Loading...
Agenda 09/23/2008 Item #16B 5Item # 16135 September 23, 2008 EXECUTIVE SUMMARY Page 1 of 41 Recommendation for the Board of County Commissioners to approve a First Amendment to the September 27, 2005, Agreement entered into between McDonald Transit Associates, Inc. and Collier County, which provides for consolidated management for the Collier Area Transit and Paratransit Systems, to allow an opportunity to mediate the rate of compensation for the final two years of the Agreement. OBJECTIVE: To obtain approval from the Board of County Commissioners for an amendment to an Agreement (the "Agreement ") with McDonald Transit Associates, Inc. ( "Contractor ") to delay the commencement of the default compensation provisions of the agreement to allow the Contractor and the County to participate in mediation on October 7, 2008, in an effort to reach a mutual agreement as to the rate of compensation for the remaining two years of the agreement. CONSIDERATIONS: The Contractor and the County entered into the Agreement on September 27, 2005; which pertains to providing consolidated management for the Collier Area Transit and Paratransit Systems for five years. The Agreement specified the rate of compensation for years one through three of the Agreement and stated that the compensation for years four and five was to be negotiated during year three of the Agreement. The Agreement provides that in the event that the parties could not agree upon the rate of compensation for the remaining years of the Agreement, they were to mediate the rate of compensation for those remaining years to reach an agreement. The Agreement further provides that if mediation failed to result in an agreed rate of future compensation then for the remaining two years of the Agreement the Contractor would continue to provide the same level of service as provided during year three of the Agreement, at the same rate of compensation it received in the third Agreement year, as adjusted on a monthly basis by any change in the Consumer Price Index (the "CPI rate of compensation "). The Parties have scheduled mediation for October 7, 2008, in a good faith effort to reach an agreement as to the rate of compensation for the remaining years of the Agreement and wish to avoid the application of the CPI default rate of compensation until those efforts are concluded. Approval of the First Amendment to the Agreement will allow the parties to attempt to reach a mutual agreement, which can then be brought back to the Board for approval. FISCAL IMPACT: There is no fiscal impact associated with this Executive Summary as approval of the First Amendment will retain the status quo rate of compensation under the Agreement. LEGAL CONSIDERATIONS: This item has been approved by the County Attorney's Office and is legally sufficient for Board action. —SRT. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. RECOMMENDATION: That the Board of County Commissioners approve the proposed First Amendment to Agreement and authorizes the Chairman to sign the Amendment on behalf of the Board. Prepared by: Scott R. Teach, Deputy County Attorney Attachments: First Amendment to Agreement, with Exhibits. Item # 16B5 September 23, 2008 Page 2 of 41 Recommendation for the Board of County Commissioners to approve a First Amendment to the September 27, 2005, Agreement entered into between McDonald Transit Associates, Inc. and Collier County, which provides for consolidated management for the Collier Area Transit and Paratransit Systems, to allow an opportunity to mediate the rate of compensation for the final two years of the Agreement. Prepared By: Department Date County Attorney 9/12/2008 2:12:10 PM Approved By: Department Approval Date Transportation Approved 9/12/2008 2:57 PM Approved By: Department Approval Date County Attorney Approved 9/15/2008 1:39 PM Approved By: Department Approval Date Office of Management and Approved 9/15/2008 4:16 PM Budget Approved By Department Approval Date County Approved 9/15/2008 5:13 PM Manager's Office Name: Description: D McDonaltl transit first amendment oxec summ doc McDonald Transit First Amendment - executive summary D McgQaa-c 7r nansi Fir at AmQnd_m@ni_to.AgreQmontpdJ McDonald Transit First Amendment to Agreement D McDonald transit agreement.pdi McDonald Transit original Agreement Type: Executive Summary Agreement Agreement Item # 1665 September 23, 2008 Page 3 of 41 FIRST AMENDMENT TO AGREEMENT THIS FIRST AMENDMENT TO AGREEMENT ( "Amendment') is made and entered into this 23d day of September, 2008, by and between MCDONALD TRANSIT ASSOCIATES, INC., whose address is 4500 Mercantile Plaza Drive, Suite 307, Fort Worth, Texas 76137 (hereinafter referred to as "Contractor "), and THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA AS THE GOVERNING BODY OF COLLIER COUNTY (hereinafter referred to as "County "). RECITALS: WHEREAS, the Contractor and the County entered into an Agreement on September 27, 2005 (hereinafter referred to as the "Agreement'), a copy of which is attached hereto, to provide consolidated management for the Collier Area Transit and Paratransit Systems for five years; and WHEREAS, the Agreement specified the rate of compensation for years one through three of the Agreement and stated that the compensation for years four and five was to be negotiated during year three of the Agreement; and WHEREAS, the Agreement further provides that in the event that the parties could not agree upon the rate of compensation for the remaining years of the Agreement they were to mediate the rate of compensation for those remaining years to reach an agreement; and WHEREAS, the Agreement further provides that if mediation failed to result in an agreed rate of future compensation then for the remaining two years of the Agreement the Contractor would continue to provide the same level of service as provided during year three of the Agreement, at the same rate of compensation it received in the third Agreement year, as adjusted on a monthly basis by any change in the Consumer Price Index (the "CPI rate of compensation "); and WHEREAS, the Parties have scheduled mediation for October 7, 2008, in a good faith effort to reach an agreement as to the rate of compensation for the remaining years of the Agreement and wish to avoid the application of the CPI rate of compensation until those efforts are concluded and agree it is necessary to amend the Agreement. Item # 1665 September 23, 2008 Page 4 of 41 NOW, THEREFORE, in consideration of the premises and for good and valuable consideration, receipt and sufficiency of which is hereby acknowledged by both parties, the parties hereby agree to the changes as follows: 1. The foregoing Recitals are true and correct and are incorporated by reference herein. 2. Paragraph "33" of the Agreement is hereby superseded and replaced by new paragraph "3.3," which reads as follows: 3.3 The estimated costs for the first three contract years, set forth in Attachment 3, are based upon 42,926 fixed route revenue hours, plus paratransit services. It is expected that these hours will change over the course of the Agreement, and that Contractor's compensation will be adjusted to reflect such changes. Compensation for the remaining portion of the fourth and subsequent fifth year of this Agreement shall be negotiated yeaF of this Agreemei34 by the parties, and shall be based upon Contractor's actual costs, with a 2.5% fixed profit. Should the parties fail to reach agreement for year four and five compensation by March 31, 2008, then the parties shall mediate the issue in accordance with County's then - current mediation policy, with each side paying half of the costs of mediation. Should the parties fail to reach a mediated settlement by October 31, 2008, then for the remaining twe years term of this Agreement after that date, the Contractor will continue to provide the same level of service it provided during the third Agreement year, at the same level of compensation provided by the contract it meeived in the third Agreement year, as adjusted on a monthly basis thereafter by any change in the Consumer Price Index (All Urban Consumers, U.S. City Average, All Items, Not Seasonally Adjusted, Base Period 1982 -1984 =100). Payment shall be made to Contractor promptly upon receipt of a proper invoice and in compliance with Section 218.70 F.S., otherwise known as the "Florida Prompt Payment Act." 3. Except as amended, all other terms and conditions of the September 27, 2005, Agreement remain in full force and effect. This Amendment and its provisions merge any prior agreements, if any, between the parties with respect to the matters set forth in this Amendment. 5. This Amendment shall be recorded by the County, at the expense of the County, in the Official Records of Collier County, Florida, within sixty (60) days after execution of this Amendment by the County. IN WITNESS WHEREOF, the parties hereto have executed the foregoing First Amendment to Agreement the date and year fast written above. Item # 16B5 September 23, 2008 Page 5 of 41 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first above written. Attest: BOARD OF COUNTY COMMISSIONERS DWIGHT E. BROCK, Clerk COLLIER COUNTY, FLORIDA La , Deputy Clerk INC. First Witness Type/print witness name Second Witness Type /print witness name Approved as to form and legal sufficiency: Scott R. Teach, Deputy County Attorney Un Tom Henning, Chairman MCDONALD TRANSIT ASSOCIATES, Contractor By: Signature LE Typed Signature and Title AGREEMENT September 23, Page 6 of 41 THIS AGREEMENT ( "Agreement ") is made and entered into this day of beJr 2005, by and between MCDONALD TRANSIT ASSOCIATES, INC., whose address is 4500 Mercantile Plaza Drive, Suite 307, Fort Worth, Texas 76137 (hereinafter referred to as "Contractor"), and THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA AS THE GOVERNING BODY OF COLLIER COUNTY (hereinafter referred to as "County'). WITNESSETH: 1. TERMS AND RENEWAL. This Agreement shall commence October 1, 2005, and will be in effect for five years, terminating September 30, 2010. County has the right to renew this contract, with the consent of Contractor, under the same terms and conditions for one additional five -year period. County shall give Contractor written notice of County's intention to renew the Agreement term not less than 30 days prior to the end of the term. In lieu of renewal, 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 79 days. The County Manager, or his designee, shall give Contractor written notice of County's intention to extend the Agreement term not less than 30 days prior to the end of the terns. 2. _DUTIES. Except as set forth below, the parties' respective duties are described in Attachments 1 and 2. 