testing and breath alcohol testing will be conducted in accordance with applicable with 49 CFR Part 40, as amended. All urine specimen collections, analysis and reporting of results shall to be in accordance with 49 CFR Part 40, as amended. Page 8 Drug and alcohol testing shall be conducted in a manner that will ensure the highest degree of accuracy and reliability using techniques, equipment, and laboratory facilities which have been approved by the U.S. Department of Health and Human Services (HHS). Alcohol initial screening tests will be conducted using a National Highway Traffic Safety Administration (NHTSA)-approved Evidential Breath Testing Device (EBT) or non-evidential alcohol screening device that has been approved by NHTSA. Confirmatory tests for alcohol concentration will be conducted utilizing a NHTSA approved EBT. 1. Except as required by law or expressly authorized in this section, MTM shall not release employee information that is contained in records maintained per 49 CFR Part 655.73. 2. An employee may, upon written request, obtain copies of any records pertaining to the employee’s use of alcohol or controlled substances, including any records pertaining to his or her alcohol or controlled substances tests. 3. MTM shall release information regarding an employee’s records as directed, by the specific written consent of the employee authorizing release of the information to an identified person. Release of such information is permitted only in accordance with the terms of the employee’s consent. 4. Records pertaining to a Substance Abuse Professional’s evaluation, treatment and follow up testing results shall be made available to a subsequent DOT employer upon receipt of written consent from an employee. Page 9 Employee Responsibility to Notify MTM of Criminal Drug Conviction It is a violation of this policy for any employee to fail to immediately notify MTM of any criminal drug statute conviction, or a finding of guilt whether or not adjudication is withheld, or the entry into a diversionary program in lieu of prosecution. Violating employee shall be immediately removed from safety sensitive duties. Per MTM’s authority, violation of this substance abuse policy will result in termination of employment and/or exclusion from hire. Employee Training Safety-sensitive employees will receive at least 60 minutes of training on the effects and consequences of prohibited drug use on personal health, safety, and the work environment, and on the signs and symptoms that may indicate prohibited drug use. Supervisors who make reasonable suspicion determinations shall receive at least 60 minutes of training on the physical, behavioral and performance indicators of probable drug use and 60 minutes on the physical, behavioral and performance indicators of probable alcohol use. Pre-employment Drug and Alcohol Background Checks In compliance with 49 CFR Part 40.25, MTM must make a good faith effort to obtain drug and alcohol testing records from prior DOT covered employer(s) for the previous two years for all applicants seeking safety-sensitive positions and all current employees transferring into a safety- sensitive position. MTM will require each applicant/transferee to a safety-sensitive position to complete a written consent that allows the release of drug and alcohol testing information from previous DOT covered employers to MTM. An applicant/transferee who refuses to provide written consent will not be permitted to perform safety-sensitive functions for MTM. All safety-sensitive applicants who have previously failed a DOT pre-employment test must provide proof that they have completed a Substance Abuse Professional’s evaluation, treatment and return to duty process in addition to a pre-employment drug test with negative results, prior to their employment into a safety-sensitive job function. The credentials, training and education of the Substance Abuse Professional must meet the requirements of 49 CFR Part 40 Subpart O. Page 10 Testing Pre-Employment Testing All safety-sensitive position applicants shall undergo a urine drug (and Alcohol when require by State Authority) test prior to placement in a safety sensitive position. MTM must be in receipt of a negative urine drug (Alcohol when required) test result prior to the applicant’s performance of any safety sensitive function. A cancelled test result will require an applicant to undergo a subsequent pre-employment urine drug test, until a negative test result can be obtained. If an applicant’s pre-employment urine drug test result (or Alcohol) is verified as positive, the applicant will be excluded from consideration for employment per MTM authority. Applicant will be provided a referral to a Substance Abuse Professional meeting the required qualifications per 49 CFR Part 40.281, as amended. An employee returning from an extended leave period of 90 consecutive days or more, and whose name was removed from the random testing selection pool, will be subject to a pre-employment urine drug test. MTM must be in receipt of a negative drug test result prior to the employee being reinstated to safety sensitive duty. Random Testing Employees in safety-sensitive positions shall be subject to random, unannounced testing. The minimum annual percentage rate for random alcohol testing and the minimum annual percentage rate for random controlled substances testing shall be in accordance with 49 CFR Part 655, as amended. The percentages of testing shall be based on the average number of safety-sensitive employees per calendar year. The administering of random testing shall be spread reasonably throughout the calendar year and throughout all times of day when safety-sensitive functions are performed. Each covered employee who is notified of selection for random alcohol or drug testing shall immediately proceed to the testing site. Random alcohol testing shall be conducted on a safety sensitive employee during, just before or just after the performance of a safety-sensitive function. Page 11 Random urine drug testing may be conducted anytime while an employee is on duty or on call, or on standby duty. The selection of employees for random alcohol and drug testing shall be made by a scientifically valid method. The selection process shall provide each covered employee an equal chance of being tested each time selections are made. A computer based random number generator that is fair and equitable for the covered employees shall derive the list. Reasonable Suspicion Testing All safety-sensitive employees are subject to Reasonable Suspicion urine drug testing and/or breath alcohol testing. Reasonable suspicion testing is required when one or more trained company officials can articulate and substantiate physical, behavioral and performance indicators of probable drug use or alcohol misuse by observing the appearance, behavior, speech, or body odors of the employee. Reasonable Suspicion testing for alcohol misuse can only be made when observations leading to that testing occur during, just preceding, or just after the period of the workday that the employee is required to be in compliance with FTA regulations. Reasonable suspicion testing for prohibited drugs may be conducted anytime an employee is on duty. Refusal to Submit to Urine Drug Testing All safety-sensitive employees will be subject to urine drug testing and breath alcohol testing as described in sections 10-13. An employee who fails to cooperate with the testing process or attempts to thwart the testing process will be considered to have “refused testing”. Refusal to submit to DOT required testing is a violation of this substance abuse policy. Per MTM authority, violation of this substance abuse policy will result in termination of employment and/or exclusion from hire. The following actions constitute a “refusal to test” in accordance with 49 CFR Part 40, as amended: • Failure to appear for any test within a reasonable time, as determined by the employer, consistent with applicable DOT agency regulations, after being directed to do so by the employer (pre-employment testing not applicable) • Failure to remain at the testing site until the testing process is completed (after the process has been started) Page 12 • Failure to provide a urine specimen for any drug test required by this part or DOT agency regulations • In the case of a directly observed or monitored collection in a drug test, fail to permit the observation or monitoring of your provision of a specimen • Failure to provide a sufficient amount of urine when directed, and it has been determined, through a required medical evaluation, that there was no adequate medical explanation for the failure • Failure or decline to take an additional drug test the employer or collector has directed you to take • Failure to undergo a medical examination or evaluation, as directed by the MRO as part of the verification process, or as directed by MTM • Failure to cooperate with any part of the testing process (e.g., refuse to empty pockets when directed by the collector, behave in a confrontational way that disrupts the collection process, fail to wash hands after being directed to do so by the collector). • For an observed collection, failure to follow the observer’s instructions to raise your clothing above the waist, lower clothing and underpants, and to turn around to permit the observer to determine if you have any type of prosthetic or other device that could be used to interfere with the collection process. • Possessing or wearing a prosthetic or other device that could be used to interfere with the collection process. • Admitting to the collector or MRO that you adulterated or substituted the specimen. • When the MRO verifies your drug test result as adulterated or substituted. Refusals to test will result in employee’s immediate removal from safety sensitive duties and a referral to a Substance Abuse Professional that has knowledge of and clinical experience in the diagnosis and treatment of alcohol and controlled substances-related disorders, and who meets the qualifications outlined in 49 CFR Part 40.281 Subpart O. Observed Urine Drug Collections During an observed collection, the employee who is being observed will be required to raise his or her shirt, blouse, or dress/skirt, as appropriate, above the waist; and lower clothing and underpants to show the collector, by turning around, that they do not have a prosthetic device. The collector/observer must witness the employee’s urine leave the body and enter the collection cup. The collector/observer must be the same gender as the employee being observed. Page 13 Observed collections are required in the following circumstances: • Anytime the employee is directed to provide another specimen because the temperature on the original specimen was out of the accepted temperature range of 90°F - 100°F; • Anytime the employee is directed to provide another specimen because the original specimen appeared to have been tampered with; • Anytime a collector observes materials brought to the collection site or the employee’s conduct clearly indicates an attempt to tamper with a specimen; • Anytime the employee is directed to provide another specimen because the laboratory reported to the MRO that the original specimen was invalid and the MRO determined that there was not an adequate medical explanation for the result; • Anytime the employee is directed to provide another specimen because the MRO determined that the original specimen was positive, adulterated or substituted, but had to be cancelled because the test of the split specimen could not be performed. • Anytime a follow up or return to duty test is required (test types not applicable to MTM policy) Specimen Analysis All specimens will be analyzed in accordance with the procedures set forth in 49 CFR Part 40, as amended. Specimen validity testing will be conducted on all urine specimens provided for testing under DOT authority. Specimen validity testing is the evaluation of the specimen to determine if it is consistent with normal human urine. The purpose of validity testing is to determine whether certain adulterants or foreign substances were added to the urine, if the urine was diluted, or if the specimen was substituted. Dilute Test Results Upon receipt of MRO verified negative-dilute drug test results with creatinine levels greater than 5 mg/dl and less than 20 mg/dl, MTM will exercise the option to require that applicants/employees submit to a secondary urine collection as provided in 49 CFR Part 40.197. The collection of the second specimen will not be conducted under direct observation. The result of the second urine drug test will be accepted as the final result. MTM will exercise this option uniformly for all pre-employment and random tests that produce a negative-dilute test result with creatinine levels greater than 5mg/dl but less than 20mg/dl. Page 14 Upon receipt of a positive-dilute urine drug test result, MTM will immediately remove the employee from safety sensitive duty and provide the employee with a referral to a DOT qualified Substance Abuse Professional. A positive dilute result is always deemed as a final positive result. Per MTM authority, violation of this substance abuse policy will result in termination of employment and/or exclusion from hire. Medical Review Officer’s Role and Responsibilities The designated Medical Review Officer (MRO) shall be a licensed physician (doctor of medicine or osteopathy) with knowledge of drug disorders. MTM shall use the following Medical Review Officer(s): Name of MRO: Fredrick Pope MD., MRO Foley MRO Services Address: 140 Huyshope Ave. Hartford, CT 06106 Phone Number: 860-815-0825 Fax Number: 860-815-0749 Name of MRO: Benjamin Gerson MD., MRO University Services Address: 2837 South Hampton rd. Philadelphia, PA 19154 Phone Number: 215-637-6800 Fax Number: 215-637-8246 The role of the MRO is to review and interpret confirmed positive test results obtained through the employer's testing program. In carrying out this responsibility, the MRO shall examine alternate medical explanations for any positive test result. This action may include conducting a medical interview and review of the individual's medical history, or review of any other relevant biomedical factors. The MRO shall review all medical records made available by the tested individual when a confirmed positive test could have resulted from legally prescribed medication. The MRO shall not, however, consider the results of urine samples that are not obtained or processed in accordance with DOT regulations. Page 15 Additionally, the MRO cannot accept an assertion of consumption of a hemp food product as a basis for verifying a confirmed marijuana (THC) test result as a negative. Consumption of a hemp food product is not to be considered a legitimate medical explanation for a prohibited substance or metabolite in an individual's specimen. An employee shall be notified by the MRO of a laboratory confirmed positive test and a verification interview will be conducted with the employee, by the MRO in accordance with 49 CFR Parts 40.131, through 40.141 Verified Positive Results MRO verified positive urine drug tests will result in immediate removal from safety sensitive duties and a referral to a Substance Abuse Professional that has knowledge of and clinical experience in the diagnosis and treatment of alcohol and controlled substances-related disorders, and who meets the qualifications outlined in 49 CFR Part 40.281 Subpart O, will be provided to employee. Per MTM authority, violation of this substance abuse policy will result in termination of employment and/or exclusion from hire. Cancelled/Invalid Test Results A drug test that has been declared cancelled by the Medical Review Officer, because the specimen was invalid or for other reasons, shall be considered neither positive nor negative. Additionally, a specimen that has been rejected for testing by the laboratory is reported by the MRO as a cancelled test. When a negative urine drug test result is required (as is the case with pre-employment, return to duty and follow up test types) the employer must conduct another drug test on the individual. For some categories of cancelled drug tests, the MRO will indicate that a re-collection of a specimen using direct observation specimen collection procedures is required, regardless of test type. Direct observation collection procedures will be in accordance with 49 CFR Part 40.67 as amended. The MRO may also direct an employee to undergo a medical evaluation to determine whether or not clinical evidence of drug use exists when there are documented medical explanations for an individual producing invalid specimens and a negative result is needed for a pre-employment, return to duty or follow-up test. Page 16 For alcohol testing, a test that is deemed to be invalid per 49 CFR Part 40.267, shall be cancelled and therefore considered neither positive nor negative. Split Specimen Testing Split specimen collection procedures will be followed in obtaining specimens. An employee is entitled to request, within 72 hours of learning of a verified positive test result, that the split specimen be tested at a different DHHS certified laboratory than that which conducted the test of the primary specimen. If the test result of the split specimen fails to reconfirm the presence of the drug or drug metabolite, the test result shall be ruled “Canceled”. The procedures for canceled tests, as outlined in 49 CFR Part 40.187, will be followed. If the test result of the split specimen is positive, the test results shall be deemed positive. If the laboratory’s test of the primary specimen is positive, adulterated or substituted and the split specimen is unavailable for testing, a recollection under direct observation is required. Direct observation collection procedures will be in accordance with 49 CFR Part 40 as amended. Split Specimen Testing is not authorized for test results reported by the MRO as “Invalid”. Payment of Split Specimen Testing: When an employee has made a request to the MRO for a test of the split specimen, MTM is required to ensure that the cost for the split specimen testing is covered, in order for a timely analysis of the sample. MTM will seek reimbursement from the employee for the cost of the completed test, if the results reconfirm the original positive finding. Alcohol For the purposes of this policy, alcohol is defined as the intoxicating agent in beverage alcohol, ethyl alcohol or other low molecular weight alcohols including methyl or isopropyl alcohol. Alcohol use means the consumption of any beverage, mixture, or preparation, including any medication containing alcohol. 49 CFR Part 655 authorizes alcohol testing and requires MTM to take action on the findings, regardless of whether it was ingested as a beverage alcohol or in a medicinal or other preparation. Page 17 Alcohol Use and Breath Alcohol Testing No safety-sensitive employee shall report for duty or remain on duty requiring the performance of safety-sensitive functions while having an alcohol concentration of 0.02 or greater. If there is actual knowledge that an employee may be under the influence of alcohol while performing safety sensitive functions, the employee shall not be permitted to perform or continue to perform safety- sensitive functions, pending a reasonable suspicion interview, conducted per Section 12. No safety- sensitive employee shall use alcohol while performing safety-sensitive functions, within (4) four hours prior to performing a safety sensitive function, or during the hours that they are on call or standby for duty. No safety-sensitive employee shall use alcohol within eight (8) hours following an accident or until the employee undergoes a post-accident test, whichever occurs first. A Breath Alcohol Technician (BAT) qualified to conduct DOT breath alcohol testing shall conduct all DOT required alcohol screening tests. In accordance with the provisions of 49 CFR Part 40, as amended, the results of both the screening and confirmation of breath alcohol tests, as applicable, shall be displayed to the individual being tested immediately following the test(s). The results of breath alcohol testing will be transmitted by the breath alcohol technician to MTM in a confidential manner, in writing, in person, by telephone or electronic means in accordance with 49 CFR Part 40, as amended. All testing will be conducted consistent with the procedures put forth in 49 CFR Part 40, as amended. MTM affirms the need to protect individual dignity, privacy, and confidentiality throughout the testing process. Handling of tests and confidentially shall be in conformance with 49 CFR Part 40, and as described below: If the initial test indicates an alcohol concentration of 0.02 or greater, a second test will be performed to confirm the results of the initial test. A safety-sensitive employee who has a confirmed alcohol concentration of greater than 0.02 but less than 0.04 will result in removal from his/her position for (8) eight hours unless a retest results in a concentration measure of less an 0.02. Page 18 An alcohol concentration of 0.04 or greater will be considered a positive alcohol test and in violation of this policy. An employee testing positive for alcohol will be immediately removed from safety sensitive duty and will be provided with a referral to a DOT qualified Substance Abuse Professional, in accordance with 49 CFR Part 40, as amended. Per MTM authority, violation of this substance abuse policy will result in termination of employment and/or exclusion from hire. Refusal to Submit to Alcohol Testing The following actions constitute a refusal to submit to Alcohol Testing: • Fail to appear for any test within a reasonable time, as determined by the employer, consistent with applicable DOT agency regulations, after being directed to do so by the employer. • Fail to remain at the testing site until the testing process is complete • Fail to provide an adequate amount of saliva or breath for any alcohol test required by this part or DOT agency regulations • Fail to provide a sufficient breath specimen, and the physician has determined, through a required medical evaluation, that there was no adequate medical explanation for the failure • Fail to undergo a medical examination or evaluation, as directed by the [Agency] • Fail to sign the certification at Step 2 of the ATF • Fail to cooperate with any part of the testing process. A referral to a Substance Abuse Professional that has knowledge of and clinical experience in the diagnosis and treatment of alcohol and controlled substances-related disorders, and who meets the qualifications outlined in 49 CFR Part 40.281 Subpart O will be provided. Per MTM authority, violation of this substance abuse policy will result in termination of employment and/or exclusion from hire. Page 19 System Contacts Substance Abuse Professional Name: The Lexington Group (Nationwide SAP Services) Phone: 1-800-571-0197 ext. 2 National Hot-Line Numbers and Help Lines: 1-800-COCAINE The American Council on Alcoholism Help Line 1-800-527-5344 The National Institute on Drug Abuse Hot Line 1-800-662 HELP Alcoholics Anonymous: 212-686-1100 Please sign the Acknowledgement of Receipt of this Policy (attached) and return to your supervisor or Designated Employer Representative. Page 20 Employee Acknowledgement of Receipt of MTM Substance Abuse Policy For additional information or questions contact your local program administrator or DAPM: Local GM name DER General Manager Everyride, MO 800-007-1234 DER@ride-right.net Or Chris Leighty MTM, LLC Senior Director of Safety and Training cleighty@ride-right.net By signing this form I am acknowledging that I am not currently in violation of this policy and that I am not currently using any prohibited substances, and that if I violate any parts of 49 CFR part 40 and 655, or this policy I may be terminated. I have received a legible copy of MTM Substance Abuse Policy, and 60 minutes of training on prohibited drugs and alcohol. I understand that my employment with MTM is conditioned upon full adherence to this policy. Employee Name: __________________________________________ Employee Signature: ________________________________ Date: __________________ Supervisor Name: _________________________________________ Supervisor Signature: ________________________________ Date: __________________ Employee Copy Page 21 Employee Acknowledgement of Receipt of MTM Substance Abuse Policy For additional information or questions contact your local program administrator: Local Program Administrator Address Phone Email Address By signing this form I am acknowledging that I am not currently in violation of this policy and that I am not currently using any prohibited substances, and that if I violate any parts of 49 CFR part 40 and 655, or this policy I may be terminated. I have received a legible copy of MTM Substance Abuse Policy, and 60 minutes of training on prohibited drugs and alcohol. I understand that my employment with MTM is conditioned upon full adherence to this policy. Employee Name: __________________________________________ Employee Signature: ________________________________ Date: __________________ Supervisor Name: _________________________________________ Supervisor Signature: ________________________________ Date: __________________ Employer Copy System Safety Program Plan (SSPP) Adoption Date: October 20, 2011 Revised: February 7, 2012 Revised: February 12, 2013 Revised: January 2, 2014 Revised: April 15, 2015 Page 1 Safety Program Responsibilities 1. 1.1. Compliance Responsibilities 1.1.1. Program Director The program director is responsible for establishing this safety program and for maintaining safe working conditions and practices for MTM’s personnel and subcontractors. The program director will: • Be responsible for successfully administering the plan and establishing, monitoring and reporting on the system’s safety objectives; • Develop, publish and enforce reasonable safety procedures pertinent to the MTM’s activities; • Provide for adequate operator training and continuing instruction for employees, volunteers and subcontractors; • Make the final determination as to preventability or non-preventability of accidents; • Meet with employees, volunteers and subcontractors involved in accidents that are determined to be preventable to review disciplinary and corrective action; and • Set a good example for safety by working in a safe manner and by encouraging others to do so. 1.1.2. Operators, Mechanics and Others Operating Agency Vehicles (and Volunteers) Operators (and volunteers) are responsible for exercising maximum care and good judgment in preventing accidents. Each employee/subcontractor will: • Maintain and have in his/her possession a valid operator’s license or Commercial Operators License (CDL) as required by law at all times while operating company vehicles. • Maintain and have in his/her possession a valid Department of Transportation medical examiners certificate, as required by law or regulation, at all times while operating company vehicles. • Immediately report all motor vehicle citations, convictions, suspensions or removal of operator’s license to Management. • Immediately report all accidents, no matter how insignificant they may seem, to MTM; • Immediately report all unsafe practices or vehicle conditions and not operate a vehicle in an unsafe condition; Page 2 • Use proper judgment and care to avoid accidents; • Participate in all safety training; • Become familiar with, and operate within, all safety procedures for the assigned work activity; • Notify MTM when taking medication, whether prescription or nonprescription, which may impair physical or mental alertness and affect ability to perform a job safely; • Notify MTM when a physical or mental condition may impair the ability to perform the job safely; • Use or wear protective equipment at all times and obtain replacements for such equipment when damaged or otherwise unserviceable; • Accurately complete “Employee Statements” on appropriate accident reports; • Consent to all mandated pre or post-accident drug and/or alcohol tests or screenings whether required by law or MTM; and • Retain records of drivers’ background checks and qualifications, detailed descriptions of training administered and completed by each driver, records of each driver’s duty status which shall include total days worked, on-duty hours, driving hours and time of reporting on and off duty each day, maintain written documentation of preventative and regular maintenance, inspections, lubrications and repairs performed for each vehicle for a period of ten (10) years. Page 3 Operators – Initial Hire 2. 2.1. Qualifications 2.1.1. Application Each potential employee shall complete a written application. 2.1.2. Interviews Each potential employee shall be interviewed by Management. 2.1.3. Physical Requirements No person shall drive, require or permit any person to drive any vehicle in the service of transporting clients or on agency business unless the operator possesses the following minimum qualifications: a) Mental and Physical Conditions - Operators shall be in sound physical and mental condition. Operators shall not have any physical or mental defects or limitations likely to interfere with safe driving, customer assistance or emergency activities, in the opinion of the party responsible for hiring or supervising operators and the physician performing the operator’s physical examination. The operator must be physically capable of assisting persons with disabilities including mobility aid users if the job duties require it. b) Eyesight - Operators must have vision in both eyes, normal depth perception, normal peripheral vision and be free of any disease or condition that could impair vision. Operators must have 20/40 vision in each eye with or without correction, and 140 degrees or better horizontal vision. Operators must be able to distinguish between green, red and yellow. c) Hearing - Operators shall have adequate hearing to assure safe response to vehicle horns, emergency vehicle sirens, and train signals. d) Alcohol, narcotics and drugs - Operators shall not be addicted to the use of alcohol, narcotics or habit-forming drugs. Drug and alcohol tests shall be conducted in accordance with State and/or Federal Regulations (49 C.F.R. Parts 32, 29, 49, 40, 655). e) Doctor’s Physical Examination – Each subcontractor shall have and keep on file a certificate of Physical Examination given within twelve (12) months prior to employment, signed by a qualified, licensed physician, for every operator in the organization’s employment, attesting that such a doctor has examined said operator and found him/her to meet satisfactorily the qualifications set forth in applicable State and/or Federal Regulations 14- 90.0041. Page 4 2.1.4. Age Operators shall be at least twenty-one years of age. 2.1.5. Knowledge of English Operators shall be able to read, write and speak the English language. 2.1.6. Operator Licensing Operators transporting people shall hold a valid Operator’s License or Commercial Operator’s License as appropriate. An original, not a copy, of the Department of Motor Vehicle (dMV) report issued within the past ten (10) days must be produced before the potential employee is considered for hire. (See qualification criteria below.) In no case will an individual be given a road test, placed in training or allowed to operate an agency vehicle without a DMV check that is in compliance with this policy and has been approved by the Program Director or his/her designee. These criteria include: • Good driving record with no Driving While Intoxicated (DWI), Driving Under the Influence (DUI) or similar charges, reckless driving, railroad crossing violations or leaving the scene of an accident offenses. • No more than a total of two (2) moving violations or accidents within the last three (3) years. • No suspended or revoked licenses within the past ten (10) years for moving violations or violations of criminal laws. • Any combination of violations, unfavorable road observations or accidents that indicates a pattern of unsafe vehicle operation behavior, whether on or off the job. • Minimum of five (5) years driving experience. 2.1.7. Operating Skills Operators shall have experience in safely driving some type of motor vehicle (including private automobile) for not less than five (5) years, including experience throughout the four seasons. Page 5 2.1.8. Criminal Record Checks An original criminal record check, issued within the past 10 (ten) days, shall be obtained as part of the application process. Persons with felony convictions of any sort are unacceptable. Other unacceptable convictions include crimes of violence, drug usage or sales, physical abuse, fraud or theft. A pattern of unlawful behavior shall also disqualify an applicant. 2.1.9. Ability to perform simple math. 2.1.10. Reasonable knowledge of the service area and ability to read basic maps or GPS. 2.1.11. A road test given by a designated supervisor is required. 2.1.12. A written driving skills test is required. 2.2. Training – Initial The following subjects will be covered and trainees will demonstrate expertise in: 2.2.1. Agency Policies and Procedures This includes: a) Policy and Procedures Manual (including Chapter 14.90) b) Personnel Policy Manual c) Scheduling d) Radio Procedures e) Office and Paperwork Requirements 2.2.2. Federal and State Guidelines and Regulations a) Drug and Alcohol Program b) Bloodborne Pathogens c) ADA Requirements d) Other Federal and State Requirements 2.2.3. Pre and Post Trip Inspections Training will be conducted on proper pre and post trip inspections as shown later in this manual. Page 6 2.2.4. Vehicle Familiarization New employees will be given a complete familiarization of the vehicle including engine compartment, all operator controls, emergency equipment and customer safety devices. 2.2.5. Basic Operations and Maneuvering Training will include starting, stopping, left and right turns, and parking. 2.2.6. Special Driving Conditions a) Interstate – Proper procedures for entering and exiting Interstate or other limited access highways will be covered. b) Intersections – Procedures for safely negotiating intersections of all types will be covered. c) Railroad Crossings – Agency vehicles will stop at all railroad crossings, the front door will be opened and both directions will be carefully checked for trains. In the case of multiple tracks, vehicles will not proceed until all tracks can be verified as clear. Special caution will be exercised at unguarded crossings. 2.2.7. Backing Backing is prohibited unless absolutely necessary. When backing is necessary, it is only to be done with a spotter or guide. 2.2.8. Bad Weather New employees will be trained in operating in adverse weather conditions as shown in the Emergency Driving Procedures section. 2.2.9. Boarding and Alighting Customers Proper procedures for boarding and alighting customers safely will be covered. This includes stopping, starting, bus stops, special situations and hazardous conditions on steps or outside the vehicle. Page 7 2.2.10. Customer Assistance Training – DRIVE Training All operators operating mobility aid lifts, ramps or otherwise assisting disabled persons shall receive specialized training and supervised practice on safe and proper techniques prior to offering such assistance. Such operators shall also be prepared to deal with mechanical failures of lifts or other emergencies that may arise. Training on these types of emergencies will also be completed. 2.2.11. On Road All trainees shall complete an on the road training program that shall cover all aspects of driving duties. Due to varying levels of expertise and experience, the program will be adapted to the training needs of the trainee. After initial training, the new operator will be assigned to an experienced supervisor or operator for continued orientation and observation. Only when the operator is deemed to be fully trained will he or she be permitted to operate a vehicle in regular service. 2.2.12. Off Duty (14-90.002) Any time a driver is not on duty, required to be in readiness to work, or under any responsibility to perform work. Such time shall not count towards the maximum allowed on-duty hours within a 24-hour period. 2.2.13. On Duty (14-90.002) Any driver from the time he or she begins work, or is required to be in readiness to work, until the time the driver is relieved from work and all responsibility for performing work. “On Duty” includes all time spent by the driver as follows: a) Waiting to be dispatched at bus transit terminals, facilities, or other private or public property, unless the driver has been completely relieved from duty by the bus transit system b) Inspecting, servicing or conditioning any vehicle c) Driving d) Remaining in readiness to operate a vehicle (stand-by) e) Repairing, obtaining assistance, or remaining in attendance in or about a disabled vehicle. Page 8 Operators – Ongoing Supervision and Training 3. 3.1. Training - Refresher/Retraining In Service Training - Operators shall participate in regular operator safety meetings and training sessions. Suggested training topics include first aid, cardio-pulmonary resuscitation (CPR), safe driving films, weather related driving topics, emergency procedures and review of state driving laws. 3.2. Evaluation and Supervision Ride Checks – Management or supervisory staff should ride with and critique each operator once every six (6) months. A written report will be completed and reviewed with the operator. The report will be kept in the operator file. Road Observations – Management or supervisory staff should observe the driving skills of each operator from outside the vehicle once every six (6) months. 3.3. Motor Vehicle Record Checks Department of Motor Vehicle (DMV) reports, also known as Motor Vehicle Record (MVR) checks, are crucial documents that should be used in the process of determining whether to consider for hire, to hire or retain an operator. The existence of an acceptable MVR’s record is only one of the criteria used for hire or retention. An unacceptable MVR’s record stops the hiring or starts the dismissal process. It is the applicant’s or current operator’s responsibility to maintain an acceptable driving record in compliance with MTM’s policy. Only original (no copies) reports issued within 10 days of agency’s request are acceptable. Procedures The following procedures should be followed closely: a) MVR checks will be required at the following times: i. At the time of application and before hire, ii. Every year (Agency responsibility), iii. At the time of a preventable accident, (Agency responsibility) iv. Any other time that the manager has reason to believe that the employee’s driving record may have deteriorated. (Agency responsibility.) Page 9 b) Original MVR reports shall be obtained before the applicant’s application is acted upon. c) Where required by state law or regulations, authorizations to obtain MVR’s records shall be obtained from employees. Failure to authorize a check is reasonable cause for dismissal. d) Violations that occur on an employee’s personal time or in a non-company vehicle are to be considered as part of the overall driving record. e) MVR will be reviewed and approved by the Program Manager based upon the criteria listed below, upon receipt. The following are unacceptable driving records: i. If license has been suspended, the person must have ten (10) years with no subsequent violations. ii. If license has been revoked, the person must have ten (10) years with no subsequent violations. iii. Reckless driving within the past five (5) years. iv. A combination of more than two (2) accidents and/or two (2) moving violations in the past three (3) years. For example, one accident and one moving violation or two (2) moving violations. v. Person convicted of Driving under the Influence (DUI)/Driving While Intoxicated (DWI) are not acceptable candidates for driving employment no matter when the conviction. vi. Any combination of violations, unfavorable road observations or accidents that indicate a pattern of unsafe vehicle operation behavior, whether on or off the job. vii. Current employees charged with DUI/DWI will be suspended immediately pending the outcome. If the employee is convicted, this is cause for immediate termination. Note: State sponsored safety courses or DDC courses do not “erase” accidents or moving violations. f) Employees are required to notify their manager immediately if they have received moving violations, DWI/DUI citations or have had their license suspended or revoked. Those that operate an Agency vehicle with a suspended or revoked license are subject to immediate dismissal. Employees not notifying management of tickets will be subject to disciplinary procedures up to and including dismissal. Page 10 3.4. Annual Physical Examination Annual physical examinations are required for all operators. 3.5. Safety Meetings Safety meetings shall be held not less than quarterly. They should cover a topic germane to the time of year, types of accidents that have occurred in the near term or to reinforce important rules and regulations. 3.6. Seatbelt Usage The use of seat-belts by operators and customers is mandatory in all Agency vehicles. Disabled customers shall be secured and restrained in accordance with their disability and type of mobility device in use. 3.7. Discipline/Recognition When an Agency employee (or volunteer) violates work rules/policies or commits an unsafe act, immediate corrective action is required. Safe work rules/policies and driving procedures must be enforced for the protection of the employee (and volunteer), customers and the public. When determining disciplinary action, cost incurred from the accident is not addressed. Unsafe acts, which cause little accidents, also cause big accidents. All MTM’s employees, volunteers and subcontractors are obligated to follow the necessary precautions to avoid accidents and injuries. VIOLATIONS WHICH WILL BE CAUSE FOR DISCIPLINARY ACTION UP TO AND INCLUDING DISCHARGE: • Showing up for any shift under the influence of any intoxicating substance and/or the use of an intoxicating substance while on duty • Unauthorized use of an Agency vehicle • Failure to immediately report any accident involving an Agency vehicle • Possession of an open alcoholic beverage or illegal drug within the Agency facility • Possession of any weapon or firearm while on duty • Preventable accidents involving personal injury and/or substantial property damage Page 11 • Failure to secure mobility aid or mobility devices properly • Failure to restrain mobility aid customers or require customers to use seat- belts • Falsification of records • Attitude detrimental to the productive operation of the Agency • Operation of an Agency vehicle in a reckless or unsafe manner • Theft of any money or property from the system (including improper fare collection) or from customers • Assaulting or threatening any individual while on duty • Conviction for driving under the influence (DUI/DWI) • Failure to pick up customers as assigned INCIDENTS THAT ARE ALSO SUBJECT TO DISCIPLINARY ACTION • A no-show for a shift • Late for a shift • Improper radio use • Failure to run on schedule for reasons within the control of the operator • Failure to report to the supervisor any reroutes caused by traffic or road conditions • Misuse of an Agency vehicle (i.e. stopping at an unauthorized location) • Failure to perform the required pre and post trip inspections • Violation of or inability to perform duties and responsibilities as prescribed in this handbook • Eating, drinking, or smoking in your vehicle. • A moving violation • Violation of other responsibilities as prescribed by common sense judgments 3.8. Preventable Accidents/Injuries This category addresses employees’ negligent acts, which result in: • Preventable injuries to employees, customers or the general public; • Preventable vehicle accidents. Minimum disciplinary action required for violations in this category are as follows: First Occurrence: Verbal Warning. The employee will be counseled by management to determine the need for additional training, instruction, and/or other corrective action. Record of the warning will be kept in personnel file. Page 12 Second Occurrence (within three (3) years): Written Warning. The employee will be counseled by management and be suspended without pay for at least one (1) day. Third Occurrence (within 3 years): Written Warning. The employee will be counseled by management and be suspended without pay for at least three (3) days. Fourth Occurrence (within three (3) years): The employee’s employment with the Agency will be terminated. 3.8.1. Grievance Procedure An employee shall not be disciplined or dismissed from service, nor shall entry be made in the employee’s record, without just cause. He/she shall receive a written statement of the charges. Under ordinary circumstances, the Agency will administer discipline within ten (10) working days (not counting Saturdays, Sundays, and holidays) from the date of knowledge of a violation. If an investigation is necessary, the discipline will be administered within ten (10) working days of completion of the investigation. If an employee objects to a disciplinary action taken by the Agency, he/she must file a written statement of the grievance with management within five (5) working days of being informed of the disciplinary action. The statement must be signed by the employee. Within five (5) working days, the employee will be accorded a hearing with management or other representative of the Agency. A written decision will be issued within five (5) working days of the hearing. 3.8.2. Responsibility of Employees Your vehicle operator’s license is a privilege granted to you by the state. It is also a prerequisite to your employment as an operator for the Agency. Anything that affects your operator’s license, affects your job. You are expected to report all violations that you may incur on your license. Accidents, moving violations, vehicle equipment violations, etc., whether in an Agency vehicle or your own, must be reported to the Agency. Page 13 Emergency Driving Procedures 4. (Principal Source – CDL Manual) An emergency can happen any time. No operator can control weather conditions, unexpected vehicle breakdowns, other operators’ mistakes, or customers’ illness. However, the operator must be prepared for all these possibilities. Preparing yourself mentally is not automatic. You need to ask yourself specific questions that might relate to the types of emergencies that you might encounter. Professional operators prepare themselves for the day by finding answers to the following questions: • What is the weather forecast? • Will the route require driving on dangerous roads? • What will traffic be like? • Will the vehicle be carrying an unusual number of customers or different types of customers than usual? In addition to information gathering, professional operators need to regularly review how to handle emergencies by restudying the materials in training programs, learning from their own experiences, and talking to other operators about how they have dealt with various situations. Remember, you must always wear a seat-belt when operating your vehicle. This will help you maintain control of your vehicle in an emergency and may prevent you from being injured. If you should be in an accident, wearing a seat-belt increases the chance that you will be able to respond to the needs of your customers. 4.1. Accident Causes One of the types of emergencies you may have to deal with is a traffic accident. What are the most common causes of these accidents? The Interstate Commerce Commission, through a study of accidents, concluded that the causes of traffic accidents are as follows: • Mechanical defects - 3% • Condition of street or highway - 12% • Human failure or error- 85% Page 14 Some people might argue that apparently some 15% of traffic accidents are caused by factors beyond the control of the operator. Further studies of accident reports reveal, however, that this is not necessarily true. Quite a large percentage of accidents ascribed to condition of street or highway are actually caused by failure of operators to adjust their driving to hazardous street or highway conditions. Also, quite a large percentage of accidents ascribed to mechanical defects are actually caused by failure of operators to take into consideration known mechanical defects, or failure to see that proper repairs are made when mechanical defects are discovered. Remember: If an accident results from a mechanical defect that you should have discovered during the pre-trip inspection, the accident is preventable and your fault. Thus, many accident investigators today state that 95% to 99% of all traffic accidents are due to human failure or error. Unless thorough investigation shows circumstances beyond a operator’s control, the following accidents are generally classified as preventable: • Backing accidents • Intersection accidents • Pedestrian accidents • Rear end collisions • Traffic lane encroachment accidents • Accidents resulting from mechanical conditions • Accidents with parked vehicles • Collision with stationary objects • Unattended vehicle accidents • Accidents blamed on adverse weather conditions • Customer activities 4.1.1. Slippery Road Surfaces It will take longer to stop and it will be harder to turn without skidding when the road is slippery. You must drive slower to be able to stop in the same distance as on a dry road. Wet roads can double stopping distance. Reduce speed by about 1/3 (i.e., slow from 55 to 35 mph) on a wet road. On packed snow, reduce speed by ½ or more. If the surface is icy, reduce speed to a crawl or discontinue operations until it is safe to drive. Page 15 Sometimes it is hard to know the road is slippery. Here are some signs: Shaded Areas - Shady areas of the road will remain icy and slippery long after open areas have melted. Bridges - When the temperature drops, bridges will freeze before the road will. Be especially careful when the temperature is close to 32° F. Melting Ice - Slight melting will make ice wet. Wet ice is much more slippery than ice that is not wet. Black Ice - Black ice is a thin layer that is clear enough that you can see the road underneath it. It makes the road look wet. Any time the temperature is below freezing and the road looks wet, watch out for black ice. Vehicle Icing - An easy way to check for ice is to open the window and feel the front of the mirror, mirror support or antenna. If they are icy, the road surface is probably starting to ice up. Just After Rain Begins - Right after it starts to rain, the water mixes with oil left on the road by vehicles. This makes the road very slippery. If the rain continues, it will wash the oil away. Hydroplaning - In some weather conditions, water or slush collect on the road. When this happens, your vehicle can hydroplane. The tires lose their contact with the road and have little or no traction. You may not be able to steer or brake. You can regain control by releasing the accelerator. This will slow your vehicle and let the wheels turn freely. If the vehicle is hydroplaning, do not use the brakes to slow down. It does not take a lot of water to cause hydroplaning. Hydroplaning can occur at speeds as low as 30 mph if there is a lot of water. Hydroplaning is more likely if tire pressure is low or the tread is worn. The grooves in a tire carry away the water; if they are not deep, they cannot work well. Page 16 4.1.2. Driving At Night You are at greater risk when you drive at night. In the winter it gets light later and gets dark early. Operators cannot see hazards as soon as in daylight, so they have less time to respond. Operators caught by surprise are less able to avoid a crash. Operator Vision - Operators cannot see as sharply at night or in dim light. Also, the eyes need time to adjust to seeing in dim light. Slow down. Glare - Operators can be blinded for a short time by bright lights. It takes time to recover from this blindness. All operators face these risks when driving at night. The risks are greater for some operators whose visual recovery time is higher than others. Visual recovery time is the time it takes a operator’s night vision to return to normal after being blinded by bright lights. Listed below are some specific causes that make visual recovery time higher for some individuals than for others: • Age - recovery time increases as people get older • High blood pressure • Diabetes • Other medical conditions These operators will need to take special care when driving at night. Older operators are especially bothered by glare. Even two seconds of glare blindness can be dangerous. A vehicle doing 55 mph will travel more than half the distance of a football field during that time. Do not look directly at bright lights when driving. Look at the right side of the road. Watch the sidelines when someone coming toward you has very bright lights. Other Operators - There is an increased number of tired and intoxicated operators on the road at night, so be on the alert for them and be prepared to respond. Poor Lighting - In the daytime there is usually enough light to see well. This is not true at night. Some areas may have bright streetlights, but many areas will have poor lighting. On most rural roads, you will probably have to depend entirely on your headlights. Less light means you will not be able to see hazards as well or as quickly as in daytime. Road users who do not have lights are hard to see. There are many accidents that involve pedestrians, joggers, bicyclists, and animals. Page 17 Even when there are lights, the road scene can be confusing. Traffic signs and hazards can be hard to see against a background of signs, shop windows, and other lights. Drive slower when lighting is poor or confusing. Headlights - At night your headlights will sometimes be the main source of light for you to see and for others to see you. You cannot see nearly as much with your headlights as you can see in the daytime. With low beams you can see ahead about 250 feet and with high beams about 350 to 400 feet. You must adjust your speed to keep your stopping distance within your sight distance. This means going slow enough to be able to stop within the range of your headlights. Otherwise, by the time you see a hazard; you will not have time to stop. If you are using your high beams, make sure you dim them within 500 feet of another vehicle so they will not cause glare for other operators. Night driving can be more dangerous if you have problems with your headlights. Dirty headlights may give you only half the light they should, so keep them clean. If your lights fail you should: Try low and high beams (one may work). Pull safely off the roadway and inform the customers. Call the dispatcher for further instructions. Turn Signals and Brake Lights - At night your turn signals and brake lights are even more important for telling other operators what you intend to do. Make sure you have clean, working turn signals and brake lights. Other Lights - In order for you to be seen easily, the reflectors, clearance lights and taillights must be clean and working properly. Windshield and Mirrors - It is more important at night than in the daytime to have clean windshields and mirrors. Bright light at night can cause dirt on your windshield and mirrors to create a glare, blocking your view. 4.1.3. Driving Through Water If unable to avoid driving through deep puddles or flowing water and you feel it is safe, you should: • Slow down. • Place transmission in low gear. • Increase engine RPM and slowly cross the water. Page 18 • When out of the water, maintain light pressure on the brakes for a short distance to heat them up and dry them out. • Make a test stop when safe to do so. Check behind to make sure no one is following, then apply the brakes to be sure they work correctly. • If, after entering deep water, you feel that it is too dangerous to continue, keep the engine running at a fast idle by holding the accelerator pedal down as you brake. This is one of the few situations where backing may be permissible. If possible, designate a customer to look out the window of the vehicle to guide you. Do not exit the vehicle in fast flowing or deep water. Once stopped, shift into reverse, checking to make sure it is clear behind you. Keep the engines running slightly faster than normal as you back out. • Whether you back out or drive through, drive slowly afterward and continue applying your brakes lightly for a few minutes to heat them up and dry them out. Test frequently to see if the brakes are dry enough for you to stop quickly. Always check traffic behind to make sure it is safe to do so. 4.1.4. Winter Driving During pre-trip inspections pay extra attention to the following: • Coolant level/antifreeze amount • Defrosting/heating equipment • Wipers/washers • Tires/chains • Lights/reflectors • Windows/mirrors • Handrails and steps • Exhaust system Some Additional Hints and Precautions: • Keeping your tires inflated properly will improve your traction. • Observe traffic coming toward you and be prepared to take defensive action in the event of oncoming cars going into a skid. • Always keep your gas tank at least half full. Page 19 4.1.5. Driving In Very Hot Weather During pre-trip inspections, pay special attention to: the tires, engine oil, engine coolant, engine belts and hoses. Tar in the road pavement frequently rises to the surface in very hot weather. Spots where the tar “bleeds” to the surface are very slippery. 