3. COMPENSATION. County shall pay Contractor for the performance of this Agreement: 3.1 A Management Fee. This fee includes all cost and expenses associated with the salary and related cost of the General Manager, interest on worldng capital, corporate staff travel, and overhead In addition, this management fee includes the cost of expert management consultation and advisory assistance in all areas of the public bus transportation industry as may be reasonably required to assist the General Manager and Collier Area Transit in the day -to -day operation of the system. 3.2 All other costs and expenses approved by the County for the operation of the public transit system will be reimbursed to the Contractor by the County upon proper documentation of expenses incurred, provided however that the County, at its sole discretion, may provide goods, supplies, materials and services in ldnd. 3.3 The estimated costs for the first three contract years, set forth in Attachment 3, are based upon 42,926 fixed route revenue hours, plus paratransit services. It is expected that these hours will change over the course of the Agreement, and that Contractor's compensation will be adjusted to reflect such changes. Compensation for the fourth and fifth year of this Agreement shall be negotiated during the first half of the third year of this Agreement by the patties, and shall be based upon Contractor's actual costs, with a 2.5% fixed profit. Should the parties fail to reach agreement for year four and five compensation by March 31, 2008, then the parties shall mediate the issue in accordance with County's then - current mediation policy, with each side paying half of the costs of mediation. Should Page 1 of 30 September 23, Page 7 of 41 the parties fail to reach a mediated settlement, then for the remaining two years of this Agreement, Contractor will continue to provide the same level of service it provided during the third Agreement year, at the same level of compensation it received in the third Agreement year, as adjusted on a monthly basis thereafter by any change in the Consumer Price Index (All Urban Consumers, U.S. City Average, All Items, Not Seasonally Adjusted, Base Period 1982 -1984 =100). Payment shall be made to Contractor promptly upon receipt of a proper invoice and in compliance with Section 218.70 P.S., otherwise known. as the "Florida Prompt Payment Act." 4. TERMINATION. County may terminate this Agreement immediately for cause should the Contractor fail to perform its services in a manner satisfactory to County, with County being the sole judge of non - performance. Otherwise, County may terminate this Agreement at any time upon 60 days written notice to the Contractor. Any such notice to terminate this Agreement shall be given by certified mail, return receipt requested, and shall be effective 60 days from the date of receipt as noted on the return receipt. A written request by the County to the Contractor to increase or decrease the level of fixed route service shall not be construed as a partial termination of this Agreement. Upon such a request, the parties will negotiate in good faith for a concomitant increase or decrease in payment to Contractor. 5. ASSIGNMENT AND SUBCONTRACTING. No portion of the requested services may be assigned or subcontracted without the prior written permission of the County. County may grant or withhold its consent in its sole and absolute discretion. 6. OPERATING REVENUES. All operating revenues collected by Contractor are the property of County, including but not limited to farebox receipts, ticket and pass sales revenue, and advertising revenues. 7. MEETINGS. Upon request of the County, the Contractor shall, at its own expense, attend citizens' meetings to provide information concerning the transit system. The General Manager, representing the Contractor, shall attend, at a minimum, biweekly meetings with County Transportation Alternative Modes Department staff at times and locations to be determined. 8. ADVERTISING. The County shall determine interior and/or exterior advertising policies on revenue vehicles. All revenue received from advertising on buses shall be paid to the County. The Contractor shall be responsible for the installation of advertising in or on the buses, and collection of revenue from the advertiser. This revenue must be documented and deposited with passenger fares in the County bank account. There shall be no interior or exterior advertising on or in buses, transit shelters, benches, or other transit amenities without prior written approval by the County Public Transportation Manager or their designee. 9. TBE COUNTY AND CONTRACTOR - SUPPLIED PROPERTY. Title to capital items provided by the County shall remain with the County. The Contractor shall be required to maintain such items utilizing manufacturers' recommended maintenance standards, at a minimum, or those standards provided by the County, at the County's sole discretion. Furthermore, the Contractor shall maintain adequate property control records of all County - furnished property in accordance with sound industry practice and as approved by the County. The County shall have the option, upon the expiration or termination of the Agreement, to purchase all or any part of non - revenue equipment not Page 2 of 30 September 23, Page 8 of 41 already purchased by the County and used by the Contractor in the performance of the work specified in the Agreement at a price equal to that portion of the original cost of the equipment which has not yet been amortized as of the date the Agreement expires or is terminated. Amortization shall be deemed to be in accordance with generally accepted accounting principles. 10. INSURANCE. The Contractor shall provide insurance as follows: 10.1 Minimum Limits of Insurance The Contractor shall maintain limits no less than: a. Commercial General Liability (Occurrence Form) patterned after the current I.S.O. form with no limiting endorsements, excluding Garage Liability: $5,000,000 combined single limit per occurrence for bodily injury, personal injury, and property damage. b. Vehicle/Automobile Liability (Owned/non- owned/hired): $5,000,000 combined single limit per accident for bodily injury, personal injury and property damage including passenger liability. c. Umbrella Liability: 510,000,000 per occurrence for bodily injury, personal injury, and property damage in excess of limits required above. d. Workers' Compensation and Employers' Liability: Workers' Compensation limits as required by the Statutory Limits of Florida Statutes Chapter 440 and all Federal Government Statutory limits and Requirements. e. All Risk Fire and Extended Coverage for full replacement cost on all equipment, tools, supplies, and contents used by the Contractor in the performance of services under the Contract. The County will be included as a Loss Payee in this coverage for County — owned equipment, tools, supplies, and contents. f. Vehicle/Automobile Physical Damage coverage, including Collision coverage and Comprehensive coverage, each equal to depreciated value of all vehicles, including the buses, and non- revenue vehicles operated by Contractor. The Contractor shall be responsible for all damages falling below the deductible. No blanket or per location limit should apply to this coverage under $10,000,000. The County will be included as a Loss Payee in this coverage. g. Fidelity Bonds insuring against theft, fraud or misappropriation of funds or other misuse of money in such amounts as the County shall request. Collier County shall be named as an Additional Insured as their interest may appear. A letter of credit may be requested in lieu of or in addition to a Fidelity Bond to secure the Bond deductible depending upon its size. h. Employment practice Liability: $1,000,000 each occurrence and aggregate. Page 3 of 30 Item # 1665 September 2 Page 9 of 41 i. Performance Bond: It is hereby made a part of this Agreement that the Performance Bond requirement is waived. 10.2 Deductibles and Self- Insured Retention Any deductibles or selMnsuted retentions must be declared to and approved by the County. At the option of the County, either, the insurer shall reduce or eliminate such deductibles or self - insured retentions in. regard to the deductibles or self - insured retention's as respects the County, the BCC, their officials, agents, employees, and volunteers; or the County shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 10.3 Other Insurance Provisions The policies arc to contain, or be endorsed to contain, the following provisions: 1. General Uability, Automobile Liability, and Umbrella Liability Coverage a. The County, the BCC, their officials, agents, employees, and volunteers are covered as insureds as respects liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor, premises owned, occupied or used by the Contractor; or vehicles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the County, the BCC, their officials, agents, employees, and volunteers. b, The Contractor's insurance coverage shall be primary insurance as respects the County, the BCC, their officials, agents, employees, and volunteers. Any insurance or self- insurance maintained by the County, the BCC, their officials, agents, employees, and volunteers shall be in excess of the Contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the County, the BCC, and its officers, officials, employees and volunteers. d. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Workers' Compensation andEmolovers' Liability Coverage The insurer shall agree to waive all rights of subrogation against the County, the BCC, and its officers, officials, employees and volunteers for losses arising from work performed by the Contractor for the County. 3. All Coverage Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, or canceled by either party, reduced in coverage or in Page 4 of 30 - - - Item #-16B5 September 23, 8 Page 10 of 41 limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the County or ten (10) days for non- payment. 4. Acceptability of Insurers Insurance is to be placed with insurers with a Best's rating of no less than A VII or acceptable to the County. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County 30 days prior to any expiration date. There shall be a 30- day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. 10.4 Verification of Coverage The Contractor shall furnish the County with certificates of insurance and with original endorsements effecting coverage required by this clause. The certificates and endorsements for each insurance policy ate to be signed by a person authorized by that insurer to bind coverage on its behalf. The policies, certificates and endorsements are to be in a form acceptable to the County and alt to be received and approved by the County 30 days after award or commencement of any transition activity, whichever is earlier.. The Contractor is to commence no activity with regard to performance of the Contract until the required insurance has been obtained_ The County reserves the right to require complete, certified copies of all required insurance policies, at any time. 10.5 Subcontractors The Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein except paratransit subcontractors will be subject to Automobile Liability of $1,000,000, in Attachment 4. 10.6 Additional Insured Reauitements Collier County shall be listed as the Certificate Holder and include as an Additional Insured on the Comprehensive General Liability Policy. 10.7 Certificate Holder and Requirements Collier County Board of County Commissioners shall be named as the Certificate Holder. NOTE: The "Certificate Holder" should read as follows: Collier County Board of County Commissioners 3301 East Tamiami Trail Naples, FL 34112 The Certificate must state the Contract Number and Title. 10.8 Cancellation Notice Requirements Page 5 of 30 September 23, Page 11 of 41 Thirty (30) Days Cancellation Notice is required. 10.9 Claims Information and Loss Runs The Contractor shall make available to the County, through its records or the records of their insurer, information regarding a specific claim. Any loss run information available from the Contractor or their insurer will be made available to the County upon their request. 11. INDEMNIPCATION. To the maximum extent permitted by Florida law, th.e 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 ContractorNcridor/Consultant or anyone employed or utilized by the Contractor/Vendor /Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 12. AMENDMENT AND NOTICES. Except as otherwise provided herein, this Agreement shall only be amended by mutual written consent of the parties hereto or by their successors in interest In the event state or federal laws are enacted after the execution of this Agreement which are applicable to and preclude in whole or in part the parties' compliance with the terms of this Agreement, then in such event this Agreement shall be modified or revoked as is necessary to comply with such laws, in a manner which best reflects the intent of this Agreement. All notices and other communications required or permitted hereunder shall be in writing and shall be sent by Certified Mail, return receipt requested, or by a nationally recognized overnight delivery service, and addressed as follows: McDonald Transit Associates, Inc. 4500 Mercantile Plaza Drive Suite 307 Fort Worth, Texas 76137 All Notices from the Contractor to the County shall be deemed duly served if mailed or certified mail to the County to: Collier County Government Center Purchasing Department— Purchasing Building 3301 Tamiami Trail, East Naples, Florida 34112 The Contractor and County may change the above mailing address at any time upon giving the other party written notification. Page 6 of 30 September 23, Page 12 of 41 13. LEGAL RELATIONSHIP. Contractor is an independent contractor, and is not the legal representative or agent of the County. Contractor and County have a business relationship based entirely on and circumscribed by this Agreement. No partnership, joint venture, agency, fiduciary, or employment relationship is intended or created by reason of this Agreement. Contractor will exorcise full and complete control over and have full responsibility for its contracts, daily operations, labor relations, employment practices and policies, including but not limited to the recruitment, selection, hiring, disciplining, firing, compensation, work riles and schedules of its employees. 14. LAWS AND PERMITS. Any and all services, materials and equipment shall comply fully with all Local, State and Federal laws and regulations. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the work shall be obtained by Contractor. Payment for all such permits issued by County shall be processed internally by County. All non -County permits necessary for the prosecution of the work shall be procured and paid for by Contractor. In addition, Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons it employs, and agrees that there shall be no discrimination as to race, sex, color, or national origin. 15. NO IMPROPER USE. 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. 16. DISPUTE RESOLUTION, This Agreement shall be deemed to be made in Collier County, Florida, and shall be governed by the laws of the State of Florida. In the event of a dispute under this Agreement, the parties shall first use County's then - current Alternative Dispute Resolution Procedure. Following the conclusion of this procedure, either party may file an action for appropriate relief in the Circuit Court of Collier County, said Court being the sole agreed upon venue with respect to any action arising from this Agreement. 17. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim. 18. SUBJECT TO APPROPRIATION. This Agreement is subject to appropriation by the Board of County Commissioners. 19. RECORDING. Contractor shall execute the Agreement first and it shall be recorded by County in the Official Records of Collier County, Florida, within fourteen (14) days after County executes the Agreement. Contractor shall pay all costs of recording this Agreement. County shall provide a copy of the recorded document to Contractor upon receipt of the recorded document. Page 7 of 30 September 23, Page 13 of 41 IN WITNESS WHEREOP, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first above written. Attest: DWIGHT E. $$OCK, Clerk B T e uty erk e�o h s Cl �ttgt►Qty��i �` IiIA First Witness Type/print witness name S lid Witness k'4af, Z. ;I ype/print witness nfine to form and legal sufficiency: BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: 11 -4 W FRED W. COYLE, Chairrn Typed Signature and Page 9 of 30 j of September 23, Page 14 of 41 ATTACHMENTI COUNTY DUTIES COUNTY DUTIES AND RESPONSIBILTTTES The COUNTY has the following responsibilities and performs the following duties with respect to the fixed route and paratransit services. To the extent reasonable and feasible, CONTRACTOR shall assist COUNTY in this regard. Financial The COUNTY shall reimburse, on a monthly basis, all costs for the approved budget for fixed route services and paratransit services promptly. The COUNTY shall offer their advice and consent on the selection of any insurance policy and any subcontractor who provides trips to the customer. The COUNTY shall establish a payment account unique to the paratransit subcontracts. Operations and Maintenance Facility COUNTY provides the operationstmaintenance facility and maintenance for COUNTY -owned CAT and paratransit vehicles. COUNTY is responsible for ell utilities and maintenance costs for these facilities. Vehicles and Equipment COUNTY will provide to CONTRACTOR the vehicles set forth in Exhibit "A" (both CAT buses and paratmnsit). CONTRACTOR must provide any additional paratrausit vehicles as necessary and may do so through subcontracts. The CONTACTOR may be required to purchase additional computer equipment .4€ --dte- CO to req COUNTY will reirnKarse the CONTRACTOR for the actual cost of the approved computers and software. The COUNTY may provide all or part of the computer equipment rather than reimbursing the CONTRACTOR. The CONTRACTOR shall procure with the advice and consent of COUNTY the scheduling software preferred and specified by COUNTY. The ownership of the software shall remain with COUNTY. Fluel and Maintenance Costa COUNTY shall provide fuel and maintenance products or services needed for all county owned vehicles. COUNTY will outline all operating, administrative and accounting procedures that CONTRACTOR must follow in connection with fueling operations. The COUNTY will either reimburse the CONTRACTOR for the cost of fuel for those isolated cases in which it is not feasible to supply fuel at a COUNTY facility for all county owned vehicles used in providing service to CAT and paratransit. COUNTY may transfer direct maintenance duties to CONTRACTOR. Costs for fuel and maintenance for COUNTY vehicles am in addition to the CONTRACTOR cost proposal. Schedules, Passes, Tickets, Tokens CONTRACTOR shall prepare, print, and provide all schedules, passes, tickets, tokens, and like materials required by CAT and paratransit operations. CONTRACTOR shall distribute and disseminate such materials in accordance with the provisions of this CONTRACT and any directions supplemental thereto provided by COUNTY. The COUNTY will reimburse the CONTRACTOR for the cost of these items. Page 9 of 30 September 23, Page 15 of 41 Radio Communication Systems COUNTY will provide radios on all County-owned fixed route buses and existing County -owned supervisory vehicles. COUNTY will be responsible for providing and maintaining the radio communications system. COUNTY will be financially responsible for the cost of the radio Iicense, all radio equipment and equipment installation. CONTRACTOR must identify and provide additional radio equipment for any additional Supervisor vehicles, parattansit fleet, and other new services. If CONTRACTOR is required to purchase the radio equipment, COUNTY will reimburse CONTRACTOR for the actual cost of the approved radios and equipment. COUNTY may provide all or part of the radio communication equipment rather than reimbursing CONTRACTOR. FareboxeslDestination Signs COUNTY provides the manual farebox system on the fixed route bus fleet and the necessary equipment (vault, any coin counting machines, etc. at its administrative/dispatch office) to safely and securely stole the contents of all fareboxes over night If additional equipment is identified by the CONTRACTOR and approved by the COUNTY, the CONTRACTOR may be required to purchase that equipment. The COUNTY will reimburse the CONTRACTOR for the cost of the approved equipment. COUNTY will provide the destination signs for the buses, Bus Stun Imprevemmta COUNTY will purchase all signs, posts, benches, shelters, and trash receptacles for CAT and paratransit bus stops and facilities. The CONTRACTOR will maintain all bus stops, signs, posts, benches, shelters, and trash receptacles at COUNTY'S direction. The COUNTY will reimburse the CONTRACTOR for the expense of this maintenance. Notification — potential Interference With Operations COUNTY shall make a reasonable effort to notify CONTRACTOR in advance of any road closures, detours, parades, or other such events under COUNTY jurisdiction, which may interfere with CAT and paratransit operations or require deviations from established routes or schedules. Page 10 of 30 September 23, Page 16 of 41 ATTACHMENT2 CONTRACTOR DUTIES CONTRACTOR DUTIES AND RESPONSIBILMES The CONTRACTOR shall perform the duties and accept the responsibilities set forth below in connection with the operation, maintenance, and administration of fixed route CAT and parau2nsit systems. Oaera6ons CONTRACTOR shall provide the necessary management, technical and operating services for the operation of fixed route, special event, paratransit and other services as specified by the COUNTY. CONTRACTOR shall assist and cooperate with COUNTY in meeting the objectives of providing quality transportation services. CONTRACTOR shall perform close liaison activities, coordination, and cooperation with COUNTY on matters related to operations, monitoring, reporting and service performance measurements. System Planning and Adadulatradon CONTRACTOR is responsible for all planning activiti es relative to CAT routes, schedules, days and hours of operations, bus stop locations, location of bus stop improvements, approval of all planning documents, budgets, grant applications and related documentation, contract monitoring and other such activities relative to overall system administration, at COUNTY'S approval. CONTRACTOR is responsible for the preparation and administration of all grants (federal, state and local) associated with the operation of the fixed route and paratransit systems. Fixed Route Using vehicles and equipment provided or funded by the COUNTY, CONTRACTOR will operate fixed route bus services as specified by COUNTY. Fixed route bus service shall be operated in strict accordance with the operating days and hours, routes and schedules set forth in the schedule, and shall provide such service in a safe, professional, and courteous manner. Service hour.