4.2. Vehicle Breakdowns and Unavoidable Stops Should a vehicle act erratically or a breakdown is suspected, or occurs, safely guide the unit off the road onto the right shoulder or into a parking area. Immediately engage emergency flashers and position emergency reflectors. Notify the dispatcher. Indicate whether there are customers on board, give a brief description of the problem, and vehicle location. If necessary, use landmarks to clarify the location of vehicle. The dispatcher will dispatch another vehicle to the designated location and arrange for towing. The operator must ensure that customers are kept as safe as possible. Customers may be moved into an appropriate public building if the disabled vehicle is in a high accident area or if cold or hot weather endangers customers. Removing customers is not favored unless they will be safer than staying in your vehicle. Sometimes, it becomes imperative to remove the vehicle from the flow of traffic. Customer illness, such as vomiting, vision impaired by sleet, snow, rain, or the unwanted presence of a bee or other insects, are all valid reasons for temporarily pulling clear of the road. Use directional signals and steer off the street exiting from the right lane onto the right shoulder or parking area. Engage hazard lights immediately. Do not leave customers unattended, unless it is an extreme emergency. Be sure that you and your customers are SAFE. If it is extremely cold, you will want to find shelter for your riders. If you cannot get shelter and your riders must remain on the vehicle, do not let your vehicle run standing still for more than ten (10) minutes every hour. Page 20 When your vehicle is running, windows should be cracked open. Also, be sure your tailpipe is clear. This will prevent carbon monoxide poisoning. Carbon monoxide is a non-irritating, colorless, tasteless, and odorless gas. Overexposure is extremely dangerous and can occur without victims realizing it. 4.3. Vehicle Fire/Evacuation (Principal Source – Hancock County) 1) At first indication of fire on the vehicle, proceed as follows: PULL TO A SAFE LOCATION, STOP the vehicle immediately, SHUT OFF ENGINE, open all doors, contact dispatcher to request emergency services assistance and evacuate customers. 2) Evacuate customers in an orderly manner. Assist disabled customers first. Safety of all customers is your first consideration. 3) If possible, use the fire extinguisher located on the vehicle. If the fire is extinguished, notify dispatcher for further instructions. 4) If fire cannot be controlled by fire extinguisher, notify dispatcher immediately giving vehicle location and fire location on vehicle. Do not re- board vehicle. Await assistance and tend to customer needs. Customers will be loaded on to another vehicle. 4.4. Hold up/Robbery (Principal Source – Hancock County) 1) Operators are not to carry any weapon neither while on duty, nor should they argue with or resist a bandit in case of a holdup. Instead, keep cool and notice the description of the bandit as to color, approximate size and weight, and color of clothing. If armed, notice what is used as weapon. 2) Notify the dispatcher immediately after the holdup and request that the police be called. Do not state the amount lost to anyone other than the police or Management. Names of witnesses should be obtained and a full report written by the operator. Page 21 4.5. Natural Disasters 4.5.1. Tornado If a tornado warning is sounded or broadcast, employees will immediately report to the designated shelter. If operators are in vehicles, operators and customers should exit the vehicle and seek shelter in a ditch, under a bridge, in the basement of a nearby building or in the safest possible place given the situation. Continue monitoring local weather reports. Management will determine when personnel and vehicles can return to a normal operating mode. If vehicles have sustained any damage from wind or windblown debris, they should be inspected and repaired by maintenance staff before operating again. 4.5.2. Flood Procedures - Vehicle The Manager or dispatcher will inform operators that emergency flood preparedness measures are to be taken. Management will determine when and if transit services need to end. Service to areas susceptible to flood may be discontinued. Vehicles that are parked in areas that could flood should be moved to high ground if possible. In case of flash flood warnings, operators on the road should avoid known flood areas. Never attempt to cross roads or bridges that are flooded. If your vehicle stalls because of high water, it is generally safer to stay in the vehicle and radio for emergency help rather than try to walk through fast flowing water. Page 22 Customer Safety 5. 5.1. General Guidelines Bus, van and car customers must obey the following rules which apply to vehicle travel: 1) The operator is in charge of the vehicle. 2) Customers must remain seated and seat belted at all times and until the vehicle comes to a complete stop. 3) Customers are not allowed to have any part of their body out the windows of the vehicle. 4) No smoking, drinking or eating is permitted on the vehicles. 5) Customers must keep noise at a level that will allow the operator to hear traffic and requests for assistance. 6) No radios are to be played on the vehicles without earphones. 7) Customers are not to disturb the operator. 8) Customers are not permitted to yell or throw things out of the windows. 9) Customers should keep the vehicles clean. 10) Customers will not use profanity or language that is upsetting and/or disruptive to other customers or staff. 5.2. Seatbelts Customers will be required to properly use seat-belts at all times in all vehicles so equipped. 5.3. Child Safety Seats Children, as required by State law, will be placed in child safety seats. The Florida Department of Motor Vehicle (DMV) Child Safety Seat Law requires that children who are: 1) Age three (3) and younger must be secured in a federally approved child- restraint seat. Children ages four (4) and five (5) must be secured by either a federally approved child-restraint seat or safety belt. Handicapped and medically fragile children must also be in an appropriate child restraint device. Page 23 The operator is responsible to make sure that each seat is properly installed in the vehicle and that the child is properly restrained to minimize the possibility of injury before transporting the child. It must be remembered that there are a wide variety of approved child seats on the market. Some may also be installed in different ways depending upon the age and weight of the child. For those children that are handicapped or medically fragile, management must be consulted for proper procedures for safely transporting them. The following general rules apply to most child safety seats: 1) Read and follow the manufacturer’s instructions for the child safety seat. 2) Small children will not sit in the front seat, especially if the vehicle is equipped with air bags. 3) The seat must be secured to the vehicle tightly. 4) The harness straps should be snug and in the right slots for the age and weight of the child. 5) Inspect the label for the date it was made. Seats over 6 years old may not be acceptable. Older child safety seats will be referred to Management. 6) Damaged seats or seats that have been in an accident will not be used. Seats that are cracked or missing pieces are not acceptable. 7) Child safety seats will be approved for the age and weight of the child. 8) Children less than one (1) year old and up to 22 pounds will generally be placed in rear facing seats. Operators who have any questions on the appropriate use of child safety seats will contact their manager immediately. Children Between 40 and 80 pounds These children are not required to be restrained by state law however the normal seat belts are normally not adequate to protect them in an accident. Observe the following guidelines: 1) Adult lap and shoulder belt systems will not fit children that are smaller than 4’9” tall and weigh less than 80 pounds. 2) Lap belts should fit low over the child’s upper thighs. The belt should stay on the shoulder and be close to the child’s chest. If the shoulder belt fits so poorly that it goes across the neck or face, a booster seat is necessary. Never put a shoulder belt under the child’s arm or behind the back. Page 24 5.4. Mobility Device Securement and Customer Restraint Systems All mobility devices will be properly secured to the vehicle using the installed securement systems. Wheelchair customers will be required to wear a mobility aid seat-belt and be properly restrained using the vehicle restraint system. Those using non mobility aid mobility devices will be requested to move to a seat and use the vehicle seat-belt system. 5.5. Difficult Customers In order to ensure the safety of staff and other customers, any customer who is unruly and is affecting the operation of a vehicle or the customers on said vehicle will be dealt with in the following manner: The unruly customer will be advised to stop their pattern of behavior immediately. If not done, the operator will advise the dispatcher of the circumstances involving the unruly customer. The dispatcher may request that a Police Agency serving the area in which the vehicle is located be dispatched to that location immediately. If there is a risk of harm to anyone on the vehicle, the operator will immediately pull the vehicle over to a safe location, have customers exit the vehicle and await the arrival of a Law Enforcement Official. Notify the dispatcher of the risk of harm. The dispatcher shall immediately dial 9-1-1. The operator will relay any information as to the demeanor of the customer to the dispatcher who will provide this information to the Law Enforcement Officer who is responding. The operator will not engage in any physical confrontation with the Unruly Customer unless there is a clear and present danger to either themselves or another customer on the vehicle. Upon arrival of a Law Enforcement Officer, the operator will relay information to that officer about the Unruly Customer and await final disposition. All information will be given to the dispatcher. Page 25 5.6. Medical Condition Upon becoming aware that a Medical Condition exists on or around a vehicle, the operator shall immediately notify the dispatcher that there is an emergency condition and request assistance as needed. If an ambulance is needed, the dispatcher shall maintain constant communications with the operator and call 911. The operator will relay any information as to the condition of the customer to the dispatcher who will provide instructions to the operator and will make the necessary notification to have an ambulance respond to that operator’s location. If trained, the operator may perform first aid and CPR until the ambulance service arrives. The operator, upon the ambulance arrival, will ascertain which ambulance company has the customer and their destination. This information will be given to the dispatcher. 5.7. First Aid In the best interest of our clients, a First Aid class shall be given to all employees at no cost, once a year. The course will be provided to ensure that in the event of a medical situation on board, the operator will have the basic tools to react in the proper manner. Emergency first aid is to be given as required to our clients or any other individual that may require assistance before emergency responders arrive on the scene. The procedure to follow if a situation develops on board is as follows: • Pull off the road into a safe area, stop the vehicle, turn on emergency flashers and turn engine off • Determine the problem • Contact the Dispatcher and inform him or her of the situation • Follow the instructions from the dispatcher • Give the exact location of your vehicle • Perform first aid procedures • Remain calm until help arrives • Assist, as required, the first emergency responders • After the emergency has been dealt with, contact dispatch and follow instructions Page 26 It is the intention of this procedure to give the operator the information necessary to handle the situation that has developed in the most professional, humane manner possible until help arrives on the scene. 5.8. Bloodborne Pathogens/Infection Control If a bio-hazardous spill occurs as part of a vehicular accident, then first aid for injured customers should be the first priority, along with notification of appropriate medical assistance personnel. Bio-hazardous spills may also occur from an on- vehicle injury without a vehicular accident. Again, first aid provision comes first. Additionally, a bio-hazardous spill may occur as a result of vomiting or loss of bladder control, in which case, first aid is normally not necessary. However, anytime the operator does administer first aid, latex gloves and other personal protective equipment should be used. Contaminated items should be carefully placed in the designated bio-hazard disposal bag. Following first aid administration, where necessary, the vehicle must be cleared of the spill. The following steps should be followed: 1) Put on a new pair of latex gloves; 2) Contain the spill as best as possible with paper towels and/or solidifying powder 3) Clean up spill with paper towels, or if a solidifying powder is used, use a dustpan and brush. 4) Clean area of spill with the cleaning or decontamination solution and wipe with paper towels and/or fresh solidifying powder. 5) Place all items used to clean spill into bio-hazardous waste disposal bag. 6) If the exterior of the disposal bag has not been contaminated by the spill, then remove both Latex gloves and place them in the disposal bag, and seal the bag. 7) If the exterior of the bio-hazardous waste disposal bag has been contaminated by the spill, seal the bag and place inside another bag. 8) Upon return to home base, place the plastic bag(s) into the designated disposal container. 9) Management will have it disposed of by an appropriate medical hazard disposal organization for proper ultimate destruction. Page 27 5.9. Wireless Communication Devices Definition: The use of mobile telephone or other electronic or electrical device, hands on or hands-free, to conduct an oral communication; to place or receive a telephone call; to send or read electronic mail or a text message; to play a game; to navigate the Internet; to play, view, or listen to a video; to play, view, or listen to a television broadcast; to play or listen to music; or to execute a computational function. Use of an electronic or electrical device that enhances the individual’s physical ability to perform, such as a hearing aid, is not included in this definition. Personal wireless communication devices are not prohibited while the transit vehicle is in motion. All personal wireless communications devices should be turned off with any earpieces removed from the operator’s ear while occupying the driver’s seat. MTM further, does not permit the use of any electrical device that was not provided by the bus transit system for business purposes. However, in an emergency situation, if a driver is unable to use the radio, a personal cellular phone may be used to contact the company. In such situations, the driver must park the vehicle in a safe place off the road and call the direct line to the dispatcher. In cases of an emergency, drivers should give family members the number to dispatch and dispatch will notify driver of such emergency. Employees are permitted to use wireless communication devices issued or authorized by the company when: 1) Driver is requesting medical or emergency assistance 2) Driver is reporting an illegal activity, a traffic accident, a road hazard, or a safety/security threat 3) Driver needing to communicate with the dispatcher or vise-versa when normal communication equipment is down. Page 28 Vehicles & Equipment 6. 6.1. Preventive Maintenance Introduction The purpose of this outline is to provide instructions and a format for implementing an effective preventive maintenance (PM) program for a customer transportation system. It attempts to: • Clearly outline the scheduling of the preventive maintenance program; • Explain the functions that occur on a regular basis; • Establish a format for recording maintenance information; and • Provide easy access to needed vehicle specifications. The following pages contain recommendations, procedures, and forms to aid in the PM process. 6.2. Program Development Recommended frequencies of inspection and maintenance operations are specifically tailored to meet the needs of vehicles used. Research is conducted to determine manufacturer maintenance recommendations, transit industry standards, and actual vehicle maintenance experience. Improved maintenance techniques and modern diagnostic technologies have also been incorporated. This program is designed to comply with all manufacturer warranty requirements and to maximize the value of a PM program while keeping costs to a minimum. A good PM program needs to be constantly monitored and updated to continue to be effective and efficient. Complete records are vital to this monitoring process and a format is included in this program. Changes in parts availability or improved maintenance may affect required inspection intervals. If problems arise, steps must be taken to alleviate them. Continual fine-tuning of the program will ensure equipment reliability and help to control maintenance costs. Page 29 6.3. Preventive Maintenance Needs The maintenance requirements of vehicles can be categorized in the following manner: 1) Daily Servicing Needs Daily attention is required to maintain: • Full fuel tank levels • Proper fluid levels and mixes • Interior and exterior cleanliness • Replacement of burned out lights • Vehicle pre and post trip inspection • Operational records and procedures Additionally, it is necessary for the operators to effectively communicate vehicle defects to the manager so that the proper repair can be made. 2) Periodic Inspection Needs Periodic inspections are scheduled to provide maintenance personnel an opportunity to detect and repair damage or wear conditions before major repairs are necessary. Inspection items include: suspension elements, leaks, belts, electrical connections, tire wear, and any noticeable problems. 3) Interval Related Maintenance Interval related maintenance is required to identify wear, alignment, or deterioration problems of parts or fluids. Replacement intervals of these items are determined through experience and manufacturer recommendations. Replacing lubricating oils and filters are examples of this type of required maintenance. 4) Breakdown Maintenance Breakdown maintenance is required when a failure is encountered by a vehicle that makes it unsafe or damaging to continue operation. These repairs are unscheduled and usually require a vehicle switch-out or a service call to repair. Examples include: flat tires, line ruptures, loss of brakes, engine breakdowns, loss of power, etc. Page 30 6.4. Preventive Maintenance Program The goal of an effective PM program is to reduce or eliminate costly and unscheduled breakdown maintenance by concentrating efforts on the scheduled activities of Daily, Periodic and Interval Maintenance. To achieve this goal, a two- part program of daily service and periodic inspection has been developed. Daily Service The daily service format is included in this report. Key features of this program are: • A thorough operational check of all systems each day. • A checklist to communicate defects to maintenance services. Regular Interval Service and Record Keeping Part two of the preventive maintenance program consists of a record keeping system and a programmed regularly scheduled inspection. Periodic and interval- related maintenance activities are performed and monitored in this section. Each vehicle is provided with a Vehicle History File for recording this and other important maintenance information such as overhauls, rebuilds, and major repair work. The information is tracked using the “Vehicle Service and Repair Record” or similar form. Prior to each periodic inspection, the service record is reviewed and the present date and mileage of the vehicle is compared to those listed for the next scheduled service of each item. Items at or near the recommended service interval are then included in the inspection scheduled at that time. All interval-related maintenance and scheduled/unscheduled major repairs are scheduled to be done during the regular inspection. This scheduling allows for efficient use of garage and vehicle dispatching efforts. Quality parts are purchased with maximum warranties. Either the OEM (original equipment manufacturer) parts or approved equal is acquired for use in Agency and vehicles. Page 31 6.5. Conclusion This preventive maintenance program outlines the service necessary to keep vans, small vehicles and buses operating cleanly, efficiently, and reliably. Through the extensive record-keeping program, maximum utilization of labor, parts, and fluids can be achieved. Quality management information also means tracking and maximum warranty services available through the manufacturer, vehicle dealer, or third party warranty service. However, no program can be considered to be static. Continual monitoring and updating of the program is necessary to achieve the maximum preventive maintenance effect. We must comply with and even exceed maintenance standards, with cost-effectiveness in mind. 6.6. Format for Preventive Maintenance Program for Transit Vehicles a) Vehicle Pre and Post -Trip Inspection and Defect Report i. This form is to be completed by the operator of the vehicle. ii. The form is a two-part list: • Front side – daily vehicle check list, including space for breakdowns and accident notations • Back side – daily vehicle trip sheet, including mileage, tire pressure and gas and oil used iii. Each day the operator will inspect the vehicle and either check each item as okay or note any defects on the defect side. Slashes across the page with a large “OK” are not acceptable. iv. Operator will indicate the fuel added and oil added, daily. v. Operator will enter beginning and ending mileage and the daily total. vi. Operator will sign the check list. b) Preventive Maintenance Inspection Work Sheet This is the individual work sheet or work order of service and inspection performed on each vehicle. i. This worksheet should be completed by the mechanic performing the service. ii. Special instruction (such as tire replacement) will be so noted as will repairs to be made in addition to normal service. iii. Mechanic is required to perform service and inspection for each item listed and to also note any comments regarding service. Page 32 iv. The overall purpose is to make all corrections necessary to the vehicle while also performing full maintenance and inspection. v. Each box must be marked per code (“Okay,” adjustment made, or needs attention). vi. Mechanic will carry this service information forward on the Master Vehicle Service and Repair Record. vii. Mechanic will sign this report upon completion. 6.7. Master Vehicle Service and Repair Record – Maintenance History This is to be kept on file for recording all repairs and service made on the vehicle. This record is also valuable in locating persistent problems that occur too frequently. This information will also serve to determine if individual operator habits merit particular attention. 6.8. Preventive Maintenance Intervals The following are special maintenance instructions and recommended intervals for servicing of the listed components during periodic vehicle inspections. Normal intervals for inspections are: • 3,000 miles for gasoline vehicles used in urbanized areas, • 4,000 miles for gasoline vehicles used in non-urbanized areas, • 4,000 miles for small diesel vehicles, • 6,000 miles for medium-to-heavy diesel buses. Mileage intervals may vary from those noted in this section according to local practices or manufacturers recommendations. Typically, Schedule A is the level of preventive maintenance performed every 3,000 to 4,000 miles for gas and small diesel, 6,000 for medium/heavy duty buses. Schedule B tasks are performed every 8,000 to 12,000 miles depending on the specific fleet experience and manufacturer requirements. Schedule C maintenance is much more intensive and is only required every 24,000 to 36,000 miles. Schedule B includes Schedule A level tasks, and Schedule C includes both Schedule A and Schedule B level tasks. A checklist is completed for each scheduled interval. The three scheduled PM levels incorporate some or all of the following tasks: Page 33 6.8.1. A Level Inspection 3,000 - 4,000 Miles or Two Months (whichever comes first) • Check tire tread and pressure • Check wheel rims for cracks • Check lug nuts for tightness • Check for oil and water leaks and belt condition • Check brakes including master cylinder fluid level • Check exhaust system • Check seat-belts • Check customer seats • Inspect brakes (pull wheels at Schedule B) • Change engine oil • Change oil filter • Inspect air filter • Inspect spark plug wires • Inspect belts and hoses • Inspect rear axle differential oil (change as needed, generally during Schedule C Level Inspection) • Check mobility aid securement and restraint systems. Make sure that all parts are for the system in use • Check and cycle mobility aid lift • Check windshield wipers and fluid • Check all interior and exterior mirrors • Check all exterior lights • Headlights (high and low beams) • Back-up lights and alarm • Tail lights • Stop lights • License plate light and plate tail light • Turn signals • Hazard warning lights • Dashboard lights • Interior lights • Check radio • Check fare box Page 34 6.8.2. B Level Inspection 8,000 – 12,000 Miles or Six Months (whichever comes first). All of “A” plus: • Steam-clean engine area (as needed) • Check steering wheel for play • Check parking brake • Check for any abnormal noise or vibration, both internal and external • Check brake and acceleration pedals • Check sun visor • Check horn • Check signs (signs required by USDOT or Local requirements such as “No Smoking” etc.) • Check all window glass, door glass, and window operation • Check power steering fluid level • Check transmission fluid level • Check batteries • Check antifreeze and condition • Check exterior for body damage and condition of paint, lettering, decals, and molding • Check air filter • Check shock absorbers and springs • Check wheel bearings • Check fuel tank condition • Check alternator mountings for tightness • Check A/C system • Rotate tires 6.8.3. C Level Inspection 24,000 – 36,000 Miles or Twelve Months (whichever comes first). All of ‘B” plus: • Detailed Frame and Body checks (Schedule C unless manufacturer requires more frequent) including bolts/nuts, rivets, and welds. • Pull all wheels, measure and inspect brake drums, rotors, brake pads, and calipers • Change rear axle differential fluid • Change fuel filter • Change air filter Page 35 6.9. Pre & Post Trip Inspections No operator shall begin operation of a vehicle until the following parts and accessories have been checked by the operator and are in good working order. The pre and post trip inspection form shall be legibly completed and signed by the vehicle operator. *Note: When malfunctions and/or defects are detected in the equipment listed in this section, or in any vehicle system or device which could threaten safe operating performance, no operator or other person will use the vehicle to transport persons until the defects are corrected. 1) Lights and Reflectors – High/low beams, tail lights, turn signals, 4-way Hazard flashers, marker lights, license plate light and reflectors. They should be cleaned as needed before and during periods of operation. 2) Brakes – both foot and emergency, capable of effectively stopping or restraining the vehicle. Brake pedal should be firm after 1-2 inch free-play on a single down stroke and no noises, vibration or steering changes result from applying brakes while moving. 3) Horn – Gives an adequate and reliable warning signal. 4) Windshield, washers, wipers and defroster – Mechanical systems must be functioning properly to assure clean and clear windshields, inside and outside. Surfaces must be clean and unobstructed. Washer reservoirs are to be filled as needed. 5) Mirrors – All rear vision mirrors must be clean, properly adjusted and unobstructed for operator use. Outside mirrors must be mounted on both sides. 6) Tires – All vehicles shall be equipped with tires of adequate load capacity to support the gross vehicle weight when fully loaded. Tires shall be inflated to the recommended pressures. All tires, including the spare, shall be compatible within each set (i.e., all radials or all bias ply; no mixed tire sets). Tire wear surfaces and sidewalls shall be inspected daily for debris, damage and wear. Tires shall be even across the full tread surface. Tires shall be replaced prior to revealing the “wear bars” between the treads at the contact surface. 7) Speedometer – Shall be operational and accurately record speed in miles. 8) Seat Belts – Shall be in good operating condition and used by all customers and operators. Wheelchair customer restraint and securement systems shall be fully operational. Page 36 9) Doors – Shall be maintained in safe operating condition, capable of being opened, shut and locked as required. 10) Fluids – All vehicle fluids shall be maintained at the manufacturers recommended operating levels, including engine coolant, oil, battery electrolyte, brake fluid, power steering fluid, transmission fluid and washer solvent. The vehicle shall have sufficient fuel to meet foreseeable needs. 11) Emergency Equipment – All vehicles shall be equipped with emergency equipment as shown below. A clean up kit to clean and sanitize the van shall also be included on board, in good working condition and securely stored to prevent movement in the event of an accident or sudden stop. 12) Cleanliness – The vehicle interior shall be properly maintained and kept free of loose articles. Windows and exterior surfaces shall be kept as clean as weather permits. 13) Back up Alarms – If the vehicle is so equipped, check the backup alarm. Making sure that there are no persons or objects behind the vehicle, set the parking brake and firmly apply the foot brakes. Only then shift into reverse. The alarm should sound. Do not back up. 14) Wheelchair Lifts – Check operating and structural condition daily by operating through one complete cycle. 6.10. Emergency Equipment on Vehicles and Usage The following emergency equipment should be on each vehicle. They should be checked daily to make sure that they are present and operational. • Flares • Fire extinguisher • First Aid kit • Spare tire • Jack and lug wrench • Reflective triangles • Flashlight with batteries • Bloodborne pathogens clean up kit • Reflective vest for operator • Seat belt cutter Page 37 6.11. Use of Emergency Equipment on Vehicles So that one can properly use the emergency equipment on the vehicle, it is extremely important that the operator knows what equipment is on the vehicle and how to use it. All operators must familiarize themselves with where the equipment is located in the vehicle and the following guidelines on the uses of this equipment should be learned: 1) Flares - encased in a metal container, are used as warning devices when the vehicle is disabled. Extreme care must be used when lighting the flare as it gets very hot. Never use flares when there is the presence of gasoline or other flammable liquid. The following procedure is used for lighting the fuse: a. Grasp flare in right hand. b. Twist and lift off cap with left hand. c. Strike fuse across cap. d. Point ignited end away from body. e. Three (3) flares should be placed accordingly: i. At the side of the vehicle on roadway side - a safe distance from the vehicle and oncoming traffic. ii. Approximately 40 paces or 100 feet to the rear of the vehicle. If there is a hill or curve, the distance should be greater, but no farther than 300 feet. iii. Approximately 40 paces or 100 feet in front of the vehicle, again using greater distances if conditions warrant. 2) Three (3) red reflectors - should be used in the same way as flares. The reflectors may be used both day and night. 3) Fire extinguisher - has approximately thirty (30) seconds of use and must be checked daily. The needle must be in the green. After every use it must be properly recharged by a qualified person. The following operating procedure should be followed: a. Remove extinguisher from mounting bracket and hold vertically. b. Remove safety pin. c. Point hose at the base of flames. d. Squeeze handle to discharge chemicals. e. Direct chemical discharge until fire is out or extinguisher is empty. Page 38 4) First Aid Kit – Management will provide a first aid kit meeting required standards. The kit should be sealed. Kits with broken seals will be turned in for restocking and resealing as appropriate. 5) Bloodborne pathogens clean up kit – Management will provide a kit meeting required standards. The kit should be sealed. Kits with broken seals will be turned in for restocking and resealing as appropriate. 6) Reflective Vest – The operator should wear the reflective vest whenever a roadside emergency occurs or when the operator must be in the roadway. 6.12. Vehicle Procurement Making safety a priority during the vehicle procurement stage can have a long term positive impact on safety and accident costs. While aesthetics of a vehicle are important, many safety features can be incorporated at relatively low costs. 6.12.1. Exterior Mirrors are critical for safe operation and maneuvering of the vehicle. The following should be considered: • Upgraded mirrors on both sides of the vehicle. • Remote adjusting right side mirrors. • Convex or spot mirrors, separately mounted not covering the existing mirror space. • Electrically heated mirrors. • Convex mirrors mounted at the front and rear of vehicles. 6.12.2. Visibility The more visible a vehicle is during day, night, low light or inclement weather conditions, the less likely it is to be involved in an accident. The following should be considered: • Operating at all times with headlights on. • Upgraded lighting package to include: extra-large rear stop lights, running lights and “Wahlen scene” rear back up lights. • Reflective stripping around vehicle at eye level. • Logos or messages in reflective materials. Page 39 6.12.3. Interior A significant number of accidents occur inside the vehicle. Many transit system customers have decreased physical capabilities because of age or disability. The following should be considered: • Contrasting color schemes between floors, seats and walls. • Upgraded interior lighting, especially on vehicle steps. • Non-skid flooring on aisles and steps. • Clearly marked step edges. • Textured oval handrails on both sides of steps. 6.13. Vehicle Security When leaving your vehicle, other than to assist a customer enter the vehicle or if the ignition must be on to operate the mobility aid lift, you will remove the keys from the ignition and take them with you. When you will be out of sight of the vehicle, the vehicle will be locked. Vehicle keys will be given to the dispatcher at the conclusion of your shift. If the vehicle is parked at your home, the keys must be removed and the vehicle locked. Keys should be kept in a secure location out of the reach of children. In no case may a vehicle be used for non-agency purposes, either during or after the work shift. Children shall not play in, on or around the vehicle. Vehicles should be parked in a well-lit location where it is unlikely for them to be damaged or vandalized. The parking brake must always be set and the transmission placed in park whenever you are out of the operator’s seat. 6.14. Vehicle Safety in and around the Shop or Yard Due to the congested nature of the shop and yard the following rules are established: 1) A maximum speed of 10 mph is allowed in the facility. 2) Vehicles are only to be parked in designated spaces. 3) Where feasible, vehicle routing will be in “pull through” fashion to avoid backing. Page 40 4) If backing is necessary the following rules will be observed: a. The operator will set the parking brake and place the transmission in park. b. The operator will get out of the vehicle and walk completely around it to inspect for any obstacles or persons in the vicinity. c. Another person will serve as a guide, maintaining visual and verbal communication with the operator at all times. 5) In cases where the vehicle must be placed in a maintenance facility or garage, where there is no pull through capability, the vehicle will be backed in, rather than backed out using the above guidelines. 6) Vehicles will never be left running or with keys in them while unattended. Page 41 Accident Management 7. 7.1. Accident Documentation Packet Each vehicle will be equipped with the Accident Documentation Packet. This will include: • Operator’s accident report form. • Witness or courtesy cards. • Pens or pencils. As soon as possible after all emergency procedures have been completed or turned over to qualified emergency personnel; the operator should clearly and legibly complete the report form. Follow the instructions below on Accident Notification Procedures. 7.2. Accident Notification Procedures – Operator Responsibility In the event a transit vehicle is involved in an accident of any type, operators must take the following steps: 1) Assess whether or not customers should be evacuated from the vehicle. 2) Aid the injured. 3) Contact the dispatcher by radio. Give your exact location and scene description including number injured and potential for fire. Immediately ask the dispatcher to contact emergency squad or law enforcement as appropriate. Make sure the responding Agency office personnel, emergency or law enforcement dispatcher has all information before you terminate your conversation. If you are unable to make contact because you are injured or providing first aid/CPR, ask the first able person you see to contact emergency personnel for help. 4) Obtain the name and address of the reporting officer and his/her badge number. 5) Obtain facts about other vehicles involved in the accident. 6) Obtain facts about the witnesses and give them a witness courtesy card. Witnesses include any person riding your vehicle at the time of the accident or persons who witnessed the accident. Courtesy cards should be collected from all witnesses before leaving the scene whenever possible. Page 42 7) Describe the accident to law enforcement personnel only. DO NOT DISCUSS THE ACCIDENT WITH ANYBODY OTHER THAN LAW ENFORCEMENT, YOUR SUPERVISOR OR THE AGENCY INSURANCE COMPANY REPRESENTATIVE. 8) DO NOT MAKE ANY STATEMENT CONCERNING AGENCY LIABILITY. GIVE ONLY INFORMATION REQUESTED BY LAW ENFORCEMENT OR SUPERVISOR. DO NOT SIGN ANY STATEMENT UNLESS PRESENTED BY LAW ENFORCEMENT OR YOUR SUPERVISOR. 9) Under no circumstances should a operator leave the scene of an accident prior to the arrival of law enforcement unless directed to do so by emergency medical personnel. The operator shall not move the vehicle unless there is a danger from other traffic, or unless directed by law enforcement. 10) Every accident, no matter how small, shall be reported to the dispatcher. Management shall determine if law enforcement shall be contacted even in the event of a minor, non-injury accident. If law enforcement refuses to come to the scene, Management or the dispatcher should take the name and badge number of the law enforcement person notified. It is the operator’s responsibility to obtain the name and address and insurance company of the other vehicle’s operator prior to leaving the scene. 11) As soon as possible after an accident is reported to the dispatcher, a management representative shall go to the scene to facilitate the above- mentioned activities and to interface with media as necessary. 12) Anytime a operator is involved in an accident, the operator shall be taken off driving duty for the rest of the workday at a minimum. Drug and alcohol tests will be performed as soon as possible and within the time frames specified in the regulations. The Executive Director shall arrange for substitute operators as needed. The operator shall spend this time and any other time needed completing an Accident Report. The Executive Director shall assist the operator in the completion of these forms to assure accuracy and completeness. 7.3. Accident Investigation – Management Responsibility Purpose The purpose of this policy is to set forth guidelines for Management responsibility in conducting an accident investigation for vehicle accidents and/or employee injuries. Page 43 General Accident investigation is more than filling out forms, as important as they are. It is a system of collecting and documenting factual data that can reveal accident causes, operator/employee error, vehicle/equipment failure, and/or other factors. A thorough accident investigation program also shows accident trends and provides factual information to use when preparing legal defenses. Accident investigation data can help us improve vehicle and equipment purchase specifications, plan operator and employee safety training programs, validate actions against negligent operators, and reduce claim settling costs. Although employee discipline could result from the accident investigation, it is an important process that should not be perceived by the employee as fixing blame. If fixing blame is the perceived purpose of the accident investigation process, vital information will often be withheld, or facts may be distorted. When a good investigation procedure is in effect, there can be positive results on the employee’s accident prevention awareness if management demonstrates its concern for employee safety and its interest in providing a safe workplace. Finding out the why of accidents, and then doing something about correcting it, is further proof to the employee that management means business. All accidents involving the following must be investigated personally by either the Executive Director or other properly trained individual. This task is not to be delegated to others. The following accidents are to be investigated immediately: • Any accident involving customers on Agency vehicles. • Damage to the property of another, such as a motor vehicle or structure expected to exceed $500. • Serious physical damage to our vehicle where damage is expected to exceed $1,000. Responsibility for Investigating Vehicle Accidents It is the Executive Director’s responsibility to inform operators and employees of their expected conduct and responsibilities at accident scenes. Although our goal is no accidents, occasionally an accident will occur, even with the best precautionary measures in place. Once an accident occurs, its ultimate cost can vary greatly depending upon how it is handled. Quick and accurate implementations of the following procedures are necessary to insure the correct and fair settlement of a workers compensation, vehicle physical damage, and/or vehicle liability claim. Page 44 Five Basic Steps of Accident Investigation for Vehicle and/or Employee Injury Accidents: 1) Manage the Accident Scene Protect the injured - If possible, the operator should request medical assistance from authorized sources such as the police, fire department, or a hospital. The extent of assistance to the injured that can be provided will vary based on the severity of the accident. The goal is to keep the injured as comfortable as possible until qualified help arrives. Preserve the accident scene - Eliminate and control remaining hazards to keep the effects of the accident from becoming worse by immediately placing warning signals, flares, reflective triangles or other devices to permit, as nearly as possible, the uninterrupted, normal traffic flow. Vehicle engines should be turned off and the emergency brake should be engaged. Vehicles should not be moved until instructed to do so by the law enforcement agency having jurisdiction. Ideally pictures and diagrams can be done before the vehicles are moved. Determine the extent of damage - Is there fuel leaking from the vehicles? If so is their potential for ignition? Is a tow truck needed? Notify appropriate parties 2) Gather Information Get the facts - Who, What, When, Where, How – Use the Accident Investigation Kit Physical Evidence • Make sketches - a good diagram with measurements is very important • Take photographs with landmarks that can be used as reference points - take plenty of pictures - they are cheap and can be very beneficial. Record the date, time, location, and name of photographer on the back of the photos. Polaroid photos are not acceptable. A 35 mm Camera with a date back using fast (400 ASA) film is ideal for most accident situations. • Record weather conditions • Examine equipment, materials, and the area around the scene Page 45 Taking Photos Good photographs can be very valuable documents for an accident investigation. They can also be very helpful in the defense of a lawsuit. You don’t have to be a professional photographer to take good accident scene photos if you follow these tips. • Hold camera steady with both hands. • Take pictures directly on subject, not at unusual angles. • Avoid taking pictures into the sun. • Get one picture of license numbers and ID numbers of all vehicles in the accident. • Do not take pictures of gory scenes. • Take pictures of all four (4) sides of the accident at 90° angles. • The first set of pictures should take in the entire scene then move in closer for the 2nd set. Final set should be very close. • Skid marks should be photographed. You may have to crouch down to get the best angle and picture. • Take pictures of defective equipment, bald tires, beverage containers in other car, etc. Use caution in taking pictures of incriminating evidence on Agency vehicle. Accident Sketching A good accident sketch or diagram can be very helpful during your accident investigation. Remember, you can do a rough sketch at the scene and then improve or redo it back at the office. Follow these tips for a good sketch. • Use graph paper if available. • Note the date, time, and preparer’s name. • Show directions – North, South, East and West • Clearly show location of vehicles, road signs, intersections, number of lanes, speed limits, etc. • Measure skid marks and show on diagram. • If possible, measure road widths, distance from intersections or other landmarks. Witnesses Explain the purpose of your conversation. • Listen - See “Active Listening During Accident Investigation”. • Ask open-ended questions to avoid yes/no answers. Let the witness Page 46 describe the accident; do not describe the accident to the witness. Ask, How did the accident occur? Instead of, Did the other vehicle come into your lane? • Summarize descriptions. • Obtain a written statement. If possible have the witness sign the written statement. • End on a positive note. Documentation that may also be needed to complete your investigation • Employee records • Equipment maintenance records • Job or task records • Previous accident reports • Operating procedures • Training procedures and records 3) Analyze Information Purpose is to find the causes. Superficial vs. Real or Root causes – for example the fact that it was raining and the road was wet is a superficial cause. Driving too fast for conditions or badly worn tires are root causes. 4) Recommend/Implement Corrective Actions. • Purpose is to eliminate the root causes. • Identify actions that need to be taken. • Assign the responsibility for implementation. • Set a target completion date. • Obtain management approval to implement changes. • Communicate the desired results of implementation. 5) Follow up and Monitor Implementation Progress. • Purpose is to monitor the actions taken. • Identify follow up activities. • Assign the responsibility for follow up. • Set a target date. All vehicle accident investigation reports shall include the following information: • Accident Report forms completed by the operator. • A copy of the police accident report. Page 47 • Facts obtained while reviewing physical evidence. • Witnesses. • Information from documentation records. • Pictures, sketches, operator and witness statements. • Recommended corrective actions to be taken. Active Listening During Accident Investigation The following pointers will assist you in becoming an active listener. Active listening will result in more detailed, relevant information during the accident investigation process: • Want to Listen - Almost all problems in listening can be overcome by having the right attitude. Remember, there is no such thing as non-interesting people - only disinterested listeners. • Act Like a Good Listener - Be alert, sit straight, lean forward if appropriate, and let your face radiate interest. • Listen to Understand - Do not just listen for the sake of listening; listen to gain real understanding of what is being said. • React - The only time a person likes to be interrupted is when applauded or complimented. Be generous with your compliments. Make the other person feel important. Show your gratitude with nods, smiles, comments, and encouragement. • Stop Talking - You cannot listen while you are talking. Communicate; do not take turns talking. • Empathize with the Other Person - Try to put yourself in the other’s place so that you can see that point of view. • Ask Questions - When you do not understand, when you need further clarification, when you want the other person to cooperate, when you want to show you are listening, ask questions. However, do not ask questions that will embarrass or “put down” the other person. • Concentrate on what the Other Person is Saying - Actively focus your attentions on the words, the ideas, and the feelings related to the subject. • Look at the Other Person - Face, mouth, eyes, and hand gestures are used by the other person to communicate with you. Eye contact with the other person helps you concentrate, too. Shows you are listening. • Leave Your Emotions Behind - Try to push your worries, your fears, and your problems away. They may prevent you from listening well. Page 48 • Get the Main Points (the big story) - Concentrate on the primary information and not the unrelated comments; examples, stories, etc. are important, but usually are not the main points. Examine them only to see if they prove, support, define the main information. • Share Responsibility For Communication - Only part of the responsibility rests with the speaker; you as the listener have an important part. Try to understand, and if you do not, ask for clarification. • React to Information, Not to the Person - Do not allow your reaction to the person to influence your interpretation of words. Good information can come from people whose looks or personality you do not like. • Do Not Argue Mentally - When you are trying to understand the other person, it is a handicap to argue while you are listening. This sets up a barrier between you and the speaker. • Use the Difference in Rate - You can listen faster than anyone can talk, so use this rate difference to your advantage by trying to stay on the right track, think back over what the speaker has said. Rate difference: speech rate is about 100 to 150 words per minute; thinking: 500. • Do Not Antagonize Speaker - You may cause the other person to conceal ideas, emotions, or attitudes by being antagonizing in any number of ways: arguing, criticizing, taking notes, not taking notes, asking questions, not asking questions, etc. Try not to judge and be aware of the effect you are having on the other person. Adapt to the speaker. • Avoid Hasty Judgments - Wait until all facts are in before making any judgments. Page 49 7.4. Accident Investigation Kit The following items will provide adequate tools to perform a well-documented Accident Investigation: • 35 mm camera with date back and flash • 12 exposure rolls of 400 ASA film • Safety Reflective Vest • Measuring wheel • 100 foot tape • Yellow Lumber Crayons • 12” ruler • Clipboard • 8 2 x 11 paper and graph paper • Pencils/sharpener and pens • Rubber bands • Flashlight • Spare batteries for flashlight and camera • Photo Labels • Traffic Template • Satchel to store equipment • Inventory 7.5. Reconstruction & Analysis Accident reconstruction and analysis will generally be required when a serious accident takes place involving personal injury. This is a specialized skill and will involve the hiring of an outside expert. Agency personnel can aid this process by following steps shown in the accident investigation section above. Well documented sketches and clear, properly labeled photographs will aid the accident Reconstructionist in determining critical factors contributing to the accident. 7.6. Drug and Alcohol Tests These will be performed as soon as possible after an accident but in no case later than the time limits specified in state and federal regulations. Specific information will be found in the Agency Drug and Alcohol policy. Page 50 7.7. Media Relations and Crises Communication After an Accident After a serious accident, it is likely that you will be contacted by the media. There is also a possibility that they will respond to an accident scene while emergency personnel are working. The job of the media personnel is to gather newsworthy matters for their newspaper, radio or TV stations. A bad accident involving a highly visible public transit vehicle is a very newsworthy story for most local news media organizations. With proper preparation a moderately skilled agency representative can use the occasion to improve agency image or at the very least control damage. The following guidelines should be followed: Media Relations – At the Scene 1) All Agency personnel should be instructed that all questions are to be referred to the Agency representative, normally a member of senior staff. 