$ may vay over the term of the CONTRACT depending upon funding considerations. • In the event that a fixed route operates mom than ten (10) minutes behind schedule, CONTRACTOR shall take all available steps to restore on -time performance. • CONTRACTOR shall establish procedures, subject to COUNTY review and approval, to restore on -time performance. • CONTRACTOR is responsible for developing and distributing all schedule blocks and run cuts in conformity with COUNTY'S prior approval and specifications. • A dispatcher is required to be on duty in the fixed route dispatch office at all times while buses are in service. Detailed logs must be kept on all communications. • Drivers, when requested by COUNTY, will hand out notices to passengers or otherwise render assistance in COUNTY'S customer relations, promotion, monitoring, and supervisory functions. • Drivers will be required to assure that each patron pays the appropriate fare, • Drivers will be required to honor fares as determined by COUNTY. • Drivers shall have available at all rimes during operation of any bus an accurate timepiece. • Drivers will be required to operate the wheelchair lift and kneeling features and assist in securing wheelchairs and scooters. Page 11 of 30 Item # 16B5 September 2< Page 17 of 41 • Drivers will be required to announce all ADA requited stops through the PA system, as outlined by the COUNTY. • Drivers must fill out a pre -trip and post -trip inspection forms. • The CONTRACTOR must provide a reliable monitoring program to insure a high. perforutance capability. The CONTRACTOR will be responsible for accumulating data and reports that assist in identifying service improvements. • The CONTRACTOR must implement a program that provides adequate supervision throughout the transit system's service area. Pyatransit Service The CONTRACTOR shall ensure that similar operation; maintenance and administrative oversight and management duties and responsibilities are undertaken for the paratransit system. CONTRACTOR shall propose a qualifications -based subcontractor selection process within ten days of contract award. CONTRACTOR shall conduct all subcontractor selection and negotiation process with the advice and consent of COUNTY. CONTRACTOR shall cause this process to be completed 30 days before service delivery inception as defined in the subcontract. At a minimum, the CONTRACTOR will be responsible for the successful delivery of al] scheduled paratransit trips with the passenger pick -ups occurring within fifteen (15) minutes of the scheduled pick -up time. Sneeial Events Service In addition to regular fixed route and paratransit operations, CONTRACTOR will from time to time, be required to provide special transportation services within the CAT service area using CAT vehicles. All passenger fares (if any) for the special events service are the property of the COUNTY and are to be accounted for and deposited using the same procedures followed for the regular operations on the fixed route service. SAFETY CONTRACTOR shall assume full responsibility for assuring that the safety of passengers, personnel, members of the public and COUNTY'S vehicles and equipment are maintained at the highest possible level throughout the term of this CONTRACT. In this regard, the CONTRACTOR will develop and implement an ongoing comprehensive safety program covering all aspects of the system The Safety Program must meet, at a minimum, all applicable Federal, State, and local regulations including Rule Chapter 14-90. The COUNTY System Safety Program Plan (SSPP) sets the requirements for safety. The following, at a minimum, are to be included in the Safety Program: Safety Reviews and Accident Prevention The program will include provisions to regularly review all aspects of the operation to ensure that the service being provided meets the highest level of safety standards. This will include audits of vehicles and equipment, delivery of accident prevention programs, holding monthly safety meetings, and ensuring follow -up of findings. Fmer eencv Preparation CONTRACTOR will develop procedures and provide training programs to address all types of emergency situations, including accidents, crime/security incidents, and inclement weather. Page 12 of 30 September 23, Page 18 of 41 AccfdeaUlrtcident Response and Reporting CONTRACTOR shall develop and implement procedures, subject to COUNTY review and approval, to respond to and report all accidents and incidents. Such occurrences are to include vehicle accidents, passenger injuries or disturbances, employee injuries, and lift failures on in- service buses. All traffic accidents involving transit system vehicles are to be reported promptly to the Collier County Sheriff or other appropriate police unit, as well as the COUNTY. Accident Investigation, Ratine and Follow -up CONTRACTOR will develop procedures to investigate, review 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 revision, 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 US Department of Transportation, ADA Requirements Program will encompass provisions for meeting ADA public transit requirements, including the policies, regulations and training of all bus operators in the safe use of all ADA bus equipment. Requirements include operation of the wheelchair lift equipment, wheelchair tie -down procedures, wheelchair lift standee policies, operation of bus kneeling feature, public address system, boarding and securing of the mobility devices, service animal regulations, and an awareness of a variety of disabilities and the medical symptoms or risks associated with them. Drue and Alcohol Testing Protrtam The CONTRACTOR will implement a Drug and Alcohol Testing Program that complies with 49 CFR Part 655. COUNTY will reimburse CONTRACTOR for all required tests. Monthly reports must be submitted to the COUNTY documenting the details of the tests that have been administered. The annual Federal Management Information System (MIS) reports with specific fixed route and paratransit information arc to be submitted to COUNTY each year. The CONTRACTOR must permit the COUNTY and any authorized representative of US DOT to inspect facilities, and records associated with the program. The Drug and Alcohol Testing Program requirements will be reflected in the Accident Response procedures. The CONTRACTOR agrees further to certify to Collier County annually its compliance with Part 655. 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. CUSTOMER SERVICE The CONTRACTOR will operate a Customer Service Program, which accomplishes the following: Customer Inquiries, Complaints and Commendations A main focus of the Customer Service Program is handling all customer /public inquiries, complaints or commendations received by mail, fax, e-mail, phone, or in person. The Customer Information Service hours will be Monday — Saturday from 6:00 am. to 7:00 p.m. The hours may be extended in the future if a need is identified. All inquiries, complaints, or commendations shall be recorded on Page 13 of 30 September 23, Page 19 of 41 a permanent customer comment form. The comments are to be routed to the appropriate department for research and follow -up actions. Detailed questions and all complaints must receive follow -up responses to customers within three (3) working days of receipt. An important requirement of the program is supervision of infomaation responses to assure quality control, accuracy, and customer service. In addition, CONTRACTOR shall monitor and schedule personnel necessary to effectively respond to incoming calls at a quality and level consistent with customer demand. A comprehensive report is to be provided to COUNTY monthly, showing a summary of all customer communication (both received and sent). The report is to be organized by the customer comment category, by bus route, date, and customer name or employee name. Follow -up action taken to address concerns must be specified in this report All complaints .more than eight (8) working days old which have not resulted in a completed investigation and follow -up response (telephone or written) to the customer must be listed separately and forwarded to the COUNTY. TickeWass Sales Proom CONTRACTOR will sell tickets and monthly passes for fixed route and paratransit service at the CONTRACTOR'S facility during the hours of 8 am to 5 pm on weekdays. CONTRACTOR will accept payment by cash., check, and money order. A mail -in ticket and pass program must also to be provided. All revenues from the sales program are to be included in the passenger fare deposits. The CONTRACTOR must provide complete accountability to the COUNTY for this program. A periodic inventory of tickets and passes will be conducted at the COUNTY'S request. Oneratine a Lost and Found Proeram Customer Service will be responsible for managing all lost and found articles from buses or at transit facilities. This may include ,fielding inquiries on the phone or in person at the Customer Service Information Office. Photo Identification Cards CONTRACTOR may be asked to prepare and issue identification cards to the elderly and disabled for federal fixed route discount fare benefits, as well as those eligible for the Complementary Paratransit ADA services. Customer Service will record information and prepare an