2) The designated representative should be available to the media as soon as possible. They have deadlines and will not wait for you to tell your side of the story, no matter how good. 3) Do not panic – be under control. 4) Never say “No Comment”. It makes you look like you have something to hide. It is better to say that “the cause of the accident is unknown at this time and is under investigation”. 5) Control the interview as much as possible. Insert information about positive safety activities and other good things that your Agency does. 6) Be prepared for tough questions or questions that cannot be answered without incrimination. 7) Be aware of liability issues. Do not admit anything that could come back to haunt you or be used as evidence in court. Media Relations - After the Accident 1) Control entry to your premises. 2) Meet with media promptly. 3) Instruct employees not to talk to media. Page 51 4) If a press conference is necessary: a. Choose the venue carefully. b. Prepare a written statement in advance. c. Consider consulting a media expert if the accident and resulting situation is bad. d. Have a media kit that includes an Agency fact sheet, positive articles and good things that your Agency does for the community. e. Do not reveal confidential information “off the record.” Do not legitimize negative, incorrect or hearsay information. f. Always be friendly, brief, positive, composed and stick to your side of the story. Do not argue with reporters. Remember that your image may be seen by thousands on the 6:00 news tonight. Medical Transportation Management, Inc. 5 Year Litigation Summary May 2015 Medical Transportation Management, Inc. (MTM) is a national company that provides Non- Emergency Medical Transportation (NEMT) services in 24 states and the District of Columbia. MTM contracts with approximately 1400 transportation companies nationwide to provide over 10 million trips annually. Because of the size and scope of MTM’s business services, at any given point in time MTM is involved in various litigation cases involving auto accidents and incidents, and contract payment claims. See attached Schedule A for a summary of these cases. Where cases have been settled, they typically involve settlement agreements and releases of claims that contain confidentiality and nondisclosure provisions, such that MTM can only identify that the respective case has been settled and is closed. Page 1 Page 2 Medical Transportation Management, Inc. 5 Year Litigation Summary May 2015 NAME OF PARTIES COURT & INCEPTION DATE ALLEGATIONS VALUE OF CLAIM STATUS Roseann Korzelius v. MTM, All Family Transportation, Calmac Manufacturing Corp, et al. Case No. 002285/09 Supreme Court of Rockland County, NY February 2010 Auto accident – personal injuries Unspecified MTM dismissed from case State of OH ex. rel. Golf Manor Holdings, LLC and Petermann LTD. v. Board of County Commissioner of Hamilton County, OH and MTM Case No. A1007000 Court of Common Pleas, Hamilton County, OH July 2010 Following a 2009 RFP and award of contract to MTM as low bidder, the losing incumbent bidder, Petermann and a Petermann ally taxpayer entity challenged the award of contract to MTM for services that commenced 1/1/2010. Plaintiff sought court cancellation of contract Settled; Hamilton County rebid contract in 2012 Katina Davidson v MTM Transportation Case No. 2012 CA 6284 Superior Court of District of Columbia August 2012 Alleged denial of transportation service Unspecified Case dismissed by Court Page 3 NAME OF PARTIES COURT & INCEPTION DATE ALLEGATIONS VALUE OF CLAIM STATUS Ginnylee Simpson v Phyllis Bell dba Unified Transportation, et al Case No. 12002093NO Circuit Court of Wayne County, MI November 2012 Plaintiff fell while entering vehicle; alleges Unified Transp driver failed to assist her into the vehicle (Note: plaintiff’s husband traveling with her failed to assist her entering the van) Settled First Option EMS v. MTM Case No.: 4:13-CV-277 U.S. District Court for the Southern District of Texas May 2013 Contract payment litigation with a Houston, TX provider who failed to provide passenger signatures and other contract required documentation resulting in denial of payment. MTM owes the provider no payments. Plaintiff Seeks $130,000 Commenced: May 2013 Open; Case set for trial in June 2015 Barbara Williams v. On The Go Transportation & MTM Case No: 2014 CA 005980V Superior Court of District of Columbia October 2014 Plaintiff fell while entering the vehicle Plaintiff Seeks $200,000 Open; Early discovery stage Page 4 NAME OF PARTIES COURT & INCEPTION DATE ALLEGATIONS VALUE OF CLAIM STATUS William Crockett v. Fekadu Hybano, Gadosolo Transportation, and MTM Superior Court of The District of Columbia Civil Division Plaintiff, a driver for Gadosolo Transportation, claims to be owed wages under the DC Living Wage Act Unspecified Open; Early discovery stage Dwight Williams v MTM Circuit Court of Dane County, WI Wisconsin Medicaid member alleges discrimination and damages in MTM allegedly failing to send bus passes for his healthcare services Nominal Newly filed case Jasmine Elliot v MTM Ramsey County Conciliation Court, MN Employee claim for final paycheck, several attempts were made to deliver paycheck Nominal Newly filed case Jerrie Davis v MTM October 2014 Circuit Court of Cook County, IL Alleged member injury (no record of member being transported by MTM on the date of alleged incident) Unspecified Open; Early discovery stage Page 5 Medical Transportation Management, Inc. Confidential Information For the proposal submitted by Medical Transportation Management, Inc. (“MTM”), its financial records and client lists are found in Appendix I and Appendix J, respectively. The financial records and client lists, marked “Confidential” by MTM are highly confidential, proprietary commercial and financial trade secrets of MTM. Such records are exempt from disclosure under F.S. § 815.045, which holds that “it is a public necessity that trade secret information as defined in § 812.081 . . . be expressly made confidential and exempt from the public records law . . . .” The statute further holds that “[d]isclosing trade secrets in an agency’s possession would negatively impact the business interests of those providing an agency such trade secrets by damaging them in the marketplace . . . .” A “trade secret” is broadly defined under F.S. § 812.081 as “the whole or any portion or phase of any formula, pattern, device, combination of devices, or compilation of information which is for use, or is used, in the operation of a business and which provides the business an advantage, or an opportunity to obtain an advantage, over those who do not know or use it.” The disclosure of MTM’s financial information and client lists to third parties would seriously harm MTM’s competitive advantage in bidding on other transportation contracts. Any competitor with access to MTM’s audited financial statements and information could easily review the various accounting categories of Net Sales, Cost of Sales (i.e., transportation costs), Income and Operating Expenses, Gross Profit and Net Profit, and thereby know everything about the sales volume of MTM’s business; what percentage of sales is consumed by transportation costs; the amount of MTM’s operating expenses; and MTM’s profit margins. Additional financial information is the traditional balance sheet information of Assets, Liabilities, and Owner’s Equity. Any competitor with this financial information coupled with MTM’s client list could unfairly solicit MTM’s current clients as well as adjust its bid prices in other future competitive bidding contract situations to enhance their overall bid, causing competitive harm to MTM. Additionally, as a privately held, nonpublic corporation, MTM is not subject to federal SEC disclosure laws for publicly traded companies. GRANT FUNDED REQUEST FOR PROPOSAL FTA/FDOT TRIP Project #s: 41013918401 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS RFP 15-6424 Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Brenda Brilhart, Procurement Strategist brendabrihart@colliergov.net, Email Address (239) 252 - 8446, Telephone Number (239) 252 - 6697, FAX Number This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. RFP 15-6424 CAT MGT SERVICES 1 Table of Contents LEGAL NOTICE .................................................................................................................................. 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT ............................... 4 EXHIBIT II: GENERAL RFP INSTRUCTIONS .................................................................................. 12 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS ....................... 15 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP .................................................. 18 ATTACHMENT 1: VENDOR’S NON-RESPONSE STATEMENT ...................................................... 25 ATTACHMENT 2: VENDOR CHECK LIST ....................................................................................... 26 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT ............................................................... 27 ATTACHMENT 4: VENDOR DECLARATION STATEMENT ............................................................ 28 ATTACHMENT 5: IMMIGRATION LAW AFFIDAVIT CERTIFICATION ............................................ 30 ATTACHMENT 6: VENDOR SUBSTITUTE W – 9 ............................................................................ 31 ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS ................................................ 32 ATTACHMENT 8: REFERENCE QUESTIONNAIRE ........................................................................ 34 ATTACHMENT 9: COST PROPOSAL FORMS ……………………………………………………..35 ATTACHMENT 10: AFFIDAVIT OF SUFFICIENT CASH ………………………………………………36 EXHIBIT A: SCOPE OF SERVICES I. CAT Transit and Paratransit Services II. CAT Scheduling, Dispatching, Call Center, Intelligent Transportation Systems EXHIBIT B: FTA GRANTING AGENCY PROVISIONS EXHIBIT C: FDOT GRANTING AGENCY PROVISIONS EXHIBIT D: GRANT FORMS 2 RFP 15-6424 CAT MGT SERVICES ADDENDUM #1 Memorandum Date: May 7, 2015 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #1 – 15-6424 Management Services Contract for Collier Area Transit Fixed Route and Paratransit Program The following clarifications are issued as an addendum for the referenced solicitation: ADD: The current operating contract documents: • Tectrans Contract • Assignment Agreement with Keolis If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Trinity Scott, Project Manager Enc: 2 Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 1 ADDENDUM #2 Memorandum Date: May 18, 2015 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #2 – 15-6424 Management Services Contract for Collier Area Transit Fixed Route and Paratransit Program The following clarifications are issued as an addendum for the referenced solicitation: ADD: • Organizational Chart • Mobility Management Plan • 2014 Fixed Route Miles Hours • 2014 Paratransit Miles Hours • Paratransit Invoices Feb Apr 2015 • Paratransit Monthly Management Report • Towing Report FY 12 – FY 15 • Vehicle Inventory • Fixed Route Invoices Feb-Apr 2015 • Fixed Route Monthly Management Report If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Trinity Scott, Project Manager Enc: 10 Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 1 ADDENDUM #3 Memorandum Date: May 19, 2015 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #3 – 15-6424 Management Services Contract for Collier Area Transit Fixed Route and Paratransit Program The following clarifications are issued as an addendum for the referenced solicitation: CHANGE: The due date will be extended until 3:00 PM June 4, 2015. Due to the holiday on Monday May 25, 2015, Questions will not be accepted after 5:00 PM on Friday May 22, 2015. The date for presentations will be rescheduled. QUESTIONS/ANSWERS: • Q: Page 99, Section 24.4 Uniform Specifications and Appearance Standards: Why is it that only office supervisors will be required to use uniforms? A: Section 24.4 Uniform Specifications and Appearance Standards: All of The Contractor’s Office Supervisors employees shall be required to wear a PTNE approved uniform at all times while on duty. • Q: Page 92, Section 5.2 Hiring Requirements: Can the County please confirm background checks are required every 90 days, for ALL staff, including non-safety sensitive positions such as Customer Service Representatives, Travel Trainers and Assessors? A: Prior to employment and every six months after the date of hire. • Q: Is Zonar live and real time? A: Yes and it is included in all County revenue vehicles. • Q: What is the total # of paratransit applications processed daily: A: See Attached • Q: Is there one per trip rate for paratransit or will there be a rate for County vehicles and non-County vehicles? A: One rate • Q: Who handles maintenance of vehicles? A: The County will maintain all County-owned vehicles; any vehicles provided by the awarded Contractor will be their responsibility. • Q: How many vehicles to be provided by Contractor? A: There are support vehicles for each side of the program. If Contractor requires more; the awarded firm will be responsible. Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 1 Q: Will vendors be responsible for alternate software to the County owned RouteMatch? A: Yes, if software is desired by the vendor, it will be at their expense. The cost for this software should not be included in the price proposal, but included on a separate sheet of paper. Q: Who will be responsible for bus shelter pressure washer equipment? A: Per page 61 of the solicitation, Contractor is responsible for labor, equipment and materials associated with this requirement. Q: Do you have a list of approved DBEs? A: The County does not maintain a list – this is available on the Florida Department of Transportation’s website. Q: How many applications are processed in a year for ADA complementary paratransit and TD services? Please give a total in a year for each program. A: See Attachment Q: I understand that the question was asked and answered about Performance Bonds but Page 130 of the RFP states that "Contractor shall provide Performance and Payment Bonds in the amount of 100% of the Contract Amount, the cost of which are to be paid by Contractor." A: Bid, payment and performance bonds are not required for this solicitation. Q: Current miles between road calls for each service type for the past 3 years? A: FY2014 Miles Between Road Calls DR 40,481 MB 45,184 FY2013 Miles Between Road Calls DR 34,865 MB 23,985 FY2012 Miles Between Road Calls DR 37,012 MB 16,897 ADD: • Since only one award for Transit Services and one award for Scheduling/Dispatching is permitted, how will it be determined which service be awarded if the same firm is ranked highest in both categories? The Transit services will be ranked first and then Scheduling/Dispatching services. The number one ranked firm for Transit will be ranked for Scheduling/Dispatching, but will not be awarded that contract if ranked number one unless the negotiations fails in the Transit contract process. • Proposals may be submitted either via hard copy to the Procurement Services Division or uploaded on www.colliergov.net/bid If submitting electronically, a hard copy is not required. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Trinity Scott, Project Manager Enclosures: LCB Reports, Fixed and Paratransit Statistics, Paratransit Applications 2 ADDENDUM #4 Memorandum Date: May 26, 2015 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #4 – 15-6424 Management Services Contract for Collier Area Transit Fixed Route and Paratransit Program The following clarifications are issued as an addendum for the referenced solicitation: QUESTIONS/ANSWERS: • Q: Please provide the number of paratransit (both ADA and TD) completed trips, cancelled trips, and no-shows over each of the past three years. A: Please find the paratransit information attached for the past 3 years. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Trinity Scott, Project Manager Enclosures: 10 Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 1 ADDENDUM #5 Memorandum Date: May 28, 2015 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #5 – 15-6424 Management Services Contract for Collier Area Transit Fixed Route and Paratransit Program The following clarifications are issued as an addendum for the referenced solicitation: UPDATE: 1) Presentations and the Selection Committee meeting is scheduled on June 22, 2015 starting at 8:00 AM through noon. The committee will convene at 12:05 PM to discuss and rank the firms. Specific start times for the individual firms will be determined once the proposals are submitted. 2) This question was answered in the Q&Q section of the on-line bidding system. A corrected answer is provided below. • Will the Zonar Monthly Fees be paid for by the County or the Contractor? If they will be the responsibility of the Contractor, can you provide the monthly reoccurring fee amount? County will provide the service for the County provided vehicles. Correction: The correct answer is as follows: Contractor needs to provide the service for the County provided vehicles. The approximate cost is $1,376 per month for Zonar fees. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Trinity Scott, Project Manager Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 1 ADDENDUM #6 Memorandum Date: May 28, 2015 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #6 – 15-6424 Management Services Contract for Collier Area Transit Fixed Route and Paratransit Program The following clarifications are issued as an addendum for the referenced solicitation: REVISED: • Attached is a revised Attachment #9, Cost Proposal. The addition of Zonar was added to the Internet/Cell expense line item and some minor re-formatting. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Trinity Scott, Project Manager Enc: 1 Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 1 Legal Notice Sealed Proposals to provide management services for the Collier Area Transit (CAT) program will be received until 3:00 PM, Naples local time, on May 28, 2015 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. RFP 15-6424 Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Services to be provided may include, but not be limited to the following: provide fixed route and paratransit operations for the Collier Area Transit (CAT) program. The Contractor is required to perform and deliver all fixed route transit operations (CAT) and paratransit service hereinafter referred to as Collier Area Paratransit (CAP) utilizing County owned and maintained vehicles for Collier County. The Contractor shall provide all resources required to operate a turnkey operation to deliver services which includes but is not limited to, management, personnel, administration, supplies, equipment, services to manage and administer for all of the requirements of this Contract. A non-mandatory pre-proposal conference will be held on May 18, 2015, commencing promptly at 11:00 AM, and will be held in the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. The opportunity to call into this meeting will be made available to those who email their request to brendabrilhart@colliergov.net . All proposal statements will be made using the Request for Proposal format obtained on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: /S/ Joanne Markiewicz Director, Procurement Services This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net/purchasing and in the Lobby of Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112 on April 27, 2015. 3 RFP 15-6424 CAT MGT SERVICES Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Public Transit & Neighborhood Enhancement (PTNE) Department (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Purchasing Department (hereinafter, “County”) has issued this Request for Proposal (hereinafter, “RFP”) with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Purchasing Ordinance. Brief Description of Purchase Services to be provided may include, but not be limited to the following: provide fixed route and paratransit operations for the Collier Area Transit (CAT) program. The Contractor is to perform and deliver all fixed route transit operations (CAT) and paratransit service hereinafter referred to as Collier Area Paratransit (CAP) utilizing County owned and maintained vehicles for Collier County. The Contractor shall provide all resources required to operate a turnkey operation to deliver services which includes but is not limited to, management, personnel, administration, supplies, equipment, services to manage and administer for all of the requirements of this Contract. Historically, County departments have spent approximately $6.5 million dollars annually. Detailed Scope of Work – See Exhibits: I. CAT Transit and Paratransit Services II. CAT Scheduling, Dispatching, Call Center, Intelligent Transportation Systems  Only one firm can be awarded either I or II. The same company cannot be awarded both categories. • The firm awarded Scheduling & Dispatching Services cannot be the prime or subcontract on the Transit/Paratranist services (I). Contract Term The contract term, if an award(s) is/are made is intended to be for a five (5) year period with a three one (1) year renewal options. Prices shall remain firm for the initial term of this contract. Price adjustments are dependent upon the consumer price index (CPI) over the past twelve (12) months, budget availability and program manager approval. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. 4 RFP 15-6424 CAT MGT SERVICES Event Date Issue Solicitation Notice 4/27/15 Last Date for Receipt of Written Questions 5:00 PM 5/21/15 Pre-solicitation meeting 11:00 AM 5/18/15 Addendum Issued By 5/25/15 Solicitation Deadline Date and Time 3:00 PM 5/28/15 Anticipated Evaluation of Submittals By 6/10/15 Vendor Presentations Required Tentatively 6/11/15 Anticipated Completion of Contract Negotiations By 7/31/15 Anticipated Board of County Commissioner’s Contract Approval By 9/30/15 Vendor Response Requirements and Format The Vendor understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Vendor further agrees that if it is awarded a contract, the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non-responsive. Proposals should be prepared simply and economically, providing a straightforward concise description of the Vendor’s approach and ability to meet the County’s needs, as stated in this RFP. All proposals should be presented as described in this RFP in PDF or Microsoft Word format with Tabs clearly marked. If outlined in this RFP, the utilization of recycled paper for proposal submission is strongly encouraged. The items listed below should be submitted with each proposal in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. Tab I, Cover Letter / Management Summary Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. List all proposed subcontractors who will participate on the team. Tab II, Plans & Programs (Maximum 30 Points / 40 Page Limitation) In this tab, include a. Provide a brief summary of Proposer’s operating philosophy b. Provide a brief summary of how Proposer intends to fulfill Contractor’s requirements in this RFP 5 RFP 15-6424 CAT MGT SERVICES c. Outline proposed approach to meeting each of the specific responsibilities outlined in the Scope of Work, to include the following, but not limited to: Operations Outline the methodology that Proposer will use to ensure quality control of the operation. This is to include performance requirements, adherence to rules and regulations, ADA requirements, and customer service. Provide proposed schedules for dispatching and/or supervision for the fixed route and paratransit services and discuss how these activities will be maintained during all service hours, as applicable to the individual scope. Submit report samples and forms addressing all aspects of the operations. Safety Provide description of Proposer’s System Safety Program Plan (SSPP), including accident prevention; road, equipment and facility monitoring; emergency preparation; and accident response, investigation, and reporting procedures. Indicate how Proposer will comply with all requirements relating to the Federal Drug and Alcohol Testing Program and Americans with Disabilities Act. Customer Service Describe customer service program, including responding to customer inquiries and concerns, tracking and reporting concerns, and developing corrective actions based on feedback. Outline transit fare sales program, including sale of transit tickets and passes to the public and employers. Delineate how customer service program will be monitored to ensure the delivery of a high quality service. Servicing and Cleaning Describe the proposed plan for daily and periodic detailed cleaning, together with a checklist for each type of cleaning and servicing operation. The plan should delineate how the appearance of the bus fleet will be maintained, as applicable to the individual scope. Bus Stop/Transfer Center Maintenance/Cleaning Description of program for implementing the bus stop/transfer center maintenance/ cleaning program, including identification of proposed staffing, and tools and equipment to be provided. Discuss how the stops will be monitored to ensure that stops are clean, and litter and trash are removed, as applicable to the individual scope. Bus Stop Sign and Shelter Repair Work Order Plan Provide overview of method to manage and maintain the bus stop sign and shelter repair work order program, as applicable to the individual scope. Revenue Collection, Reconciliation and Deposit Outline of program for collection, counting, and reconciliation of passenger fares and ticket and pass revenues, including a specific identification of procedures to ensure the proper safeguarding and reporting of fares, as applicable to the individual scope. 6 RFP 15-6424 CAT MGT SERVICES Records and Reports Define records and reporting program that encompasses all aspects of the operation and meets Collier County, State and Federal requirements. Provide detailed description of how the federal National Transit Database program will be implemented. Provide detailed description of how the Florida Commission for Transportation Disadvantage Annual Operating Report effort will be implemented. Personnel Provide proposed organization chart and staffing plan, indicating organization structure, number of management and staff employee positions, full-time or part-time status of each employee, and salary and benefit schedules for each employee classification. The Staffing Plan should describe the skills and experience required of each of the employees, and the overall training program that will be implemented to insure that all personnel meet satisfactory standards of knowledge. The plan must also address strategies that will be adopted for recruitment and retention of employees to address the challenges associated with the low unemployment rate in the Naples area. Submit information describing your experiences with administering, implementing and operating coordinating transit services. Describe how coordination of transportation will be implemented to meet the needs of the intended users in the specified service area. Discuss, at a minimum, the following issues: 1. Describe the agency/firm's experience with coordination/provision of transportation systems including transportation disadvantaged persons. 2. Describe the agency/firm's experience with developing a Transit Development Plan (TDP) and Transportation Disadvantaged Service Plan (TDSP). 3. Describe how the agency/firm has and will continue to satisfy provisions of Section 504 of the Rehabilitation Act, the Americans with Disabilities Act, and other applicable federal, state and local requirements regarding the provision of services to people with disabilities. 4. Describe the agency/firm’s experience in coordinating multi-agency transportation needs, documentation of reduced per trip cost resulting from coordination, ability to apply for transportation grants and contracts and efficiently manage the contracts and accounting procedures to document individual trips and agency costs. This section should address experience and approach to “gate keeping” functions where trips are managed and assigned appropriately. 5. Describe any experience in coordinating multi-agency resources, including coordinate with public transit systems, subcontract with private sector operators and work with governmental agencies to maximize use of agency resources and improve the transit system. 6. Identify the method of coordination to be used in scheduling trips. Identify computer software used. Describe the procedure used from the time a call requesting a trip is received by the Coordinator through tabulation, to mailing a bill to the purchasing/funding agency. This shall 7 RFP 15-6424 CAT MGT SERVICES include, but not be limited to, handling of calls, establishing driver routing sheets, recording actual trips provided by agency and preparation of an agency invoice, as applicable to the individual scope. 7. Describe the method the Coordinator will use to place trips with transportation operators, as applicable to the individual scope. 8. Describe or attach your agency/firm’s procedure for complaint resolution and appeal of decisions. 9. Describe the procedure used to monitor operators to meet requirements of Chapter 14-90, Florida Administrative Code. Tab III, Financial Capacity & Cost of Service (Maximum 20 Points / 10 Page Limitation) Provide information relating to the financial condition of Proposer, including information demonstrating that it has the necessary financial resources to meet the requirements shown in this RFP. This information will include: a. Audited balance sheets of Proposer for the last three (3) fiscal years. b. Audited consolidated balance sheets of Proposer and its subsidiaries, if any, for the last three (3) fiscal years. c. Audited statements of income and stockholders’ equity, if any, and changes in the financial position of the Proposer for its last three (3) years. d. Audited consolidated statements of income and stockholders' equity, if any, and changes in the financial position of Proposer and its subsidiaries, if any, for the last three (3) fiscal years. e. State whether or not Proposer, its predecessors, or its principals have been involved in bankruptcy. If so, give details. f. Include in this tab the completed cost proposal forms for both fixed route and paratransit programs. Cost Proposals: The cost proposal shall include a breakdown of costs for services. Prospective Contractors must use the Cost Proposal Forms contained in Attachment 9 for summarizing all expenses associated with this proposal. Additional pages may be used for the line item descriptions, benefits, and staffing plan. Descriptions shall be provided of the items included in each line item in the cost proposal. Descriptions shall be provided for the benefits package, including insurance coverage items and amounts, which is covered, and the employee premium for employees and dependents. Descriptions of Corporate Support and Corporate Overhead/Indirect Expenses are to include the respective items and the cost by fiscal year. Submit the proposed staffing plan with both the technical and the cost proposal making reference to the projected revenue hours identified. The staffing plan is to specify, by fiscal year, the number of 8 RFP 15-6424 CAT MGT SERVICES full-time and part-time employees for all positions and their titles. First year wages and salaries are to be provided for all positions in the staffing plan submitted with the Cost Proposal only. If startup/transitional costs are involved, these expenses should be separated from the basic operating and maintenance costs. The costs for Year 1 through 5 must be included in all proposals. Additional Plans: Submit with your proposals the following and demonstrate they meet all applicable federal requirements: o Annual Human Resources (EEOC) Plan o Annual Affirmative Action Plan o Annual Training Plan for All Job Categories o Proposed Health Benefit Package Tab IV, Experience and Capacity of Firm (Maximum 30 Points / 10 Page Limitation) Key Personnel Proposed General Manager - Provide a resume for the General Manager your firm is proposing. Include education, experience (including location) and accomplishments. Management Support Team – Describe how your firm will support the General Manager’s efforts. Discuss the resources and services, which your firm will provide at no extra charge as part of the Contract. Experience. Provide the following information a. Number of years that Proposer has been in the public transportation business. b. Number of years of experience Proposer has had in public transportation services similar to (or larger than) those required in the RFP, as a Contractor and also as a subcontractor. c. List projects that Proposer currently has underway. Include the following information for each project 1. Name and telephone number of client contact 2. Contract price 3. Description of transportation services provided, including size of service 4. Length of Contract 5. Performing service as a prime or sub-contractor d. List other projects that Proposer has completed during the last five (5) years that demonstrate qualifications to perform the work of this RFP. For joint venture or partnership work, name the other individuals or companies and indicate who was the sponsoring individual or company. Include information on the project including: client, name and telephone number of contact, description on transportation services provided, length of Contract and reason for termination (if applicable) 9 RFP 15-6424 CAT MGT SERVICES e. Provide a list of clients for the past 5 years to the present that your firm no longer serves. Include a contact person and telephone number for each former client. f. State whether or not any arbitration or litigation has occurred or is pending or threatened by or against Proposer or any officer or partner of Proposer relating to performance under a Contract by Proposer or Proposer’s predecessors. Give details. g. Provide any other information (including appropriate business references) describing Proposer’s experience and past performance in providing transportation services. Provide information that documents your firm’s and subcontractors’ qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. Also describe the various team members’ successful experience in working with one another on previous projects. Project Description Start Date End Date Original Budget Final Project Cost Tab V, Past Record & References (Maximum 10 Points / 5 Page Limitation) Provide a listing of previous customers who during the past three years of work demonstrate experience of similar size and scope to the scope described in this RFP. Collier County may select one or more contact names to serve as a reference for this scope of work. The services provided to these clients should have characteristics as similar as possible to those requested in this RFP. Information provided for each client shall include the following: • Client name, address and email address and telephone number. • Description of services provided. • Time period of the project or contract; briefly describe if project met or exceeded the schedule outlined • Client’s contact reference name, email and current telephone number. • Dollar value of project; briefly describe if the completed project met, or came under budget. Failure to provide complete and accurate client information, as specified here, may result in the disqualification of your proposal. Tab VI, Disadvantaged Business Enterprise/Small Business Enterprise Utilization (Maximum 10 points / 2 Page Limitation) Proposer shall demonstrate commitments to meet or exceed the Collier Area Transit DBE/SBE utilization goal using acceptable certified contractors. Proposals shall include all required DBE/SBE form properly completed and executed to provide sufficient documentation to ensure DBE/SBE certification. Tab VIl, Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in this RFP. If no exceptions are indicated in this 10 RFP 15-6424 CAT MGT SERVICES tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Vendor may result in evaluation point deduction(s) and/or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. Tab VIIl, Required Form Submittals • Attachment 2: Vendor Checklist • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Vendor Declaration Form • Attachment 5: Immigration Affidavit Certification & Profile or MOU • Attachment 6: Vendor Substitute W9 • Attachment 7: Insurance and Bonding Requirement Form • Attachment 8: Reference Questionnaire • Attachment 9: Grant Required Forms:  Debarment Suspension  Acknowledgement of Terms and Conditions  Conflict of Interest  Anticipated DBE, MBE, WBE Participation  Lobbying (both Federal and State)  Immigration Law Affidavit & Profile Page or MOU  Drug Free Workplace • Attachment 10: Affidavit of Sufficient Cash • Excluded Parties List System Documentation located at: www.sam.gov, and select SEARCH. • Licenses and/or Certifications 11 RFP 15-6424 CAT MGT SERVICES Exhibit II: General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Pre-Proposal Conference The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding this RFP with all prospective Vendors having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of this RFP as an addendum. All prospective Vendors are strongly encouraged to attend, as, this will usually be the only pre-proposal conference for this solicitation. If this pre-proposal conference is denoted as “mandatory”, prospective Vendors must be present in order to submit a proposal response. 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Vendor if the Vendor discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Purchasing Department. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Vendor in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 6. Delivery of Proposals All proposals are to be delivered before 3:00 PM, Naples local time, on or before May 28, 2015 to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Brenda Brilhart, Procurement Strategist The County does not bear the responsibility for proposals delivered to the Purchasing Department past the stated date and/or time indicated, or to an incorrect address by Consultant’s personnel or 12 RFP 15-6424 CAT MGT SERVICES by the Consultant’s outside carrier. However, the Procurement Services Director, or designee, reserves the right to accept proposals received after the posted close time under the following conditions: • The tardy submission of the proposal is due to the following circumstances, which may include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline. • The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. Vendors must submit one (1) paper copy clearly labeled “Master,” and one (1) compact disks (CD’s/DVD’s) with a copy of the proposal on the CD in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Vendor makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Purchasing Ordinance. The County may, as it deems necessary, conduct discussions with qualified Vendors determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 9. Evaluation of Proposals The County’s procedure for selecting is as follows: 1. The County Manager or designee shall appoint a Selection Committee to review all proposals submitted. 2. Request for Proposals issued. 3. Subsequent to the closing of proposals, the Procurement Strategist will review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. 4. Meetings will be open to the public and the Procurement Strategist will publicly post prior notice of such meeting in the lobby of the Purchasing Building at least one (1) day in advance of all such meetings. 5. The committee members will review each Proposal individually and score each proposal based on the evaluation criteria stated herein. 6. Prior to the first meeting of the selection committee, the Procurement Strategist will post a notice announcing the date, time and place of the first committee meeting. Said notice will be posted in the lobby of the Purchasing Building not less than three (3) working days prior to the meeting. The Procurement Strategist will also post prior notice of all subsequent committee meetings and shall endeavor to post such notices at least one (1) day in advance of all subsequent meetings. 7. Collier County will consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, interviews, or oral presentations. 13 RFP 15-6424 CAT MGT SERVICES 8. The Selection Committee, as approved by the County Manager or designee, will review, evaluate and rank all responsive proposals received from Proposers responding to this RFP. The committee members shall score each Proposal in accordance with the rating criteria set forth below and may, at their discretion, schedule presentations from any firms submitting a proposal. The Selection Committee will rank qualified firms in order of preference and by consensus using all information presented to the Committee, choose the top ranked firm and will subsequently enter into negotiations with the top ranked firm. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Vendor nor obligates the County in any manner. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances may not be considered. 10. References The County reserves the right to contact any and all references associated with this solicitation. . 11. Proposal Selection Committee and Evaluation Factors The County Manager or designee shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Plans and Programs 30 Financial Capabilities & Cost to the County 20 Experience & Capabilities of Firm 30 Past Experiences and References 10 DBE/SBE 10 Total Points: 100 Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the vendor (as obtained from the County’s financial system) within the last five (5) years will receive the higher individual ranking. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 12. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re-solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and the County of Collier. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Vendor, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Vendor or to re-advertise using the same or revised documentation, at its sole discretion. 14 RFP 15-6424 CAT MGT SERVICES Exhibit III: Collier County Purchase Order Terms and Conditions 1. Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 2. Acceptance and Confirmation This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY’S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. 3. Inspection All goods and/or services delivered hereunder shall be received subject to the COUNTY’S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned pursuant to VENDOR'S instruction at VENDOR’S expense. To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non-conforming or otherwise rejected by the COUNTY. 4. Shipping and Invoices a) All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR’S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the “Local Government Prompt Payment Act,” and, pursuant to the Board of County Commissioners Purchasing Policy. 5. Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agrees that undiscovered delivery of nonconforming goods and/or services is not a waiver of the COUNTY’S right to insist upon further compliance with all specifications. 15 RFP 15-6424 CAT MGT SERVICES 6. Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 7. Warranties VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and paym ent by the COUNTY. 8. Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 9. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY’S name or other identifying marks or property without the prior written consent of the COUNTY’S Purchasing Department. 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 11. Warranty of Non-Infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY’S use of the goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY’S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non-infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12. Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non-exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans’ status. Further, VENDOR acknowledges and 16 RFP 15-6424 CAT MGT SERVICES without exception or stipulation shall be fully responsible for com plying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and/or services to the COUNTY. 15. Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations The COUNTY’S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. 17 RFP 15-6424 CAT MGT SERVICES Exhibit IV: Additional Terms and Conditions for RFP 1. Insurance and Bonding Requirements (The specific insurance requirements for this solicitation are identified in the attachment for Insurance and Bonding Requirements.) The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding Requirements attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County’s separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County’s separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify “For any and all work performed on behalf of Collier County.” The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests’ provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Attachment 6 with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor’s sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 18 RFP 15-6424 CAT MGT SERVICES Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 3. Additional Items and/or Services Additional items and/or services may be added to the resultant contract, or purchase order, in compliance with the Purchasing Ordinance. 4. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 51% or more of the solicitation amount for said work. 5. County’s Right to Inspect The County or its authorized Agent shall have the right to inspect the Vendor’s facilities/project site during and after each work assignment the Vendor is performing. 6. Vendor Performance Evaluation The County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 7. Additional Terms and Conditions of Contract Collier County has developed standard contracts/agreements, approved by the Board of County Commissioners (BCC). The selected Vendor shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Vendor. 19 RFP 15-6424 CAT MGT SERVICES The County’s Project Manager shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 8. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor’s invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County’s purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk’s Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk@collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional – payment by check, wire transfer or other cash equivalent. • Standard – payment by purchasing card. Collier County’s Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County’s credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an “Additional Cash Discount.” Upon execution of the Contract and completion of each month’s work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of “laches” as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 20 RFP 15-6424 CAT MGT SERVICES Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the “Local Government Prompt Payment Act.” Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 9. Environmental Health and Safety All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor’s work operations. This provision is non-negotiable by any department and/or Vendor. 10. Licenses The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Vendor to submit the required documentation may be grounds to deem Vendor non-responsive. A Vendor, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain “active” in Collier County. If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector’s Office at (239) 252-2477. 11. Principals/Collusion By submission of this Proposal the undersigned, as Vendor, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 12. Public Records Compliance The Vendor/Contractor agrees to comply with the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2) (a)-(d) and (3)), ordinances, codes, rules, regulations and requirements of any governmental agencies. 13. Security and Background Checks If required, Proposer shall be responsible for the costs of providing background checks by the Collier 21 RFP 15-6424 CAT MGT SERVICES County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 14. Survivability The Consultant/Contractor/Vendor agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation 15-6424 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 15. Relation of County It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 16. Termination Should the Vendor be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. 17. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 18. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 19. Single Proposal Each Vendor must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub- consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a 22 RFP 15-6424 CAT MGT SERVICES primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub- consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non-responsive and rejected from further consideration. In addition, consultants that have participated and/or will participate in the development of scope, background information or oversight functions on this project are precluded from submitting a Proposal as either a prime or sub- consultant. 20. Protest Procedures Any prospective proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County’s then current purchasing ordinance and policies. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. 21. Public Entity Crime A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 22. Conflict of Interest Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 23. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 23 RFP 15-6424 CAT MGT SERVICES 24. Immigration Law Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor’s/bidder’s proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder’s proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the “Exceptions to the program” clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor’s responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 24 RFP 15-6424 CAT MGT SERVICES Attachment 1: Vendor’s Non-Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to this RFP for the following reason(s): Services requested not available through our company. Our firm could not meet specifications/scope of work. Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) Project is too small. Insufficient time allowed for preparation of response. Incorrect address used. Please correct mailing address: ________________________________________________________________________________ ________________________________________________________________________________ ________________________________________________________________________________ Other reason(s):__________________________________________________________________ ________________________________________________________________________________ ________________________________________________________________________________ Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: ________________________________________________________ Email: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name: _______________________________________ Date ____________ 25 RFP 15-6424 CAT MGT SERVICES Attachment 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: The Proposal has been signed. All applicable forms (including granting agency forms) have been signed and included, along with licenses to complete the requirements of the project. Copy of Internet certification that the Vendor is not on the Federal Excluded Parties List System at: www.sam.gov, and select SEARCH. The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Brenda Brilhart, Procurement Strategist The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) If submitting a manual proposal, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded. ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: _____________________________ Email: ____________________ Representative Signature: ________________________________________________________ Representative Name: _____________________________________ Date ______________ 26 RFP 15-6424 CAT MGT SERVICES Attachment 3: Conflict of Interest Affidavit By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, officers and/or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and/or agents) agrees to immediately notify in writing the Procurement Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. Firm: _____________________________________________________________ Signature and Date: _____________________________________________________________ Print Name _____________________________________________________________ Title of Signatory _____________________________________________________________ State of _______________________________________________________________________ County of _______________________________________________________________________ SUBSCRIBED AND SWORN to before me this _________ day of ______________, 20___, by _______________________________________________, who is personally known to me to be the ________________________________________ for the Firm, OR who produced the following identification ________________________________________. _________________________________________________________________________________ Notary Public My Commission Expires ___________________________________________ 27 RFP 15-6424 CAT MGT SERVICES Attachment 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: RFP 15-6424 - Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Dear Commissioners: The undersigned, as Vendor declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Vendor states that the proposal is based upon the proposal documents listed in the solicitation noted above. (Proposal Continued on Next Page) 28 RFP 15-6424 CAT MGT SERVICES PROPOSAL CONTINUED IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of ___________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Firm’s Dun and Bradstreet Number (DUNS) (Found at www.dnb.com) CCR # or CAGE Code Florida Certificate of Authority Document Number (http://www.sunbiz.org) Federal Tax Identification Number Address: City, State, Zip Code: Telephone: _______________________________ FAX __________________________ Signature by: (Typed and written) Title: Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: FAX: Email _______________________________ Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: _________________________________ Email _________________________________ 29 RFP 15-6424 CAT MGT SERVICES Attachment 5: Immigration Law Affidavit Certification Solicitation # and Title : 15-6424 - Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB’s) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor’s/bidder’s proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Bidder’s proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act (“INA”). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor’s / Bidder’s proposal. Company Name ____________________________________________________________________ Print Name Title _______________________ Signature Date _______________________ State of ___________________ County of _________________ The foregoing instrument was signed and acknowledged before me this ______day of ____________, 20___, by _______________________________ who has produced _____________________________ as identification. (Print or Type Name) (Type of Identification and Number) _____________________________________ Notary Public Signature _____________________________________ Printed Name of Notary Public _____________________________________ Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 30 RFP 15-6424 CAT MGT SERVICES Attachment 6: Vendor Substitute W – 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in wr iting of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name ________________________________________________________________________________ (as shown on income tax return) Business Name ________________________________________________________________________________ (if different from taxpayer name) Address ____________________________________ City ______________________________________________ State ______________________________________ Zip_______________________________________________ Telephone __________________ FAX ______________________ Email _________________________________ Order Information Address ___________________________________ Remit / Payment Information Address ____________________________________________ City __________ State ________ Zip ___________ City _____________ State _________ Zip______________ FAX ______________________________________ Email _____________________________________ FAX ______________________________________________ Email _____________________________________________ 2. Company Status (check only one) Individual / Sole Proprietor Corporation Partnership Tax Exempt (Federal income tax-exempt entity under Internal Revenue Service guidelines IRC 501 (c) 3) Limited Liability Company Enter the tax classification (D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) _______________________________________________________________ (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature ___________________________________________________________ Date _________________________________ Title _______________________________________________________________ Phone Number ________________________ 31 RFP 15-6424 CAT MGT SERVICES Attachment 7: Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements 2. Employer’s Liability $1,000,000 single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/ Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. 4. Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. Other insurance as noted: Employee Dishonesty Bond $ 500,000 Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $__________ per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Rev 2/20/15 32 6. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. Thirty (30) Days Cancellation Notice required. Ljb 4/16/2015 Vendor’s Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm _______________________________________ Date ____________________________ Vendor Signature _________________________________________________________________________ Print Name _________________________________________________________________________ Insurance Agency _________________________________________________________________________ Agent Name _______________________________________ Telephone Number _________________ Rev 2/20/15 33 Attachment 8: Reference Questionnaire RFP 15-6424 Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Project Number of Days: _______________________ Change Orders - Dollars Added : _________________ Change Orders - Days Added: __________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: _______________________________________ By ________________ Rev 2/20/15 34 Attachment 9 Cost Proposal Forms Provided in Separate File Rev 2/20/15 35 Attachment 10 AFFIDAVIT OF SUFFICIENT CASH AND AGREEMENT TO REIMBURSE SUBCONTRACTORS IN A TIMELY MANNER (NINETY DAYS CASH FLOW AFFIDAVIT) Affidavit of Sufficient cash and of agreement to reimburse subcontracted transportation operators in a timely manner. The Proposer affirms the following: That to fulfill the financial requirements of the request for proposal, 1. That should it become the awarded vendor, the proposer will pay its subcontractors in a timely manner. A timely manner is hereby defined as "within forty-five (45) days of the subcontractors' presentation of the bill to the awarded firm for the trip." 2. The agency/firm affirms that it will pay its subcontractors in a timely fashion, from cash on hand, or from its own reserves, while awaiting reimbursement from the funding agencies. (Please circle A, or B, in the Box below:) A. Has sufficient cash to pay operators for the first ninety (90) days of operations. Or, B. Demonstrates the ability to acquire sufficient cash to meet this requirement for the first ninety (90) days of operations. THE PROPOSER, _____________________________________, CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION. In witness whereof, this affidavit is hereby signed by the duly authorized representative of the Proposer and sealed as of the date indicated. ATTEST: PROPOSER:_______________________ (seal) Witness Signature Date Typed Name and Title Rev 2/20/15 36 EXHIBIT A – SCOPE OF SERVICES I. CAT Transit and Paratransit Services II. CAT Scheduling, Dispatching (S&D), Call Center, Intelligent Transportation Systems Only one firm can be awarded either I or II above. The firm awarded II: Scheduling & Dispatching Services cannot be the prime or subcontract on the Transit and Paratransit Services (I). Rev 2/20/15 37 EXHIBIT A-1 SCOPE OF SERVICE FOR COLLIER AREA TRANSIT AND PARATRANSIT TRANSPORTATION MANAGEMENT AND OPERATIONS SERVICES 1.0 GENERAL 1.1 Services The Public Transit and Neighborhood Enhancement (PTNE) Division, a division of the Public Services Department of Collier County Government is charged with providing fixed route and paratransit operations. This Scope of Service covers the requirements for the Contractor to perform and deliver all fixed route transit operations; hereinafter referred to as Collier Area Transit (CAT) and paratransit service hereinafter referred to as Collier Area Paratransit (CAP) utilizing County owned and maintained vehicles and Contractor owned and Contractor maintained vehicles for Collier County. The Contractor shall provide all resources required to operate a turnkey operation to deliver services which includes but is not limited to, management, personnel, administration, supplies, equipment, services to manage and administer for all of the requirements of this Contract. The Contractor shall operate a specific number of CAT & CAP provided vehicles as well as Contractor provided vehicles. The Contractor shall comply with all applicable federal, state and local regulations. The Contractor shall be responsible for all fees, licenses, and permits, and/or fines and penalties as a result of operating CAT and CAP under the terms and conditions of this Contract. The requirements listed in this Scope of Service for personnel, vehicles, equipment, assets and other resources are minimum requirements. 1.2 Glossary The term “dedicated service” means all vehicles that are solely dedicated exclusively to the transportation of Collier Area Transit or Collier Area Paratransit patrons. The Contractor shall comply with all applicable requirements of Local, State, Federal and Original Equipment Manufacturer (OEM) safety and mechanical operating and maintenance standards for the particular vehicles and models used under this Contract and in accordance with this Scope of Service. The term “paratransit” and “Collier Area Paratransit (CAP)” shall be used interchangeably throughout this Scope. The term “fixed route” and “Collier Area Transit (CAT)” shall be used interchangeable throughout this Scope. 1.3 Americans with Disabilities Act (ADA) The Americans with Disabilities Act of 1990 (ADA) requires that “public entities which provide fixed route public transportation service must offer comparable Paratransit service to individuals with disabilities who are unable to use the fixed route system.” Collier Area Transit provides complementary ADA service to qualifying passengers whose origin and destination are within ¾ of a fixed route. Collier Area Transit’s Paratransit Service is CAP. A separate vendor will provide passenger eligibility assessments, routing, scheduling, and service development and planning, travel training, customer service, dispatching and reservations for all paratransit programs. The Contractor shall be knowledgeable and experienced in ADA policy and best practices. This shall include, but not be limited to, personal care attendants, service animals and reasonable accommodations. Hours of operation for ADA trips pick up may be comparable to the operation hours of the Fixed Route schedule. ADA trips cannot be denied. 1.4 Transportation Disadvantaged (TD) Rev 2/20/15 38 The Transportation Disadvantaged (TD) program provides service to people residing areas where CAT fixed route bus service is not available, and have no other means of transportation. A separate vendor will provide passenger eligibility assessments, routing, scheduling, and service development and planning, travel training, customer service, dispatching and reservations for all paratransit programs. The Contractor shall be knowledgeable and experienced in paratransit policy and best practices. This shall include, but not be limited to, personal care attendants, service animals and reasonable accommodations. The number of trips provided is based on needs but are also controlled by the availability of funding. Hours of operation for Transportation Disadvantaged trips pick up may be as early as 4:00 a.m. and the latest pickup time may be as late at 6:00 p.m. Saturdays and Sundays may be reserved for medical and religious trips only. In addition, the individual’s trip origin and/or destination must reside outside the ADA corridor. 1.5 Service Area CAT and CAP provide transit service to the entire geographical Collier County. CAT currently operates 17 routes; and 1 express route. Current operations are approximately 214.65 hours per day Monday through Saturday and 108.78 hours per day on Sundays. CAT currently has 23 Gillig Transit buses allocated for all routes and will be for use by the successful contractor. One bus is being leased to Lee County to operate the LinC, which is a route connecting the two systems. CAT Vehicle Inventory synopsis is listed below and a full vehicle inventory are attached: # of Vehicles Size (In Feet) 11 30 8 35 2 35 (Hybrid – Diesel/Electric) 2 40 CAT service is provided seven days a week from approximately 4:00 a.m. to 8:50 p.m. from Monday through Sunday (depending on the route). The ADA required service area encompasses areas within ¾ mile of local bus routes. CAP ADA operates service hours for those persons living within ¾ mile from a local bus route. Origins and destinations within this area have Paratransit Service that is comparable to bus times. Transportation Disadvantaged (TD) funds are utilized to serve areas beyond the ADA requirement and are limited based on vehicle and funding availability. Hours of operation for TD trips pick up may be as early as 4:00 a.m. and the latest pickup time may be as late at 6:00 p.m. Saturdays and Sundays may be reserved for medical and religious trips only. If the local bus hours changes as part of a planned CAT local bus adjustment, the CAP ADA service hours may change accordingly and CAP ADA public materials will be modified by PTNE. The CAP TD service hours may be modified by PTNE during the term of this Contract. A combination of County furnished vehicles and supplemental contractor furnished vehicles shall operate the Paratransit Service delivery in the Service area. PTNE staff will notify the Contractor’s personnel of any temporary changes to bus schedules for special events. For emergencies (ex. hurricane), PTNE will notify the Contractor’s personnel of the associated changes in CAT & CAP hours of service immediately or upon PTNE’s announced service change. 1.6 Holiday Service Rev 2/20/15 39 The Contractor shall not provide service for the following holidays, unless otherwise directed by PTNE: • New Year's Day • Memorial Day • U.S. Independence Day • Labor Day • Thanksgiving Day • Christmas Day If it becomes a safety concern to continue service, the contractor and PTNE will communicate to determine if service should be halted for the day. The decision to halt service will be at PTNE’s discretion. 1.7 Scope of Work The Contractor shall provide all resources and administration required to operate the services outlined in this scope and to be consistent with federal, state, local regulations including the Transit Development Plan and Transportation Disadvantaged Service Plan. PTNE will have control of all policy matters relating to the CAT & CAP services, at a minimum to include standards of service, service area, hours of operations and the setting of fare rates and fare media. The Contractor shall ensure that all services are operated and delivered in a safe, courteous, customer-friendly, reliable and in a timely manner and that the passengers’ best interests are of foremost concern. Rates for both fixed route and paratransit shall be set for the initial three year term of the contract. Rates for the optional fourth and fifth year of the contract shall be reflected in the submittal package. The Contractor shall provide all toll tags and administration for the CAT & CAP Services. The Contractor shall be responsible for all toll tags, toll charges and fines associated with toll tag usage. The Contractor shall ensure that appropriate level of back-up/extra board drivers is available to ensure continuity of service. The Contractor shall develop and implement policies and procedures consistent with Federal, State and Local regulations, including Collier County CMA’s and Job Safety Analysis’ (JSA). This should also include an anti-nepotism policy. The Contractor shall develop and implement policies and procedures to match PTNE standards regarding cell phones usage, conflicts of Interest, diversity, etc. within 90 days of contract award. The Contractor shall be responsible for the prevention of fraudulent practices by the Contractor's employees, agents, drivers, or any other person(s) acting under its control or direction in the performance of services pursuant to this contract and the CAT & CAP Programs. Such practices shall include, but not be limited to: a. Unauthorized dealings in, tampering with, or entering falsified information on documents or recording falsified, electronic information related to the provision of CAT or CAP Services under this contract. b. Allowing ineligible drivers to transport patrons. c. Transportation of ineligible patrons, including other unscheduled patrons or drivers. d. Allowing drivers to collect other than the appropriate fare or accepting gratuities. e. Misrepresentation of the verification and validity of actual trips taken; trip origins; trip destinations; vehicle odometer readings; fare and/or fare media returned by drivers; and/or additional written instruction issued by PTNE. f. Documented instances of any item stated above shall result in non-payment for associated services. Upon verification of any fraudulent practice, PTNE may prosecute to the full extent of the law and pursue any other remedies provided under this contract by law. Rev 2/20/15 40 1.7.1 Fixed Route Service Collier Area Transit (CAT) currently operates a total of 17 routes; and 1 express route. Current operations are approximately 214.65 hours per day Monday through Saturday and 108.78 hours per day on Sundays. CAT currently has 23 Gillig Transit buses (11 - 30 foot; 10 - 35 foot (2 of which are Hybrids); and 2 - 40 foot) allocated for all routes and will be for use by the successful contractor. One bus is being leased to Lee County to operate the LinC, which is a route connecting the two systems. CAT service is provided seven days a week from 4:00 am to 8:50 pm from Monday through Sunday (depending on the route). No services are provided on major holidays, including on Thanksgiving Day, Christmas Day, New Year’s Day, Memorial Day, U.S. Independence Day, or Labor Day. Currently all buses are parked at the Transit Operations Facilities (TOF) located on Radio Road but not all routes begin at that location. Some routes will be required to operate deadhead trips at the beginning or end of the route. Drivers who begin or start their shift during the afternoon while a route is in service may be shuttled back and forth from TOF to access their vehicle in the employee parking area. The Contractor shall monitor and resolve all operational issues regardless whether it stems from vehicles, drivers and or patrons. The Fixed Route contract will be awarded based on a rate per Revenue Vehicle Hour (RVH). The following are the estimated annual RVH of service the Contractor will be expected to provide: FY 2016: 72,842 FY 2017: 73,935 FY 2018: 75,044 FY 2019: 76,170 FY 2020: 77,313 All Fixed Route service hour increases are subject to annual approval by Collier County. Service hours may vary over the term of the contract depending upon funding considerations. Any deviation in excess of the above annual revenue vehicle hours must be pre-approved in writing by the County. Additional RVH may be authorized, if funding becomes available. ROUTE DETAILS: Route # Route Name Description Daily Statistics Mon- Sat Hours Sun Hours Mon- Sat Miles Sun Miles Runs Averag e Riders hip 11 US 41 - Creekside Service from Govt. Transfer Station along US 41 north to Creekside on Immokalee Rd. and back. 14.83/ 15.33 10.33/ 10.83 243/ 255.44 170.1/ 182.54 10/7 338 12 Airport - Creekside Service from Govt. Transfer Station along Airport Rd north to Creekside on Immokalee Rd. and back. 13.33/ 13.83 10.33/ 10.83 219.15 / 231.59 170.45 / 182.89 9/7 331 13 NCH - Coastland Mall Service from Govt. Transfer Station to Coastland Mall & NCH via Davis Blvd. & Goodlette Rd. 13.83/ 14.33 10.83/ 11.33 192.78 / 205.22 151.47 / 163.91 14/11 262 14 Bayshore - Service from Govt. Transfer 11.83/ 0/0 160.2/ 0/0 12/0 232 Rev 2/20/15 41 Coastland Mall Station to Coastland Mall & NCH via Thomasson Dr/, Bayshore Dr. and US 41. 12.33 172.64 15 Golden Gate City Service from Govt. Transfer Station to Golden Gate City via Radio Rd. and Santa Barbara Blvd. 14.89/ 14.89 10.5/ 10.5 253.7/ 253.7 177.59 / 177.59 10/7 359 16 Golden Gate City Service from Govt. Transfer Station to Golden Gate City via Radio Rd. and Santa Barbara Blvd. 13.39/ 13.39 0/0 222.83 / 222.83 0/0 9/0 200 17 Rattlesnak e - FSW College Service from Govt. Transfer Station to Florida Southwestern College via Rattlesnake Rd. circling back to the Transfer Station along 951 And US 41. 13.25/ 13.75 10.33/ 10.83 188.12 / 200.51 146.3/ 158.74 9/7 192 18 US 41 East - Naples Manor Service from Govt. Transfer Station to Naples Manor along US 41 circling back to the Transfer Station along 951 and Rattlesnake Rd. 11.83/ 12.33 0/0 164.56 / 177 0/0 8/0 144 19 GG Estates - Immokalee Service from Govt. & Radio Rd. Transfer Stations to GG Estates and Immokalee City via Davis Blvd., 951, GG Blvd., Wilson Blvd & Immokalee Rd. 21.48/ 22.73 4.83/ 5.83 736.77 / 774.09 166.46 / 191.34 9/2 274 20 Pine Ridge Service from Radio Rd. Transfer Station to Pine Ridge Rd. from Logan Blvd. to Goodlette Rd. via Davis Blvd. 5.25/ 5.25 3.75/ 3.75 97.96/ 97.96 73.47/ 73.47 4/1 43 21 Marco Island Circular Service from Super Walmart south of US 41 to Marco Island and circulating around the Island. 5.25/ 5.92 5.25/ 5.92 113.96 / 130.25 113.96 / 130.25 5/5 74 22 Immokalee Circular Circulator service though Immokalee City, reverse of route 23. 14.08/ 14.33 11.92/ 13.09 242.85 / 249.07 162.64 / 248.2 10/8 134 23 Immokalee Circular Circulator service though Immokalee City, reverse of route 22. 14.08/ 14.33 0/0 294.83 / 301.05 0/0 10/0 113 24 US 41 East - Charlee Estates Service from Govt. Transfer Station to Charlee Estate community & Big Cypress Flea Market via US 41. 11.75/ 12.25 8.75/ 9.25 189.68 / 202.12 142.26 / 154.7 8/6 190 25 Golden Gate Parkway - Goodlette Service from Radio Rd. Transfer Center to Goodlette Rd. north of GG Pkwy via Radio Rd., 951, GG Pkwy. With a stop at the Mall. 11.83/ 11.83 2.67/ 2.67 224.88 / 224.88 56.22/ 56.22 8/2 145 26 Clam Pass Mid-day service to Clam Pass Beach from Golden Gate City via Santa Barbara, Pine Ridge Rd. & Naples Blvd. 5.67/ 6.34 4.17/ 4.84 88.36/ 106.76 66.27/ 84.67 4/3 21 Rev 2/20/15 42 27 951 - Immokalee Rd Service from Golden Gate City to Creekside via GG Pkwy, 951, Immokalee Rd. with portions of route operating under flag down service. Service also to North Collier Reg. Pk 13.83/ 14.16 10.87/ 11.2 278.55 / 287.75 216.65 / 225.85 9/7 37 121 Express – Imm. & Marco Express service between Immokalee City and Marco Island. 4.25/ 5.25 4.25/ 5.25 133.93 / 221.69 133.93 / 221.69 2/2 66 *revenue / service statistics The current fares for the CAT System are as follows: Collier Area Transit Fare Structure Fare Fare Full Fare $1.50 Reduced Fare $0.75 Children 5 Years and Younger Free Marco Express $2.50 Marco Express Reduced $1.25 Transfers $0.75 Transfers Reduced $0.35 Day Passes $4.00 Day Passes Reduced $2.00 Smart Card 7 – Day Pass $15.00 7 – Day Pass Reduced* $7.50 30 – Day Pass $35.00 30 – Day Pass Reduced* $17.50 Marco Express 30 – Day Pass $70.00 Marco Express 30 – Day Pass Reduced* $35.00 Collier County BCC Employee Pass $10.00 Smart Media Smart Card $2.00 Registration $3.00 Replacement with Registration $1.00 Notes: Reduced fares are for members of Medicare, Disabled Community, those 65 years and older and children 17 and under. ID required. In addition, reduced fares are available to the Medicaid Non-Emergency Transportation Provider. 1.7.2 Paratransit Service Collier Area Paratransit (CAP) currently operates a complete brokerage system to coordinate transportation for the disadvantaged citizens. Paratransit services are provided to individuals who, because of physical or cognitive conditions, are unable to access the fixed route bus service or when fixed route service is not available in an area and no other means of transportation is available to an individual. Only those firms who can offer and maintain the highest service delivery standards and quality will be considered. Rev 2/20/15 43 Two distinct transportation programs are provided under the paratransit program: ADA and TD. The ADA program provides service to people who reside within ¾-miles of an existing Collier Area Transit (CAT) fixed route bus service (with origins and destinations within ¾-miles of a fixed-route), have transportation needs that fall within the CAT service schedule, but cannot access the bus system due to a disability. The TD program provides service to people residing in areas where CAT fixed route bus service is not available, and who have no other means of transportation. All trips provided by these services have an origin and destination within Collier County. However, trips may be coordinated with the transportation providers in adjacent County to make connections as necessary and appropriate. The Contractor shall monitor and resolve all operational issues regardless whether it stems from vehicles, drivers and or patrons. The Paratransit portion of the contract will be awarded based on a per approved paratransit client trip. There shall be two separate rates, the first shall be for trips provided on County-owned vehicles, the second shall be for trips provided on non County-owned vehicles. PTNE shall not be charged additional for required personal care attendants or guests (as allowable under federal ADA provisions). The following are the historic number of trips to approved passengers that have been provided: Year Ambulatory Passengers Wheelchair Passengers Total # of Trips Provided to Approved Clients 12/13 61,285 18,923 80,208 13/14 59,549 16,845 76,394 14/15* 47,967 14,093 62,060 * Information provided for FY 14/15 is a partial year consisting of data from July 1st through March 31st ) Passenger Co-Pay (Fare) The co-pay is determined by which transportation program the trip is conducted under. ADA and TD programs require different co-pays as outlined below. The fare for ADA service is $3.00 for a one- way door-to-door trip. The fare for TD service is based on an income scale. The fare is $1.00, $3.00, $4.00 $5.00 or $7.00, per one-way trip. The current TD co-pay rates are presented in the table below: TD Rate and Fare Structure (Effective October 1, 2014 – September 30, 2015) Family Size Passenger pays $1.00 if household income is at or under Poverty Level Passenger pays $3.00 if household income is >100%-150% of Poverty Level Passenger pays $4.00 if household income is >151%-225% of Poverty Level Passenger pays $5.00 if household income is >226%-337% of Poverty Level Passenger pays $7.00 if household income is +337% of Poverty Level 1 $11,670 $11,671 - $17,505 $17,506 - $26,258 $26,259 - $39,328 $39,329 2 $15,730 $15,731 - $23,595 $23,596 - $35,393 $35,394 - $53,010 $53,011 3 $19,790 $19,791 - $29,685 $29,686 - $44,528 $44,529 - $66,692 $66,693 Rev 2/20/15 44 4 $23,850 $23,851 - $35,775 $35,776 - $53,663 $53,664 - $80,375 $80,376 5 $27,910 $27,911 - $41,865 $41,866 - $62,798 $62,799 - $94,057 $94,058 6 $31,970 $31,971 - $47,955 $47,956 - $71,933 $71,934 - $107,739 $107,740 7 $36,030 $36,031 - $54,045 $54,046 - $81,068 $81,069 - $121,421 $121,422 8 $40,090 $40,091 - $60,135 $60,136 - $90,203 $90,204 - $135,103 $135,104 A third party Contractor will be responsible for CAP eligibility recommendations to PTNE staff. CAP Rider’s Guide is available on the PTNE webpage at www.colliertransit.com The Contractor shall only provide paratransit service for eligible patrons in the CAP service area who are properly certified by PTNE and are enrolled in CAP’s program. CAP currently operates Route Match operating system on version 6.0.13. 2.0 CAT & CAP SERVICE 2.1 CAT Service The Contractor shall be prepared to provide all resources necessary to operate the estimated number of revenue hours as projected. PTNE representatives may ride in the Contractor operated vehicles with or without prior notice to the Contractor to monitor compliance with the Contract and PTNE’s performance standards. Failure to operate the CAT Services safely and/or in the patrons’ best interests may result in the assessment of liquidated damages and/or the removal of personnel from revenue service. Liquidated damages are not punitive, but intended to recover PTNE’s cost for poor delivery of service. 2.1.1 CAT Operating Standards PTNE has established the following operating standards to which the Contractor shall meet or exceed during Year 1 of the Contract: A. The Contractor shall maintain a productivity of at least 17.0 passenger trips per Revenue Vehicle Hour (RVH), without compromising service, safety, punctuality or quality for the first year of the contract. B. The Contractor shall operate each route in a manner to maintain on time performance of at least 95%, as shown in the Avail report. On-time performance will be evaluated on a per route basis. On time is defined as the time that the vehicle departs no earlier than and no more than five (5) minutes after the published departure times. C. The Contractor shall maintain an overall passenger customer service rating of four (4) based on a semi-annual customer service report. The response categories will be very poor (1), poor (2), fair (3), good (4), and very good (5). D. If patrons are unable to make a connection due to their bus not running on time, the Contractor shall make every effort to have the passenger transported at a minimum to the bus that they intended to transfer to. E. There shall be no more than 1.2 accidents per 100,000 miles. Rev 2/20/15 45 Year 2 & beyond operating standards will be provided to the Contractor by September 1 each year. If new operating standards are not provided by September 1, the prior year standards shall remain in effect. 2.2 CAP Service The Contractor shall be prepared to provide all resources necessary to operate the trips assigned. PTNE representatives may ride in the Contractor operated vehicles with or without prior notice to the Contractor to monitor compliance with the Contract and PTNE’s performance standards. Failure to operate the CAP Services safely and/or in the patrons’ best interests may result in the assessment of liquidated damages and/or the removal of personnel from revenue service. Liquidated damages are not punitive, but intended to recover PTNE’s cost for poor delivery of service. Each non-County owned vehicle shall be equipped with a two-radio that is compatible with the County system. At such time that the vehicle is no longer providing service to CAP, the Contractor shall provide documentation that the radio programming has been removed. Failure to remove the programming and provide documentation shall result in liquidated damages being assessed. 2.2.1 CAP Operating Standards PTNE has established the following operating standards to which the Contractor shall meet or exceed during Year 1 of the Contract: A. Trips may be scheduled after 5:00 p.m. for service the next day. Trips may be dispatched after 5 p.m. the day prior to service or on the day of service. B. Passengers are not given a set pick-up time. Instead they are told to be ready for their ride to arrive from between one to two hours before their appointment time. This window is dependent on the service area of the pick-up and drop-off points. The service areas are defined as the Naples Service Area, Golden Gate Estates Service Area, Marco Island Service Area and Immokalee Service Area. Trips within one service area have a one hour window. Trips between service areas have a two hour window. The one to two hour windows are inclusive of travel time between pick -up and drop-off. The Scheduling Contractor may negotiate special pick-up arrangements with the customer, in advance, as the situation dictates. These arrangements shall be documented and maintain on file to distinguish these trips from regularly scheduled trips for determining on-time performance. Medical appointments and employment must follow the 30 minutes early to zero minute’s late policy. C. Four or more passengers dropped-off-and/or picked-up at the same location constitute a group trip. The Scheduling Contractor may negotiate special arrangements with the customer or agency, in advance, for a group trip. These special arrangements will be documented and evaluated separately for on-time performance. Every effort will be made to keep the ride times within the service window for these trips. D. The pick-up process for return trips is the same as the originating trip. Depending on the location, the window may be one to two hours. Expectations are that travel within a single service area will be within the one hour window and trips between service areas will have a two hour window. E. PTNE allows will-call trips, when patrons have missed their scheduled trips, and are placed on hold for the next available pick-up. F. PTNE has a “No Strand” policy. At no time shall a CAP patron be stranded away from home. Every attempt should be made to complete the trip. Rev 2/20/15 46 G. PTNE has a zero tolerance of refusal to pay policy: If the passenger does not have the appropriate amount to pay their fare, transportation will not be provided. However, if the passenger refuses to pay for the return trip, the no strand policy will override. The passenger will not be eligible to reserve a future trip until payment of their fare has been fulfilled. H. PTNE only allows each trip to have one destination. Brief stops at locations before the scheduled destination will not be allowed. If multiple destinations are needed, each section of the trip must be scheduled separately and the rider must pay a fare for each ride. I. Children under the age of 12 or individuals requiring special assistance must have a personal care attendant (PCA). The PCA must be an adult and must be able to provide necessary assistance to the passenger. J. All passengers under the age of 5 and fewer than 50 pounds will be required to use a child restraint device. This device must be provided by the parent or sponsoring agency. K. Passengers will be allowed to bring up to four shopping bags onto the vehicle. Bags must fit under the passenger’s seat, and/or on their lap. L. PTNE’s no-show/late cancellation policy states that all scheduled trips must be canceled at least 2 hours prior to the scheduled trip in order to avoid being deemed a “No Show”. Passengers are not responsible for “no-shows” due to sudden illness, family or personal emergency, transit connection or appointment delays, extreme weather conditions, operator error or other unforeseen reasons for which it’s not possible to call to cancel or take the trip as scheduled. Late Cancellations and/or No Shows may result in suspension of service. The contractor must work with the customer service contractor to verify that a late cancellation or no show charge is valid so as to not inaccurately assess a suspension to a patron. M. The Contractor shall operate in a manner to maintain on time performance of at least 95%, as shown in the Avail report. On-time performance will be evaluated for all completed drop-offs. N. There shall be no more than 1.2 accidents per 100,000 miles. O. There shall be no more than two complaints per 1,000 miles. P. A minimum of 20% of trips shall be provided by non-County owned vehicles on a monthly basis. Q. A minimum 20% spare ratio shall be maintained for County owned vehicles. 3.0 CONTRACTOR PERSONNEL 3.1 Key Personnel The Contractor shall employ key personnel in the positions of General Manager, Operations Manager(s), and Safety and Training Manager(s). All key personnel shall be employees of the Contractor. The General Manager shall have a reporting relationship to the PTNE Director and/or any other personnel assigned by PTNE to ensure continuity of service performance. The contractor shall provide PTNE with cell phone numbers and email addresses to ensure communication twenty- four hours a day, seven days a week, three hundred sixty five days per year. PTNE reserve the right to approve all key personnel qualifications and management changes. The Contractor shall notify PTNE of the intent to change key personnel assigned to this contract. Changes in key personnel in the positions of General Manager, Operations Manager(s), and Safety Rev 2/20/15 47 and Training Managers must be approved in advance and in writing by PTNE’s Transit Manager. PTNE reserves the right to review applicant’s credentials and conduct interviews as needed. 3.1.1 Operations Managers shall be solely dedicated to the CAT & CAP operations. There shall be seven day a week on-site coverage for all CAT services. 3.1.2 Safety and Training Manager(s) shall be solely dedicated to the Safety and Training of the CAT & CAP services. The Safety and Training Manager shall be the Drug and Alcohol Designated Employee Representative (DER) and shall be responsible for the Contractor’s Drug and Alcohol Program. The Contractor shall provide a certified and trained backup to the Safety and Training Manager as the DER at all times throughout the term of the Contract. The Safety and Training Manager or their designee shall provide training for new hires and route training to keep drivers up to date on safety issues and defensive driving skills. Road observations for a minimum of (2) two hours per day must be completed on a daily basis to ensure “on time” performance standards as established herein, check on any problem areas, make recommendations on route adjustments and ensuring good driving behavior. The Safety & Training Manager shall provide a monthly safety report to PTNE which must include a summary of monthly accident and incident occurrences. 3.2 Personnel Coverage At a minimum, one member of the key personnel shall be on duty at all times for management coverage while vehicles are in service, Monday t hrough Saturday. The Contractor shall also identify primary and secondary supervisory personnel to assist key personnel with daily management during normal business hours. The Contractor shall maintain a back-up staffing plan to accommodate all key personnel absences of more than one week with qualified substitute personnel. The back-up staffing plan shall be submitted to PTNE for review and approval during the proposal and shall keep the approved back-up staffing plan current at all times. If it is determined that a key personnel member will be absent for more than 45 days, the Contractor will present the resumes of qualified candidates for PTNE’s approval. Failure to present and maintain qualified candidates may lead to the assessment of liquidated damages. The Contractor shall ensure that there is management coverage during all hours of CAT & CAP service. Any gaps in key personnel or other personnel which affect the quality of service may result in the assessment of liquidated damages. The key personnel requirement does not relieve the Contractor of responsibility for maintaining appropriate staffing levels of administration and support personnel. The Contractor’s key personnel shall, at a minimum be required to: • Attend various management and/or Board, committee meetings; • Schedule and participate in all CAT/CAP Community Outreach events; • Participate in all Public Transit Ad-Hoc Advisory Committee meetings; • Prepare presentations upon request. The Contractor shall work with PTNE in regards to any changes to the CAT or CAP program which at a minimum may include: • Changes to CAT or CAP Policies and/or Procedures; • Changes to fare structure; • Changes to service areas; • Route modifications 3.3 Safety and Training Staff The Contractor shall provide qualified and dedicated full time Safety and Training staff (categorized as safety sensitive) as needed to meet the requirements of the Contract. The requirement of the Contract for Safety and Training staff at a minimum include: Rev 2/20/15 48 A. All new, refresher, remedial and any other required training of drivers, B. All new, refreshers, remedial and any other required training of support staff to include road supervisors, etc. C. Monitoring of all safety sensitive staff. D. Safety Administration E. Tracking and documentation of all training. All of the Contractor’s Safety and Training staff shall be trained and certified to conduct training courses consistent with Federal, State, Local, Transportation Disadvantaged Service Plan, and Transit Development Plan requirements and shall be trained in accident investigation procedures as required by the US Department of Transportation. The Contractor shall develop procedures to investigate, develop and rate each accident to determine if the accident could have been prevented utilizing the National Safety Council definition of preventability. In addition, this review will establish the need (and schedule, as necessary) for any corrective training, operating guidelines provision or equipment maintenance or technical correction required, together with a follow-up. The Contractor shall provide all training documentation, certifications and safety programs to PTNE for PTNE’s review and approval on a monthly basis. As the Contractor updates and/or changes training certification and/or safety, the Contractor shall provide updates to PTNE for their review and approval. Every 12 months, the Contractor shall conduct a minimum of six mandatory safety meetings with duration of a minimum of 2 hours. Advanced notice of these meetings must be provided to PTNE. The Contractor shall develop procedures and training programs subject to PTNE review and approval to address all types of emergency situations, including accidents, crime/security incidents, evacuation procedures and inclement weather. 3.4 Staff The Contractor shall be responsible for providing all levels of staff as required to deliver the CAT and CAP services. It is the Contractor’s responsibility to maintain appropriate management staffing levels for all administration and personnel. The Contractors staff shall at a minimum: • Be proficiently trained in ADA regulations and compliance requirements. • Be proficiently trained and have a complete understanding of the CAT and CAP fare policy. • Be proficiently trained in all CAT and CAP policies and procedures. • Be proficiently trained to conduct conversations with English speaking patrons. • Be proficiently knowledgeable of the CAT and CAP service area and hours of service. • Be proficiently knowledgeable of the street system for development of detours/alternate routing for inclement weather, parades, and construction and/or street closures as required. • Be proficient in Customer Service Excellence at all times. • Be prepared to conduct conversations in other languages by use of adequately trained staff or translation services. • Be prohibited from soliciting and/or accepting gratuities or gifts from patrons of the system. • Be sensitive to persons with disabilities. • Be sensitive to passengers needs and must be able to handle passenger complaints, Rev 2/20/15 49 rudeness and problems as they occur. • Shall report all incidents and accidents regarding CAT/CAP property, facilities, or passengers. This includes but is not limited to accidents/incidents that occur during training and/or incidents that may affect service delivery. • Shall, when requested by PTNE, distribute notices to passengers, schedules and/or other promotional materials or otherwise render assistance in CAT/CAP’s monitoring and supervising operations. • Be proficiently trained and certified in Maintenance of Traffic operations if required for their position. • Have an accurate clock or watch (set daily) displaying hours and minutes available and in clear sight at all times during the operation on any vehicle. 3.5 Hiring Requirements The Contractor shall verify compliance with the following minimum requirements and submit documentation to PTNE, for all positions: • The Contractor shall conduct a thorough local, county, state and federal background check on all applicants/employees prior to employment offer and every 6 months after date of hire. The background check shall include a comprehensive out of state review. This shall be done to ensure that applicants and personnel do not have a criminal conviction that would make the person a threat to passenger safety or threaten the loss of CAT/CAP property. A conviction record will not necessarily prohibit employment; factors such as the date of the offense, seriousness and nature of the violation, and rehabilitation will be taken into consideration. No employees shall have any felony criminal convictions. No employees shall have a Driving While Intoxicated or Driving under the Influence (DWI/DUI) convictions on their record within the past 10 years. All criminal convictions will be reviewed on a case-by-case basis by the Contractor and PTNE’s Transit Manager prior to a candidate’s hire. PTNE shall participate only in reviewing candidate’s histories. The Contractor shall be solely responsibility for all hiring decisions. • All employees shall be cleared to receive a Collier County identification badge. This includes completing a Collier County administered background check at the sole expense of the contractor. All criminal convictions will be reviewed on a case-by-case basis by the Contractor and PTNE’s project manager prior to a candidate’s hire. PTNE shall participate only in reviewing candidate’s histories. The Contractor shall be solely responsible for all hiring decisions. • The Contractor shall conduct a check of the motor vehicle records (MVR) of an applicant’s driving history. The applicant must not have more than one traffic citation for a moving violation in the past 2 years. The Contractor shall update the MVR review every 6 months after hire. • All applicants must possess a High School Diploma or General Equivalency Diploma (GED). • Each driver must possess and maintain a Commercial Driver’s License with the proper endorsements. Each driver must be licensed for a minimum of 3 years. • All safety sensitive applicants and employees must pass the mandatory DOT physical (at the time of hire and subsequently, as required), drug and alcohol testing and background investigation. Applicants who were previously terminated by any previous employer for drug or alcohol use shall not be eligible for hire. Rev 2/20/15 50 3.6 Drivers Entering Service The Contractor shall not place a Driver into revenue service until: • All hiring requirements have been fulfilled. • All training is completed and documented. • PTNE has reviewed the driver’s file. • Collier County has issued a County identification badge, and • Activation in all applicable Intelligent Transportation Systems (I.E. Trapeze, Avail, Route Match, Zonar, etc.) 3.7 PTNE Audits PTNE reserves the right to randomly audit Contractor employee files for compliance of contract requirements. Upon PTNE’s request, all personnel records, to include at a minimum, MVR, background checks and documentation of DOT physical (if applicable), shall be made available to PTNE. Contract employees found to be out of compliance shall be removed from service until verification of compliance by PTNE staff. It is the Contractor’s responsibility to keep Contract compliant documents for all personnel. Should PTNE’s random audit find a non-compliant file, the Contractor shall be assessed liquidated damages. 3.8 Transition of Employees During the initial transition to a new Contract, all employees who are currently affiliated with CAT & CAP and have successfully completed the required training courses may be considered for retention by the Contractor without further required training. It is the Contractor’s responsibility to determine the driving qualifications, abilities and driving history for all drivers. All employees, regardless of previous status, must meet the same hiring criteria as a new applicant inclusive of background checks, MVR, and issuance of County badge. 4.0 TRAINING 4.1 General Requirements The Contractor shall be responsible for all training and shall ensure that all personnel understand and use safe and efficient driving and passenger assistance practices while performing any and all CAT or CAP Services. Each driver trainee shall be trained to safely operate each vehicle type included within this Contract prior to its operation. All personnel shall be monitored by the Contractor to ensure Contract performance and the Contractor shall schedule refresher courses as needed. PTNE reserves the right to review and approve all training, materials and course work prior to Contract commencement and throughout the term of the Contract. PTNE also reserves the right to participate in any safety and/or training activity. The Contractor shall provide its Training Program for PTNE’s approval. The Contractor shall prepare and distribute to all employees a Driver’s Manual. Contents of the Driver’s Manual shall include the following subject areas: driver’s rules; accident/incident policies; radio policies and procedures; farebox policies and procedures; fog and inclement weather policy; vehicle inspection, care and maintenance policy and procedures, reporting procedures and pertinent sample forms. The Training program shall meet or exceed FTA and FDOT requirements, and shall include: • Safety & Security – minimum of 24 hours, including: o Safe vehicle operation Defensive Driver Training per the National Safety Council standards or an equivalent course approved by Collier County o Vehicle breakdown, accident, passenger incidents, adverse weather and other emergency/safety procedures including emergency vehicle evacuation. o Accident prevention Rev 2/20/15 51 o Hazard recognition • Customer Service – minimum 24 hours, including: o Customer Relations Course. The purpose of the course is to help provide employees with customer service skills and reinforce that these employees are the first point of contact with the public and that interaction must be professional and pleasant for the public. o Role of Transit Operation o Customer Basics o Communications o Difficult Situations o Customers with Disabilities & ADA requirements o Sensitivity training to develop skills and increase understanding of people with disabilities, all sexual orientations, diverse cultures, races and ages. • Collier Area Transit Specific – minimum 16 hours, including: o Local Policies and Procedures o Fare Policies o Documentation & Paperwork o Reporting for Duty o Appearance o Code of Conduct o Employee/Operator Handbook o Policy instruction, such as trip scheduling, service hours, service area, complaint procedures, wait time, fare structure, transfer locations, ADA operation, etc. o Knowledge of service area, map reading, address locating and familiarity with streets and landmarks. o Sexual Harassment • Regulatory – minimum 16 hours, including: o Drug & Alcohol Program Training o Commercial Driver’s License Training o Occupation Safety and Health Administration (OSHA) Training o Americans with Disabilities Act Training o Rule 14-90 • Technical Operator Skills (on bus training rime) – minimum 40 hours, including: o Vehicle Familiarization o Pre/Post Trip Inspections o Seat Positioning/Mirrors o Vehicle Start-Up Procedures o Steering/Maneuvering o Lift/Ramp Deployment o Signaling o Braking o Routine Procedures o Service/Stops/Transfer Facilities o Driving Conditions/Adverse Weather Rev 2/20/15 52 o Vehicle and equipment operations, including proper two-way radio protocol, wheelchair and scooter securement, ramp operations, and operation of any automated devices installed in the vehicle. • Route/Line Training (on the job training) – minimum 80 hours, including: o System and Route Familiarization o Line Instructor Training and Observation o On the Job Training • Passenger Assistance Technique (PAT) minimum 4 hours. –This training must satisfy the paratransit service Passenger Assistance Training/Sensitivity Requirement of Rule 14-90. Training shall include elderly and disability sensitivity components, passenger relations and assistance, passenger handling, securement of wheelchairs, use of seatbelts, assistance to the visually impaired and dealing with service animals. • Adult and juvenile Cardiopulmonary Resuscitation training including general first aid, proper response to emergency medical needs of riders and hazardous waste disposal procedures. The Contractor shall test each driver trainee at the end of the training to determine competency, and shall monitor performance throughout employment to ensure each driver follows all procedures introduced in training. 4.2 Remedial/Refresher Training The Contractor shall ensure that all CAT and CAP trips provided for this Contract meet PTNE’s goals of on-time performance and with the patrons’ best interests. The Contractor shall provide to PTNE, at minimum, performance statistics by route/manifest and driver on a daily basis. The Contractor shall monitor drivers to ensure that proper training and/or retraining is provided upon PTNE’s request or when any of the following conditions exists: • Drivers with low on-time performance • Drivers with high levels of accidents and/or incidents • Drivers who fail to get out of the vehicles to provide assistance to patrons • Drivers who fail to ‘arrive’ and ‘perform’ as defined in this Scope of Service 4.2.1 Remedial Training Contractor shall ensure that Drivers receive a minimum of: • 8 hours one-on-one retraining after a preventable accident and/or at PTNE’s request. • 4 hours one-on-one retraining (2 hours classroom and 2 hours on the road) after a driver receives more than two (2) verifiable Service complaints regarding passenger relations and/or safety within a six (6) month period and/or at PTNE’s request. • 40 classroom hours and twenty-four (24) hours of observed ride checks and/or at PTNE’s request for driver who receives three (3) or more verifiable service complaints regarding passenger relations and/or safety within a six (6) month period and/or at PTNE’s request. 4.2.2 Refresher Training The Contractor shall ensure that Drivers receive mandatory minimum training as noted below before returning to regular duties from a medical leave; re-instatement or any separation from their regular duties: Rev 2/20/15 53 Days of Leave Required Instructional Training Required Line Instruction 1 to 29 days 8 hours 3 days 30 to 89 days 16 hours 5 days 90 to 364 days 3 days 5 days 365 days to 729 days 3 to 5 days 5 to 10 days 730 days or more Full basic training certification – 200 hours 4.2.3 Recertification The Contractor shall ensure that employees undergo a full recertification every year to include at a minimum the following areas: • ADA • Accident reporting procedures • Cardiopulmonary Resuscitation (CPR) (Re-certify every two years) • Conflict resolution/customer relations • Customer Service/Sensitivity • Emergency procedures • Fare collection • First Aid • Passenger assistance training (PAT) • Wheelchair lift/ramp and wheelchair securement • Sexual Harassment 4.2.4 Ride Checks The Contractor shall ensure that every active Service Driver has a ride check once every year during revenue service with a certified DOT instructor. Each target ride should be a minimum of 30 minutes. PTNE personnel or other representatives may elect to also conduct observation rides with the Contractor’s Drivers with or without prior notice to the Contractor to ensure compliance with the terms of the Contract. Copies of all Contractor observation ride forms shall be made available to PTNE when requested. A summary report is due monthly to PTNE’s Project Manager. Failure to conduct and document mandatory ride checks may result in the assessment of liquidated damages. 4.2.5 Line Instructors also known as Behind the Wheel Trainers The Contractor shall ensure that Line Instructors/BTW have a minimum of 5 days of line instructor/BTW certification prior training any students/Drivers. The certification shall include, but not be limited to: • Accident Reporting Procedures • Operating System Procedures • Pre-trip procedures for CAT & CAP provided vehicle operations • Intelligent Transportation System Functionality & Operations • Vehicle Operations The Contractor shall provide the PTNE Project Manager with documentation of refresher/remedial/recertification of each driver. This shall be provided on a monthly basis for the drivers who have completed refresher/remedial/recertification. 4.3 Post-Hire Requirements and Removal PTNE may require the Contractor to immediately remove any driver and/or safety sensitive person from service for any one of, but not necessarily limited to, the following: Rev 2/20/15 54 A. Committing unsafe or inappropriate acts while providing service as documented by Service Supervision and/or Management staff reports or from a driver’s complaint history. B. Operating a cell phone or any other PTNE non-approved electronic device while operating a revenue vehicle without prior approval. This includes the use of ear pieces, ear cords and blue tooth. C. Revocation or non-renewal of a valid Florida Driver's License. This includes Drivers, Street Service and Safety Supervisors and Training staff. D. More than two (2) moving violations and/or preventable accidents or one (1) accident classified as negligent in any rolling twelve (12) month period. E. More than three (3) Driver Behavior and/or Driver Safety complaints per six month period. F. Distributing any unauthorized materials, i.e. religious, political or solicitations while representing CAT & CAP. G. Inability to maintain an individual 85% on-time-performance in a 30 calendar day period. The Contractor shall develop corrective action plans for these individuals for PTNE’s review and approval. H. Failure to submit to or pass a drug or alcohol test. I. Failure to properly utilize all seat belts for the driver and all passengers. J. Unprofessional communications and/or behavior with Dispatchers over the radio or in the presence of a CAT or CAP patron. K. “Arriving” a trip early in an effort not to show lateness on a schedule or “performing” a trip late in an effort to circumvent an accurate GPS location that could result in fewer trips per driver. L. “Arriving” and/or “Performing” a trip with no patrons being transported in order to commit fraud. M. Failure to notify the Contractor of a moving violation (traffic ticket), an arrest or conviction of a criminal offense of a Class A or Class B misdemeanor, or felony; or placement on probation or deferred adjudication for a Class A or Class B misdemeanor, or felony; or DWI, before the end of the business day following the day the employee receives notice of such action(s). The Contractor shall immediately remove any driver and/or safety sensitive personnel from driving until disposition of a DWI/DUI charge by the courts. A safety sensitive person who has a conviction of DWI/DUI, regardless of whether the conviction stems from operation of a CAT or CAP vehicle or a privately owned vehicle, will be removed from service. PTNE reserves the right to have the Contractor remove any driver and/or safety sensitive personnel from CAT or CAP driving until disposition of criminal charges (e.g., violent crimes, firearm or drug related that would cause concern for the safety of themselves, other employees, patrons and/or PTNE property) by the courts. Upon notice of an arrest or conviction or placement on probation or deferred adjudication, the Contractor in conjunction with the PTNE Transit Manager, will determine whether any personnel action is required. The Contractor must notify the PTNE Transit Manager immediately that an employee is no longer employed by the Contractor. 4.4 Driver Responsibilities 4.4.1 Drivers are prohibited from soliciting and/or accepting gratuities from CAT or CAP patrons. 4.4.2 Drivers shall be required to have a complete understanding of CAT/CAP’s fare policy. Rev 2/20/15 55 4.4.3 Drivers shall conduct a pre-trip inspection for all vehicles including the radio, MDT’s, and/or cycle wheelchair ramp. Said inspection shall be performed on non-County owned vehicles as well and documentation of the inspection shall be provided to the Transit Manager. 4.4.4 Drivers shall follow proper procedures when boarding and alighting patrons, including but not limited to, announcing stops according to ADA requirements. Drivers shall be required to announce the next destination to patrons on board, thereby providing effective communication and an expected level of customer service. 4.4.5 Drivers shall follow proper procedures when boarding and alighting wheelchair patrons to include proper positioning of the vehicle while deploying the wheelchair ramps. All drivers shall provide the passenger with boarding assistance, if necessary or requested, to the seating portion of the vehicle. The boarding assistance shall include opening the vehicle door, fastening the seat belt or utilization of wheelchair securement devices, storage of mobility assistive devices, and closing the vehicle door. Other assistance may be provided except in situations in which providing assistance would not be safe for passengers remaining on the vehicle. Assisted access must be in a dignified manner. For paratransit service, passengers who are especially frail and elderly and/or disable shall be assisted from the door of their pick up point to the door of their destination. Drivers may not assist passengers in wheelchairs more than one step up or down. 4.4.6 Drivers shall report all incidents, accidents regarding CAT/CAP property, CAT/CAP facilities, CAT/CAP passengers and/or accidents involving both County-owned and non- County owned vehicles to PTNE’s Project Manager. This includes but is not limited to accidents/incidents during training and/or incidents that may affect service delivery. 4.4.7 Drivers shall, when requested by PTNE, distribute notices to passengers, schedules and/or other promotional materials or otherwise render assistance in PTNE's monitoring and supervising operations. 4.5 Uniform Specifications and Appearance Standards The Contractor’s Drivers, Street, Safety and Office Supervisors shall be required to wear a PTNE approved uniform at all times while on duty. All employees shall wear an identification badge as issued by Collier County. Uniforms shall be clean, pressed, and free of wrinkles and without tears or other signs of excessive wear. All employees shall be neat in appearance, well groomed, and practice good hygiene. Large flashy jewelry or items referencing political views shall not be worn while in uniform. If off duty, any employee who chooses to wear the uniform must wear a complete uniform as prescribed in this Scope of Services. The uniform may not be worn in parts or for separate purposes. The wearing of any non-regulation pants, shirts, or shoes, while on duty is prohibited and the Contractor is subject to the assessment of liquidated damages. Employees shall not engage in the engage in purchasing or consuming alcohol or tobacco products while in the CAT uniform (full or partial). The Contractor shall furnish all uniforms with the exception of belts and shoes, which shall be provided by the employee. A new driver may not enter into revenue service without a complete uniform. The Contractor shall replace the uniforms as needed for torn and excessive worn uniforms. 4.5.1 Uniform Specifications: • Shirts: Long sleeve or short sleeve; uniform shirts must be tucked into the trousers at all times. • Shorts or Pants, Navy Blue: Dura knit or cotton, no denim. Office staff may wear Rev 2/20/15 56 denim for business professional Fridays. • Belt: Solid Black only • Coats, sweaters, jackets, raincoats, and foul weather clothing, if worn, shall be solid navy blue or black. Only the CAT logo shall be permitted. • Shoes: Black Acceptable shoe styles: Closed toe shoes are required. Plain toe; military style, oxford, wellington boots or dress boots with a zipper not exceeding eight (8) inches in height; Low-cut tennis shoes all-black only. Unacceptable shoe styles: High top tennis shoes; buckles and stirrups; laced hiking- style boots, laced boots; sandals; cleared or open toe Thick crepe, cleat or rippled- soles • Socks: Black socks or skin tone nylon stockings 4.5.2 Appearance Standards: 4.5.2.1 Male Appearance: • Male hair shall be clean, neatly and evenly trimmed or combed and well groomed, with length in keeping with a professional image. • Mustaches shall be clean and neatly trimmed and shall not extend more than one-half (1/2) inch horizontally beyond the corners of the mouth. • Beards and goatees are permitted; the beard must not be more than one- half (1/2) inch in length, and must be clean and neatly trimmed. • Ornaments and Jewelry on Clothing: Ornaments, jewelry or similar accessories shall not be worn if they depict any association, individual, occupational group, religion, race, creed, color, nationality, or gender in any way, especially in a favorable or unfavorable light. 4.5.2.2 Female Appearance: • Female hair shall be clean, neatly and evenly trimmed or combed, and well groomed in keeping with a professional image. At no time shall hair be worn in such a manner that it obscures vision or creates a safety hazard. • If cosmetics are used, they shall be applied conservatively so that the outward appearance of wearing make-up is lessened. • Ornaments, jewelry or similar accessories shall not be worn if they depict any association, individual, occupational group, religion, race, creed, color, nationality, or gender in any way, especially in a favorable or unfavorable light. Earrings should be small so that they do not pose an accident risk or create a safety hazard. • Fingernails should be worn at an acceptable business or active length to ensure safety and job-related efficiency. 5.0 PREVENTIVE MAINTENANCE 5.1 Vehicle Preventive Maintenance Requirements 5.1.1 County Owned Vehicles Rev 2/20/15 57 The Contractor shall operate an adequate number of vehicles in service at all times to efficiently provide the required service, allowing for a minimum 20% spare ratio for routine maintenance to be scheduled. The Contractor will establish a schedule for routine maintenance of vehicles as well as regular communications with Collier County staff and Scheduling Contractor to determine maintenance schedules, non-routing maintenance reporting and scheduling procedures, and acceptable timelines for vehicles in shop and out of service. A vehicle maintenance program is required to be coordinated with County staff and the Scheduling Contractor and must include at least schedules for preventive maintenance, safety inspections and vehicle repair records. The vehicles shall be maintained per the manufacturer’s instructions and warranties. The Contractor agrees to use the vehicles in a careful and proper manner for the intended service only and to comply with all federal, state, local or other governmental laws, regulations, requirements and rules with respect to use, maintenance and operation of the vehicles. The vehicles shall not be operated beyond the limits established in the applicable policies of insurance as hereinafter set forth, and may only be used for the transportation of passengers or as requested by PTNE. Employees shall not utilize the vehicles for personal use. When necessary to break for lunch while utilizing support or paratransit vehicles, discretion and common sense must prevail. The Contractor shall establish a communication protocol with Collier County staff and the Scheduling Contractor for vehicle maintenance to identify vehicles which need preventive maintenance, and those which are in need of non-scheduled maintenance as identified through pre-trip and post-trip inspections of vehicles on a daily basis. The Contractor will ensure that all drivers properly complete and report body and mechanical defects on any vehicle. The Contractor shall accomplish this by utilizing Zonar; the electronic pre and post-trip monitoring system for vehicle maintenance inspections and reports. A Vehicle Pre-Trip Inspection report will be prepared each day for each vehicle, and completed by the driver to indicate that they checked the vehicle for body and mechanical defects prior to commence of the driver’s first run of the day. A Post-Trip Inspection Sheet will be prepared at the completion of service each day. Daily records of pre-trip and post-trip inspections will be maintained by the Contractor, and provided to PTNE upon request. The wheelchair lift on each vehicle shall be cycled one complete cycle prior to departure for service each day. The Contractor shall ensure that no vehicle is placed into Service without having properly functioning onboard communication equipment and wheelchair lift. If a paratransit vehicle’s air conditioning or heating is not functioning properly and if there are no other vehicles available, the passengers will be transported rather than canceling a trip. Passengers with health conditions affected by air condition or lack thereof will be notified if their vehicle’s air conditioner is not working, and the passenger will be given an opportunity to decide whether or not to take the trip, with no late cancellation penalties. The Contractor shall perform daily vehicle inspections, maintain logs of daily service and schedule and report all service activities necessary to operate vehicles and equipment safely and efficiently. The Contractor shall develop, implement and maintain a written checklist of items included in the daily inspection and/or servicing of each vehicle. The checklist shall be computerized and kept on file for the County to review/access and maintained for five (5) years. Daily vehicle inspections and maintenance responsibilities shall include, but are not limited to: • Recording field usage and charting bus fuel use by vehicle; • Vehicle Climate Control; • Re-fueling of vehicles at the end of service; • Scheduling regular vehicle service activities as follows: • Engine oil, coolant, transmission fluid and windshield washer service needs for Rev 2/20/15 58 County staff to complete; • Farebox vault pulling and replacement • Tire inspection (air pressure, tread depth, and wear) • Brake check; • Exterior and interior light operations; • Interior sweeping and dusting; • Exterior and interior visual inspection; • Identify unreported damage; • Intelligent Transportation System Operations; and • Required signage The Contractor shall be responsible for maintaining at a minimum the following reports in its file for all used in delivering services: • Daily inspection forms • Fuel usage • Oils, transmission fluids, and anti-freeze usage • Preventive Maintenance scheduled and unscheduled inspections & reports • Road call reports (service interruption) • Safety inspection reports • Scheduled and unscheduled maintenance 5.1.2 Non-County Owned Vehicles The Contractor shall operate an adequate number of vehicles in service at all times to efficiently provide the required service, allowing for a minimum 20% spare ratio for routine maintenance to be scheduled. The Contractor will establish a schedule for routine maintenance of vehicles as well as regular communications with Scheduling Contractor to determine maintenance schedules, non-routing maintenance reporting and scheduling procedures, and acceptable timelines for vehicles in shop and out of service. A vehicle maintenance program is required to be coordinated with County staff and the Scheduling Contractor and must include at least schedules for preventive maintenance, safety inspections and vehicle repair records. The vehicle maintenance program shall be submitted and approved by Collier County prior to October 1 for the initial contract. The maintenance program shall be updated on an annual basis and provided to the County by July 1st of each year. The vehicles shall be maintained per the manufacturer’s instructions and warranties. The Contractor agrees to use the vehicles in a careful and proper manner for the intended service only and to comply with all federal, state, local or other governmental laws, regulations, requirements and rules with respect to use, maintenance and operation of the vehicles. The vehicles shall NOT utilize the Collier Area Transit logo outside of the vehicle. Any required Collier Area Transit/Paratransit required interior signage must be concealed when not operating on behalf of Collier County. The Contractor shall establish a communication protocol with Collier County staff and the Scheduling Contractor for vehicle maintenance to identify vehicles which need preventive maintenance, and those which are in need of non-scheduled maintenance as identified through pre-trip and post-trip inspections of vehicles on a daily basis. The Contractor will ensure that all drivers properly complete and report body and mechanical defects on any vehicle. The Contractor shall accomplish this by utilizing Zonar; the electronic pre and post-trip monitoring system for vehicle maintenance inspections and reports. The Contractor shall be required to purchase, install and maintain Zonar for their vehicles. County staff and the Scheduling & Dispatch contractor shall have access to view all Zonar data. A Vehicle Pre-Trip Inspection report will be prepared each day for each vehicle, and completed by the driver to indicate that they checked the vehicle Rev 2/20/15 59 for body and mechanical defects prior to commence of the driver’s first run of the day. A Post-Trip Inspection Sheet will be prepared at the completion of service each day. Daily records of pre-trip and post-trip inspections will be maintained by the Contractor, and provided to PTNE upon request. The wheelchair lift on each vehicle shall be cycled one complete cycle prior to departure for service each day, if applicable. The Contractor shall ensure that no vehicle is placed into Service without having properly functioning onboard communication equipment and wheelchair lift. If a paratransit vehicle’s air conditioning or heating is not functioning properly and if there are no other vehicles available, the passengers will be transported rather than canceling a trip. Passengers with health conditions affected by air condition or lack thereof will be notified if their vehicle’s air conditioner is not working, and the passenger will be given an opportunity to decide whether or not to take the trip, with no late cancellation penalties. The Contractor shall perform daily vehicle inspections, maintain logs of daily service and schedule and report all service activities necessary to operate vehicles and equipment safely and efficiently. The Contractor shall develop, implement and maintain a written checklist of items included in the daily inspection and/or servicing of each vehicle. The checklist shall be computerized and kept on file for the County to review/access and maintained for five (5) years. Daily vehicle inspections and maintenance responsibilities shall include, but are not limited to: • Recording field usage and charting bus fuel use by vehicle; • Vehicle Climate Control; • Scheduling regular vehicle service activities as follows: • Tire inspection (air pressure, tread depth, and wear) • Brake check; • Exterior and interior light operations; • Interior sweeping and dusting; • Exterior and interior visual inspection; • Identify unreported damage; • Required signage The Contractor shall be responsible for maintaining at a minimum the following reports in its file for all vehicles used in delivering services: • Daily inspection forms • Fuel usage • Oils, transmission fluids, and anti-freeze usage • Preventive Maintenance scheduled and unscheduled inspections & reports • Road call reports (service interruption) • Safety inspection reports • Scheduled and unscheduled maintenance 5.2 Vehicle Cleaning (County & Non-County Owned Vehicles) Any vehicle not conforming to this provision is subject to removal from service prior to, during, or upon completion of the shift, until such time that PTNE’s Transit Manager has determined that PTNE’s standards are met. Failure to meet these requirements subjects the Contractor to assessment of liquidated damages. The Contractor shall ensure that all vehicles are clean. The Contractor shall be responsible for all labor and materials associated with this work. 5.2.1 Exterior At a minimum, all vehicles shall have exteriors washed and cleaned of all dirt, oil and accumulated grime, at least twice per week or as necessary to maintain a neat appearance. Only County-owned vehicles may be washed and cleaned on County Rev 2/20/15 60 premises. All vehicles shall be free of outer body damages (i.e. accident damage, paint damage, cracks, breaks, dings or dents, damaged or faded decals, cracked glass, etc.) that noticeably detract from the overall appearance of the vehicle. For County Owned vehicles, rubber or vinyl exterior components such as tires, bumper fascia, fender skirts and door edge guards shall be cleaned and treated with a preservative as necessary to maintain an attractive appearance and consistent with the bus wrap vendors maintenance suggestions. 5.2.2 Interior All interiors shall be cleaned of all dirt and trash at the end of each day’s use. Ceilings, windows, dashes, walls, stanchions, and grab rails shall be thoroughly cleaned twice per week or as necessary. All foreign matter such as gum, grease, dirt and graffiti shall be removed from interior surfaces during the daily interior cleaning process. Upholstery shall be steam cleaned as necessary, but at least quarterly, and upholstery damage shall be scheduled for repair immediately upon discovery. The cost of upholstery repairs for County owned vehicles shall be the responsibility of the County. Buses shall be kept free of vermin and insects at all times. The Contractor shall be responsible for exterminating all vermin and inspects from all vehicles immediately upon their discovery, utilizing safe, non-hazardous and Environment Protection Administration (EPA)- approved insecticides/materials. All vehicles shall be free of interior damages (i.e. accident damage, cracks, breaks, damaged or faded decals, torn upholstery, damaged interior panels, cracked glass, etc.) that noticeably detract from the overall appearance of the vehicle. 5.3 Transfer Facilities, Administration & Operations Buildings The Contractor shall maintain transfer facilities and other facilities provided for their use in clean and neat conditions at all times. The Contractor shall maintain the facilities by removing trash, sweeping, vacuuming, mopping, pressure washing or cleaning windows in order to maintain an attractive appearance at all times. All facility repairs shall be reported to the PTNE Transit Manager for coordination with the County Facilities Management Department. All health or safety repairs shall be reported directly to the Facility Management Department, with the PTNE Transit Manager notified as soon as possible thereafter. The Contractor shall provide a front of house employee at the main and secondary transfer stations to assist with the health, safety and security of the public. The Contractor shall be responsible for ensuring doors are secured each night. The Contractor shall be responsible for all labor and materials associated with this work. 5.4 Bus Stops, Shelters & Park & Ride Lots PTNE will purchase all signs, posts, benches, shelters, schedule holders and trash receptacles for CAT fixed route bus stops and facilities. The Contractor shall be responsible for the labor and equipment necessary for the installation of all bus stop signs, posts and schedule holders in accordance with Municipal Uniform Traffic Control Devices (MUTCD) Manual and ADA requirements. The Contractor shall be responsible for the removal of any damaged signs, posts, benches, shelters, bike racks and trash receptacles as directed by PTNE. The Contractor shall be responsible for the labor, equipment and materials for the following items related to Bus Stops, Shelters & Park & Ride lots including, but not limited to: • Monitor all bus stops, shelters and transit amenities on a regular basis (weekly at a minimum), document and rectify any maintenance issues. • Trash removal from bus stops at least every other day or more frequent if necessary; • As schedule modifications occur, replace the schedule holder signs with PTNE provided laminated schedules and time points. Rev 2/20/15 61 • Develop a maintenance program, which must be approved by PTNE which meets the following minimum standards: o The Contractor’s supervisors and bus operators may be utilized as a monitoring resource for bus stop maintenance. Customer comments and requests will also provide information related to the bus stop maintenance requirements. o The Contractor shall clean and maintain the improvements and grounds at all bus stop sign, bench, and shelter locations to include, but not limited to: trash removal (2X per week), pressure cleaning of shelters and amenities, at least once annually or as needed. o Graffiti removal, paint touch-up, general cleaning, etc. as needed. o Hazardous conditions such as damaged facilities will be responded to by the Contractor as quickly as possible, but not more than 24 hours from the time when the Contractor was made aware of the damage. o Complete an annual report of existing stop locations and identify potential improvements based upon ridership criteria identified by PTNE. The Contractor shall be responsible for developing procedures in coordination with PTNE for the evaluation of requests for additional stops, routes and making recommendations to PTNE on stop and route additions, removals and relocations. The procedures and recommendations should be based on ADA, safety, route schedule and community considerations. The Contractor shall be responsible for submitting recommendations along with supporting documentation for any requested stop or route changes to PTNE for their review and approval. The Contractor shall submit a quarterly summary of stop requests, evaluations of requests for changes and other information related to stop changes. The Contractor shall be responsible for labor used in the performance of this work. 6.0 Property, Office Space, Computers & Equipment The Contractor is responsible for the preparation and administration of all documentation associated with operation of the fixed route and paratransit services. The Contractor shall be fully responsible for all PTNE provided or furnished inventory/property, and equipment. All assets (capital or non- capital) of Collier County are and will remain the property of Collier County. The Contractor shall appoint a property custodian and a backup property custodian responsible for all Collier County provided inventory or property. The Contractor shall assist PTNE personnel during physical inventory of the property. The Contractor shall be responsible for all costs for any and all improvements made solely for the Contractor’s benefit which at a minimum shall include construction, permits, license, etc. The Contractor shall verbally report all damage on all PTNE provided or furnished inventory, property and/or equipment to the PTNE Transit Manager at the time the damage occurs, followed by a written report within 24 hours of each and every occurrence. The report shall contain a full explanation of all of the facts surrounding the damage. The Contractor shall secure and protect all inventory, property and/or equipment and shall replace any equipment lost, stolen or abused with PTNE approved replacements. The PTNE project manager will review all damage and make a determination as to the cost and responsibility for repairs. All damages determined by PTNE to be the responsibility of the Contractor shall be repaired or replaced at the expense of the Contractor. PTNE will be responsible for purchasing office equipment and cost for equipment repair in meeting system and administration responsibilities. PTNE shall provide and pay for the following utilities: electric, water and sewer and local telephone. The Contractor shall be required to reimburse PTNE for all long distance phone calls. Employees who require long distance access will receive an individual pin code, which will be tracked for billing purposes. The Contractor shall be responsible for Rev 2/20/15 62 the day to day costs associated with performing these functions, including, but not limited to: printing supplies, daily office inventory supply items, etc. 6.1 Office Space & Common Area The County shall provide 1 cubicle at the Transfer Station located at Parking Garage 2 on the Collier County Government Campus. The County shall provide 7 spaces to accommodate general manager, administrative assistant, fixed route operations manager, paratransit operations manager, safety & training manager and road supervisor(s) at 8300 Radio Road. A driver’s lounge area is located at 8300 Radio Road and is available for use by the drivers. Furthermore, there shall be access to two conference rooms (scheduled on a first come, first serve basis) and a common break room. 6.2 Computers & Equipment All CAT & CAP business shall be transacted via Collier County email and saved on the Collier County provided networks. No employee shall have any expectation of privacy for any item that is produced, transmitted, saved, etc. utilizing County resources. Computers and related operating equipment are located at the following sites: 6.2.1 Transfer Station located at Parking Garage 2 – one computer to be connected to the Collier County network will be provided. Access to a shared printer (black and white) is also available. Limited copying services may be available at this location. 6.2.2 Radio Road Administration & Operations Building – 7 computers to be connected to the Collier County network will be provided. 2 computers to be connected to the Avail network will be provided. Access to various shared printers and copier shall be available. 6.2.3 Handheld Radios – 16 of hand held radios shall be available for management use. The Contractor shall be responsible for all PTNE provided communication equipment once issued to the Contractor. The Contractor shall keep accurate documentation on the status of each piece of communication equipment complete with serial numbers, and Collier County asset numbers. 6.2.4 Support Vehicles – 7 support vehicles will be provided to the Contractor. 7.0 PTNE Quality Assurance Collier County PTNE & Fleet management shall have unrestricted and immediate access to all vehicles and maintenance records at all times. Collier County PTNE & Fleet management, at its sole discretion, reserves the right to remove from service any vehicle that is deemed unsafe, including those that have not received scheduled PM inspections. The Contractor shall be subject to the assessment of liquidated damages for any vehicles removed from service. County oversight is not a substitute for the Contractor’s QA responsibilities. The Contractor is fully responsible for the safety and QA of all vehicles for all services provided. 8.0 Towing In the event that towing of any vehicle is required due to mechanical failure, damage, etc., the Contractor shall be responsible to arrange such towing, through a company selected by the County. Towing costs for all vehicles will be paid for by the Contractor. 9.0 Accidents/Incidents 9.1 The Contract shall develop procedures to investigate, develop and rate each accident to determine if the accident could have been prevented utilizing the National Safety Council definition of preventability. In addition, this review will establish the need (and schedule, as necessary) for any corrective training, operating guideline provision or equipment maintenance or technical correction required, together with a follow-up to assure that action has been Rev 2/20/15 63 completed. All staff involved in accident investigation must be properly trained in accident investigation as required by the U.S. Department of Transportation. 9.2 The Contractor shall be responsible for all costs associated with physical damage to the County owned vehicles, including collision and comprehensive coverage, each equal to the depreciated value of all vehicles including the buses, vans and non-revenue vehicles operated by the Contractor. The Contractor shall be responsible for all damages falling below the deductible. The County shall not be responsible for physical damage costs associated with non-County owned vehicles. 9.3 All damage must be repaired prior to returning any vehicle to service. Minor scratches, minor dings and dents may be repaired during scheduled maintenance activity, but obvious damage shall be repaired prior to the vehicle entering revenue service. Under no circumstances shall vehicles be permitted to operate in revenue service with missing panels, unpainted repairs or primer paint showing. All vehicles involved in an accident or incident shall be shall be inspected and approved by PTNE’s Transit Manager or designee prior to the vehicle being returned to revenue service. The Contractor shall report to PTNE, in writing, all accidents and incidents regarding Collier County furnished vehicles, facilities or Contractor furnished equipment or vehicles, regardless of service status to the PTNE Transit Manager as follows: 9.3.1 The Contractor shall immediately report any unusual occurrence or conflict with a rider or other person(s). 9.3.2 The Contractor shall notify PTNE of every accident or incident immediately, but no more than two hours after the occurrence. 9.3.3 The Contractor shall provide written documentation for any vehicle accident or incident. The County shall receive written copies of incident and accident reports within 24 hours of occurrence. The Contractor shall provide a full report inclusive of photos and policy report within seven calendar days of the accident/incident. Failure to provide the notification/reports within the timeframe allotted shall result in liquidated damages. 9.4 The Contractor shall not operate any vehicle in revenue service with missing or broken glass, to include windshields, door glass, driver's windows, and all side windows. All exterior lamp lenses shall be attached to the vehicle during service. 10.0 COLLECTION OF FARES All operating revenues collected by the Contractor are the property of Collier County, including but not limited to farebox receipts, ticket and pass sales revenue, advertising revenue and rental fees. Fixed route vehicles shall be vaulted on a daily basis at the end of revenue service. Paratransit fares (tickets, cash or checks) shall be validated and turned in at the end of each shift. The selected vendor will be expected to collect the required fare at the time of boarding. If the passenger refuses to pay his/her fare the passenger will not be transported. If it is found that the selected vendor is allowing passengers to ride without paying the required fare, the outstanding fares will be deducted from the amount of the next invoice. For paratransit service, where the passenger paid for the first leg of the trip but refuses to pay for the return trip, the operator should be instructed to transport the passenger home but must advise the passenger that he/she will not be eligible for the future transportation until the outstanding fare is paid. Paratransit passengers may: • Pay the fare with exact change, tickets or check on each ride. Rev 2/20/15 64 • Pay the fare with exact change, tickets or check for both ways on their first ride. • Purchase tickets for the value of the passengers co-pay in advance at CAT Operations facility 8300 Radio Rd Naples FL or at Collier Area Transit Transfer Station at the Government Center 11.0 LICENSES, PERMITS AND WORK 11.1 Licenses and Permits All work performed by the Contractor must fully comply with all federal, state and local licensing and permit requirements. The Contractor is responsible for obtaining and maintaining all appropriate licenses and permits needed to fulfill the terms of the Contract. This includes all licenses and permits required to install, maintain and operate equipment within the facility, as well as the licensing of all personnel employed or hired by the Contractor to perform maintenance and repairs services under this Contract. The Contractor shall not be limited to the local, state and federal rules and regulations stated in this Scope of Services. Collier County shall not be held liable in any way for the Contractor’s failure to obtain and/or hold any relevant licenses or permits. 11.2 Contractor’s Responsibility The Contractor is responsible for all supplies, equipment, work and services associated with this Contract. Collier County assumes no liability for work plans approved by PTNE. Any and all violations of federal, state or local license or permit requirements caused by the Contractor or its personnel are the responsibility of the Contractor. The Contractor shall advise the PTNE Transit Manager immediately by telephone of any violation notices received from federal, state or local agencies. A written report shall be submitted within twenty-four (24) hours to PTNE’s Project Manager. 12.0 SAFETY PROGRAM The Contractor shall participate in tabletop, emergency preparedness training exercises as requested by PTNE. The Contractor is considered essential personnel and shall be available upon request for evacuation and transportation for any emergency event 24/7. 12.1 Personal Protective Equipment The Contractor is fully responsible for all aspects of the safety and health of personnel hired to perform under this Contract. The Contractor shall furnish and enforce the use of individual personal protective equipment (PPE) as needed to complete work being performed in hazardous locations, including the streets when personnel are investigating vehicular accidents. PPE shall include, but not be limited to, hard hats, rain gear, protective foot wear, protective clothing and gloves, eye protection, ear protection, chemical resistant gloves, respirators, safety belts, safety harnesses, safety lifelines and lanyards, and high visibility reflective safety vests as necessary. The Contractor shall provide warning signs, barricades and verbal warnings as required. The Contractor shall provide all employees including but not limited to Drivers and mechanics, safety training to include special training prior to working with hazardous materials or operations. The Contractor shall document all training and provide written reports of the training to PTNE when requested. 12.2 Safety The Contractor shall assume full responsibility for ensuring the safety of patrons, Contractor’s personnel, and PTNE-provided vehicles and equipment. The Contractor shall develop, implement and maintain PTNE-approved System Safety Program Plan (SSPP) and the System Security Emergency Preparedness Plan (SSEPP) that complies with APTA (American Public Rev 2/20/15 65 Transit Association) guidelines and Chapter 14-90, Florida Administrative Code (FAC). PTNE will provide oversight, with periodic monitoring of the Contractor to confirm compliance with the approved System Safety Plan. Safety management programs shall include, but not be limited to, accident prevention, accident investigation, retraining guidelines and procedures, criteria for determining preventability of accidents, schedules and agendas for internal safety meetings that reinforce the importance of safety and participation of the Contractor’s staff in safety -related organizations. A copy of the Contractor’s Safety Management Program shall be submitted to PTNE’s Transit Manager for review and/or approval prior to commencement of the Contract. 13.0 EMERGENCIES 13.1 Emergency Programs The Contractor shall develop, implement, and maintain business continuance plans to respond to emergencies and other problems that may occur. Occurrences include, but are not limited to: passenger injuries, disturbances, or illness; vehicle failures; inclement weather and accidents; and emerging health threats or homeland security advisory alerts. The Contractor’s written plan shall include a facility back-up plan, in case the PTNE facility becomes inaccessible during inclement weather and/or accidents or any other occurrences. The Contractor’s emergency plan should also allow for a temporary facility to house displacement for vehicles. PTNE reserves the right to approve all Contractor emergency programs and plans. The Contractor shall inform its employees of emergency procedures to be followed in case of fire, medical emergency, or any other life-threatening catastrophe. PTNE has established a Continuity of Operations Plan (COOP) and the Contractor shall be asked to provide responsible key personnel at Collier County’s central control location in the event of a hurricane and/or storm emergency. The Contractor's key personnel, safety sensitive and non-safety sensitive personnel may be asked to volunteer during a hurricane and/or storm emergency. 14.0 PUBLIC SAFETY 14.1 Contractor’s Responsibility PTNE strives to provide safe, secure and reliable transportation service to its passengers while minimizing vandalism and property destruction to vehicles, property and facilities. It is the responsibility of the Contractor to support PTNE’s efforts to provide services in the most secure manner possible. PTNE works closely in partnership with local, state and federal agencies to achieve and maintain maximum system security. The Contractor shall cooperate with Collier County’s personnel in all matters of security as requested by PTNE in response to local, state or national alerts, conditions or changes as dictated by the U.S. “Homeland Security Advisory System” or any other mandates/advisories received by PTNE. Law Enforcement Officers respond to emergency and non-emergency transit--related calls for service throughout the CAT & CAP Service area. The Contractor shall report all security and safety related incidents and accidents involving personnel and vehicles. 15.0 CUSTOMER ADMINISTRATION 15.1 Customer Comments The Contractor shall be responsible for changing procedures, retraining personnel and reassigning personnel as necessary to correct any service issues. A copy of every customer comment and incident report shall be kept in each employee file. Rev 2/20/15 66 15.2 Lost and Found The Contractor shall follow PTNE’s “Lost and Found” procedures. The Contractor shall develop a “Lost and Found” Database to record all pertinent information. This shall also include monitoring bicycles at facilities to determine if they have been abandoned consistent with PTNE’s policy. Failure to properly process “Lost and Found” recovered items in a timely manner shall lead to assessment of liquidated damages. 15.3 Media Plan The Contractor shall provide and maintain a media plan for PTNE’s approval prior to Contract commencement. The plan shall address media contact in person or by other communications to any and/or all of the Contractor’s employees, agents, operators, or any other person(s) acting under its control or direction in the performance of services pursuant to this contract. 16.0 CONTINUITY OF SERVICES 16.1 Contractor’s Responsibility The Contractor recognizes that the CAT & CAP Services under this Contract are vital to Collier County and must be continued without interruption and that upon Contract expiration, a successor, may continue them. The Contractor agrees to exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. The Contractor shall make available necessary personnel records and allow the successor to conduct onsite interviews and/or testing with these employees. If selected employees are agreeable to the changes, the Contractor shall release them on a mutually agreeable date and negotiate transfer of their earned fringe benefits to the successor. Should employees being transferred be required to undergo training, the Contractor shall work with the successor to schedule agreeable dates and times when employees will be allowed to attend training sessions. 17.0 DRUG & ALCOHOL TESTING PROGRAM The Contractor shall administer a Drug and Alcohol (D&A) Program which meets all of the Federal, State and local requirements. CAT & CAP is required to perform D&A testing in accordance with United States Department of Transportation and Federal Transit Administration regulations. The Contractor will be required to perform D&A testing in accordance with Collier County’s Risk Management policies as well as US DOT and FTA requirements. The Contractor shall have a Substance Abuse Testing Program in place which meets all the criteria of the US DOT, the FTA and Collier County. The Contractor shall be required to incorporate these requirements into their program. The Contractor agrees to produce documentation necessary to establish its compliance with all applicable regulations and to permit any authorized representative of the US DOT or its operating administrations, the Florida Department of Transportation or Collier County to inspect facilities and records associated with the implementation of the D&A testing program. Documentation of test results will be maintained in personnel files by the Contract and shall be made readily available for inspection by Collier County. The Contract shall send a monthly compliance letter to the PTNE Transit Manager as proof of compliance with the program. Failure to provide shall constitute the assessment of liquidated damages. 18.0 EQUAL EMPLOYMENT OPPORTUNITY (EEO)/AFFIRMATIVE ACTION PROGRAM The Contractor must develop and implement an EEO and Affirmative Action program that meets or exceeds all federal, State and County policies. The Contractor shall prepare an EEO program that complies with FTA regulations and submit it to PTNE by January 15th of each year. The Contractor shall update the program as needed but no less than annually and submit it to PTNE. Rev 2/20/15 67 19.0 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REPORTS The CAT/CAP Disadvantaged Business Enterprise (DBE) program provides guidance on the use of overall and contract goals, requirement to include DBE provision in subcontracts, evaluating DBE participation where specific contract goals have been set, reporting requirements, and replacement of DBE subcontractors. PTNE shall be responsible for submission of all reports for the DBE Program. The Contractor will be responsible for submitting required forms as provided by PTNE to ensure DBE compliance. 20.0 PLANNING & MEETINGS The Contractor is responsible for providing recommendation related to service in coordination with the Scheduling/Customer Service Contractor. This shall include but it not limited to: bus routes, schedules, days and hours of operations, bus stop locations, location of bus stop improvements, assist PTNE staff in the preparation of all planning documents, cost estimates and other such activities relative to overall system administration. The Contractor in coordination with the Scheduling/Customer Service Contractor shall be responsible for identifying upcoming funding needs for the system and providing recommendations for pursuing federal, state and local grants on a quarterly basis. The Contractor will be required to maintain service information necessary for all FTA review, including all FTA Triennial Review information. Service information pertaining to the Triennial review must be maintained in a paper and electronic filing system sorted by the general areas of review as shown in the FTA Triennial Review Workbook. The Contractor will be required to maintain service information necessary for all NTD review, including NTD Monthly & Annual Reporting as well as required sampling. Upon request of PTNE, the Contractor shall at its own expense attend meetings to provide information concerning the transit system including but not limited to Local Coordinating Board, Public Transit Ad- Hoc Advisory Committee, Board of County Commissioners, or as otherwise requested by PTNE. The Contractor shall assist PTNE, as needed, in the coordination and promotion of public meetings. This will include coordinating with PTNE staff as requested in the preparation of public meetings, attendance to public meetings and assistance in preparing and posting notifications of meetings at bus stops, park and rides and transfer centers. The General Manager representing the Contractor and the PTNE Director and Transit Manager representing the County shall meet bi-weekly to discuss services. The Contractor shall develop the bi- weekly agenda in coordination with PTNE. 21.0 SCHEDULE DISTRIBUTION The Contractor shall be responsible for the distribution of schedules at various locations around the County. The locations shall be approved by PTNE in advance. Furthermore, the Contractor is responsible for maintaining an inventory of schedules and providing the County with sufficient notice for preparing and printing these items. 22.0 CONTRACT COMPLIANCE & REPORTING Timely and accurate reports and records will be submitted to PTNE. PTNE views statistical reporting as a critical element of effective service planning, service quality evaluation, and policy development. It is, Rev 2/20/15 68 therefore, deemed important that the Contractor assign staff with the qualifications and time to edit files, create and evaluate reports. The following guidelines are provided as basic information regarding the nature of reports that will be required during the course of this contract. PTNE from time to time may require changes in forms, record keeping and/or reporting procedures to serve the needs of the agency. 22.1 Reporting The following reports shall be completed on a daily basis and maintained on file for inspection: • Daily pre-trip and post-trip inspection forms • Fuel usage • Oils, transmission fluids, and anti-freeze usage • Preventive Maintenance scheduled and unscheduled inspections & reports • Road call reports (service interruption) • Safety inspection reports • Scheduled and unscheduled maintenance The following reports shall be due to the PTNE Transit Manager daily by 9 a.m. in coordination with the Scheduling and Dispatch Contractor: • Fleet status report • Fuel reports • Total number of buses (in service) with inoperable wheelchair lifts identified by vehicle number. • Farebox problem, tampering, vandalism, etc. by bus number. • Number of deviations by bus and run (for prior day) The following reports shall be due to the PTNE Transit Manager as necessary in coordination with the Scheduling & Dispatch Contractor: • Accident • Incidents • Facility Damages/Lost/Stolen • Equipment Damages/Lost/Stolen • Early or Late Service • Service Interruptions/delays • Missed trips • MDT, silent alarm and/or radio downtime The following reports shall be due to the PTNE Transit Manager as necessary: • Backup Staffing Plan • Employee New Hire/Changes o E-Verify o Training Verification o Badge Access Agreement o Computer Use Agreement o Key Agreement The following reports shall be due to the PTNE Transit Manager monthly by the 15th of each month (covering the month prior): • Invoice o Inclusive of all grant backup materials. • Safety Report – Summary of all accidents and incidents (preventable & non- preventable) including: o One location map showing all incidents & accidents (Location map must Rev 2/20/15 69 delineate each incident as a County-owned vehicle and non County-owned vehicle. o Injuries o Recommendations to improve safety • Training Report including documentation, certifications and upcoming safety programs • Ride Check Summary Report • Employee Information (including trainees) o Include employee positions by department and classification o Training Validation o Background Checks o Motor Vehicle Reports o Position Vacancies o Required Positions • Compliance Letter related to administration of the D&A Program • Summary Report for drug and alcohol screening results for all safety sensitive positions, including time and date testing was completed. o Pre-employment o Post Accident o Random o Reasonable Suspicion o Return to Duty • Total supervisor hours driving routes. • Fixed Route Operations to include: o Road calls  Major and minor mechanical failures (by bus number and run number)  Total miles between failures • Route Information in coordination with Customer Service/Scheduling Contractor including: o On time performance o Passengers o Passenger trips (Total Weekday, Total Saturday, Total Sunday) o Revenue o Miles (Revenue, deadhead, total) (Total Weekday, Total Saturday, Total Sunday) o Hours (Revenue, deadhead, total) (Total Weekday, Total Saturday, Total Sunday) o Passengers (Per Mile & Per Hour) o Revenue (Per Mile & Per Hour) o Daily Information in coordination with Customer Service/Scheduling Contractor including:  Total Revenue Hours  Total Deadhead Miles o Bus Stop Conditions including repairs o Information Necessary to Complete the Monthly NTD Reports o • Paratransit Operation to include: o Road calls  Major and minor mechanical failures (by bus number and run number)  Total miles between failures o The Following items shall be provided in coordination with Customer Service/Scheduling contractor, 3 separate reports shall be provided, the first shall be for County-owned vehicles, the second shall reflect non County-owned vehicles and the third report shall combine the statistics for all vehicles: Rev 2/20/15 70 o # of Days of Service o Passenger trips (Total Weekday – ambulatory & wheelchair, Total Saturday – ambulatory & wheelchair, Total Sunday – ambulatory & wheelchair) (One Way, Total Guest, Total Escort) o Revenue o Miles (Revenue, deadhead, total) (Total W eekday, Total Saturday, Total Sunday) o Hours (Revenue, deadhead, total) (Total Weekday, Total Saturday, Total Sunday) o Passengers (Per Mile & Per Hour) o Revenue (Per Mile & Per Hour) o Cancels o No Shows o Fares Collected o Ticket Sales o % of Cancelled trips to the total # of trips o % of No Shows of Total # of trips o On-time performance o No Show/Late Cancellation Suspensions broken out by 1st offense, 2nd offense, 7, 14 & 30 day suspensions. o Information Necessary to Complete the Monthly NTD Reports The following reports shall be due to the PTNE Transit Manager quarterly by the 15th of each January, April, July & October (covering the prior quarter): • Bus Stop Conditions including pressure washing schedule • Bus Stop Request Evaluation • Upholstery Steam Cleaning Certification for all vehicles • Upcoming Federal, State or Local Grant Opportunities • Active Driver Roster Including: o Driver’s Name o Address o Date of Birth o Date of Hire o Driver’s License Number o Expiration Date o Training Dates o Latest D&A test o Background Check Review Date o Motor Vehicle Record Review Date • Active employee list The following reports shall be due to the PTNE Transit Manager annually as noted below in coordination with the Scheduling & Dispatch Contractor: • NTD Report (By December 15 – covering the prior fiscal year – October through September) • Annual Operating Report (By August 1 – covering the prior State fiscal year – July through June) • Annual Safety Certification (By January 15 – covering the prior calendar year – January through December) • MIS Report (By February 15 – covering the prior calendar year – January through December) • Vehicle Maintenance Program – due by July 1 of each year • Annual update of the SSPP – due by November 1 of each year Rev 2/20/15 71 • Annual update of the SSEPP – due by November 1 of each year • EEO Program – due by January 15th of each year 22.2 Reporting and Data Collection The contractor shall be responsible for ensuring that all data is captured and stored for the term of the contract and throughout any transition period. The data must be kept in a format acceptable to PTNE. It is the contractor’s sole responsibility to ensure compliance and conformance. All data systems must be reviewed and approved by PTNE in advance of the start of the contract. 