LD. at the CONT'RACTOR'S facility for all eligible passengers requiring the discounted fare. Information on the recipients will be entered and maintained on a database. MAINTENANCE CONTRACTOR shall provide information and training to COUNTY staff regarding compliance with all applicable requirements of Federal and State, statutes or regulations in connection with the maintenance of COUNTY -owned vehicles and equipment. Preventive Maintenance Proeram CONTRACTOR shall develop and submit a pro-active preventive maintenance program within thirty (30) days of the effective date of this Agreement. At a minimum, CONTRACTOR'S preventive maintenance program shall adhere to the preventive maintenance schedules and standards of the industry, and shall be sufficient so as not to invalidate or lessen warranty coverage of any county owned vehicle or associated equipment. Page 14 of 30 Vehicle Towin¢ In the event that towing of any COUNTY -owned damage, etc., CONTRACTOR shall be responsibl e selected by the COUNTY. The COUNTY will provided. WDIWMWFNVt elasiMARM item T613-5 September 23, bihh8 Page 20 of 41 vehicle is required due to mechanical failure, to arrange such towing, through a company reimburse the towing Contractor for service Daily Vehicle Servicin¢ CONTRACTOR shall perform daily vehicle servicing on all fixed route vehicles and equipment. For purposes of this CONTRACT, daily servicing shall include, but not be limited to: • Fueling • Engine oil, coolant, transmission fluid, and windshield washer check/add • 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 CONTRACTOR shall develop, implement, and maintain a written checklist of items included in the daily servicing of each vehicle. The checklist shall be utilized and kept on file for COUNTY review for two (2) years. Similar standards should be developed for county owned vehicles out stationed to parsiumisit service sub - contractors. Vehicle Cleanin¢ CONTRACTOR shall maintain buses in a clean and neat condition at all times. Vehicle exteriors and wheels should be washed daily and interiors cleaned daily; including floors mopped and trash removed after each day's use. Ceilings, windows, dashes, walls, stanchions, and grab rails shall be thoroughly cleaned as necessary, but at least every fourteen (14) bays. 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. Upholstery damage shall be scheduled for repair immediately upon discovery. 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. Buses shall be kept fm of vermin and insects at all times. CONTRACTOR shall exterminate all vermin and insets from all vehicles immediately upon their discovery, utilizing safe, non - hazardous and EPA approved insecticidestmaterials. Similar standards should be developed for county owned vehicles out stationed to paratransit service sub -contractors. Page 15 of 30 Item # 1665 September 23, Page 21 of 41 Bus Stop. Transfer Center, Transit Atn_enities Maintenance, Cleanine The CONTRACTOR will be responsible for cleaning and maintaining the transfer center, park and ride lots, improved bus stops, shelters and other transit amenities. This shall include but not be limited to: trash removal, washing windows, replacement of light bulbs, painting, graffiti removal, and insect removal/meatment CONTRACTOR will be responsible for monitoring all bus stops, shelters, and other transit amenities on a regular basis and reporting any maintenance problems to the COUNTY. The maintenance program must meet the following minimum standards and the proposed plan to accomplish this task shall be submitted to the COUNTY for review and approval: • The CONTRACTOR shall be required to monitor bus stops, transfer center, park and ride lots as well as improved bus stops and shelters transfer locations on a regular basis. The CONTRACTOR'S field supervisors and the transit system bus operators may be utilized as a monitoring resource. Customer comments and requests will also provide information related to the bus stop maintenance requirements. • Upon notification, the CONTRACTOR will clean and maintain the improvements and grounds at all bus stop sign, bench, and shelter locations. • Unsightly conditions reported to the CONTRACTOR by the COUNTY or the public will be corrected within forty -eight (48) hours. • Hazardous conditions such as damaged facilities will be responded to as quickly as possible. The CONTRACTOR will be initially responsible for labor and materials used in the performance of this work. The COUNTY will reimburse the CONTRACTOR for the cost of labor and materials. The CONTRACTOR is responsible for managing the CAT bus stop and shelter program and undertaking designated repairs. This includes the following responsibilities: Bus Stop Inventory Preparing and maintaining a computerized CAT bus stop inventory which delineates the location of all bus stops, the routes that serve each stop, and the improvements located at each stop. Bus Stun Shelter Repair Work Order Proeram Performing the ongoing maintenance of existing signposts, trash receptacles, shelters and benches at stops, including repair, removal, and relocation of bus stop materials. Sismin Parts Invertory The CONTRACTOR will maintain the inventory of all sign faces and posts by type, and advise the COUNTY when additional faces and posts need to be ordered. The COUNTY will reimburse the CONTRACTOR for all sign faces and posts. Stop and Route Evaluation Evaluating requests for additional stops and routes and making recommendations to COUNTY on stop and route additions, removals and relocation. The recommendations need to be based on ADA, safety, route schedule, and community considerations_ CONTRACTOR will be responsible for labor used in the performance of this work. Page 16 of 30 ncn,a ,uu� September 23, 698 Page 22 of 41 CONTRACTOR will develop a Plan to assure that revenue collection, reconciliation, reporting, and deposit procedures meet industry standards and conform to local and federal requirements. This Plan is to be submitted to COUNTY for review and approval. The following is to be incorporated into the plan: • All revenue collected by CONTRACTOR for fixed route, paratransit and special event service will be the property of the COUNTY. • CONTRACTOR shall reimburse COUNTY for any revenue missing or stolen from vehicles or facilities. COUNTY and CONTRACTOR agree to daily reconciliation of receipts. CONTRACTOR shall prepare reconciliation- reporting system in 30 days from award of contract. • COUNTY will establish the faro structure for the fixed route system and trip rate structure for the paratransit system. Any change in the fare structure or trip rates authorized by the COUNTY will be implemented by the CONTRACTOR in the manner and at the time prescribed by COUNTY. • Drivers shall be requited to assure that each patron pays the appropriate fare prior to being provided transportation service. The CONTRACTOR may waive the passenger fare when appropriate in order to maintain appropriate customer relations. Procedures outlining the waiving of passenger fares shall be identified in the CONTRACTOR'S Policies and Procedures Manual. • Drivers will not handle cash or make change for passengers. • Drivers will record ridership counts by passenger category. • CONTRACTOR shall maintain the security of the fireboxes on the buses and the associated revenue collection system. Drivers will immediately report to Dispatch all problems arising with the fam.box. • Money is not to be left in fireboxes overnight or when the vehicle is transported to an off- property garage or site. • Revenue is to be counted daily. There must be a minimum of two staff members in the vault room during the count. • All discrepancies are to be investigated and accompanied with an explanation report to the COUNTY. This report must be received within two (2) business days of the discrepancy. RECORDS AND REPORTS CONTRACTOR must maintain detailed records in all areas of the operation. This information is vital to ensure compliance with county, fcderal and state requirements and to enable a thorough monitoring and evaluation of the system, including ridership, revenue, maintenance activities, service efficiency and effectiveness and customer feedback The CONTRACTOR must develop and implement a plan to ensure the development of a comprehensive and accurate record keeping and reporting program that encompasses all aspects of the operation. This record keeping/reporting plan is to be submitted to the COUNTY one month prior to service start-up, and is to be approved by COUNTY prior to start-up. The following are to be incorporated in the CONTRACTOR'S record keeping/reporting plan: • All data and records collected pertinent to the CON'T'RACT must be accessible in the form of a hard copy and an electronic medium to the COUNTY at any time. Page 17 of 30 September 23, Page 23 of 41 (Microsoft EXCE, Word, or software approved by the COUNTY) This information also needs to be accessible by the Federal Transit Administration (FTA) Administrator, the Comptroller General of the United States or any of their authorized representatives pursuant to 49 C.F.R. 18.36(l), as well Florida DOT or Florida Commission for the Transportation Disadvantaged authorized representatives. • The CONTRACTOR agrees to maintain all books, records, accounts, and reports required under this CONTRACT for a period not less than five (5) years after the date of termination or expiration of this CONTRACT. • Upon completion or termination of this Agreement, all records, documents, tracings, plans, specifications, maps, evaluations, reports, computer assisted design or drafting disks and other technical data, prepared or developed by CONTRACTOR under this Agreement shall be delivered to the COUNTY upon request and shall become the property of COUNTY. • CONTRACTOR is responsible for preparing the National Transit Database report (formerly Section 15 report), and compiling information regarding the service, including vehicle revenue hours; vehicle mileage, passenger trips, and service failures for the preparation of the National Transit Database report. This report is critical to receipt of federal funding and the CONTRACTOR must ensure that all deadlines established by FTA for receipt of report and any follow -up responses are adhered to. • The CONTRACTOR will be required to report all Accounting information including Revenue and Expense information using the Uniform System of Accounts (USOA) as a reference document. The CONTRACTOR must maintain the accounts and records necessary to meet the requirements specified in the USOA. Additionally, all accounting information must be reported to the COUNTY in a format that will allow the COUNTY to generate the electronic invoices using the Electronic Clearing House Operation (ECHO) program. • CONTRACTOR will be required to maintain all information necessary for all FTA reviews, including all FTA Triennial Review information. Information pertaining to the triennial review must be maintained in a filing cabinet sorted by the twenty -two (22) general areas of review. This information must also be available in a comparable electronic format sorted in the same manner. When necessary, hard copies of documents pertaining to the review must be scanned so as to be available electronically. The CONTRACTOR shall submit for the CTC, a certified Annual Operating Report (AOR), to the Commission for the Transportation Disadvantaged by September 15th each year with a copy provided to the Collier County MPO. The AOR must be submitted to the Local Coordinating Board for review prior to submitting it to the Commission for the Transportation Disadvantaged. The CONTRACTOR shall comply with the Transportation Disadvantaged Program Standards for Coordinators. REOUIRED REPORTS The following reports are to be submitted to the COUNTY according to the specified frequency: Operations Reports Page 18 of 30 September 23, Page 24 of 41 The following is an illustrative list of the minimum operational reports required for the fixed route system. Identical, similar, or lilce -wise appropriate operational report for the paratransit system must also be provided. 1) Daily Dispatch Log • The Contractor will record on a daily dispatch log all radio communication received from operators and supervisors including time, vehicle number, route number, and a brief summary of any incident and its resolution. 2) Daily Operating Report • Total runs dispatched • Total revenue hours operated • Total dispatched runs and revenue hours that were missed • Total dispatched runs that were delayed • Total number of trips monitored by Contractor • Total monitored trips recorded as late or early • Total number of authorized extra trips • Accidents (any vehicle used in the transit system or passenger) • Total number of bus failures (identified as major or minor and the reason for the failure) by bus and run number • Total number of buses (in service) with inoperable wheelchair lifts identified by bus number • Farebox problem, tampering, vandalism etc. by bus number • list of supervisors driving routes and run number • Number of dispatchers and supervisors on duty (not driving) • Number of open runs (driver's) and run number and number of deviations by bus and run • Revenue and revenue miles, hours and number of passengers • Number of late cancellations and no -show paratransit trips with details of circumstances and causation Monthly Reports • Total number of major and minor mechanical failures (by bus number and nut number) • Total miles between failures • Mileage per month • Total missed trips and hours • Total supervisor hours driving routes • Total vehicle miles and hours • Total number of passengers • Accidents and incidents • Complaints from passengers: by route, type and driver Safety Reports 1) Monthly Drug and Alcohol Testing Information Page 19 of 30 Item # 16B5 September 23, Page 25 of 41 Number of tests administered by personnel category and all positive and negative results for the following categories: • Pre - employment • Post Accident • Random, • Reasonable Suspicion • Return to Duty 2) Monthly Accident Statistics • Preventable and Non preventable • Passenger Injuries • New Workers Compensation Injuries, Injuries per 100 employees • Incidents 3) Accident Reporting Dispatch Memorandum of Accident (including drug & alcohol testing requirements) as per page 18 "Safety Requirements ". • Supervisors Accident Report • Drivers Accident Report • Police Report • Safety Department Follow up Report Revenue Reports 1) Daily Reconciliation Report • Ticket Sales • Cash • Total Revenue • Total Deposit 2) Farebox Reports • Daily Revenue and Ridership Report • Daily Farebox Data Verification Report (discrepancies) • Daily Exception Report • Daily Security Report • Monthly Revenue and Ridership Report Reports shall be due by the tenth (10th) day of each month for service provided in the preceding month. Customer Service Monthly Reports • Complaints/Commendations • Copy of each complaint and commendation • Summary of follow -up action • Summary of number of complaints and commendations by issue Personnel Reports — Monthly • Total Positions by Deportment and Classification — Required, Filled and Vacant • Number of Employees in Training (by Department) Page 20 of 30 September 23, Page 26 of 41 County Notification — INmedistelP • Accidents (any County vehicle or passenger) • Incidents that delay route more than 10 minutes • Missed trips • Major bus failure (any disabled bus) • Detour or deviation off normal routes, this includes deadhead routes ORGAMZ.ATION AND PERSONNEL PLAN The CONTRACTOR will provide an organization and personnel plan identifying staffing levels for each department. The plan needs to detail job descriptions, full time or part time designation, shifts, days of assignment and projected annual hours. The organization and staffing levels need to enable the delivery of a public transportation service that meets the COUNTY goals. As conditions change during the life of the CONTRACT, the CONTRACTOR is required to develop revisions to this plan to ensure the delivery of quality transit service. Manattemeat CONTRACTOR shall provide management staffing at a level and capability sufficient to oversee its functions and employees. CONTRACTOR shall designate and provide the services of a General Manager who shall provide overall management and supervision of the fixed route and paratransit systems under the terms of this AGREEMENT. The appointment of the CONTRACTOR's General Manager is subject to and contingent upon the approval of the COUNTY. The General Manager shall work cooperatively with the COUNTY'S Alternative Transportation Modes Director in matters relating to service quality, providing operational and other data as described in this Scope of Work, responding to comments from fixed route and paratransit passengers and the general public, and responding to specific requests for other assistance as the need arises. CONTRACTOR shall assure COUNTY that the General Manager designated for this project will not be replaced without the written consent of COUNTY. Should the services of the General Manager become unavailable to CONTRACTOR; the resume and qualifications of the proposed replacement shall be submitted to COUNTY for approval as soon as possible, but in no event later than ten (10) wonting days prior to the departure of the incumbent General Manager, unless CONTRACTOR is not provided with such notice by the departing employee. COUNTY shall respond to CONTRACTOR within three (3) working days following receipt of these qualifications concerning acceptance of the candidate for replacement General Manager. Any new General Manager must be adequately briefed of ongoing and upcoming issues by the departing General Manager. The office of the General Manager will be physically located at CONTRACTOR'S operations facility. At all times, the General Manager, or an Operations Supervisor designated to act for the General Manager, shall be available either by phone or in person to maim decisions regarding day -to-day CAT operations or provide coordination as necessary, and shall be authorized to act on behalf of CONTRACTOR regarding all matters pertaining to this Scope of work. Page 21 of 30 Item # 1665 September 23, Page 27 of 41 Emnlovee Screening and Selection CON'T'RACTOR shall use appropriate screening and selection criteria to employ all staff. A detailed method for the selection of all employees must be developed by CONTRACTOR and approved by COUNTY. The selection method must identify a process for evaluating minimum requirements. The following needs to be addressed in the screening and selection program: • Proven ability in the area of customer service. This is vital to the delivery of quality transit services • Review of driving ability for all employees operating transit vehicles • References of past employment • Drug and alcohol testing for safety - sensitive employees; this includes a signed waiver at time of hiring for any drugtalcohol testing results to be given to COUNTY • Job related requirements for each position • CDL License • Review of Motor Vehicle Records • Job description • Pay Scale Training CONTRACTOR shall develop, implement, and maintain a formal training and retraining program, which shall be subject to review and approval by COUNTY. All operators, dispatchers, customer service personnel, supervisors and managers shall participate in the program. All COUNTY - approved costs will be reimbursed to CONTRACTOR by COUNTY. An important part of the program is a Customer Relations component. All employees having contact with the public must complete a Customer Relations course. The purpose of the course is to help provide employees with skills in providing quality customer service to passengers and the public. As part of the training program, CONTRACTOR shall prepare and distribute to all operators, dispatchers, telephone operators, and supervisors a DRIVER'S MANUAL. Contents of the DRIVER'S MANUAL shall include the following subject areas: drivels rules; accidentlincident policies; radio policies and procedures; fambox policies and procedures; fog and inclement weather policy; vehicle inspection, care and maintenance policy and procedures, reporting procedures and pertinent sample farms. For operators, CONTRACTOR must certify in writing, by name, each individual operator as having satisfactorily completed all requirements and training courses prior to allowing that individual operator to operate a bus in revenue service. This certification requires a minimum of eighty (80) hours of training for each operator, full and part -time. The minimum eighty (80) hours shall include the eight (8) hour minimum National Safety Council Defensive Driving Course or equivalent, with satisfactory scores. It shall also include a minimum of thirty -two (32) hours of wheel tune, including at least four round trips on each route. At least eight (8) hours of classroom instruction shall be performed for each of the following categories: 1) passenger relations, 2) accident reporting procedures, 3) radio communication procedures and codes, 4) schedules, routes, fares, and farebox procedures and, 5) ADA regulations for fixed route operations, and 6) ADA equipment operation. To maintain each individual operator's certification, the CONTRACTOR must provide and document annual refresher training of at least eight (8) hours for each operator covering passenger relations, operating procedures. ADA regulations and equipment updating. This training must Page 22 of 30 Item # 1665 September 23, 8 Page 28 of 41 satisfy the paratransit service Passenger Assistance