23.0 CONTRACT TERMINATION OR CONCLUSION 23.1 Contractor’s Responsibility At the conclusion of the Contract, the Contractor shall work with the incumbent Contractor, PTNE and/or a third party Contractor to achieve an efficient and non-distributive transition of all services, including but not limited to administration, personnel, Subcontractors, vehicles, supplies and equipment. The outgoing Contractor shall behave in a professional and courteous manner throughout the transition period. The outgoing Contractor shall cooperate and make any and all 1) PTNE-furnished inventory, property and equipment available for inspection, and 2) work up to the last service pull-in on the date of the Contract conclusion or termination. The outgoing Contractor shall risk loss of payment for the last month of performance for any act of lack of cooperation, neglect, vandalism or recklessness, and may be assessed any costs incurred by PTNE or the incoming Contractor for returning any PTNE owned-furnished property or assets back to original working condition, to include repairs and replacement. PTNE has sole discretion for determining assessment charges. APPENDIX 1 PERFORMANCE STANDARDS In order to ensure a high standard of performance, services provided by the Contractor are to be operated in a manner that maximizes productivity without negatively impacting service quality for CAT & CAP patrons. To assure quality and a high level of customer satisfaction, all performance standards shall be reviewed on an on-going basis and are subject to change as CAT & CAP’s needs change. If performance standards set forth below are changed by PTNE, the Contractor’s performance standards will be immediately changed to meet the new performance standards, upon notice by PTNE to the Contractor. PTNE will review each performance factor and reward high achievement (incentives) or make deductions for substandard performance (disincentives). Review periods are every six months (October 1 through March 31 & April 1 through September 30). Cash payments or deductions shall be calculated on the Net Contract Amount Paid to the Contractor for Service Operated for the corresponding review period. All incentives achieved or incentive payments the Contractor receives from Collier County shall be distributed 100% among the Contractor’s drivers, starters, safety supervisors and other non-key personnel who directly contributed to the operations success of the Contract during the review period being evaluated. In order to be included in the incentive payments, the employee must be on the payroll the date the payments are distributed. PTNE may require documentation to ensure that all incentives are distributed according to the Contract. The following performance standards establish a range of performance that provides quality service delivery to CAT patrons. The Contractor shall attain the following performance standards: 1.0 Accidents per 100,000 Revenue Miles are defined as a transit incident resulting in a fatality or passenger injuring requiring medical transport or involve a non-arson fire and/or a collision between a revenue vehicle and an object such that the amount of all damage exceeds $1,000. As the PTNE Rev 2/20/15 72 definition changes, so will the contract definition. The following outlines the incentives or disincentives for Accidents per 1000,000 Revenue Miles performance range: Accidents/100,000 Revenue Miles Performance Indicators Incentive/ <Disincentive> 15% above Goal 1.02 or less $1,000 10% above Goal 1.01 – 1.08 $500 5% above Goal 1.09 – 1.14 $250 PTNE Goal FILL IN GOAL 1.15 – 1.25 None Up to 5% below Goal 1.26 – 1.31 <-$250> Up to 10% below Goal 1.32 – 1.32 <-$500> 11% below Goal 1.33 and above <-$1,000> 2.0 Total # of passenger trips per revenue vehicle hour. The following outlines the incentives or disincentives for total # of passenger trips per revenue vehicle hour systemwide: Total Passenger trips per revenue vehicle hour Performance Indicators Incentive/ <Disincentive> 15% above Goal 19.55 and above $1,000 10% above Goal 18.7 – 19.54 $500 5% above Goal 17.85 – 18.6 $250 PTNE Goal - 17.0 16.16 – 17.84 None Up to 5% below Goal 15.4 - 16.15 <-$250> Up to 10% below Goal 15.14 – 15.3 <-$500> 11% below Goal 15.13 or below <-$1,000> 3.0 On-time Performance is defined as the percentage of time that the vehicle departs no earlier than and no more than 5 minutes after the published departure times as shown in the AVAIL schedule adherence report. Incentives and disincentive shall be assessed per route. The following outlines the incentives and disincentive for on-time performance per route: On-Time Performance Per Route Performance Indicators Incentive/ <Disincentive> 3% above Goal Above 97.85 $1,000 2% above Goal 96.9 – 97.84 $500 1% above Goal 95.95 – 96.8 $250 PTNE Goal 95% 94.06 – 95.94 None Up to 1% below Goal 93.2 – 94.05 <-$250> Up to 2% below Goal 92.16 – 93.1 <-$500> 3% below Goal 92.15 or below <-$1,000> 4.0 Customer Satisfaction is defined as the overall passenger rating based on a semi-annual customer service report. The response categories are very poor (1), poor (2), fair (3), good (4) and very good (5). The following outlines the incentives and disincentive for customer satisfaction: Semi – Annual Customer Satisfaction Performance Indicators Incentive/ <Disincentive> 15% above Goal Above 4.6 $1,000 10% above Goal 4.4 – 4.5 $500 5% above Goal 4.2 – 4.3 $250 PTNE Goal 4.0 3.9 – 4.1 None Up to 5% below Goal 3.7 – 3.8 <-$250> Up to 10% below Goal 3.57 – 3.6 <-$500> Rev 2/20/15 73 11% below Goal 3.56 or below <-$1,000> The following performance standards establish a range of performance that provides quality service delivery to CAP patrons. The Contractor shall attain the following performance standards: 5.0 Accidents per 100,000 Revenue Miles are defined as a transit incident resulting in a fatality or passenger injuring requiring medical transport or involve a non-arson fire and/or a collision between a revenue vehicle and an object such that the amount of all damage exceeds $1,000. As the PTNE definition changes, so will the contract definition. The following outlines the incentives or disincentives for Accidents per 100,000 Revenue Miles performance range: Accidents/100,000 Revenue Miles Performance Indicators Incentive/ <Disincentive> 15% above Goal 1.02 or less $1,000 10% above Goal 1.01 – 1.08 $500 5% above Goal 1.09 – 1.14 $250 PTNE Goal 1.2 1.15 – 1.25 None Up to 5% below Goal 1.26 – 1.31 <-$250> Up to 10% below Goal 1.32 – 1.32 <-$500> 11% below Goal 1.33 and above <-$1,000> 6.0 Total # of passenger complaints per 1,000 revenue miles are defined as complaints including but are not limited to discourtesy, rudeness, eating, drinking, improperly secured patron, improperly operated lift, unscheduled stops, pass ups, getting lost and/or any other negative behavior as reported to PTNE. The following outlines the incentives or disincentives for # of passenger complaints per 1,000 revenue miles: Passenger Complaints per 1,000 revenue Performance Indicators Incentive/ <Disincentive> 15% above Goal 1.7 or less $1,000 10% above Goal 1.71 – 1.8 $500 5% above Goal 1.81 – 1.9 $250 PTNE Goal 2 1.91 – 2.0 None Up to 5% below Goal 2.1 – 2.19 <-$250> Up to 10% below Goal 2.2 – 2.21 <-$500> 11% below Goal 2.22 and above <-$1,000> 7.0 On-time Performance is defined as the percentage of time that the completed drop off trip is no more than 0 minutes late vehicle as shown in the schedule adherence report. The following outlines the incentives and disincentive for on-time performance: On-Time Performance Performance Indicators Incentive/ <Disincentive> 3% above Goal Above 97.85 $1,000 2% above Goal 96.9 – 97.84 $500 1% above Goal 95.95 – 96.8 $250 PTNE Goal 95% 94.06 – 95.94 None Up to 1% below Goal 93.2 – 94.05 <-$250> Up to 2% below Goal 92.16 – 93.1 <-$500> 3% below Goal 92.15 or below <-$1,000> Rev 2/20/15 74 8.0 Customer Satisfaction is defined as the overall passenger rating based on a semi-annual customer service report. The response categories are very poor (1), poor (2), fair (3), good (4) and very good (5). The following outlines the incentives and disincentive for customer satisfaction: Semi – Annual Customer Satisfaction Performance Indicators Incentive/ <Disincentive> 15% above Goal Above 4.6 $1,000 10% above Goal 4.4 – 4.5 $500 5% above Goal 4.2 – 4.3 $250 PTNE Goal 4.0 3.9 – 4.1 None Up to 5% below Goal 3.7 – 3.8 <-$250> Up to 10% below Goal 3.57 – 3.6 <-$500> 11% below Goal 3.56 or below <-$1,000> Rev 2/20/15 75 APPENDIX 2 LIQUIDATED DAMAGES Liquidated damages will be assessed for Contractor deficiencies specified herein. Liquidated Damages are not punitive but intended to recover Collier County’s cost for the Contractor’s deficiencies, lost service or additional work by PTNE for service delivery to the patron. PTNE will consider extenuating circumstances in assessing damages. The Contractor has the ability to control liquidated damages through well trained drivers, re-fresher training, and effective communications with staff. Liquidated damages shall be deducted from any monies due, or which may thereafter become due, to the Contractor under this Contract. Liquidated damages will not be assessed for the above described occurrences arising from causes beyond the control of Contractor as determined by PTNE. In the event the Contractor fails to comply with the following standards, PTNE shall assess liquidated damages as follows: 1.0 Liquidated damages shall be assessed as listed below: Requirements Liquidated Damage Amount Contractor must submit complete and accurate reports by the PTNE established due dates. $100.00 for each calendar day late for the monthly and/or quarterly reports $500.00 for each calendar day late after the pre-established date for the yearly report. The Contractor shall notify PTNE of every accident or incident immediately, but no more than two hours after the occurrence. The Contractor shall submit information accurately and complete. $100.00 for each hour beyond the initial 2 hour window for notification, The Contractor shall provide written documentation for any vehicle accident or incident. The County shall receive written copies of incident and accident reports within 24 hours of occurrence. The Contractor shall provide a full report inclusive of photos and police report within seven calendar days of the accident/incident. The Contractor shall submit reports accurately and complete. $250.00 for each calendar day late after the pre-established timeframe for a report and full report inclusive of photos. The Contractor shall be required to develop and administer EEO, Title VI, & Drug and Alcohol policies and programs consistent with Federal, State & Local requirements. Liquidated damages shall be assessed on a daily basis from the date of the written notice until either PTNE or FTA deems compliance has been met and issues a written notification. First violation $ 500.00 daily Second violation $1,000.00 daily Third violation $1,500.00 daily Fourth violation $2,000.00 daily All drivers are required to collect fares from patrons. $10.00 per uncollected fare, in addition to the amount of the uncollected fares being deducted from the invoice request. The Contractor shall remove all farebox receipts from revenue vehicles daily and secure funds in the vault room. $250 per occurrence of farebox receipts not being secured in the vault room on a daily basis. Drivers are expected to conduct themselves in a professional, safe and courteous manner at all times. Driver Infractions include, but are not limited to: a. Employees not in complete proper uniform, while in $25.00 per day per occurrence for Driver- related infractions as documented or reported to PTNE. Rev 2/20/15 76 Revenue Service; b. Driver(s) and/or any other passenger(s) smoking while in the Vehicle at any time; c. Driver(s) who display unprofessionalism over the radio with any personnel: d. Driver(s) who display unprofessionalism to PTNE clients and/or other personnel; e. Driver(s) who fail to properly log in; f. Driver(s) who get lost; g. Driver(s) with Lost or Expired Collier County Identification Badges h. Driver(s) leaving vehicle with patrons unattended. i. Driver(s) leaving vehicles unsecured. j. Employees who engage in the purchase or consumption of alcohol, drugs or tobacco products while in full or partial uniform. The Contractor is expected to care for all County provided equipment and establish policies and procedures to ensure that equipment is not tampered with, abused or neglected. $50.00 plus the cost of repair if Communication Equipment is found tampered with, abused and/or neglected as identified by PTNE Staff and/or PTNE’s repair Contractor. The Contractor is required to maintain all required vehicles in accordance with terms and conditions of this Contract. Vehicles found to be non-compliant by PTNE or designee after a vehicle inspection, safety or vehicle audit, will be removed from service. Examples of non- compliance include, but are not limited to: a. Vehicle(s) in-service not properly logged into the Radio, MDT or any other required systems; b. Vehicle(s) in-service that are not clean, exterior or interior; c. Vehicle(s) in-service with damaged seats or damaged interiors; d. Vehicle(s) in-service with leaky interiors due to A/C Condensation or any other fluid(s); e. Vehicle(s) with accident damage or body damage; f. Vehicle(s) with graffiti or damages in the driver’s area as a result of driver misuse or abuse; g. Vehicle(s) with inoperable Radios or MDT’s; h. Vehicle(s) with inoperative interior and/or exterior lights; i. Vehicle(s) with lack of current PTNE-issued publications; j. Vehicle(s) with sub-standard climate control $50.00 per day per vehicle per occurrence for non-compliant vehicle(s). The Contractor is expected to submit accurate, complete reports within the PTNE established timeframes. Infractions may include failure to submit reports by established dates, submission of inaccurate or incomplete reports, or maintaining proper records. Examples of reporting infractions include, but are not limited to: a. Failure to maintain current records for training $50.00 per day per occurrence for Reporting Infractions. Rev 2/20/15 77 documentation, in personnel files for all personnel. At a minimum this includes: o Drivers’ License records o Defensive Driving records o Motor Vehicle records o Background records o Customer Comments and/or other Incident reports b. Failure to conduct and properly document mandatory ride checks. c. Failure to maintain and submit any requested reports as required and/or requested. The Contractor shall faithfully adhere to all standard MVR, background screening reviews and driver licensing and registration requirements. $1,000.00 per incident discovered where the Contractor failed to adhere to all review requirements. The Contractor is expected to operate the systems in a safe and efficient manner. A Safety Infraction is an action in which the safety of the patron, the driver, the vehicle, other people, other vehicles and/or property is jeopardized. Safety infractions include, but are not limited to: a. Consumption of food while operating a Vehicle; b. Contractor’s personnel who fail to properly complete any and all accident/incident reports regarding CAT or CAP passengers and/or Collier County property including an incomplete D&A decision tree; c. Driver(s) or Street Supervisor(s) not in possession of a valid Florida Driver’s License and a Department of Transportation (DOT) medical card, while in Revenue Service; d. Driver(s) who fail to properly notify the Dispatch Office of incidents/accidents/emergency services involving passengers, property and/or Collier County property; e. Failure to conduct pre-trip inspection, including cycling of the wheelchair ramp or lift; f. Failure to make initial contact and maintain contact with Dispatch Office; g. Failure to properly tie down a wheelchair correctly or call out required ADA stops as observed by PTNE staff and/or PTNE representatives (including video playback); h. Improper use of the Radio and/or MDT equipment; i. Lack or improper use of Seat Belts for all occupants in the Vehicle; j. Operation of a revenue service with non-trained personnel; k. Operation of a Vehicle while texting; l. Operation of a Vehicle with a cell phone, cell phone ear piece or ear cord; m. Reckless driving; n. Running Red Lights; o. Speeding $100.00 per occurrence for “Safety Infractions” as documented or reported to PTNE. PTNE requires full staffing by the Contractor. 25% of the salary for the time that a key personnel position is vacant for over 14 Rev 2/20/15 78 days. $100.00 per day per vacancies in Supervisory Personnel. All required supervisory positions (starters, street supervisors, service supervisor, and safety personnel) must be covered each day in case of turnover, sickness, vacation or other absences with a qualified replacement. $100.00 per day for any non PTNE-approved personnel operating a route without PTNE’s prior written approval. County vehicles are to be used for approved purposes only. $500 for any occurrence of Contractor using Collier County vehicles for other than an explicit PTNE approved purpose. The Contractor shall encourage its drivers to exercise means to prevent instances of avoidable repeat damage/harm to vehicles. $100.00 per incident after a driver’s second such avoidable instance of like damage. The Contractor shall perform a minimum of 20% scheduled trips on non County-owned vehicles. (This percentage may be revised on an annual basis). $5,000 per month of less than 20% of total paratransit trips performed by non County- owned vehicles. The Contractor shall be responsible for securing all facilities each evening. $1,000 per door or gate that is left unsecured in the evening. The Contractor shall be responsible to remove radio programming from non County-owned vehicles within 15 days of no longer being used for County paratransit trips. Documentation must be provided to the County from a radio vendor that this has occurred. $500 per day beyond 15 days of no documentation being provided. Failure to properly process “Lost and Found” recovered items in a timely manner and/or failure to implement the lost and found process in a proper manner. $100 per item not properly documented or each instance where the County policies and procedures are not followed. Rev 2/20/15 79 EXHIBIT A-2 SCOPE OF SERVICE FOR COLLIER AREA TRANSIT AND COLLIER AREA PARATRANSIT SCHEDULING, DISPATCHING, CALL CENTER, INTELLIGENT TRANSPORTATION SYSTEMS & ADMINISTRATION SERVICES 1.2 GENERAL 1.3 Services The Public Transit and Neighborhood Enhancement (PTNE) Division, a division of the Public Services Department of Collier County Government is charged with providing fixed route and paratransit operations. This Scope of Service covers the requirements for the Contractor to perform and deliver all fixed route and paratransit scheduling, dispatching, call center, intelligent transportation system and administrative services; hereinafter referred to as S&D for Collier County. The Contractor shall provide all resources required to operate a turnkey operation to deliver services which includes but is not limited to, management, personnel, administration, supplies, equipment, services to manage and administer for all of the requirements of this Contract. The Contractor shall comply with all applicable federal, state and local regulations. The Contractor shall be responsible for all fees, licenses, and permits, and/or fines and penalties as a result of operating CAT and CAP under the terms and conditions of this Contract. The requirements listed in this Scope of Service for personnel, vehicles, equipment, assets and other resources are minimum requirements. 1.3 Glossary The term “customer service representative” and “call taker” shall be used interchangeably throughout this Scope. The term “passenger”, “patron” or “client” shall be used interchangeable throughout this Scope. The term “paratransit” and “Collier Area Paratransit (CAP)” shall be used interchangeably throughout this Scope. The term “fixed route” and “Collier Area Transit (CAT)” shall be used interchangeable throughout this Scope. 1.3 Americans with Disabilities Act (ADA) The Americans with Disabilities Act of 1990 (ADA) requires that “public entities which provide fixed route public transportation service must offer comparable Paratransit service to individuals with disabilities who are unable to use the fixed route system.” Collier Area Transit’s Paratransit Service is CAP & CAPS. Vehicle operations services will be provided with County owned and privately owned vehicles. This Scope will provide passenger eligibility assessments, routing, scheduling, and service development and planning, travel training, customer service, dispatching and reservations for all paratransit programs. The Contractor shall be knowledgeable and experienced in ADA policy and best practices. This shall include, but not be limited to, personal care attendants, service animals and reasonable accommodations. Hours of operation for ADA trips pick up may be comparable to the operation hours of the Fixed Route schedule. ADA trips cannot be denied. 1.4 Transportation Disadvantaged (TD) The Transportation Disadvantaged (TD) program provides service to people residing areas where CAT fixed route bus service is not available, and have no other means of transportation. Multiple vendors may provide the vehicle operations services with County owned and privately owned vehicles. This Scope will provide passenger eligibility assessments, routing, scheduling, and service development and planning, travel training, customer service, dispatching and Rev 2/20/15 80 reservations for all paratransit programs. The Contractor shall be knowledgeable and experienced in paratransit policy and best practices. This shall include, but not be limited to, personal care attendants, service animals and reasonable accommodations. The number of trips provided is based on needs but are also controlled by the availability of funding. Hours of operation for Transportation Disadvantaged trips pick up may be as early as 4:00 a.m. and the latest pickup time may be as late at 6:00 p.m. Saturdays and Sundays are reserved for medical and religious trips only. In addition, the individual’s trip origin and/or destination must reside outside the ADA corridor. 1.5 Service Area CAT and CAP provide transit service to the entire geographical Collier County. CAT currently operates 17 routes; and 1 express route. Current operations are approximately 214.65 hours per day Monday through Saturday and 108.78 hours per day on Sundays. CAT currently has 23 Gillig Transit buses allocated for all routes and will be for use by the successful contractor. One bus is being leased to Lee County to operate the LinC, which is a route connecting the two systems. CAT Vehicle Inventory synopsis is listed below and a full vehicle inventory is attached: # of Vehicles Size (In Feet) 11 30 8 35 2 35 (Hybrid – Diesel/Electric) 2 40 CAT service is provided seven days a week from approximately 4:00 a.m. to 8:30 p.m. from Monday through Sunday (depending on the route). The ADA required service area encompasses areas within ¾ mile of local bus routes. CAP ADA operates service hours for those persons living within ¾ mile from a local bus route. Origins and destinations within this area have Paratransit Service that is comparable to bus times. Transportation Disadvantaged (TD) funds are utilized to serve areas beyond the ADA requirement and are limited based on vehicle and funding availability. Hours of operation for TD trips pick up may be as early as 4:00 a.m. and the latest pickup time may be as late at 6:00 p.m. Saturdays and Sundays may be reserved for medical and religious trips only. If the local bus hours changes as part of a planned CAT local bus adjustment, the CAP ADA service hours may change accordingly and CAP ADA public materials will be modified by PTNE. The CAP TD service hours may be modified by PTNE during the term of this Contract. A combination of County furnished vehicles and supplemental contractor furnished vehicles shall operate the Paratransit Service delivery in the Service area. PTNE staff will notify the Contractor’s personnel of any temporary changes to bus schedules for special events. For emergencies (ex. hurricane), PTNE will notify the Contractor’s personnel of the associated changes in CAT & CAP hours of service immediately or upon PTNE’s announced service change. 1.6 Holiday Service The Contractor shall not provide service for the following holidays, unless otherwise directed by PTNE: • New Year's Day Rev 2/20/15 81 • Memorial Day • U.S. Independence Day • Labor Day • Thanksgiving Day • Christmas Day 1.7 Scope of Work The Contractor shall be prepared to provide all resources necessary to operate and administer call centers, paratransit eligibility assessments and application processing, travel training, attendance at special events, assistance with all aspects of the Intelligent Transportation System (including planning, troubleshooting, assistance with implementation and maintenance of the system), planning services, dispatching, revenue reconciliation, information verification, customer service surveys, etc. The Contractor shall provide all resources and administration required to operate the services outlined in this scope and to be consistent with federal, state, local regulations including the Transit Development Plan and Transportation Disadvantaged Service Plan. The Contractor shall be required to provide all administrative components for FTA/ADA compliance. At minimum, these shall include: ADA compliance, community outreach, paratransit application intake and processing, paratransit service eligibility and suspension appeals, paratransit eligibility determinations and certifications, information centers, policy administration, travel/mobility training, trip route planning & scheduling, call center services, all paratransit trips via a computerized system, ad-hoc reporting, trip reconciliations of all trips by the end of the following business day, schedule to be able to maintain on-time performance standards, and zero ADA trip denials. PTNE will have control of all policy matters relating to the S&D services, at a minimum to include standards of service, service area, hours of operations and the setting of fare rates and fare media. The Contractor shall ensure that all services are operated and delivered in a safe, courteous, customer-friendly, reliable and in a timely manner and that the passengers’ best interests are of foremost concern. Lump sum annual rates for this scope separated by fixed route and paratransit shall be set for the initial three year term of the contract and shall be payable in 12 equal monthly installments. Rates for the optional fourth and fifth year of the contract shall be reflected in the submittal package. The Contractor shall provide all toll tags and administration for the services. The Contractor shall be responsible for all toll tags, toll charges and fines associated with toll tag usage. The Contractor shall develop and implement policies and procedures consistent with Federal, State and Local regulations, including Collier County CMA’s and Job Safety Analysis. This should also include an anti-nepotism policy. The Contractor shall develop and implement policies and procedures to match PTNE standards regarding cell phones usage, conflicts of Interest, diversity, etc. within 90 days of contract award. The Contractor shall be responsible for the prevention of fraudulent practices by the Contractor's employees, agents, drivers, or any other person(s) acting under its control or direction in the performance of services pursuant to this contract and the CAT & CAP Programs. Such practices shall include, but not be limited to: g. Unauthorized dealings in, tampering with, or entering falsified information on documents or recording falsified, electronic information related to the provision of CAT or CAP Services under this contract. h. Misrepresentation of the verification and validity of actual trips taken; trip origins; trip destinations; vehicle odometer readings; fare and/or fare media returned by drivers; and/or additional written instruction issued by PTNE. i. Documented instances of any item stated above shall result in non-payment for associated services. Upon verification of any fraudulent practice, PTNE may prosecute to the full extent of the law and pursue any other remedies provided under this contract by law. Rev 2/20/15 82 1.7.1 Fixed Route Service Collier Area Transit (CAT) currently operates a total of 17 routes; and 1 express route. Current operations are approximately 214.65 hours per day Monday through Saturday and 108.78 hours per day on Sundays. CAT currently has 23 Gillig Transit buses (11 - 30 foot; 10 - 35 foot (2 of which are Hybrids); and 2 - 40 foot) allocated for all routes and will be for use by the successful contractor. One bus is being leased to Lee County to operate the LinC, which is a route connecting the two systems. CAT service is provided seven days a week from 4:00 am to 8:50 pm from Monday through Sunday (depending on the route). No services are provided on major holidays, including on Thanksgiving Day, Christmas Day, New Year’s Day, Memorial Day, U.S. Independence Day, or Labor Day. Currently all buses are parked at the Transit Operations Facilities (TOF) located on Radio Road but not all routes begin at that location. Some routes will be required to operate deadhead trips at the beginning or end of the route. Drivers who begin or start their shift during the afternoon while a route is in service may be shuttled back and forth from TOF to access their vehicle in the employee parking area. The Contractor shall monitor and resolve all operational and customer service issues regardless whether it stems from vehicles, drivers and or patrons. The following are the estimated annual RVH of service the fixed route is anticipated to operate: FY 2016: 72,842 FY 2017: 73,935 FY 2018: 75,044 FY 2019: 76,170 FY 2020: 77,313 Service hours may vary over the term of the contract depending upon funding considerations. ROUTE DETAILS: Rout e # Route Name Description Daily Statistics Mon- Sat Hours Sun Hours Mon- Sat Miles Sun Miles Runs Averag e Riders hip 11 US 41 - Creekside Service from Govt. Transfer Station along US 41 north to Creekside on Immokalee Rd. and back. 14.83/ 15.33 10.33/ 10.83 243/ 255.44 170.1/ 182.54 10/7 338 12 Airport - Creekside Service from Govt. Transfer Station along Airport Rd north to Creekside on Immokalee Rd. and back. 13.33/ 13.83 10.33/ 10.83 219.15 / 231.59 170.45 / 182.89 9/7 331 13 NCH - Coastland Mall Service from Govt. Transfer Station to Coastland Mall & NCH via Davis Blvd. & Goodlette Rd. 13.83/ 14.33 10.83/ 11.33 192.78 / 205.22 151.47 / 163.91 14/11 262 14 Bayshore - Coastland Mall Service from Govt. Transfer Station to Coastland Mall & NCH via Thomasson Dr/, Bayshore Dr. and US 41. 11.83/ 12.33 0/0 160.2/ 172.64 0/0 12/0 232 15 Golden Service from Govt. Transfer 14.89/ 10.5/ 253.7/ 177.59 10/7 359 Rev 2/20/15 83 Gate City Station to Golden Gate City via Radio Rd. and Santa Barbara Blvd. 14.89 10.5 253.7 / 177.59 16 Golden Gate City Service from Govt. Transfer Station to Golden Gate City via Radio Rd. and Santa Barbara Blvd. 13.39/ 13.39 0/0 222.83 / 222.83 0/0 9/0 200 17 Rattlesnak e - FSW College Service from Govt. Transfer Station to Florida Southwestern College via Rattlesnake Rd. circling back to the Transfer Station along 951 And US 41. 13.25/ 13.75 10.33/ 10.83 188.12 / 200.51 146.3/ 158.74 9/7 192 18 US 41 East - Naples Manor Service from Govt. Transfer Station to Naples Manor along US 41 circling back to the Transfer Station along 951 and Rattlesnake Rd. 11.83/ 12.33 0/0 164.56 / 177 0/0 8/0 144 19 GG Estates - Immokalee Service from Govt. & Radio Rd. Transfer Stations to GG Estates and Immokalee City via Davis Blvd., 951, GG Blvd., Wilson Blvd & Immokalee Rd. 21.48/ 22.73 4.83/ 5.83 736.77 / 774.09 166.46 / 191.34 9/2 274 20 Pine Ridge Service from Radio Rd. Transfer Station to Pine Ridge Rd. from Logan Blvd. to Goodlette Rd. via Davis Blvd. 5.25/ 5.25 3.75/ 3.75 97.96/ 97.96 73.47/ 73.47 4/1 43 21 Marco Island Circular Service from Super Walmart south of US 41 to Marco Island and circulating around the Island. 5.25/ 5.92 5.25/ 5.92 113.96 / 130.25 113.96 / 130.25 5/5 74 22 Immokalee Circular Circulator service though Immokalee City, reverse of route 23. 14.08/ 14.33 11.92/ 13.09 242.85 / 249.07 162.64 / 248.2 10/8 134 23 Immokalee Circular Circulator service though Immokalee City, reverse of route 22. 14.08/ 14.33 0/0 294.83 / 301.05 0/0 10/0 113 24 US 41 East - Charlee Estates Service from Govt. Transfer Station to Charlee Estate community & Big Cypress Flea Market via US 41. 11.75/ 12.25 8.75/ 9.25 189.68 / 202.12 142.26 / 154.7 8/6 190 25 Golden Gate Parkway - Goodlette Service from Radio Rd. Transfer Center to Goodlette Rd. north of GG Pkwy via Radio Rd., 951, GG Pkwy. With a stop at the Mall. 11.83/ 11.83 2.67/ 2.67 224.88 / 224.88 56.22/ 56.22 8/2 145 26 Clam Pass Mid-day service to Clam Pass Beach from Golden Gate City via Santa Barbara, Pine Ridge Rd. & Naples Blvd. 5.67/ 6.34 4.17/ 4.84 88.36/ 106.76 66.27/ 84.67 4/3 21 27 951 - Immokalee Rd Service from Golden Gate City to Creekside via GG Pkwy, 951, Immokalee Rd. with portions of route operating under flag down service. Service also to North 13.83/ 14.16 10.87/ 11.2 278.55 / 287.75 216.65 / 225.85 9/7 37 Rev 2/20/15 84 Collier Reg. Pk 121 Express – Imm. & Marco Express service between Immokalee City and Marco Island. 4.25/ 5.25 4.25/ 5.25 133.93 / 221.69 133.93 / 221.69 2/2 66 *revenue / service statistics The current fares for the CAT System are as follows: Collier Area Transit Fare Structure Fare Fare Full Fare $1.50 Reduced Fare $0.75 Children 5 Years and Younger Free Marco Express $2.50 Marco Express Reduced $1.25 Transfers $0.75 Transfers Reduced $0.35 Day Passes $4.00 Day Passes Reduced $2.00 Smart Card 7 – Day Pass $15.00 7 – Day Pass Reduced* $7.50 30 – Day Pass $35.00 30 – Day Pass Reduced* $17.50 Marco Express 30 – Day Pass $70.00 Marco Express 30 – Day Pass Reduced* $35.00 Collier County BCC Employee Pass $10.00 Smart Media Smart Card $2.00 Registration $3.00 Replacement with Registration $1.00 Notes: Reduced fares are for members of Medicare, Disabled Community, those 65 years and older and children 17 and under. ID required. In addition, reduced fares are available to the Medicaid Non-Emergency Transportation Provider. 1.7.2. Paratransit Service Collier Area Paratransit (CAP) currently operates a complete brokerage system to coordinate transportation for the disadvantaged citizens. Paratransit services are provided to individuals who, because of physical or cognitive conditions, are unable to access the fixed route bus service or when fixed route service is not available in an area and no other means of transportation is available to an individual. Two distinct transportation programs are provided under the paratransit program: ADA and TD. The ADA program provides service to people who reside within ¾-miles of an existing Collier Area Transit (CAT) fixed route bus service (with origins and destinations within ¾-miles of a fixed- route), have transportation needs that fall within the CAT service schedule, but cannot access the bus system due to a disability. The TD program provides service to people residing in areas where CAT fixed route bus service is not available, and who have no other means of Rev 2/20/15 85 transportation. All trips provided by these services have an origin and destination within Collier County. However, trips may be coordinated with the transportation providers in adjacent County to make connections as necessary and appropriate. The following are the historic number of trips to approved passengers that have been provided: Year Ambulatory Passengers Wheelchair Passengers Total # of Trips Provided to Approved Clients 12/13 61,285 18,923 80,208 13/14 59,549 16,845 76,394 14/15 (information is a partial year – July 1 through March 31) 47,967 14,093 62,060 Passenger Co-Pay (Fare) The co-pay is determined by which transportation program the trip is conducted under. ADA and TD programs require different co-pays as outlined below. The fare for ADA service is $3.00 for a one-way door-to-door trip, however, it may be reduced to $1 based on the same household income guidelines as the TD program. The fare for TD service is based on an income scale. The fare is $1.00, $3.00, $4.00 $5.00 or $7.00, per one-way trip. The current TD co-pay rates are presented in the table below: TD Rate and Fare Structure (Effective October 1, 2014 – September 30, 2015) Family Size Passenger pays $1.00 if household income is at or under Poverty Level Passenger pays $3.00 if household income is >100%-150% of Poverty Level Passenger pays $4.00 if household income is >151%-225% of Poverty Level Passenger pays $5.00 if household income is >226%-337% of Poverty Level Passenger pays $7.00 if household income is +337% of Poverty Level 1 $11,670 $11,671 - $17,505 $17,506 - $26,258 $26,259 - $39,328 $39,329 2 $15,730 $15,731 - $23,595 $23,596 - $35,393 $35,394 - $53,010 $53,011 3 $19,790 $19,791 - $29,685 $29,686 - $44,528 $44,529 - $66,692 $66,693 4 $23,850 $23,851 - $35,775 $35,776 - $53,663 $53,664 - $80,375 $80,376 5 $27,910 $27,911 - $41,865 $41,866 - $62,798 $62,799 - $94,057 $94,058 6 $31,970 $31,971 - $47,955 $47,956 - $71,933 $71,934 - $107,739 $107,740 7 $36,030 $36,031 - $54,045 $54,046 - $81,068 $81,069 - $121,421 $121,422 8 $40,090 $40,091 - $60,135 $60,136 - $90,203 $90,204 - $135,103 $135,104 Rev 2/20/15 86 CAP Rider’s Guide is available on the PTNE webpage at www.colliertransit.com CAP currently operates Route Match operating system on version 6.0.13. An alternate system may be offered as part of the response to this proposal request. 4.0 SERVICES 4.1 CAT Service The Contractor shall be prepared to provide all resources necessary to operate the S&D Call Center. PTNE representatives may observe the Contractor’s call center operation to monitor compliance with the Contract and CAT’s performance standards. Failure to operate the call center operations efficiently and/or in the patrons’ best interests may result in the assessment of liquidated damages and/or the removal of personnel. The Contractor shall be responsible for having staff and management in place to answer patron calls, sell fares and rent bicycle lockers, Monday through Saturday, 6:00 a.m. to 6 p.m. at both the Radio Road Administration Center & the Transfer Facility at the Government Center. Also, Sunday from 8:00 a.m. to 5 p.m. at the Transfer Facility located at the Government Center. Liquidated damages are not punitive, but are intended to recover PTNE’s cost for poor delivery of service. 4.1.1 CAT Operating Standards PTNE has established the following operating standards to which the Contractor shall meet or exceed during Year 1 of the Contract: F. The Contractor shall maintain an overall passenger customer service rating of four (4) based on a semi-annual customer service report. The response categories will be very poor (1), poor (2), fair (3), good (4), and very good (5). G. 80% of all calls answered within 2 minutes. H. 100% of all calls answered within 3 minutes I. Reconciliation of revenues collected for the sale of passes by customer service representatives shall be 100% accurate. Year 2 & beyond operating standards will be provided to the Contractor by September 1 each year. If new operating standards are not provided by September 1, the prior year standards shall remain in effect. CAP ServiceThe Contractor shall be prepared to provide all resources necessary to operate the S&D Call Center. PTNE representatives may observe the Contractor’s call center operation to monitor compliance with the Contract and CAP’s performance standards. The Contractor shall be responsible for having staff and management in place to answer patron calls, sell fares, eligibility application processing, eligibility assessment, Monday through Saturday, 6:00 a.m. to 6 p.m. at both the Radio Road Administration Center & the Transfer Facility at the Government Center. Also, Sunday from 8:00 a.m. to 5 p.m. at the Transfer Facility located at the Government Center. In addition, staff must be available to schedule and assign trips to the selected operations Contractor and its subcontractors in accordance with policies and procedures. Failure to operate the call center operations efficiently and/or in the patrons’ best interests may result in the assessment of liquidated damages and/or the removal of personnel. Liquidated damages are not punitive, but are intended to recover PTNE’s cost for poor delivery of service. Rev 2/20/15 87 4.1.2 CAP Operating Standards PTNE has established the following operating standards to which the Contractor shall meet or exceed during Year 1 of the Contract: R. Trips may be scheduled after 5:00 p.m. for service the next day. Trips may be dispatched after 5 p.m. the day prior to service or on the day of service. S. Passengers are not given a set pick-up time. Instead they are told to be ready for their ride to arrive from between one to two hours before their appointment time. This window is dependent on the service area of the pick-up and drop-off points. The service areas are defined as the Naples Service Area, Golden Gate Estates Service Area, Marco Island Service Area and Immokalee Service Area. Trips within one service area have a one hour window. Trips between service areas have a two hour window. The one to two hour windows are inclusive of travel time between pick-up and drop-off. The Contractor may negotiate special pick-up arrangements with the customer, in advance, as the situation dictates. These arrangements shall be documented and maintained on file to distinguish these trips from regularly scheduled trips for determining on-time performance. Medical appointments and employment must follow the 30 minutes early to zero minute’s late policy. T. Four or more passengers dropped-off-and/or picked-up at the same location constitute a group trip. The Contractor may negotiate special arrangements with the customer or agency, in advance, for a group trip. These special arrangements will be documented and evaluated separately for on-time performance. Every effort will be made to keep the ride times within the service window for these trips. U. The pick-up process for return trips is the same as the originating trip. Depending on the location, the window may be one to two hours. Expectations are that travel within a single service area will be within the one hour window and trips between service areas will have a two hour window. V. PTNE allows will-call trips, when patrons have missed their scheduled trips, and are placed on hold for the next available pick-up. W. PTNE has a “No Strand” policy. At no time shall a CAP patron be stranded away from home. Every attempt should be made to complete the trip. X. PTNE has a zero tolerance of refusal to pay policy: If the passenger does not have the appropriate amount to pay their fare, transportation will not be provided. However, if the passenger refuses to pay for the return trip, the no strand policy will override. The passenger will not be eligible to reserve a future trip until payment of their fare has been fulfilled. Y. PTNE only allows each trip to have one destination. Brief stops at locations before the scheduled destination will not be allowed. If multiple destinations are needed, each section of the trip must be scheduled separately and the rider must pay a fare for each ride. Z. Children under the age of 12 or individuals requiring special assistance must have a personal care attendant (PCA). The PCA must be an adult and must be able to provide necessary assistance to the passenger. AA. All passengers under the age of 5 and fewer than 50 pounds will be required to use a child restraint device. This device must be provided by the parent or sponsoring agency. BB. Passengers will be allowed to bring up to four shopping bags onto the vehicle. Bags must fit under the passenger’s seat, and/or on their lap. Rev 2/20/15 88 CC. PTNE’s no-show/late cancellation policy states that all scheduled trips must be canceled at least 2 hours prior to the scheduled trip in order to avoid being deemed a “No Show”. Passengers are not responsible for “no-shows” due to sudden illness, family or personal emergency, transit connection or appointment delays, extreme weather conditions, operator error or other unforeseen reasons for which it’s not possible to call to cancel or take the trip as scheduled. Late Cancellations and/or No Shows may result in suspension of service. The contractor must verify that a late cancellation or no show charge is valid so as to not inaccurately assess a suspension to a patron. DD. The Contractor shall schedule in a manner to maintain system efficiency and on time performance of at least 95%, as shown in the Avail report. On-time performance will be evaluated for all completed drop-offs. EE. 80% of all calls answered within 2 minutes. FF. 100% of all calls answered within 3 minutes GG. All applications processed within Federal guidelines. HH. 100% of eligibility assessments completed each month. II. Reconciliation of revenues collected for the sale of passes by customer service representatives shall be 100% accurate. JJ. A minimum of 20% of trips shall be provided by non-County owned vehicles on a monthly basis. KK. A minimum 20% spare ratio shall be provided. 4.2 Administrative Service The Contractor shall be prepared to provide all resources necessary to reconcile all fare revenue collections, prepare deposit for pick up, paratransit ticket reconciliation, conduct and compile customer service surveys, reconcile all reports, review reports provided by the Operations Contractors for accuracy, and validate all reports. PTNE representatives may observe the Contractor’s revenue reconciliation operation to monitor compliance with the Contract performance standards. Failure to operate the reconciliation operations safely and securely may result in the assessment of liquidated damages and/or the removal of personnel. Liquidated damages are not punitive, but intended to recover PTNE’s cost for poor delivery of service. 4.2.1 Administrative Operating Standards PTNE has established the following operating standards to which the Contractor shall meet or exceed during Year 1 of the Contract: • All revenue reconciliation must be completed with 2 individuals present in accordance with policies and procedures. • Customer Service surveys must be administered at least 2 times per year. 4.3 Intelligent Transportation System Coordination The Contractor shall be prepared to provide all resources necessary to troubleshoot and plan for the systems intelligent transportation systems. Existing intelligent transportation systems include Fare Logistics/Trapeze, Route Match, Avail (Automatic Vehicle Locator & Voice Annunciator), Zonar, Google Transit. PTNE anticipated mobile application development (by a separate vendor) in the near future, it anticipated that the Contractor shall assist in the planning and implementation of future ITS systems, including but not limited to, transit signal priority, closed mic, mobile app development, real time Google Transit feed. Failure to maintain the ITS system in an operable state may result in the assessment of liquidated damages and/or the removal of Rev 2/20/15 89 personnel. Liquidated damages are not punitive, but intended to recover PTNE’s cost for poor delivery of service. 4.3.1 Information Technology Operating Standards PTNE has established the following operating standards to which the Contractor shall meet or exceed during Year 1 of the Contract: • All revenue vehicles must have a fully operational ITS. 4.4 Mobility Management Service The Contractor shall be prepared to provide all resources necessary to developing and implementing mobility management plans, travel training and coordinating all aspects of paratransit application, eligibility and assessments. PTNE representatives may observe the Contractor’s operation to monitor compliance with the Contract performance standards. Failure to operate in the patrons’ best interests may result in the assessment of liquidated damages and/or the removal of personnel. Liquidated damages are not punitive, but intended to recover PTNE’s cost for poor delivery of service. 4.4.1 Mobility Management Operating Standards PTNE has established the following operating standards to which the Contractor shall meet or exceed during Year 1 of the Contract: • All paratransit applications must be processed within 21 days of receiving a complete application. • Recertification of paratransit passengers shall be conducted every 3 years. • Develop and implement a passenger assessment program within 6 months of the Contract. • Develop and begin implementation of a travel training program within 6 months of the start of the Contract. • Develop a plan to transition customers from paratransit to fixed route within 6 months of the start of the Contract. • Attend monthly meetings to educate staff, customers and agencies on mobility options. 4.5 Planning Services The Contractor shall be prepared to provide all resources necessary to plan for system improvements and growth. This includes but is not limited to bus routes, schedules, day and hours of operation, bus stop locations, location of bus stop improvements, preparation of all planning documents, cost estimates, NTD sampling, triennial documentation and other such activities relative to over system administration. Failure to perform planning functions in a timely manner may result in the assessment of liquidated damages and/or the removal of personnel. Liquidated damages are not punitive, but intended to recover PTNE’s cost for poor delivery of service. 4.5.1 Planning Standards PTNE has established the following operating standards to which the Contractor shall meet or exceed during Year 1 of the Contract: • A seasonal fixed route schedule shall be developed within 6 months of the start of this Contract. Rev 2/20/15 90 5.0 CONTRACTOR PERSONNEL 5.1 Key Personnel The Contractor is responsible for providing sufficient key personnel and/or management to verse the service provided in the Scope. The management personnel shall have experience in transit administration and call center management. Management personnel shall be familiar with ADA guidelines as they relate to transit operations. Management members must be able to represent CAT & CAP in a professional, customer-friendly manner to patrons, community leaders and the general public. The Contractor shall employ key personnel in the position of Manager. All key personnel shall be employees of the Contractor. The Manager shall have a reporting relationship to the PTNE Director and/or any other personnel assigned by PTNE to ensure continuity of service performance. The contractor shall provide PTNE with cell phone numbers and email addresses to ensure communication twenty-four hours a day, seven days a week, three hundred sixty five days per year. PTNE reserve the right to approve all key personnel qualifications and management changes. The Contractor shall notify PTNE of the intent to change the general manager assigned to this contract. Changes must be approved in advance and in writing by PTNE’s Transit Manager. PTNE reserves the right to review applicant’s credentials and conduct interviews as needed. The Contractor shall ensure that there is management coverage during all hours of CAT & CAP service. Any gaps in key personnel or other personnel which affect the quality of service may result in the assessment of liquidated damages. The key personnel requirement does not relieve the Contractor of responsibility for maintaining appropriate staffing levels of administration and support personnel. The Contractor’s key personnel shall, at a minimum be required to: • Attend various management and/or Board, committee meetings; • Schedule and participate in all CAT/CAP Community Outreach events; • Participate in all Public Transit Ad-Hoc Advisory Committee meetings; • Prepare presentations upon request. At a minimum, one member of management shall be on duty at all times for management coverage while vehicles are in service, Monday through Saturday. The Contractor shall also identify primary and secondary supervisory personnel to assist with daily management during normal business hours. The Contractor shall maintain a back-up staffing plan to accommodate manager absences of more than one week with qualified substitute personnel. The back-up staffing plan shall be submitted to PTNE for review and approval during the proposal and shall keep the approved back-up staffing plan current at all times. If it is determined that the general manager will be absent for more than 45 days, the Contractor will present the resumes of qualified candidates for PTNE’s approval. Failure to present and maintain qualified candidates may lead to the assessment of liquidated damages. The Contractor shall work with PTNE in regards to any changes to the CAT or CAP program which at a minimum may include: • Changes to CAT or CAP Policies and/or Procedures; • Changes to fare structure; • Changes to service areas; • Route modifications At a minimum management shall be responsible for: • Assisting with all required planning documents (Transit Development Plan, Transportation Disadvantaged Service Plan, Annual Operating Report, National Transit Database, etc.) including preparation of the reporting documents, evaluation of data and statistics supporting accomplishment, design of future provisions of service and policies to assure Rev 2/20/15 91 compliance. • Ensuring patrons receive timely and excellent customer service • Overseeing the hiring and training of staff. • Participating in various advisory committees. • Promoting safety awareness and following safety procedures in an effort to reduce or eliminate accidents. • Providing and sharing knowledge and expertise throughout the transit industry to improve services in other locales and also enhance CAT/CAP’s standing within the transit industry. • Daily Operations • Evaluation of Intelligent Transportation Systems and design modifications or enhancements. • Ensuring fare collections are reconciled daily. • Overseeing the paratransit assessment and application process. • Overseeing the mobility management services. 5.2 Hiring Requirements The Contractor shall verify compliance with the following minimum requirements and submit documentation to PTNE, for all positions: • The Contractor shall conduct a thorough local, county, state and federal background check on all applicants/employees prior to employment offer and every ninety days after date of hire. The background check shall include a comprehensive out of state review. This shall be done to ensure that applicants and personnel do not have a criminal conviction that would make the person a threat to passenger safety or threaten the loss of CAT/CAP property. A conviction record will not necessarily prohibit employment; factors such as the date of the offense, seriousness and nature of the violation, and rehabilitation will be taken into consideration. No employees shall have any felony criminal convictions. No employees shall have a Driving While Intoxicated or Driving under the Influence (DWI/DUI) convictions on their record within the past 10 years. All criminal convictions will be reviewed on a case- by-case basis by the Contractor and PTNE’s Transit Manager prior to a candidate’s hire. PTNE shall participate only in reviewing candidate’s histories. The Contractor shall be solely responsibility for all hiring decisions. • All employees shall be cleared to receive a Collier County identification badge. This includes completing a Collier County administered background check at the sole expense of the contractor. All criminal convictions will be reviewed on a case-by-case basis by the Contractor and PTNE’s project manager prior to a candidate’s hire. PTNE shall participate only in reviewing candidate’s histories. The Contractor shall be solely responsible for all hiring decisions. • For all employees who may operate the provided County owned vehicle or those in a safety sensitive position, the Contractor shall conduct a check of the motor vehicle records (MVR) of an applicant’s driving history. The applicant must not have more than one traffic citation for a moving violation in the past 2 years. The Contractor shall update the MVR review every 6 months days after hire. • All applicants must possess a High School Diploma or General Equivalency Diploma (GED). • All safety sensitive applicants employees must pass the mandatory DOT physical (at the time of hire and subsequently, as required), drug and alcohol testing and background investigation. Applicants who were previously terminated by any previous employer for drug or alcohol use shall not be eligible for hire. 5.3 Staff The Contractor shall be responsible for providing all levels of staff as needed to provide dispatch, coordinate passenger trips to ensure safe, reliable transportation and excellent service as well as all Rev 2/20/15 92 services identified in this Scope. It is the Contractor’s responsibility to maintain appropriate management staffing levels for all administration and personnel. The Contractors staff shall at a minimum: • Be proficiently trained in ADA regulations and compliance requirements. • Be proficiently trained and have a complete understanding of the CAT and CAP fare policy. • Be proficiently trained in all CAT and CAP policies and procedures. • Be proficiently trained to conduct conversations with English speaking patrons. • Be proficiently knowledgeable of the CAT and CAP service area and hours of service. • Be proficiently knowledgeable of the street system for development of detours/alternate routing for inclement weather, parades, and construction and/or street closures as required. • Be proficient in Customer Service Excellence at all times. • Be prepared to conduct conversations in other languages by use of adequately trained staff or translation services. • Be prohibited from soliciting and/or accepting gratuities or gifts from patrons of the system. • Be sensitive to persons with disabilities. • Be sensitive to passengers needs and must be able to handle passenger complaints, rudeness and problems as they occur. • Shall report all incidents and accidents regarding CAT/CAP property, facilities, or passengers. This includes but is not limited to accidents/incidents that occur during training and/or incidents that may affect service delivery. • Shall, when requested by PTNE, distribute notices to passengers, schedules and/or other promotional materials or otherwise render assistance in CAT/CAP’s monitoring and supervising operations. • Be proficiently trained to schedule trips, verify trips, cancel trips, receive information for requested subscription service and place subscription trips on hold (if applicable to their job duties) • Monitor the timeliness of all routes and make proper notification as to timeliness, lateness and/or any other service issues. 5.4 Dispatchers Dispatchers shall be responsible for overseeing the safe, on-time reliable delivery of transportation services to passengers prior to, during and after revenue service including weekends and holidays in an efficient manner and in compliance with all applicable rules and safety procedures. Dispatchers shall have a high school diploma or G.E.D. and have at least 2 years of experience as a dispatcher or direct experience with transit dispatching or scheduling or a related field. The Dispatchers shall have proficient knowledge of the service area street system; excellent communication both written and verbal, customer service and decision making skills, experience on a computer based dispatching system, radio system and vehicle locator system. Dispatchers shall employees to ensure prompt and efficient delivery of all services with the dispatching system, vehicle local system and radio system. The Dispatchers shall document Rev 2/20/15 93 schedule changes, rapidly review schedules and trip data to make sound decisions on routing and re-routing patron services. Dispatchers handle numerous data inputs at once to include difficult drivers over the radio, irate patrons on the telephone or in the vehicles and the pressure of time passing without becoming emotional or overwhelmed. Dispatchers shall ensure minimal service interruptions that cause patron complaints and financial loss to Collier County. The Contractor shall be responsible for all dispatching for both drivers and “Where’s my Ride?” inquires. The Contractor shall provide dispatch personnel on duty during revenue service. The Contractor shall monitor and resolve all operational issues regardless whether it stems from vehicles, drivers and or patrons. At a minimum, the Dispatcher’s responsibilities shall include: • Consistently contacting drivers to update their schedules, reviewing the schedules and their documentation to make decisions when to make modifications to return drivers to an on time status. • Identifying and document and reports driver misconduct to Operations Contractors and PTNE Transit Manager to enable Collier County to assess liquidate damages from loss of revenue services. • Identify and document alternate vehicle resources as required to re-assign to prevent and/or recover from service interruptions that can cause patron complaints/physical distress and/or financial loss to Collier County for unproductive use of revenue hours. Requires communications and coordination with drivers, supervisors, maintenance personnel, PTNE Transit Manager, etc. • Identify, document and report vehicle breakdowns, road calls and accidents to appropriate Collier County staff, Operations Contractors, policy and emergency agencies. • Managing patron crisis calls documenting problems and initiating corrective action in a timely manner. • Monitoring and assisting drivers, maintenance personnel, etc. with street issues to avoid delays. • Oversee the delivery of all services to ensure prompt, safe and efficient delivery of vehicle services. • Promotes safety awareness and follows safety procedures in an effort to reduce or eliminate accidents. • Receive and document driver input regarding patron comments/changes. 5.5 Customer Service Representatives or Call Takers The primary responsibility of the Customer Service Representative or Calltakers shall be to answer Scheduling and Dispatching calls in a timely and professional manner while exhibiting excellent customer service and providing accurate information. Depending on the area assigned, staff may also be responsible for pass sales (fixed route and paratransit). Bilingual skills are preferred. At a minimum, the Customer Service Representative shall: • Be proficient with Microsoft Office software applications • Have the ability to communicate effectively both written and verbally. • Have an understanding and practice of phone etiquette and proficient spelling skills. • Have at least two years of related experience in a customer service field. • Have patience with potentially irate patrons. • Have the ability to communicate with all levels of individuals in person and during phone conversations using tact and diplomacy. • Have the ability to effectively deal with the general public including the elderly and disables. • Have the ability to manage the workload including planning, organizing, prioritizing, meet deadlines and follow through. • Have the ability to read maps and schedules • Possess at least a high school diploma or equivalent. Rev 2/20/15 94 • Possess excellent customer service and communication skills. 5.6 Schedulers Schedulers shall be responsible for scheduling the safe, on-time reliable delivery of paratransit transportation services to passengers to the most cost effective and customer friendly providers in compliance with all applicable rules and safety procedures. Schedulers shall have a high school diploma or G.E.D. and have at least 2 years of experience as a scheduler or direct experience with transit dispatching or scheduling or a related field. The Scheduler shall have proficient knowledge of the service area street system; excellent communication both written and verbal, customer service and decision making skills, experience on a computer based dispatching system, radio system and vehicle locator system. At a minimum, the Scheduler’s responsibilities shall include: • Scheduling trips in the most efficient manner that takes into consideration cost effectiveness and customer service excellence. • Scheduling trips to ensure no unproductive use of revenue hours while maintaining on- time performance. • Proficient in scheduling software so that trips can be planned as quickly and efficiently, optimizing routing to have the highest persons per hour. • Promotes safety awareness and follows safety procedures in an effort to reduce or eliminate accidents. • A minimum of 20% of trips shall be provided by non-County owned vehicles on a monthly basis. • A minimum 20% spare ratio shall be provided. 5.7 Mobility/Travel Training/Paratransit Application Coordinator(s) Coordinators shall be responsible for developing and implementing mobility management plans, travel training and coordinating all aspects of the paratransit application, eligibility and assessments. Coordinators must have a high school diploma or equivalent supplemented by a minimum of 2 years of experience of mobility management or travel training specifically with elderly and persons with disabilities. The Coordinators shall have excellent communication both written and verbal, customer service and decision making skills. At a minimum, the Scheduler’s responsibilities shall include: • Provide expertise in acquiring, verifying, analyzing and presenting data associated with mobility programs operations. • Audit, correct and assist in completing client eligibility, client recertification, trip and expense validation in a confidential manner in accordance with applicable laws and requirements. • Develop a plan to transition customers from paratransit to fixed route. • Monthly develop a list of potential customers that are candidates to transition from paratransit to fixed route service and conduct travel training with the individuals. • Educate staff, customers and agencies on mobility options. This will include attending monthly meets of partners, advocacy groups. • Coordinate with agencies to educate them on the application process so that they can be prepared to submit applications timely and complete so to expedite the review process. 5.8 Planner Planners at a minimum shall be responsible for providing recommendations related to all services including but not limited to bus routes, schedules, days and hours of operation, bus stop locations, location of bus stop improvements, preparation of all planning documents, cost Rev 2/20/15 95 estimates, NTD sampling, triennial documentation and other such activities relative to overall system administration. The Planner shall develop a seasonal fixed route schedule within 6 months of the start of this Contract. Planners must have a bachelor’s degree in urban planning or closely related field supplemented by a minimum of 2 years of experience of transit planning experience or any equivalent combination of education, training, and experience which provides the requisite knowledge, skills and abilities for this job. The Planners shall have excellent communication both written and verbal, customer service and decision making skills. Provides technical and functional support for third-party supported point of sales (POS) systems to include administration and project leadership for the mobile ticketing application, fareboxes and future fare collection systems. Responsible for analyzing, forecasting and reconciling CAT fare revenues and ridership reporting. Monitors agency compliance activities. Duties include, but are not limited to: 1. Serves as the software application administrator for assigned point of sales (POS) systems to perform application programming and configuration, ensures uptime performance as well as provide technical support, troubleshooting, testing, and other functional requirements. Coordinates with other departments at CAT such as IT, Maintenance and any third party vendor to ensure systems are kept efficient, relevant, secure, and are performing at the level expected and/or needed for operations. 2. Responsible for reconciling CAT point of sales (POS) systems to include mobile ticketing, , fareboxes and any future devices used to collect fares. Researches, identifies, explains and reports reconciliation variances. 3. Prepares monthly ridership for the agency. This includes data scrubbing, analyzing and maintaining ridership. Researches and explains significant variances to ridership thresholds. 4. Prepares and analyzes monthly, quarterly and annual agency performance data by mode for reporting to National Transit Database (NTD). Provides assistance during internal and external audits by reviewing, compiling, and evaluating information required. 5. Prepare Reports on a monthly that meets the requirements of client (Collier County) 6. Performs complex analysis and provides recommendations for business research and operations related to fare collection systems. Requirements include analyzing and reporting on transactions and trends associated with cash, checks , and other means of payment; ridership data and other operational performance data; and budgets related to assigned projects. 7. Analyzes potential areas of automation to determine user and technical needs and recommends possible solutions, including process redesign and individual programs. Develops methods for improving/optimizing user interfaces and maintenance protocols. 8. Defines, designs, builds, and maintains dimensional databases. Analyze, evaluate, and produce reports (both custom and system provided) relating to agency ridership, fare related revenue and ticket sales. 9. Performs other duties as assigned. 5.9 Intelligent Transportation System Coordinator Coordinators at a minimum shall be responsible for day to day operations of the ITS system, including trouble-shooting hardware and software related items, minor repairs (swapping with spares), reprogramming, return merchandise authorizations (RMA), bus stop GPS coordinates, on-time performance coordination, LED & LCD sign troubleshooting and software updates and providing recommendations related to ITS services. The Coordinator must have a high school diploma or equivalent supplemented by a minimum of 1 years of experience in intelligent transportation systems. The Coordinator shall have excellent communication both written and verbal, customer service and decision making skills. 5.10 PTNE Audits Rev 2/20/15 96 PTNE reserves the right to randomly audit Contractor employee files for compliance of contract requirements. Upon PTNE’s request, all personnel records, to include at a minimum, MVR, background checks and documentation of DOT physical (if applicable), shall be made available to PTNE. Contract employees found to be out of compliance shall be removed from service until verification of compliance by PTNE staff. It is the Contractor’s responsibility to keep Contract compliant documents for all personnel. Should PTNE’s random audit find a non-compliant file, the Contractor shall be assessed liquidated damages. 5.11 Transition of Employees During the initial transition to a new Contract, all employees who are currently affiliated with CAT & CAP and have successfully completed the required training courses may be considered for retention by the Contractor without further required training. It is the Contractor’s responsibility to determine the abilities for all drivers. All employees, regardless of previous status, must meet the same hiring criteria as a new applicant inclusive of background checks, MVR, and issuance of County badge. 24.0 TRAINING 24.1 General Requirements The Contractor shall be responsible for all training and shall ensure that all personnel understand and use safe and efficient driving, passenger assistance practices and excellent customer service skills while performing any and all CAT or CAP Services. All personnel shall be monitored by the Contractor to ensure Contract performance and the Contractor shall schedule refresher courses as needed. PTNE reserves the right to review and approve all training, materials and course work prior to Contract commencement and throughout the term of the Contract. PTNE also reserves the right to participate in any safety and/or training activity. The Contractor shall provide its Training Program for PTNE’s approval. The Training program shall meet or exceed FTA and FDOT requirements, and shall include: • Ensure that all employees complete a Customer Relations Course. The purpose of the course is to help provide employees with customer service skills and reinforce that these employees are the first point of contact with the public and that interaction must be professional and pleasant for the public. • Passenger Assistance Technique (PAT) – At least four hours of instruction on passenger assistance, approved by Collier County. This training must satisfy the paratransit service Passenger Assistance Training/Sensitivity Requirement of Rule 14-90. Training shall include elderly and disability sensitivity components, passenger relations and assistance, passenger handling, securement of wheelchairs, use of seatbelts, assistance to the visually impaired and dealing with service animals. • Adult and juvenile Cardiopulmonary Resuscitation training including general first aid, proper response to emergency medical needs of riders and hazardous waste disposal procedures. • Defensive Driver Training per the National Safety Council standards or an equivalent course approved by Collier County. • Vehicle breakdown, accident, passenger incidents, adverse weather and other emergency/safety procedures including emergency vehicle evacuation. • Policy instruction, such as trip scheduling, service hours, service area, complaint procedures, wait time, fare structure, transfer locations, ADA operation, etc. • Knowledge of service area, map reading, address locating and familiarity with streets and landmarks. • Safe operation of vehicles and post accident procedures. Rev 2/20/15 97 • Sensitivity training to develop skills and increase understanding of people with disabilities, all sexual orientations, diverse cultures, races and ages. 24.2 Remedial/Refresher Training The Contractor shall ensure that all services provided for this Contract meet PTNE’s goals of customer service excellence with the patrons’ best interests. The Contractor shall monitor employees to ensure that proper training and/or retraining is provided upon PTNE’s request or as necessary. 24.2.1 Remedial Training Contractor shall ensure that employees receive a minimum of 2 hours of retraining after receiving more than two (2) verifiable Service complaints regarding passenger relations and/or safety within a six (6) month period and/or at PTNE’s request. 24.2.2 Recertification The Contractor shall ensure that employees undergo a full recertification every year to include at a minimum the following areas: • ADA • Cardiopulmonary Resuscitation (CPR) (Re-certify every two years) • Conflict resolution/customer relations • Customer Service/Sensitivity • Emergency procedures • Fare collection • First Aid • Passenger assistance training (PAT) 24.3 Post-Hire Requirements and Removal PTNE may require the Contractor to immediately remove any safety sensitive person from service for any one of, but not necessarily limited to, the following: N. Revocation or non-renewal of a valid Florida Driver's License. This includes Drivers, Street Service and Safety Supervisors and Training staff. O. More than two (2) moving violations and/or preventable accidents or one (1) accident classified as negligent in any rolling twelve (12) month period. P. More than three (3) Driver Behavior complaints per six month period. Q. Distributing any unauthorized materials, i.e. religious, political or solicitations while representing CAT & CAP. R. Failure to submit to or pass a drug or alcohol test. S. Failure to properly utilize all seat belts for the driver and all passengers. T. Unprofessional communications and/or behavior over the radio or in the presence of a CAT or CAP patron. U. Failure to notify the Contractor of a moving violation (traffic ticket), an arrest or conviction of a criminal offense of a Class A or Class B misdemeanor, or felony; or placement on probation or deferred adjudication for a Class A or Class B misdemeanor, or felony; or DWI, before the end of the business day following the day the employee receives notice of such action(s). Rev 2/20/15 98 The Contractor shall immediately remove any safety sensitive personnel from driving until disposition of a DWI/DUI charge by the courts. A safety sensitive person who has a conviction of DWI/DUI, regardless of whether the conviction stems from operation of a CAT or CAP vehicle or a privately owned vehicle, will be removed from service. PTNE reserves the right to have the Contractor remove any safety sensitive personnel from driving until disposition of criminal charges (e.g., violent crimes, firearm or drug related that would cause concern for the safety of themselves, other employees, patrons and/or PTNE property) by the courts. Upon notice of an arrest or conviction or placement on probation or deferred adjudication, the Contractor in conjunction with the PTNE Transit Manager, will determine whether any personnel action is required. The Contractor must notify the PTNE Transit Manager immediately that an employee is no longer employed by the Contractor. 24.4 Uniform Specifications and Appearance Standards The Contractor’s Office Supervisors shall be required to wear a PTNE approved uniform at all times while on duty. All employees shall wear identifying badge as issued by Collier County. Uniforms shall be clean, pressed, and free of wrinkles and without tears or other signs of excessive wear. All employees shall be neat in appearance, well groomed, and practice good hygiene. Large flashy jewelry or items referencing political views shall not be worn while in uniform. If off duty, any employee who chooses to wear the uniform must wear a complete uniform as prescribed in this Scope of Services. The uniform may not be worn in parts or for separate purposes. The wearing of any non-regulation pants, shirts, or shoes, while on duty is prohibited and the Contractor is subject to the assessment of liquidated damages. Employees shall not engage in the engage in purchasing or consuming alcohol or tobacco products while in the CAT uniform (full or partial). The Contractor shall furnish all uniforms with the exception of belts and shoes, which shall be provided by the employee. A new driver may not enter into revenue service without a complete uniform. The Contractor shall replace the uniforms every year or as needed for torn and excessive worn uniforms. 24.4.1 Uniform Specifications: • Shirts: Long sleeve or short sleeve; uniform shirts must be tucked into the trousers at all times. • Pants, Navy Blue: Dura knit or cotton, no denim. Office staff may wear denim for business professional Fridays. • Belt: Solid Black only • Coats, sweaters, jackets, raincoats, and foul weather clothing, if worn, shall be solid navy blue or black. Only the CAT logo shall be permitted. • Shoes: Black Acceptable shoe styles: Plain toe; military style, oxford, wellington boots or dress boots with a zipper not exceeding eight (8) inches in height;; Low-cut tennis shoes all-black only. Unacceptable shoe styles: High top tennis shoes; buckles and stirrups; laced hiking-style boots, laced boots; sandals; cleared or open toe Thick crepe, cleat or rippled-soles • Socks: Black socks or skin tone nylon stockings 24.4.2 Appearance Standards: Rev 2/20/15 99 4.4.2.1. Male Appearance: • Male hair shall be clean, neatly and evenly trimmed or combed and well groomed, with length in keeping with a professional image. • Mustaches shall be clean and neatly trimmed and shall not extend more than one-half (1/2) inch horizontally beyond the corners of the mouth. • Beards and goatees are permitted; the beard must not be more than one-half (1/2) inch in length, and must be clean and neatly trimmed. • Ornaments and Jewelry on Clothing: Ornaments, jewelry or similar accessories shall not be worn if they depict any association, individual, occupational group, religion, race, creed, color, nationality, or gender in any way, especially in a favorable or unfavorable light. 4.4.2.2. Female Appearance: • Female hair shall be clean, neatly and evenly trimmed or combed, and well groomed in keeping with a professional image. At no time shall hair be worn in such a manner that it obscures vision or creates a safety hazard. • If cosmetics are used, they shall be applied conservatively so that the outward appearance of wearing make-up is lessened. • Ornaments, jewelry or similar accessories shall not be worn if they depict any association, individual, occupational group, religion, race, creed, color, nationality, or gender in any way, especially in a favorable or unfavorable light. Earrings should be small so that they do not pose an accident risk or create a safety hazard. • Fingernails should be worn at an acceptable business or active length to ensure safety and job-related efficiency. 25.0 Property, Office Space, Computers & Equipment The Contractor is responsible for the preparation and administration of all documentation associated with operation of this scope of services. The Contractor shall be fully responsible for all PTNE provided or furnished inventory/property, and equipment. All assets (capital or non- capital) of Collier County are and will remain the property of Collier County. The Contractor shall appoint a property custodian and a backup property custodian responsible for all Collier County provided inventory or property. The Contractor shall assist PTNE personnel during physical inventory of the property. The Contractor shall be responsible for all costs for any and all improvements made solely for the Contractor’s benefit which at a minimum shall include construction, permits, license, etc. The Contractor shall be responsible for ensuring doors are secured each night. The Contractor shall verbally report all damage on all PTNE provided or furnished inventory, property and/or equipment to the PTNE Transit Manager at the time the damage occurs, followed by a written report within 24 hours of each and every occurrence. The report shall contain a full explanation of all of the facts surrounding the damage. The Contractor shall secure and protect all inventory, property and/or equipment and shall replace any equipment lost, stolen or abused with PTNE approved replacements. The PTNE project manager will review all damage and make a determination as to the cost and responsibility for repairs. All damages determined by PTNE to be the responsibility of the Contractor shall be repaired or replaced at the expense of the Contractor. Rev 2/20/15 100 PTNE will be responsible for purchasing office equipment and cost for equipment repair in meeting system and administration responsibilities. PTNE shall provide and pay for the following utilities: electric, water and sewer and local telephone. The Contractor shall be required to reimburse PTNE for all long distance phone calls. Employees who require long distance access will receive an individual pin code, which will be tracked for billing purposes. The Contractor shall be responsible for the day to day costs associated with performing these functions, including, but not limited to: printing supplies, daily office inventory supply items, etc. 25.1 Office Space & Common Area The County shall provide space for up to 3 customer services representatives at the Transfer Station located at the Collier County Government Complex and one receptionist at Radio Road Administration & Operations Building. The County shall provide 11 spaces to accommodate manager, receptionists, call center representatives, dispatchers, planning staff, application processing & travel training staff. There shall be access to two conference rooms (scheduled on a first come, first serve basis) and a common break room. 25.2 Computers & Equipment All CAT & CAP business shall be transacted via Collier County email and saved on the Collier County provided networks. No employee shall have any expectation of privacy for any item that is produced, transmitted, saved, etc. utilizing County resources. Computers and related operating equipment are located at the following sites: 25.2.1 Transfer Station located at the Government Complex – one computer to be connected to the Collier County network will be provided. Access to a shared printer (black and white) is also available. Limited copying services may be available at this location. 25.2.2 Radio Road Administration & Operations Building – 11 computers to be connected to the Collier County network will be provided. 3 computers to be connected to the Avail network will be provided. Access to various shared printers and copier shall be available. 25.2.3 Handheld Radios – 13 of hand held radios shall be available for management use. The Contractor shall be responsible for all PTNE provided communication equipment once issued to the Contractor. The Contractor shall keep accurate documentation on the status of each piece of communication equipment complete with serial numbers, and Collier County asset numbers. Support Vehicles – 2 of support vehicles will be provided to the Contractor. In the event that towing of any vehicle is required due to mechanical failure, damage, etc., the Contractor shall be responsible to arrange such towing, through a company selected by the County. Towing costs for all vehicles will be paid for by the Contractor. 26.0 Accidents/Incidents 26.1 The Contract shall develop procedures to investigate, develop and rate each accident to determine if the accident could have been prevented utilizing the National Safety Council definition of preventability. In addition, this review will establish the need (and schedule, as necessary) for any corrective training, operating guideline provision or equipment maintenance or technical correction required, together with a follow-up to assure that action has been completed. All staff involved in accident investigation must be properly trained in accident investigation as required by the U.S. Department of Transportation. 26.2 The Contractor shall be responsible for all costs associated with physical damage to the County owned vehicles, including collision and comprehensive coverage, each equal to the depreciated value of all vehicles The Contractor shall be responsible for all damages falling below the deductible. Rev 2/20/15 101 26.3 The Contractor shall report to PTNE, in writing, all accidents and incidents regarding Collier County furnished vehicles, facilities or Contractor furnished equipment, regardless of service status to the PTNE Transit Manager as follows: 26.3.1 The Contractor shall notify PTNE of every accident or incident immediately, but no more than two hours after the occurrence. 26.3.2 The Contractor shall provide written documentation for any vehicle accident or incident. The County shall receive written copies of incident and accident reports within 24 hours of occurrence. The Contractor shall provide a full report inclusive of photos and policy report within seven calendar days of the accident/incident. Failure to provide the notification/reports within the timeframe allotted shall result in liquidated damages. 27.0 COLLECTION OF FARES All operating revenues collected by the Contractor are the property of Collier County, including but not limited to farebox receipts, ticket and pass sales revenue, advertising revenue and rental fees. Paratransit fares (tickets, cash or checks) shall be validated and turned in at the end of each shift. The Operations vendor will be expected to collect the required fare at the time of boarding. If the passenger refuses to pay his/her fare the passenger will not be transported. For paratransit service, where the passenger paid for the first leg of the trip but refuses to pay for the return trip, the operator should be instructed to transport the passenger home but must advise the passenger that he/she will not be eligible for the future transportation until the outstanding fare is paid. It will be the responsibility of the S&D contractor to follow up with the passenger to collect the uncollected fare as well as ensure that no future trips are scheduled until the fare is collected. Paratransit passengers may: • Pay the fare with exact change, tickets or check on each ride. • Pay the fare with exact change, tickets or check for both ways on their first ride. • Purchase tickets for the value of the passengers co-pay in advance at CAT Operations facility 8300 Radio Rd Naples FL or at Collier Area Transit Transfer Station at Parking Garage # 2 at the Government Center. 28.0 LICENSES, PERMITS AND WORK 28.1 Licenses and Permits All work performed by the Contractor must fully comply with all federal, state and local licensing and permit requirements. The Contractor is responsible for obtaining and maintaining all appropriate licenses and permits needed to fulfill the terms of the Contract. This includes all licenses and permits required to install, maintain and operate equipment within the facility, as well as the licensing of all personnel employed or hired by the Contractor to perform maintenance and repairs services under this Contract. The Contractor shall not be limited to the local, state and federal rules and regulations stated in this Scope of Services. Collier County shall not be held liable in any way for the Contractor’s failure to obtain and/or hold any relevant licenses or permits. 28.2 Contractor’s Responsibility The Contractor is responsible for all supplies, equipment, work and services associated with this Contract. Collier County assumes no liability for work plans approved by PTNE. Any and all violations of federal, state or local license or permit requirements caused by the Contractor or its personnel are the responsibility of the Contractor. The Contractor shall advise the PTNE Transit Manager immediately by telephone of any violation notices received from federal, state or local Rev 2/20/15 102 agencies. A written report shall be submitted within twenty-four (24) hours PTNE’s Project Manager. 29.0 SAFETY PROGRAM The Contractor shall participate in tabletop, emergency preparedness training exercises as requested by PTNE. The Contractor is considered essential personnel and shall be available upon request for evacuation and transportation for any emergency event 24/7. 29.1 Personal Protective Equipment The Contractor is fully responsible for all aspects of the safety and health of personnel hired to perform under this Contract. The Contractor shall furnish and enforce the use of individual personal protective equipment (PPE) as needed to complete work being performed in hazardous locations, including streets when personnel are investigating vehicular accidents. PPE shall include, but not be limited to, hard hats, rain gear, protective foot wear, protective clothing and gloves, eye protection, ear protection, chemical resistant gloves, respirators, safety belts, safety harnesses, safety lifelines and lanyards, and high visibility reflective safety vests as necessary. The Contractor shall provide warning signs, barricades and verbal warnings as required. The Contractor shall provide all employees including but not limited to Drivers and mechanics, safety training to include special training prior to working with hazardous materials or operations. The Contractor shall document all training and provide written reports of the training to PTNE when requested. 29.2 Safety The Contractor shall assume full responsibility for ensuring the safety of patrons, Contractor’s personnel, and PTNE-provided vehicles and equipment. The Contractor shall develop, implement and maintain PTNE-approved System Safety Program Plan (SSPP) and the System Security Emergency Preparedness Plan (SSEPP) that complies with APTA (American Public Transit Association) guidelines and Chapter 14-90, Florida Administrative Code (FAC). PTNE will provide oversight, with periodic monitoring of the Contractor to confirm compliance with the approved System Safety Plan. Safety management programs shall include, but not be limited to, accident prevention, accident investigation, retraining guidelines and procedures, criteria for determining preventability of accidents, schedules and agendas for internal safety meetings that reinforce the importance of safety and participation of the Contractor’s staff in safety -related organizations. A copy of the Contractor’s Safety Management Program shall be submitted to PTNE’s Transit Manager for review and/or approval prior to commencement of the Contract. 30.0 EMERGENCIES 30.1 Emergency Programs The Contractor shall develop, implement, and maintain business continuance plans to respond to emergencies and other problems that may occur. Occurrences include, but are not limited to: disturbances, or illness; inclement weather and accidents; and emerging health threats or homeland security advisory alerts. The Contractor’s written plan shall include a facility back-up plan, in case the PTNE facility becomes inaccessible during inclement weather and/or accidents or any other occurrences. The emergency back-plan shall include dispatch be up, operational and seamless in no more than thirty (30) minutes and be able to operate for up to 48 hours. The long term back-up plan for a temporary call center will be for a period over 48 hours. PTNE reserves the right to approve all Contractor emergency programs and plans. The Contractor shall inform its employees of emergency procedures to be followed in case of fire, medical emergency, or any other life-threatening catastrophe. Rev 2/20/15 103 PTNE has established a Continuity of Operations Plan (COOP) and the Contractor shall be asked to provide responsible key personnel at Collier County’s central control location in the event of a hurricane and/or storm emergency. The Contractor's key personnel, safety sensitive and non- safety sensitive personnel may be asked to volunteer during a hurricane and/or storm emergency. 31.0 PUBLIC SAFETY 31.1 Contractor’s Responsibility PTNE strives to provide safe, secure and reliable transportation service to its passengers while minimizing vandalism and property destruction to vehicles, property and facilities. It is the responsibility of the Contractor to support PTNE’s efforts to provide services in the most secure manner possible. PTNE works closely in partnership with local, state and federal agencies to achieve and maintain maximum system security. The Contractor shall cooperate with Collier County’s personnel in all matters of security as requested by PTNE in response to local, state or national alerts, conditions or changes as dictated by the U.S. “Homeland Security Advisory System” or any other mandates/advisories received by PTNE. Law Enforcement Officers respond to emergency and non-emergency transit--related calls for service throughout the CAT & CAP Service area. The Contractor shall report all security and safety related incidents and accidents involving personnel and vehicles. 32.0 CUSTOMER ADMINISTRATION 32.1 Customer Comments The Contractor shall be responsible for changing procedures, retraining personnel and reassigning personnel as necessary to correct any service issues. A copy of every customer comment and incident report shall be kept in each employee file. 32.2 Media Plan The Contractor shall provide and maintain a media plan for PTNE’s approval prior to Contract commencement. The plan shall address media contact in person or by other communications to any and/or all of the Contractor’s employees, agents, operators, or any other person(s) acting under its control or direction in the performance of services pursuant to this contract. 33.0 CONTINUITY OF SERVICES 33.1 Contractor’s Responsibility The Contractor recognizes that the CAT & CAP Services under this Contract are vital to Collier County and must be continued without interruption and that upon Contract expiration, a successor, may continue them. The Contractor agrees to exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. The Contractor shall make available necessary personnel records and allow the successor to conduct onsite interviews and/or testing with these employees. If selected employees are agreeable to the changes, the Contractor shall release them on a mutually agreeable date and negotiate transfer of their earned fringe benefits to the successor. Should employees being transferred be required to undergo training, the Contractor shall work with the successor to schedule agreeable dates and times when employees will be allowed to attend training sessions. Rev 2/20/15 104 34.0 DRUG & ALCOHOL TESTING PROGRAM The Contractor shall administer a Drug and Alcohol (D&A) Program which meets all of the Federal, State and local requirements. CAT & CAP is required to perform D&A testing in accordance with United States Department of Transportation and Federal Transit Administration regulations. The Contractor will be required to perform D&A testing in accordance with Collier County’s Risk Management policies as well as US DOT and FTA requirements. The Contractor shall have a Substance Abuse Testing Program in place which meets all the criteria of the US DOT, the FTA and Collier County. The Contractor shall be required to incorporate these requirements into their program. The Contractor agrees to produce documentation necessary to establish its compliance with all applicable regulations and to permit any authorized representative of the US DOT or its operating administrations, the Florida Department of Transportation or Collier County to inspect facilities and records associated with the implementation of the D&A testing program. Documentation of test results will be maintained in personnel files by the Contract and shall be made readily available for inspection by Collier County. The Contract shall send a monthly compliance letter to the PTNE Transit Manager as proof of compliance with the program. Failure to provide shall constitute the assessment of liquidated damages. 35.0 EQUAL EMPLOYMENT OPPORTUNITY (EEO/AFFIRMATIVE ACTION PROGRAM) The Contractor must develop and implement an EEO and Affirmative Action program that meets or exceeds all federal, State and County policies. The Contractor shall prepare an EEO program that complies with FTA regulations and submit it to PTNE by January 15th of each year. The Contractor shall update the program as needed but no less than annually and submit it to PTNE. 36.0 DISADVANTAGED BUSINESS ENTERPRISE (DBE) REPORTS The CAT/CAP Disadvantaged Business Enterprise (DBE) program provides guidance on the use of overall and contract goals, requirement to include DBE provision in subcontracts, evaluating DBE participation where specific contract goals have been set, reporting requirements, and replacement of DBE subcontractors. PTNE shall be responsible for submission of all reports for the DBE Program. The Contractor will be responsible for monitoring subcontractors, reporting any changes in DBE participation, and submitting required forms as provided by PTNE to ensure DBE compliance. 37.0 PLANNING & MEETINGS The Contractor is responsible for providing recommendation related to service in coordination with the Operations Contractor(s). This shall include but is not limited to: bus routes, schedules, days and hours of operations, bus stop locations, location of bus stop improvements, assist PTNE staff in the preparation of all planning documents, cost estimates and other such activities relative to overall system administration. The Contractor in coordination with the Operations Contractor(s) shall be responsible for identifying upcoming funding needs for the system and providing recommendations for pursuing federal, state and local grants on a quarterly basis. The Contractor will be required to maintain service information necessary for all FTA review, including all FTA Triennial Review information. Service information pertaining to the Triennial review must be maintained in a paper and electronic filing system sorted by the general areas of review as shown in the FTA Triennial Review Workbook. The Contractor will be required to maintain service information necessary for all NTD review, including NTD Monthly & Annual Reporting as well as required sampling. Upon request of PTNE, the Contractor shall at its own expense attend meetings to provide information concerning the transit system including but not limited to Local Coordinating Board, Public Transit Ad- Hoc Advisory Committee, Board of County Commissioners, or as otherwise requested by PTNE. The Rev 2/20/15 105 Contractor shall assist PTNE, as needed, in the coordination and promotion of public meetings. This will include coordinating with PTNE staff as requested in the preparation of public meetings, attendance to public meetings and assistance in preparing and posting notifications of meetings at bus stops, park and rides and transfer centers. The Manager representing the Contractor and the PTNE Director and Transit Manager representing the County shall meet monthly to discuss services. The Contractor shall develop the monthly agenda in coordination with PTNE. 38.0 CONTRACT COMPLIANCE & REPORTING Timely and accurate reports and records will be submitted to PTNE. PTNE views statistical reporting as a critical element of effective service planning, service quality evaluation, and policy development. It is, therefore, deemed important that the Contractor assign staff with the qualifications and time to edit files, create and evaluate reports. The following guidelines are provided as basic information regarding the nature of reports that will be required during the course of this contract. PTNE from time to time may require changes in forms, record keeping and/or reporting procedures to serve the needs of the agency. 38.1 Reporting The following reports shall be completed on a daily basis and maintained on file for inspection: • Daily Dispatch Log – All radio communication received from operators and supervisors including: o Time o Vehicle Number o Route Number o Brief Summary of any incident and its resolution • Daily Operating Report including: o Total runs dispatched o Total revenue hours operated o Total dispatched runs and revenue hours that were missed o Total dispatched runs that were delayed o Total number of trips monitored by the Contractor (including a summary report for each) o Total monitored trips recorded as late or early o Total number of authorized extra trips o Revenue and revenue miles, hours and number of passengers • Number of late cancellations and no-show paratransit trips with details of circumstance. • Daily Paratransit Callback Sheets – documenting every call to a rider advising that the vehicle with be 10 minutes late, changes to the pick-up window or appointment time or updates to the rider’s schedule. The following reports shall be due to the PTNE Transit Manager daily by 9 a.m.: • Fleet status report • Total number of buses (in service) with inoperable wheelchair lifts identified by vehicle number. • Farebox problem, tampering, vandalism, etc. by bus number. • Number of deviations by bus and run (for prior day) The following reports shall be due to the PTNE Transit Manager as necessary: • Accident Rev 2/20/15 106 • Incidents • Facility Damages/Lost/Stolen • Equipment Damages/Lost/Stolen • Early or Late Service • Service Interruptions/delays • Missed trips • MDT, silent alarm and/or radio downtime • Backup Staffing Plan • Employee New Hire/Changes o E-Verify o Training Verification o Badge Access Agreement o Computer Use Agreement o Key Agreement The following reports shall be due to the PTNE Transit Manager monthly by the 15th of each month (covering the month prior): • Invoice o Inclusive of all backup grant material. • Information Necessary to Complete the Monthly NTD Reports • Training Report including documentation, certifications and upcoming safety programs • Call Center Reports (broken down between Fixed Route & Paratransit) o Total call volume o Average Hold Time o Number of Abandoned Calls • Employee Information (including trainees) o Include employee positions by department and classification o Training Validation o Background Checks o Motor Vehicle Reports o Position Vacancies o Required Positions • Compliance Letter related to administration of the D&A Program • Summary Report for drug and alcohol screening results for all safety sensitive positions, including time and date testing was completed. o Pre-employment o Post Accident o Random o Reasonable Suspicion o Return to Duty • Fixed Route Operations to include: o Road calls  Major and minor mechanical failures (by bus number and run number)  Total miles between failures o Route Information including:  On time performance  Passengers  Passenger trips (Total Weekday, Total Saturday, Total Sunday)  Revenue  Miles (Revenue, deadhead, total) (Total Weekday, Total Saturday, Total Sunday)  Hours (Revenue, deadhead, total) (Total Weekday, Total Saturday, Total Sunday) Rev 2/20/15 107  Passengers (Per Mile & Per Hour)  Revenue (Per Mile & Per Hour) o Daily Information including:  Total Revenue Hours  Total Deadhead Miles • Paratransit Operation to include 3 separate reports shall be provided, the first shall be for County-owned vehicles, the second shall reflect non County-owned vehicles and the third report shall combine the statistics for all vehicles: o Road calls  Major and minor mechanical failures (by bus number and run number)  Total miles between failures o # of Days of Service o Passenger trips (Total Weekday – ambulatory & wheelchair, Total Saturday – ambulatory & wheelchair, Total Sunday – ambulatory & wheelchair) (One Way, Total Guest, Total Escort) o Revenue o Miles (Revenue, deadhead, total) (Total Weekday, Total Saturday, Total Sunday) o Hours (Revenue, deadhead, total) (Total Weekday, Total Saturday, Total Sunday) o Passengers (Per Mile & Per Hour) o Revenue (Per Mile & Per Hour) o Cancels o No Shows o Fares Collected o Ticket Sales o % of Cancelled trips to the total # of trips o % of No Shows of Total # of trips o On-time performance o No Show/Late Cancellation Suspensions broken out by 1st offense, 2nd offense, 7, 14 & 30 day suspensions. o Number of Applications Submitted, Denied & Approved. o Average time from receipt of complete application to final decision. o Number of eligibility assessments performed. • Mobility Management Reports o List of candidates for transition from fixed route to paratransit. o Number of travel trainings scheduled/provided. o Reduction of existing paratransit customer trips due to transition. o List of partner or advocacy group meeting attended. The following reports shall be due to the PTNE Transit Manager quarterly by the 15th of each January, April, July & October (covering the prior quarter): • Upcoming Federal, State or Local Grant Opportunities • Active employee list The following reports shall be due to the PTNE Transit Manager annually as noted below: • NTD Report (By December 15 – covering the prior fiscal year – October through September) • Annual Operating Report (By August 1 – covering the prior State fiscal year – July through June) • Annual Safety Certification (By January 15 – covering the prior calendar year – January through December) • MIS Report (By February 15 – covering the prior calendar year – January through December) • Annual update of the SSPP – due by November 1 of each year • Annual update of the SSEPP – due by November 1 of each year Rev 2/20/15 108 • EEO Program – due by January 15th of each year 38.2 Reporting and Data Collection The contractor shall be responsible for ensuring that all data is captured and stored for the term of the contract and throughout any transition period. The data must be kept in a format acceptable to PTNE. It is the contractor’s sole responsibility to ensure compliance and conformance. All data systems must be reviewed and approved by PTNE in advance of the start of the contract. 