Training/Sensitivity requirement of Rule 14 -90. Additionally, the CONTRACTOR'S trainer shall conduct and document an on -board evaluation with each operator. The CONTRACTOR is responsible for training all operators on the requirements for public transit as defined in the Americans with Disability Act of 1990 (ADA) requirements. The CONTRACTOR addressing fixed route ADA requirements shall develop a comprehensive, on -going training program. The COUNTY will strictly enforce compliance with the ADA law. Supervision The CONTRACTOR'S supervision program must ensure that a high quality level of service is being delivered to fixed route and paratransit passengers. The CONTRACTOR to meet the above goal should evaluate supervisor-staffing levels in all departments carefully. Supervisors must have and maintain an appropriate Commercial Driver's License or other appropriate license. The CONTRACTOR must document and report to the COUNTY all instances where supervisors and dispatchers are used as operators. The CONTRACTOR must develop a plan for ensuring adequate supervision in these instances. Un o CONTRACTOR personnel who perform front line customer duties shall wear an official CAT uniform. The CONTRACTOR may not alter or replace uniform parts without the express approval of the COUNTY. Supervisors must be in uniform when on duty. The plan should include the proposed uniform pieces and supplier; however, the COUNTY determines the system logo, name, and colors. Operators and sleet supervisors must be clean and presentable at all, times. The uniform may not be worn when performing duties or engaged in activities not related to the fixed route or paratransit systems. COUNTY will reimburse CONTRACTOR for all approved uniform costs. Equal Employment Onoorturrity fEE0YMBrmative Action CONTRACTOR must develop and implement an EEO and Affirmative Action program that meets or exceeds all federal, state, and COUNTY policies. CONTRACTOR to prepare EEO program that complies with FTA Circular 4704.1 'Equal Employment Opportunity Program Guidelines for Grant Recipients" and submit to COUNTY by January 1 of each year. CONTRACTOR to update program and submit annually to COUNTY. PERFORMANCE STANDARDS The CONTRACTOR will perform all transit services required by the CONTRACT according to the performance standards set forth in Section 4 — Scope of Work. These standards are the minimum acceptable requirements for services performed under this contract. The CONTRACTOR'S plans and procedures, submitted with the PROPOSAL., shall incorporate actions necessary to provide service according to these minimum standards. The COUNTY has developed these standards with which the CONTRACTOR is expected to comply to insure that the COUNTY S transit services, employee performance and vehicles meet COUNTY standards. Failure by the CONTRACTOR to meet these standards could result in the COUNTY Page 23 of 30 September 23, Page 29 of 41 assessing an appropriate liquidated damage amount for each incident of noncompliance. The COUNTY has established specific performance standards related to the following: • Vehiclemaintcnance • Operating requirements • Vehicle cleanliness • ADA compliance • Safety requirements • Reporting requirements Fixed Route Bus Operations The following performance requirements apply: • Maintaining on -time performance within zero (0) minutes early and five (5) minutes late of scheduled times Completing scheduled trips in their entirety Operating routes in accordance with the established routes (operating according to the correct route, serving all designated stops) Pgrraf asit Operations The following performance requirements apply: • All scheduled pick -ups must be accomplished • All pick -ups must occur within fifteen (15) minutes of the scheduled pick -up time Vehicle Cleanliness CONTRACTOR shall maintain fixed route vehicles in a clean and neat condition at all times. CONTRACTOR is responsible for the following. • Daily cleaning of the interior of the vehicles • Daily cleaning of the exterior of the vehicles • Major detailed interior and exterior cleaning every fourteen (14) days • Quarterly upholstery cleaning ADA Compliance The CONTRACTOR shall meet the ADA requirements. The CONTRACTOR is responsible for the following: • The proper use and maintenance of mobility devices (wheelchair lift) to .board passengers • Properly boarding persons in wheelchairs as well as passengers who are required to stand on the wheelchair lift platform to be lifted into the bus • Properly securing wheelchair passengers in the wheelchair tie -down positions • Making the required announcements of stops on the bus Public Address (PA) system Safety Reaulrements The CONTRACTOR is responsible for complying with all of the following: • Repotting all passenger or vehicle accidents to COUNTY promptly within one (1) hour of occurrence and following up with required detailed written accident report within three (3) days • All provisions of the System Safety Program Plan must be complied with Page 24 of 30 September 23, Page 30 of 41 BOO in The CONTRACTOR is responsible for complying with all of the following: • Submitting Inquired monthly reports and documentation as outlined in the RFP Section 4.3.34 within ten (10) working days of the end of the month • Providing initial response to customer within three (3) working days from date of complaint receipt • Completing investigation and follow -up response on customer complaints within seven (7) working days of complaint receipt • All incidents and accidents must be reported to the COUNTY in accordance to the definitions, limits and timelines of the United Stated Department of Transportation (USDOT) Federal Transit Administration (FTA), the Florida DOT, and the Florida Commission for the Transportation Disadvantaged • Submitting required monthly reports and documentation as outlined in Section 4.3.34 within ten (10) working days of the end of the month • Providing initial response to customer within three (3) working days from date of complaint receipt • Completing investigation and follow -up response on customer complaints within seven (7) working days of complaint receipt LIQUIDATED DAMAGES For performance not delivered in accordance with this contract, the COUNTY shall 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 breech uncertain or difficult to accurately estimate or prove. For this reason, Liquidated Damages may be assessed against the CONTRACTOR for the below specified violations: Liquidated Damages for Operating Requirements For each instance in which the CONTRACTOR fails to comply with operating requirements of this CONTRACT, liquidated damages may be assessed at the rate of fifty dollars ($50.00) per incident. COUNTY may waive liquidated damages for missed trips or late trips when circumstances exist that are beyond the CONTRACTOR'S control, such as passenger or driver illness, significant traffic delays, weather conditions or accidents not involving CAT, non - preventable accidents involving CAT, road closures and repairs causing delays or rerouting, parades or special events. Failure to pick up a scheduled paratransit trip will be assessed thirty dollars ($30.00) per occurrence. Failure to pick up a scheduled paratransit trip within fifteen (15) minutes of its scheduled pick -up time will be assessed ten dollars ($10.00) per occurrence. Liquidated Damages for Vehicle Cleanliness For each instance in which the CONTRACTOR fails to comply with the vehicle cleanliness specifications of this CONTRACT, liquidated damages may be assessed at the rate of fifty dollars ($50.00) per incident. Page 25 of 30 September 23, Page 31 of 41 Liquidated Damages for ADA Compliance For each instance in which the CONTRACTOR fails to comply with the ADA requirements of this CONTRACT, liquidated damages may be assessed at the rate of fifty dollars ($50.00) per incident. Liquidated Damages for Safety Requirements Liquidated damages may be assessed at the rate of two hundred dollars (3200.00) per occurrence for failure to report an accident involving a COUNTY owned vehicle or bus. AJl accidents, whether preventable or non - preventable, involving a COUNTY vehicle or bus, must be reported to the COUNTY designee, immediately followed by a detailed written accident report within three (3) days. Reporting all passenger or vehicle accidents /incidents as listed under "Safety Requirements" (page 29) to COUNTY promptly within one (1) hour of occurrence and following up with required detailed written accidentlincident report within three (3) days. Liquidated Damages for Reporting Requirements Liquidated damages in the amount of fifty dollars ($50.00) per day of delay in submitting completed required reports and documentation from the required deadline. COUNTY may not assess this damage if, in the COUNTY'S sole judgment, they are the result of events which are outside the control of the CONTRACTOR. Liquidated Dannages for Customer Service Liquidated damages may be assessed at the rate of fifty dollars ($50.00) per occurrence for any complaint recorded with Customer Service in which: • the customer's comments have not resulted in an initial verbal and/or written response to complaint within three (3) woridng days from complaint receipt a completed investigation and follow -up response (telephone or written) has not been provided to the customer within seven (7) working days of the date from complaint receipt. Prior to assessment of liquidated damages, COUNTY will inform CONTRACTOR of the assessment and receive any explanation from the CONTRACTOR. CONTRACTOR shall be required to provide a written and/or verbal explanation for COUNTY. Upon receiving the explanation, COUNTY shall determine whether or not to assess liquidated damages. Liquidated damages shall be deducted from subsequent payment(s) due CONTRACTOR Liquidated damages are neither a penalty nor forfeiture; they shall compensate the COUNTY solely for the disruption of service caused by the breech of system standards. TURNOVER PROCEDURE Upon tannination of this AGREEMENT, CONTRACTOR shall return all COUNTY -owned vehicles and equipment to COUNTY ready for use, with no deferred maintenance or damage. Page 26 of 30 _V ATTACHN ENT 3 COST PROPOSAL All amounts subject to revision by County. ESTIMATED COST BREAKDOWN McDonald Transit Associates masadon Ywmxewroq;9nw&mwe noars ffA parawanair FY 2005• 06 aervow FY 2006 07 FY 2007• 06 TOTALS LABOR General Manager 93.2821 97,521 102.018 292,822 Support Staff 277191 284,128 291,166 852,485 Operators 857.016 673,319 892 662 2, 997 Paratransit Support Staff 357,098 372.238 386,056 1 1 J 15,391 FRINGE BENEFITS FICA 77,704 79,626 81,612 239,143 Pension Plans 30472 31 226 32 083 93,781 Hospital, Medical and Dental 162,608 180,494 200,349 543,451 Lire Insurance 6,275 6,275 6,275 18,824 Unemployment Insurance 16,064 16,265 16,494 48,822 Sick Leave 46 880 40.040 49,359 144,279 Holida 312.64 1 32,027 32,906 90,186 Other Paid Absence 0 1 0 0 0 Other (including workers comp) 131.440 134,466 137,963 403,870 SERVICES Management Service Fee 89,381 92,308 95,526 277.214 Advertising Fees 20,000 20,600 21,216 61.918 Professional and Technical Services 0 0 0 0 Safety Incentive 3,400 3,350 31350 10,100 Customer Service incentive 0 0 0 0 Other 12,419 12,753 13,097 38,270 MATERIALS AND SUPPLIES CONSUMED Fuel and Lubricants 11 0 11,925 12,640 35.015 Tires and Tubes 0 0 0 0 Other Materials and Supplies 8,499 8.862 8 870 26,051. CASUALTY AND LIABILITY COSTS Premiums for Physical Dam Us insurance -31,8-7-8 31,878 31,878 95,634 Premium for Public Liability and General Liability Insurance 158,600 164644 171,336 0 4947H0 Other Insurance Premiums 7,400 7,622 7,851 22,873 Page 27 of 30 September 23, Page 32 of 41 Page 28 of 30 September 23, Page 33 of 41 FY 2006 06 FY 2008- 07 FY 2007 - 08 TOTALS TAXES Federal Income Tax 0 0 0 0 Other Taxes 0 0 0 0 PURCHASED TRANSPORTATION SERVICES Contracted Transportation Services 2,302,708 1 2,426,108 2,575,323 7,304,140 Other 0 0 D 0 MISCELLANEOUS EXPENSES Dues and Subscriptions 1,061 '1'093 1 125 3,279 Travel and Mileage 2,122 2186 21251 e,&% Training 0 0 0 0 Com uters and Related Equipment 0 0 0 0 Radios and Related Equipment 0 0 0 0 Office Equipment Rental 0 0 0 0 Office Fumiture 0 1 0 0 0 Office Supplies 4,800 4,656 4.516 1 13,972 Pomace 1,200 1,236. 