39.0 CONTRACT TERMINATION OR CONCLUSION 39.1 Contractor’s Responsibility At the conclusion of the Contract, the Contractor shall work with the incumbent Contractor, PTNE and/or a third party Contractor to achieve an efficient and non-distributive transition of all services, including but not limited to administration, personnel, Subcontractors, vehicles, supplies and equipment. The outgoing Contractor shall behave in a professional and courteous manner throughout the transition period. The outgoing Contractor shall cooperate and make any and all 1) PTNE-furnished inventory, property and equipment available for inspection, and 2) work up to the last service pull-in on the date of the Contract conclusion or termination. The outgoing Contractor shall risk loss of payment for the last month of performance for any act of lack of cooperation, neglect, vandalism or recklessness, and may be assessed any costs incurred by PTNE or the incoming Contractor for returning any PTNE owned-furnished property or assets back to original working condition, to include repairs and replacement. PTNE has sole discretion for determining assessment charges. Rev 2/20/15 109 APPENDIX 1 PERFORMANCE STANDARDS In order to ensure a high standard of performance, services provided by the Contractor are to be operated in a manner that maximizes productivity without negatively impacting service quality for CAT & CAP patrons. To assure quality and a high level of customer satisfaction, all performance standards shall be reviewed on an on-going basis and are subject to change as CAT & CAP’s needs change. If performance standards set forth below are changed by PTNE, the Contractor’s performance standards will be immediately changed to meet the new performance standards, upon notice by PTNE to the Contractor. PTNE will review each performance factor and reward high achievement (incentives) or make deductions for substandard performance (disincentives). Review periods are generally every six months. Cash payments or deductions shall be calculated on the Net Contract Amount Paid to the Contractor for Service Operated for the corresponding review period. All incentives achieved or incentive payments the Contractor receives from Collier County shall be distributed 100% among the Contractor’s drivers, starters, safety supervisors and other non-key personnel who directly contributed to the operations success of the Contract during the review period being evaluated. In order to be included in the incentive payments, the employee must be on the payroll the date the payments are distributed. PTNE may require documentation to ensure that all incentives are distributed according to the Contract. The following performance standards establish a range of performance that provides quality service delivery to CAT patrons. The Contractor shall attain the following performance standards: 9.0 Total # of passenger trips per revenue vehicle hour. The following outlines the incentives or disincentives for total # of passenger trips per revenue vehicle hour: Total Passenger trips per revenue vehicle hour Performance Indicators Incentive/ <Disincentive> 15% above Goal 19.55 and above $1,000 10% above Goal 18.7 – 19.54 $500 5% above Goal 17.85 – 18.6 $250 PTNE Goal - 17.0 16.16 – 17.84 None Up to 5% below Goal 15.4 - 16.15 <-$250> Up to 10% below Goal 15.14 – 15.3 <-$500> 11% below Goal 15.13 or below <-$1,000> 10.0 On-time Performance is defined as the percentage of time that the vehicle departs no earlier than and no more than 5 minutes after the published departure times as shown in the AVAIL schedule adherence report. Incentives and disincentive shall be assessed per route. The following outlines the incentives and disincentive for on-time performance per route: On-Time Performance Per Route Performance Indicators Incentive/ <Disincentive> 3% above Goal Above 97.85 $1,000 2% above Goal 96.9 – 97.84 $500 1% above Goal 95.95 – 96.8 $250 PTNE Goal 95% 94.06 – 95.94 None Up to 1% below Goal 93.2 – 94.05 <-$250> Up to 2% below Goal 92.16 – 93.1 <-$500> 3% below Goal 92.15 or below <-$1,000> 11.0 Customer Satisfaction is defined as the overall passenger rating based on a semi-annual customer service report. The response categories are very poor (1), poor (2), fair (3), good (4) and very good (5). The following outlines the incentives and disincentive for customer satisfaction: Rev 2/20/15 110 Semi – Annual Customer Satisfaction Performance Indicators Incentive/ <Disincentive> 15% above Goal Above 4.6 $1,000 10% above Goal 4.4 – 4.5 $500 5% above Goal 4.2 – 4.3 $250 PTNE Goal 4.0 3.9 – 4.1 None Up to 5% below Goal 3.7 – 3.8 <-$250> Up to 10% below Goal 3.57 – 3.6 <-$500> 11% below Goal 3.56 or below <-$1,000> The following performance standards establish a range of performance that provides quality service delivery to CAP patrons. The Contractor shall attain the following performance standards: 1.0 On-time Performance is defined as the percentage of time that the completed drop off trip is no more than 0 minutes late vehicle as shown in the schedule adherence report. The following outlines the incentives and disincentive for on-time performance: On-Time Performance Performance Indicators Incentive/ <Disincentive> 3% above Goal Above 97.85 $1,000 2% above Goal 96.9 – 97.84 $500 1% above Goal 95.95 – 96.8 $250 PTNE Goal 95% 94.06 – 95.94 None Up to 1% below Goal 93.2 – 94.05 <-$250> Up to 2% below Goal 92.16 – 93.1 <-$500> 3% below Goal 92.15 or below <-$1,000> 2.0 Customer Satisfaction is defined as the overall passenger rating based on a semi-annual customer service report. The response categories are very poor (1), poor (2), fair (3), good (4) and very good (5). The following outlines the incentives and disincentive for customer satisfaction: Semi – Annual Customer Satisfaction Performance Indicators Incentive/ <Disincentive> 15% above Goal Above 4.6 $1,000 10% above Goal 4.4 – 4.5 $500 5% above Goal 4.2 – 4.3 $250 PTNE Goal 4.0 3.9 – 4.1 None Up to 5% below Goal 3.7 – 3.8 <-$250> Up to 10% below Goal 3.57 – 3.6 <-$500> 11% below Goal 3.56 or below <-$1,000> 3.0 Average Passengers per Vehicle Revenue Hour rating based on monthly reports. The following outlines the incentives and disincentive for average passenger per Vehicle Revenue Hour: Semi – Annual Average PPVRH Performance Indicators Incentive/ <Disincentive> 15% above Goal Above 2.3 $1,000 10% above Goal 2.2 – 2.29 $500 5% above Goal 2.1 – 2.19 $250 PTNE Goal 2.0 1.91 – 2.09 None Up to 5% below Goal 1.9 – 1.81 <-$250> Up to 10% below Goal 1.8 – 1.71 <-$500> 11% below Goal 1.7 or below <-$1,000> Rev 2/20/15 111 4.0 % of Active Paratransit Passengers Transitioned from Paratransit to Fixed Route rating based on monthly reports. The following outlines the incentives and disincentive for # of passengers transition from Paratransit to Fixed Route: Semi – Annual Percentage of Active Paratransit Passengers Transitioned Performance Indicators Incentive/ <Disincentive> 3% above Goal Above 4% $1,000 2% above Goal 3% - 3.9% $500 1% above Goal 2% - 2.9% $250 PTNE Goal 1% 0.76% - 1.9% None Up to .75% below Goal 0.51% – 0.75% <-$250> Up to .5% below Goal 0.26% – 0.50% <-$500> 0.25% below Goal 0.25% or below <-$1,000> Rev 2/20/15 112 APPENDIX 2 LIQUIDATED DAMAGES Liquidated damages will be assessed for Contractor deficiencies specified herein. Liquidated Damages are not punitive but intended to recover Collier County’s cost for the Contractor’s deficiencies, lost service or additional work by PTNE for service delivery to the patron. PTNE will consider extenuating circumstances in assessing damages. The Contractor has the ability to control liquidated damages through well trained drivers, re-fresher training, and effective communications with staff. Liquidated damages shall be deducted from any monies due, or which may thereafter become due, to the Contractor under this Contract. Liquidated damages will not be assessed for the above described occurrences arising from causes beyond the control of Contractor as determined by PTNE. In the event the Contractor fails to comply with the following standards, PTNE shall assess liquidated damages as follows: Requirements Liquidated Damage Amount Contractor must submit complete and accurate reports by the PTNE established due dates. $100.00 for each calendar day late for the monthly and/or quarterly reports $500.00 for each calendar day late after the pre- established date for the yearly report. The Contractor shall notify PTNE of every accident or incident immediately, but no more than two hours after the occurrence. The Contractor shall submit information accurately and complete. $100.00 for each hour beyond the initial 2 hour window for notification, The Contractor shall provide written documentation for any vehicle accident or incident. The County shall receive written copies of incident and accident reports within 24 hours of occurrence. The Contractor shall provide a full report inclusive of photos and police report within seven calendar days of the accident/incident. The Contractor shall submit reports accurately and complete. $250.00 for each calendar day late after the pre- established timeframe for a report and full report inclusive of photos. The Contractor shall be required to develop and administer EEO, Title VI, & Drug and Alcohol policies and programs consistent with Federal, State & Local requirements. Liquidated damages shall be assessed on a daily basis from the date of the written notice until either PTNE or FTA deems compliance has been met and issues a written notification. First violation $ 500.00 daily Second violation $1,000.00 daily Third violation $1,500.00 daily Fourth violation $2,000.00 daily The Contractor shall ensure farebox collections are reconciled on a daily basis (Monday through Friday). $250 per occurrence of farebox receipts not being reconciled as required. The Contractor is expected to care for all County provided equipment and establish policies and procedures to ensure that equipment is not tampered with, abused or neglected. $50.00 plus the cost of repair if Communication Equipment is found tampered with, abused and/or neglected as identified by PTNE Staff and/or PTNE’s repair Contractor. The Contractor is expected to submit accurate, complete reports within the PTNE established timeframes. Infractions may include failure to submit reports by established dates, submission of $50.00 per day per occurrence for Reporting Infractions. Rev 2/20/15 113 inaccurate or incomplete reports, or maintaining proper records. Examples of reporting infractions include, but are not limited to: d. Failure to maintain current records for training documentation, in personnel files for all personnel. At a minimum this includes: o Drivers’ License records o Defensive Driving records o Motor Vehicle records o Background records o Customer Comments and/or other Incident reports e. Failure to maintain and submit any requested reports as required and/or requested. The Contractor shall faithfully adhere to all standard MVR, background screening reviews and driver licensing and registration requirements. $1,000.00 per incident discovered where the Contractor failed to adhere to all review requirements. PTNE requires full staffing by the Contractor. 25% of the salary for the time that a key personnel position is vacant for over 14 days. $100.00 per day per vacancies in Supervisory Personnel. All required supervisory positions (starters, street supervisors, service supervisor, and safety personnel) must be covered each day in case of turnover, sickness, vacation or other absences with a qualified replacement. $100.00 per day for any non PTNE-approved personnel operating a route without PTNE’s prior written approval. County vehicles are to be used for approved purposes only. $500 for any occurrence of Contractor using Collier County vehicles for other than an explicit PTNE approved purpose. The Contractor shall process all paratransit eligibility applications within 21 days of receiving a complete application. $250 for any occurrence of the Contractor not processing completed paratransit eligibility applications within the required 21 day timeframe. The Contractor shall perform a minimum of 20% scheduled trips on non County-owned vehicles. (This percentage may be revised on an annual basis). $5,000 per month of less than 20% of total paratransit trips performed by non County-owned vehicles. The Contractor shall be responsible for securing all facilities each evening. $1,000 per door or gate that is left unsecured in the evening. Rev 2/20/15 114 EXHIBIT B Federal Transit Administration (FTA) Provisoins CFDA 20.500 / 20/507 The services performed by the awarded Contractor shall be in compliance with all applicable FTA regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor’s responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. Box is Checked If Applicable 1. No Government Obligation to Third Parties 2. Program Fraud and False or Fraudulent Statements and Related Acts 3. Access to Records and Reports 4. Federal Changes 5. Civil Rights Requirements 6. Incorporation of Federal Transit Administration (FTA) Terms 7. Energy Conservation Requirements 8. Termination 9. Government-wide Debarment and Suspension – Sign Exhibit Certification 10. Buy America Requirements – Sign Certification 11. Breaches and Dispute Resolution 12. Lobbying – Sign Certification 13. Clean Air 14. Clean Water Requirements 15. Cargo Preference Requirements 16. Fly America 17. Davis-Bacon and Copeland Anti-Kickback Acts 18. [Reserved] 19. Contract Work Hours and Safety Standards Act 20. Bonding Requirements 21. Seismic Safety Requirements 22. Transit Employee Protective Agreements 23. Charter Bus and School Bus Requirements 24. Drug and Alcohol Testing 25. Patent and Rights in Data 26. Dept of Labor EEO Provision 27. Disadvantaged Business Enterprises (DBE) 28. Recycled Products 29. [Reserved] 30. ADA Access 31. Bus Testing – Sign Certification 32. Pre-Award and Post Delivery Audit Requirements – Sign Certification 33. Privacy Act 34. ITS Standards 35. Conflict of Interest 36. Drug Free Workplace Rev 2/20/15 115 1. NO GOVERNMENT OBLIGATION TO THIRD PARTIES (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) 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. 2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS (Applies to subcontracts) Program Fraud and False or Fraudulent Statements or Related Acts. (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) 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 reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 3. ACCESS TO RECORDS AND REPORTS The following access to records requirements apply to this Contract: (1) Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. RFP 15-6424 CAT MGT SERVICES 116 (2) Where the Purchaser is a State and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 633.17, Contractor agrees to provide the Purchaser, the FTA Administrator or his authorized representatives, including any PMO Contractor, access to the Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. By definition, a major capital project excludes contracts of less than the simplified acquisition threshold currently set at $100,000. (3) Where the Purchaser enters into a negotiated contract for other than a small purchase or under the simplified acquisition threshold and is an institution of higher education, a hospital or other non-profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA Administrator, the Comptroller General of the United States or any of their duly authorized representatives with access to any books, documents, papers and record of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. (4) Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall make available records related to the contract to the Purchaser, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. (5) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (6) The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). 4. FEDERAL CHANGES Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. 5. CIVIL RIGHTS REQUIREMENTS (Applies to subcontracts) Civil Rights - The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, 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) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: Rev 2/20/15 117 (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 employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (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. 6. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS (Applies to subcontracts) 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 4220.1F, 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 Contractor 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. 7. ENERGY CONSERVATION REQUIREMENTS (Applies to subcontracts) The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 8. TERMINATION a. Termination for Convenience (General Provision) The (Recipient) may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Government's best interest. Rev 2/20/15 118 The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to (Recipient) to be paid the Contractor. If the Contractor has any property in its possession belonging to the (Recipient), the Contractor will account for the same, and dispose of it in the manner the (Recipient) directs. b. Termination for Default [Breach or Cause] (General Provision) 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, the (Recipient) 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 the (Recipient) 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, the (Recipient), 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 (General Provision) The (Recipient) in its sole discretion may, in the case of a termination for breach or default, allow the Contractor [an appropriately short period of time] in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions If Contractor fails to remedy to (Recipient)'s satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from (Recipient) setting forth the nature of said breach or default, (Recipient) shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude (Recipient) 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 (Recipient) elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by (Recipient) shall not limit (Recipient)'s remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. e. Termination for Convenience (Professional or Transit Service Contracts) The (Recipient), by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the Recipient shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination. f. Termination for Default (Supplies and Service) If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. g. Termination for Default (Transportation Services) If the Contractor fails to pick up the commodities or to perform the services, including delivery services, within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Rev 2/20/15 119 Termination specifying the nature of default. The Contractor will only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. If this contract is terminated while the Contractor has possession of Recipient goods, the Contractor shall, upon direction of the (Recipient), protect and preserve the goods until surrendered to the Recipient or its agent. The Contractor and (Recipient) shall agree on payment for the preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute clause. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the (Recipient). h. Termination for Default (Construction) If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that will insure its completion within the time specified in this contract or any extension or fails to complete the work within this time, or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. In this event, the Recipient may take over the work and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The Contractor and its sureties shall be liable for any damage to the Recipient resulting from the Contractor's refusal or failure to complete the work within specified time, whether or not the Contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the Recipient in completing the work. The Contractor's right to proceed shall not be terminated nor the Contractor charged with damages under this clause if- a) The delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God, acts of the Recipient, acts of another Contractor in the performance of a contract with the Recipient, epidemics, quarantine restrictions, strikes, freight embargoes; and b) The contractor, within [10] days from the beginning of any delay, notifies the (Recipient) in writing of the causes of delay. If in the judgment of the (Recipient), the delay is excusable, the time for completing the work shall be extended. The judgment of the (Recipient) shall be final and conclusive on the parties, but subject to appeal under the Disputes clauses. c) If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the Recipient. i. Termination for Convenience or Default (Architect and Engineering) The (Recipient) may terminate this contract in whole or in part, for the Recipient's convenience or because of the failure of the Contractor to fulfill the contract obligations. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall (1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to the Contracting Officer all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing this contract, whether completed or in process. If the termination is for the convenience of the Recipient, the Contracting Officer shall make an equitable adjustment in the contract price but shall allow no anticipated profit on unperformed services. Rev 2/20/15 120 If the termination is for failure of the Contractor to fulfill the contract obligations, the Recipient may complete the work by contact or otherwise and the Contractor shall be liable for any additional cost incurred by the Recipient. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. j. Termination for Convenience of Default (Cost-Type Contracts) The (Recipient) may terminate this contract, or any portion of it, by serving a notice or termination on the Contractor. The notice shall state whether the termination is for convenience of the (Recipient) or for the default of the Contractor. If the termination is for default, the notice shall state the manner in which the contractor has failed to perform the requirements of the contract. The Contractor shall account for any property in its possession paid for from funds received from the (Recipient), or property supplied to the Contractor by the (Recipient). If the termination is for default, the (Recipient) may fix the fee, if the contract provides for a fee, to be paid the contractor in proportion to the value, if any, of work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the (Recipient) and the parties shall negotiate the termination settlement to be paid the Contractor. If the termination is for the convenience of the (Recipient), the Contractor shall be paid its contract close-out costs, and a fee, if the contract provided for payment of a fee, in proportion to the work performed up to the time of termination. If, after serving a notice of termination for default, the (Recipient) determines that the Contractor has an excusable reason for not performing, such as strike, fire, flood, events which are not the fault of and are beyond the control of the contractor, the (Recipient), after setting up a new work schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. 9. GOVERNMENT-WIDE DEBARMENT AND SUSPENSION (NON-PROCUREMENT) (Applies to subcontracts) This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. 10. BUY AMERICA REQUIREMENTS (Applies to subcontracts) The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (Attachments) with all bids or offers on FTA-funded contracts, except those subject to a general Rev 2/20/15 121 waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. 11. BREACHES AND DISPUTE RESOLUTION (Applies to subcontracts) Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of (Recipient)'s [title of employee]. This decision shall be final and conclusive unless within [ten (10)] days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to the [title of employee]. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the [title of employee] shall be binding upon the Contractor and the Contractor shall abide be the decision. Performance During Dispute - Unless otherwise directed by (Recipient), Contractor shall continue performance under this Contract while matters in dispute are being resolved. Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefor shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the (Recipient) and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which the (Recipient) is located. Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the (Recipient), (Architect) or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. 12. LOBBYING 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. 13. CLEAN AIR (Applies to subcontracts OVER $100,000) (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq. The Contractor agrees to report each violation to Rev 2/20/15 122 the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 14. CLEAN WATER REQUIREMENTS (Applies to subcontracts OVER $10,000) (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 15. CARGO PREFERENCE REQUIREMENTS (Applies to subcontracts) Use of United States-Flag Vessels - The contractor agrees: a. to use privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of -lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a subcontractor's bill-of-lading.) c. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel. 16. FLY AMERICA REQUIREMENTS (Applies to subcontracts) The Contractor agrees to comply with 49 U.S.C. 40118 (the “Fly America” Act) in accordance with the General Services Administration’s regulations at 41 CFR Part 301-10, which provide that recipients and subrecipients of Federal funds and their contractors are required to use U.S. Flag air carriers for U.S. Government-financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation. Rev 2/20/15 123 17. DAVIS-BACON AND COPELAND ANTI-KICKBACK ACTS (1) Minimum wages - (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifications and wage rates conformed under paragraph (1)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: • Except with respect to helpers as defined as 29 CFR 5.2(n)(4), the work to be performed by the classification requested is not performed by a classification in the wage determination; and • The classification is utilized in the area by the construction industry; and • The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and • With respect to helpers as defined in 29 CFR 5.2(n)(4), such a classification prevails in the area in which the work is performed. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue Rev 2/20/15 124 a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (v)(A) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: • The work to be performed by the classification requested is not performed by a classification in the wage determination; and • The classification is utilized in the area by the construction industry; and • The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(v) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (2) Withholding – Collier County shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, Rev 2/20/15 125 so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, the Collier County may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records - (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to Collier County for transmission to the Federal Transit Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: • That the payroll for the payroll period contains the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5 and that such information is correct and complete; • That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; • That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. Rev 2/20/15 126 (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Federal Transit Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees - (i) Apprentices - Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator of the Wage and Hour Division of the U.S. Department of Labor determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees - Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee Rev 2/20/15 127 performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity - The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements - The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Transit Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination: debarment - A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act requirements - All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards - Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility - (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 18. [ RESERVED ] 19. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (1) Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. Rev 2/20/15 128 (2) Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages - Collier County shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. 20. BONDING REQUIREMENTS Bid Security A Bid Bond must be issued by a fully qualified surety company acceptable to (Recipient) and listed as a company currently authorized under 31 CFR, Part 223 as possessing a Certificate of Authority as described thereunder. Rights Reserved In submitting this Bid, it is understood and agreed by bidder that the right is reserved by (Recipient) to reject any and all bids, or part of any bid, and it is agreed that the Bid may not be withdrawn for a period of [ninety (90)] days subsequent to the opening of bids, without the written consent of (Recipient). It is also understood and agreed that if the undersigned bidder should withdraw any part or all of his bid within [ninety (90)] days after the bid opening without the written consent of (Recipient), shall refuse or be unable to enter into this Contract, as provided above, or refuse or be unable to furnish adequate and acceptable Performance Bonds and Labor and Material Payments Bonds, as provided above, or refuse or be unable to furnish adequate and acceptable insurance, as provided above, he shall forfeit his bid security to the extent of (Recipient's) damages occasioned by such withdrawal, or refusal, or inability to enter into an agreement, or provide adequate security therefore. It is further understood and agreed that to the extent the defaulting bidder's Bid Bond, Certified Check, Cashier's Check, Treasurer's Check, and/or Official Bank Check (excluding any income generated thereby which has been retained by (Recipient) as provided in [Item x "Bid Security" of the Instructions to Bidders]) shall prove inadequate to fully recompense (Recipient) for the damages occasioned by default, then the undersigned bidder agrees to indemnify (Recipient) and pay over to (Recipient) the difference between the bid security and (Recipient's) total damages, so as to make (Recipient) whole. The undersigned understands that any material alteration of any of the above or any of the material contained on this form, other than that requested, will render the bid unresponsive. Rev 2/20/15 129 Performance and Payment Bonding Requirements (Construction) A contractor or vendor shall provide a surety bond from a surety company to guarantee full and faithful performance of a contract obligation and the payment of labor and material expended pursuant to a contract whenever, and in such amounts, as required by statute or otherwise as deemed necessary by the Purchasing Director. An irrevocable letter of credit from a financial institution operating within the State of Florida (or other alternative forms of surety as permitted under Florida law) may be sufficient in place of the performance bond if so provided for in the bid and contract documents. All such bonds or letters of credit shall be approved as to form by the County Attorney. A. Contractor shall provide Performance and Payment Bonds in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies” circular. This circular may be accessed via the web at www.fms.treas.gov/c570/c570.html#certified. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Advance Payment Bonding Requirements The Contractor may be required to obtain an advance payment bond if the contract contains an advance payment provision and a performance bond is not furnished. The (recipient) shall determine the amount of the advance payment bond necessary to protect the (Recipient). Patent Infringement Bonding Requirements (Patent Indemnity) The Contractor may be required to obtain a patent indemnity bond if a performance bond is not furnished and the financial responsibility of the Contractor is unknown or doubtful. The (recipient) shall determine the amount of the patent indemnity to protect the (Recipient). Warranty of the Work and Maintenance Bonds 1. The Contractor warrants to (Recipient), the Architect and/or Engineer that all materials and equipment furnished under this Contract will be of highest quality and new unless otherwise specified by (Recipient), free from faults and defects and in conformance with the Contract Documents. All work not so conforming to these standards shall be considered defective. If required by the [Project Manager], the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. 2. The Work furnished must be of first quality and the workmanship must be the best obtainable in the various trades. The Work must be of safe, substantial and durable construction in all respects. The Contractor hereby guarantees the Work against defective materials or faulty workmanship for a minimum period of one (1) year after Final Payment by (Recipient) and shall replace or repair any defective materials or equipment or faulty workmanship during the period of the guarantee at no cost to (Recipient). As additional security for these guarantees, the Contractor shall, prior to the release of Final Payment [as provided in Item X below], furnish separate Maintenance (or Guarantee) Bonds in form acceptable to (Recipient) written by the same corporate surety that provides the Performance Bond and Labor and Material Payment Bond for this Contract. These bonds shall secure the Contractor's obligation to replace or repair defective materials and faulty workmanship for a minimum period of one (1) year after Final Payment and shall be written in an amount equal to ONE HUNDRED PERCENT (100%) of the CONTRACT SUM, as adjusted (if at all). 21. SEISMIC SAFETY REQUIREMENTS The contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Rev 2/20/15 130 Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The contractor also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project. 22. TRANSIT EMPLOYEE PROTECTIVE AGREEMENTS (Applies to subcontracts) Transit Employee Protective Provisions. (1) The Contractor agrees to the comply with applicable transit employee protective requirements as follows: (a) General Transit Employee Protective Requirements - To the extent that FTA determines that transit operations are involved, the Contractor agrees to carry out the transit operations work on the underlying contract in compliance with terms and conditions determined by the U.S. Secretary of Labor to be fair and equitable to protect the interests of employees employed under this contract and to meet the employee protective requirements of 49 U.S.C. A 5333(b), and U.S. DOL guidelines at 29 C.F.R. Part 215, and any amendments thereto. These terms and conditions are identified in the letter of certification from the U.S. DOL to FTA applicable to 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 Employee Protective Requirements for Projects Authorized by 49 U.S.C. § 5310(a)(2) for Elderly Individuals and Individuals with Disabilities - If the contract involves transit operations financed in whole or in part with Federal assistance authorized by 49 U.S.C. § 5310(a)(2), and if the U.S. Secretary of Transportation has determined or determines in the future that the employee protective requirements of 49 U.S.C. § 5333(b) are necessary or appropriate for the state and the public body subrecipient for which work is performed on the underlying contract, the Contractor agrees to carry out the Project in compliance with the terms and conditions determined by the U.S. Secretary of Labor to meet the requirements of 49 U.S.C. § 5333(b), U.S. DOL guidelines at 29 C.F.R. Part 215, and any amendments thereto. These terms and conditions are identified in the U.S. DOL's letter of certification to FTA, the date of which is set forth Grant Agreement or Cooperative Agreement with the state. The Contractor agrees to perform transit operations in connection with the underlying contract in compliance with the conditions stated in that U.S. DOL letter. (c) Transit Employee Protective Requirements for Projects Authorized by 49 U.S.C. § 5311 in Nonurbanized Areas - If the contract involves transit operations financed in whole or in part with Federal assistance authorized by 49 U.S.C. § 5311, the Contractor agrees to comply with the terms and conditions of the Special Warranty for the Nonurbanized Area Program agreed to by the U.S. Secretaries of Transportation and Labor, dated May 31, 1979, and the procedures implemented by U.S. DOL or any revision thereto. (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. 23. CHARTER BUS REQUIREMENTS The contractor agrees to comply with 49 U.S.C. 5323(d) and 49 CFR Part 604, which provides that recipients and subrecipients of FTA assistance are prohibited from providing charter service using federally funded equipment or facilities if there is at least one private charter operator willing and able to provide the service, except under one of the exceptions at 49 CFR 604.9. Any charter service provided under one of the exceptions must be "incidental," i.e., it must not interfere with or detract from the provision of mass transportation. Rev 2/20/15 131 SCHOOL BUS REQUIREMENTS Pursuant to 69 U.S.C. 5323(f) and 49 CFR Part 605, recipients and subrecipients of FTA assistance may not engage in school bus operations exclusively for the transportation of students and school personnel in competition with private school bus operators unless qualified under specified exemptions. When operating exclusive school bus service under an allowable exemption, recipients and subrecipients may not use federally funded equipment, vehicles, or facilities. 24. DRUG AND ALCOHOL TESTING Introduction FTA's drug and alcohol rules, 49 CFR 655, respectively, are unique among the regulations issued by FTA. First, they require recipients to ensure that any entity performing a safety-sensitive function on the recipient's behalf (usually subrecipients and/or contractors) implement a complex drug and alcohol testing program that complies with Part 655. Second, the rules condition the receipt of certain kinds of FTA funding on the recipient's compliance with the rules; thus, the recipient is not in compliance with the rules unless every entity that performs a safety-sensitive function on the recipient's behalf is in compliance with the rules. Third, the rules do not specify how a recipient ensures that its subrecipients and/or contractors comply with them. Explanation of Model Contract Clauses: Collier County relies on the contractor to implement a drug and alcohol testing program that complies with 49 CFR 655, but retains the ability to monitor the contractor's testing program; thus, the recipient has less control over its compliance with the drug and alcohol testing rules than it does under option 1. The advantage of this approach is that it places the responsibility for complying with the rules on the entity that is actually performing the safety-sensitive function. Moreover, it reserves to the recipient the power to ensure that the contractor complies with the program. The disadvantage of Option 2 is that without adequate monitoring of the contractor's program, the recipient may find itself out of compliance with the rules. Drug and Alcohol Testing The contractor agrees to establish and implement a drug and alcohol testing program that complies with 49 CFR Part 655, produce any documentation necessary to establish its compliance with Part 655, and permit any authorized representative of the United States Department of Transportation or its operating administrations, the State Oversight Agency of (name of State), or the (insert name of grantee), to inspect the facilities and records associated with the implementation of the drug and alcohol testing program as required under 49 CFR Parts 655 and review the testing process. The contractor agrees further to certify annually its compliance with Part 655 before (insert date) and to submit the Management Information System (MIS) reports before (insert date before March 15) to (insert title and address of person responsible for receiving information). To certify compliance the contractor shall use the "Substance Abuse Certifications" in the "Annual List of Certifications and Assurances for Federal Transit Administration Grants and Cooperative Agreements," which is published annually in the Federal Register. 25. PATENT AND RIGHTS IN DATA (Applies to subcontracts) A. Rights in Data - This following requirement applies to each contract involving experimental, developmental or research work: (1) The term "subject data" used in this clause means recorded information, whether or not copyrighted, that is delivered or specified to be delivered under the contract. The term includes graphic or pictorial delineation in media such as drawings or photographs; text in specifications or related performance or design-type documents; machine forms such as punched cards, magnetic tape, or computer memory printouts; and information retained in computer memory. Examples include, but are not limited to: computer Rev 2/20/15 132 software, engineering drawings and associated lists, specifications, standards, process sheets, manuals, technical reports, catalog item identifications, and related information. The term "subject data" does not include financial reports, cost analyses, and similar information incidental to contract administration. (2) The following restrictions apply to all subject data first produced in the performance of the contract to which this Attachment has been added: (a) Except for its own internal use, the Purchaser or Contractor may not publish or reproduce subject data in whole or in part, or in any manner or form, nor may the Purchaser or Contractor authorize others to do so, without the written consent of the Federal Government, until such time as the Federal Government may have either released or approved the release of such data to the public; this restriction on publication, however, does not apply to any contract with an academic institution. (b) In accordance with 49 C.F.R. § 18.34 and 49 C.F.R. § 19.36, the Federal Government reserves a royalty-free, non-exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, for "Federal Government purposes," any subject data or copyright described in subsections (2)(b)1 and (2)(b)2 of this clause below. As used in the previous sentence, "for Federal Government purposes," means use only for the direct purposes of the Federal Government. Without the copyright owner's consent, the Federal Government may not extend its Federal license to any other party. 1. Any subject data developed under that contract, whether or not a copyright has been obtained; and 2. Any rights of copyright purchased by the Purchaser or Contractor using Federal assistance in whole or in part provided by FTA. (c) When FTA awards Federal assistance for experimental, developmental, or research work, it is FTA's general intention to increase transportation knowledge available to the public, rather than to restrict the benefits resulting from the work to participants in that work. Therefore, unless FTA determines otherwise, the Purchaser and the Contractor performing experimental, developmental, or research work required by the underlying contract to which this Attachment is added agrees to permit FTA to make available to the public, either FTA's license in the copyright to any subject data developed in the course of that contract, or a copy of the subject data first produced under the contract for which a copyright has not been obtained. If the experimental, developmental, or research work, which is the subject of the underlying contract, is not completed for any reason whatsoever, all data developed under that contract shall become subject data as defined in subsection (a) of this clause and shall be delivered as the Federal Government may direct. This subsection (c) , however, does not apply to adaptations of automatic data processing equipment or programs for the Purchaser or Contractor's use whose costs are financed in whole or in part with Federal assistance provided by FTA for transportation capital projects. (d) Unless prohibited by state law, upon request by the Federal Government, the Purchaser and the Contractor agree to indemnify, save, and hold harmless the Federal Government, its officers, agents, and employees acting within the scope of their official duties against any liability, including costs and expenses, resulting from any willful or intentional violation by the Purchaser or Contractor of proprietary rights, copyrights, or right of privacy, arising out of the publication, translation, reproduction, delivery, use, or disposition of any data furnished under that contract. Neither the Purchaser nor the Contractor shall be required to indemnify the Federal Government for any such liability arising out of the wrongful act of any employee, official, or agents of the Federal Government. (e) Nothing contained in this clause on rights in data shall imply a license to the Federal Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to the Federal Government under any patent. (f) Data developed by the Purchaser or Contractor and financed entirely without using Federal assistance provided by the Federal Government that has been incorporated into work required by the underlying contract to which this Attachment has been added is exempt from the requirements of subsections (b), (c), Rev 2/20/15 133 and (d) of this clause, provided that the Purchaser or Contractor identifies that data in writing at the time of delivery of the contract work. (g) Unless FTA determines otherwise, the Contractor agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. (3) Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status (i.e., a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual, etc.), the Purchaser and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 C.F.R. Part 401. (4) The Contractor also agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. B. Patent Rights - The following requirements apply to each contract involving experimental, developmental, or research work: (1) General - If any invention, improvement, or discovery is conceived or first actually reduced to practice in the course of or under the contract to which this Attachment has been added, and that invention, improvement, or discovery is patentable under the laws of the United States of America or any foreign country, the Purchaser and Contractor agree to take actions necessary to provide immediate notice and a detailed report to the party at a higher tier until FTA is ultimately notified. (2) Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status (a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual), the Purchaser and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 C.F.R. Part 401. (3) The Contractor also agrees to include the requirements of this clause in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. 26. DEPT OF LABOR EEO CONDITIONS The contractor shall comply, with: (a) U.S. DOL regulations, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor,” 41 C.F.R. chapter 60, and (b) Executive Order 11246, “Equal Employment Opportunity,” as amended by Executive Order 11375, “Amending Executive Order 11246, Relating to Equal Employment Opportunity,” 42 U.S.C. § 2000e note. 27. DISADVANTAGED BUSINESS ENTERPRISE Background and Applicability The newest version on the Department of Transportation’s Disadvantaged Business Enterprise (DBE) program became effective July 16, 2003. The rule provides guidance to grantees on the use of overall and contract goals, requirement to include DBE provisions in subcontracts, evaluating DBE participation where Rev 2/20/15 134 specific contract goals have been set, reporting requirements, and replacement of DBE subcontractors. Additionally, the DBE program dictates payment terms and conditions (including limitations on retainage) applicable to all subcontractors regardless of whether they are DBE firms or not. The DBE program applies to all DOT-assisted contracting activities. A formal clause such as that below must be included in all contracts above the micro-purchase level. The requirements of clause subsection b flow down to subcontracts. A substantial change to the payment provisions in this newest version of Part 26 concerns retainage (see section 26.29). Grantee choices concerning retainage should be reflected in the language choices in clause subsection d. Disadvantaged Business Enterprises a. This contract is subject to the requirements of Title 49, 49 Code of Federal Regulations, Part 26, Participation by Disadvantaged Enterprises in Department of Transportation Financial Assistance Programs. Collier Area Transit’s goal for DBE participation is 2.58%. b. A separate contract goal has not been established for this procurement. c. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT-assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as Collier County deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). d. The successful bidder/offeror will be required to report its DBE participation obtained through race- neutral means throughout the period of performance. In order to comply with the provisions of 49 CFR 26, the bidder/offeror agrees to the following: • Bid Opportunity List: shall submit with all Requests for Proposals and Invitations For Bid. • Anticipated DBE Participation Statement: shall submit with all Requests for Proposals and Invitations For Bid. • DBE Directory: the bidder/offeror may use the online DBE directory, BizNet, www.bipincwebapps.com/biznetflorida/ to locate ready, willing, and able DBE’s to perform sub- contractor work or sub-consultant work on USDOT assisted contracts. • Subcontractor Payment Report: shall submit monthly to comply with monitoring requirements of 49 CFR 26. e. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor’s receipt of payment for that work from Collier County. In addition, the contractor is required to return any retainage payments to those subcontractors within thirty (30) days after the subcontractor's work related to this contract is satisfactorily completed. f. The contractor must promptly notify Collier County, whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of Collier County. 28. RECYCLED PRODUCTS (Applies to subcontracts for purchases $10,000 or more of one of these items in a fiscal year, or when the cost of such items purchased during the previous fiscal year was $10,000.) Rev 2/20/15 135 Recovered Materials - 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 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247. 29. [ RESERVED ] 30. ADA Access Access for Individuals with Disabilities. The Recipient agrees to comply with 49 U.S.C. § 5301(d), which states the Federal policy that elderly individuals and individuals with disabilities have the same right as other individuals to use public transportation services and facilities, and that special efforts shall be made in planning and designing those services and facilities to implement transportation accessibility rights for elderly individuals and individuals with disabilities. The Recipient also agrees to comply with all applicable provisions of section 504 of the Rehabilitation Act of 1973, as amended, with 29 U.S.C. § 794, which prohibits discrimination on the basis of disability; with the Americans with Disabilities Act of 1990 (ADA), as amended, 42 U.S.C. §§ 12101 et seq., which requires that accessible facilities and services be made available to individuals with disabilities; and with the Architectural Barriers Act of 1968, as amended, 42 U.S.C. §§ 4151 et seq., which requires that buildings and public accommodations be accessible to individuals with disabilities, and any subsequent amendments to these laws or other laws pertaining to access for individuals with disabilities to the extent applicable. 31. BUS TESTING Bus Testing - The Contractor [Manufacturer] agrees to comply with 49 U.S.C. A 5323(c) and FTA's implementing regulation at 49 CFR Part 665 and shall perform the following: 1) A manufacturer of a new bus model or a bus produced with a major change in components or configuration shall provide a copy of the final test report to the recipient at a point in the procurement process specified by the recipient which will be prior to the recipient's final acceptance of the first vehicle. 2) A manufacturer who releases a report under paragraph 1 above shall provide notice to the operator of the testing facility that the report is available to the public. 3) If the manufacturer represents that the vehicle was previously tested, the vehicle being sold should have the identical configuration and major components as the vehicle in the test report, which must be provided to the recipient prior to recipient's final acceptance of the first vehicle. If the configuration or components are not identical, the manufacturer shall provide a description of the change and the manufacturer's basis for concluding that it is not a major change requiring additional testing. 4) If the manufacturer represents that the vehicle is "grandfathered" (has been used in mass transit service in the United States before October 1, 1988, and is currently being produced without a major change in configuration or components), the manufacturer shall provide the name and address of the recipient of such a vehicle and the details of that vehicle's configuration and major components. 32. PRE-AWARD AND POST DELIVERY AUDITS REQUIREMENTS Pre-Award and Post-Delivery Audit Requirements - The Contractor agrees to comply with 49 U.S.C. § 5323(l) and FTA's implementing regulation at 49 C.F.R. Part 663 and to submit the following certifications: (1) Buy America Requirements: The Contractor shall complete and submit a declaration certifying either compliance or noncompliance with Buy America. If the Bidder/Offeror certifies compliance with Buy America, it shall submit documentation which lists 1) component and subcomponent parts of the rolling Rev 2/20/15 136 stock to be purchased identified by manufacturer of the parts, their country of origin and costs; and 2) the location of the final assembly point for the rolling stock, including a description of the activities that will take place at the final assembly point and the cost of final assembly. (2) Solicitation Specification Requirements: The Contractor shall submit evidence that it will be capable of meeting the bid specifications. (3) Federal Motor Vehicle Safety Standards (FMVSS): The Contractor shall submit 1) manufacturer's FMVSS self-certification sticker information that the vehicle complies with relevant FMVSS or 2) manufacturer's certified statement that the contracted buses will not be subject to FMVSS regulations. 33. PRIVACY ACT 5 U.S.C. 552 Contracts Involving Federal Privacy Act Requirements - The following requirements apply to the Contractor and its employees that administer any system of records on behalf of the Federal Government under any contract: (1) The Contractor agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. § 552a. Among other things, the Contractor agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. (2) The Contractor also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by FTA. 34. ITS Standards Section 5206(e) of the Transportation Equity Act for the 21st Century, Public Law 105-178, 112 Stat. 547, pertaining to conformance with the National Intelligent Transportation Systems Architecture and Standards. All ITS projects funded with Mass Transit Funds from the Highway Trust Funds shall use applicable ITS standards and interoperability tests that have been officially adopted through rulemaking by the United States Department of Transportation (US DOT). 35. Conflict of Interest Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 36. Drug Free Workplace Drug-Free Work Place: The Contractor has implemented a drug-free workplace program and will continue to enforce such program for the duration of resultant agreement. A drug -free workplace program includes: i. A published statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. Rev 2/20/15 137 ii. Employee information about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. iii. Providing each employee engaged in delivering the commodities or contractual services that are under this bid or proposal a copy of the statement specified in Paragraph 1. iv. Notifying the employees that, as a condition of working on the commodities or contractual services that are under this bid or proposal that they will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contender to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. v. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted. vi. Make a good faith effort to continue to maintain a drug-free workplace through implementation of Paragraphs i. through v. above. Rev 2/20/15 138 EXHIBIT C – STATE GRANTING AGENCY PROVISIONS Supplemental General Grant Terms and Conditions CSFA 55.010 and 55.001 The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a cop y of the signed subcontract must be forwarded to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractors is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department harmless against all claims of whatever nature arising out of the subcontractor’s performance of work under this Agreement, to the extent allowed and required by law. 1. Conflict of Interest - This Contract/W ork Order is subject to chapter 112, F.S. The vendor shall disclose the name of any officer, director, employee, or other agent who is also an employee of the State. Grantee shall also disclose the name of any State employee who owns, directly or indirectly, more than a five percent (5%) interest in the Contractor’s company or its affiliates. 2. EEO – The vendor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The vendor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the vendor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the Department deems appropriate. 3. Lobbying - No funds received pursuant to this Agreement may be expended for lobbying the State Commission, Legislature, the judicial branch, or a state/local agency. 4. Convicted Vendors – Vendor shall disclose if they are on the convicted vendor list. A person or affiliate placed on the convicted vendor list following a conviction for a public entity crime is prohibited from doing any of the activities as defined by the Florida Department of Management Services for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. 5. Discriminatory Vendors – Contractor shall disclose if they appear on the discriminatory vendor list. An entity or affiliate placed on the discriminatory vendor list pursuant to section 287.134, F.S. may not: 1) Submit a bid on an agreement to provide any goods or services to a public entity; 2) Submit a bid on an agreement with a public entity for the construction or repair of a public building or public work; 3)Submit bids on leases of real property to a public entity; or 4) Be awarded or perform work as a consultant under an agreement with any public entity; or transact business with any public entity. 6. Record Retention - The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, State, or its designee’s access to such records upon request. 7. Indemnity Provision-- Indemnification shall be included in all contracts with contractors/subcontractors, consultants/sub-consultants who perform work in connection with this contract. • “The Contractor shall indemnify, defend, save, and hold harmless the Florida Department of Transportation and all of its officers, agents or employees from all suits, actions, claims, demands, liability of any nature whatsoever arising out of, because of, or due to any negligent act or occurrence of omission or commission of the Contractor, its officers, agents, or employees.” Rev 2/20/15 139 EXHIBIT D –GRANTING AGENCY FORMS Provided in Separate File Rev 2/20/15 140