1,Z73 3.709 Other 14 000 14,000 14-10--DO- 42-1000 SUBTOTALS 4,566,002 .4,758,a64 4,993 400 14,308,265 PROM I 1 0 Caloulated at 2.5% of subtotal fbmd route 47.405 49,1313 50.801 147.218 Caloulated at 2.5% of subtotal aratransit 6-6,495- 69,959 74,034 210,488 TOTALS 4 669 902 4,877,836 5 116 235 1 14,665.972 Page 28 of 30 September 23, Page 33 of 41 COSTING RATES Page 29 of 30 Item TF I deco September 23, Page 34 of 41 FY 2006 -06 FY 2006 -07 FY 2007 -08 TOTALS Monthly Administrative Fee 15,222 15,819 16,462 Annual Administrative Fee 182,063 189,829 197,544 Administrative Fee - Minimwn 357,098 372,238 386,056 Administrattve Fes Per Paratransit Trip $2.94 $3.06 $3.18. Fbcsd Route Cost Per How Rate 1.02 $42.39 $43.92 Paratransit Cost Per Trip Ambulatory $15.00 $15.00 $15.00 Wheelchair $27.50 $27.50 $27.50 Stretcher $28.50+ 1.50 1mile $28.50+ $1.50/mile $28.50+ $1.50/mile Out of Area Base+ 1.50/mile Basee+ $1.50 /mile Base+ S1.50/mile Annual Administrative Cost 539,760 $ 562,067 583,600 $1,6a5.427 Annual Fixed Route Cost $1,760,938 $1,819,702 $1,885,276 $5,465,917 Annual Paratransit Cost $2,369,203 $2,496,066 $2,649,358 $7,514,628 Total Costs $4,669,902 $4,877 836 $5,118,235 14,665,972 This estimated cost proposal Is based on the data In the RFP. It does not constitute a fixed price bid. Page 29 of 30 Item TF I deco September 23, Page 34 of 41 September 23, Page 35 of 41 ATTACHMENT 4 RISK MANAGEMENT Contractor procures and is reimbursed for Commercial General Liability $5,000,000 Business Auto Liability $5,000 ;000 Umbrella Liability $10,000,000 in excess of $5,000,000 Worker Compensation Statutory Limits All Risk Fire and Extended Coverage Current Value VchicielAutomobile Physical Damage $10,000,000 Fidelity Bonds $50,000 Employment Practice liability $1,0WOW each occurrence . Contractor inspects each subcontractor vehicle and documents conditions, insurance coverage, and latest inspection Subcontractor procures and is compensated' through the trip rate for: Automobile liability County procures and charges to the transit fund: j#� ttI Garage keepers Liability Coverage 3L0001000 Page 30 of 30 CERTIFICATE OF INSURANCE PRODUCER JOHN BURNHAM AND COMPANY SUITE 2400 SAN DIEGO, CA 92101 -2476 INSURED COLLIER TRANSIT MANAGEMENT, INC. 2901 COUNTY BARN RD. UNIT #3 P.O. BOX 2910 NAPLES, FL 34112 September 23, Date of IssLP?9@i'C;*6d541 cettUleate provides tutormation only, and confers no rights upon the grate holder. It does not change, amend, .extend, or alter the rage afforded by the poll ies that are listed below. Interstate Insurance Company THIS CERTIFIES THAT THE POLICIES OF INSURANCE THAT ARE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE INDICATED POLICY PERIOD. THE INSURANCE PROVIDED BY THE POLICIES LISTED BELOW 19 SUBJECT TO ALL OF THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NO REGUIREMENT, TERM, OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN SHALL EXTEND THE POLICY PERIOD OR CHANGE THE COVERAGE OR CONDITIONS PROVIDED BY I.1 DN VMCO cc CANCELLATION COLLIER COUNTY, FLORIDA POLICY POLICY company will endeavor to mail 30 days written notice to the certificate holder LT I TYPE OF INSURANCE 3301 TAMIAMI TRAIL, EAST liability upon the company, its agents or representatives. NAPLES, FL 34712 AUTHORIZED � ■,��1 `�yL COMMERCIAL GENERAL LIABILITY GENERAL AO $5,000,000 PRODUCTS- COMP/OP AGO A Occurrence Form GLR 0241723 -04 01/17/2005 01/172006 PERSONAL a ADV INJURY $5,000,000 EACH OCCURRENCE $5,000,000 FIRE DAMAGE an oneera MED EXPENSE (any one parson) AUTOMOBILE LIABILITY 0 Any Auto CAR 0241723 -04 01/172005 01/172006 COMBINED SINGLE LIMIT $5,000,000 A N All OPnad Aube BODILY INJURY (pr parson) BODILY INJURY (Per accident) IM Scheeubd Au[ iii Hired AM. 0 Nor o nets AUlos PROPERTY DAMAGE AUTOMOBILE PHYSICAL DAMAGE ji CoUMlon N Actual Cash Value 'A' 2 Oaor Than Collision $5,110 DeduedMe- Collision $e. DeducBWe- Otte, Then Collision CAR 0241723 -04 01/172005 01/172006 , ® Stated Amount Scheduled VShlcles Oral A EXCESS LIABILITY , Umbrella Form EXR 0241723 -04 01/172005 01/172006 cH OCCURRENCE: $5,000,000 AGGflEGATE: Other than Umbrella Form SELF INSURED RETENTION: WORKERS COMPENSATION STATUTORY LIMITS AND EMPLOYERS' LIABILITY EACH ACCIDENT: DISEASE . POLICY UMIT: DISEASE - EACH EMPLOYEE: OTHER Excess Liability EXR 1241723 -00 01/172005 01/172006 5,000,000 x 10,000,000 A Description: CERTIFICATE HOLDER IS AN ADDITIONAL INSURED PURSUANT TO THE TERMS AND CONDITIONS OFTHE POLICY(IES) REFERENCED ABOVE AND LOSS PAYEEAS RESPECTS SCHEDULED VEHICLES - EFFECTIVE 1/17104. CERTIFICATE HOLDER CANCELLATION COLLIER COUNTY, FLORIDA Should any of the policies listed above be canceled before the expiration date, the company will endeavor to mail 30 days written notice to the certificate holder BOARD OF COUNTY COMMISSIONERS named on the left, but failure to mall such notice shall Impose no obligation or 3301 TAMIAMI TRAIL, EAST liability upon the company, its agents or representatives. NAPLES, FL 34712 AUTHORIZED � ■,��1 `�yL I irRlj/�►.7T REPRESENTATIVE ! • __ ■// OCT-04-2eoS 15:46 SAET -r azpla 4 fly Swett & Crawford -- Item # 1665 September 22 Page 37 of 41 1 727 530 9076 P.02 18167 U.S. Hwy 19 North Saute 330 Clearwater, FL 33764 Phone: (727) 536 -1006 Pau: 0727) $30-9076 To: Nancy Tagaloni Date: October4,2005 John Burnham & Company From: Devdaa Burton 750 "B" Street, Suite 2400 San Diego, CA 92101.2476 Agency Fu: 619- 236.9134 Agency Phone: 619- 231 -1010 Retail Producer Fax: Retail Producer Phone: INSURANCE BINDER In accordance with your latest instructions and in rehance upon the statements made in year application/submissu m, we have effected insurance as follows. As the represetlt idw of the insured it is incumbent upon you to review the [emus of this binder carefully as the coverage, terms and conditions will often be different than those requested. Swett & Crawford and its affiliated companies disclaim any responsibility for your failure to reconcile the original submission with coverages bound herein. INSURED: Collier Transit Management, Inc. MallingAddreas: 2901 County Bam Road, Unit #3 Naples, FL 34112 Company: St. Paul Surplus Lkrs Inananco Company Policy Period: 10/01/2005 to•. l0/0120C16 Hinder-Period: 101012005 to: 12/01/2005 12:01 a.m. Standard Time at the mailing address of the Insured This binder will be terminated and superseded upon delivery of farrW policy(ies), certificate(s), or cover notc(s) issued to replace it Covaeager Commercial Package Policy Policy No.: SF05531169 PRUPTY Perils Insured: Direct Physical Loss or Damage, excluding Flood and Earthquake Special Direct Physical Loss or Damage, excluding Wind, Hail, Flood and Earthquake, Pollution; Mold or Bacteria; Tettorurn & War Business Personal Property of the Insured Limits of Liability: Each Evan S 50,000 Business Personal Property Los #12901 County Bam Rd. Unfit 3 Napes, FL 34112 Valuation: Replacement Cost Coinsurance•, 90"A Deduciiblesr S 1,000 Each Event, all covered Perlis, Total Values: S 50,000 Total Insured Values Page i of 3 OCT-e4 -2005 1546 sWEfT CRPUFt7RD Collier Transit Management, Inc. Policy No.: SFM31169 Total Premium/Fees: Company is: 1,020.00 35.00 150.00 4.00 6025 3.01 1,272.26 1 727 530 9076 Premium — Including 520.00 Tassori rn Charge Policy Fee intip=dou Fee FL EMPATF Surplus Lines Tax service Fee - TOW Premium Annual Muumtmn & Deposit 25 %Minimum Banned at Inception; 100%Minimu n Earned on Fees Nun - Admitted U--.. u 4coc September 23 PPaacle 38 of 41 TERMS AND CON Per Ineunm= Company Form including but not limited to: Cancellation Provislons: 30 Days Notice of Cancellation except 10 days for non - payment ofprernium. No FLAT cancellations. Absolutely noatceptimn. Other Conditions; PROPERTY: Mandatory Forms and Endorsements, Including but not Limited to: Introduction (except Texas) 32210 or Introduction (Texas Only) 34797; Whet To Do If You Have A Loss 40814; Service of Lawsuit $180; Property Coverage Summary 42563; Commercial Property Policy Jacket Fret 40220; Jacket Back 40200; General Rules 800; Property Coverage Summary 42563 (03.03); Mold or Bacteria Exclusion W0037; 25 Minimum Premium Earned Fndorwinent 8578; Minimum Percentage of Earned Premium Endorsement @0020; Optional Forms and Endo aoIIlmlS, Including but not Limited to Property Protection - Spocial Cause of Loss W0017 42629 Windstorm and Bail Exclusion Protective Safeguards Eudoreemeots 42507 (Tbeti coverage is subject to Operable CSA) Excludes: Windstorm; Frail; Flood; EarthqualoG Seepage; Pollution; Mold or Bacteria; Terrorism Bc War Forms applicable are subject to the terms and conditions of the company's policy(ies) or ecrtfmcato(s) to follow, unless otherwise specified: Page 2 of 3 racnIrr ivua September 23 Page 39 of 41 OC"r -04 -2695 1S =47 SWETT CRf d� 1 727 530 9076 P. Collier Transit Management, Inc. Policy No.: MSS31169 Subject To: WE MUST HAVE FULLY COMPLETHD APPLICATIONS WITH SIGNATURES (THE INSUREDS AND YOU THE AGENT MUST SIGN) WITIi N TEN (I0) DAYS OF EFFECTIVE DATA CARRIER WILL SEND CANCELLATION NOTICE IF THIS IS NOT RECEIVED. If bound, my discrepancies revealed can result in additional premium charges and may jeopardize coverage. PLEASE BE ADVISED THE NAME INSURED ON YOUR APP IS EXACTLY HOW THE POLICY IS TYPED - Claims Notification. Promptly report all claims or incidents directly to the St Paul Claim Center, 1- 800 -787 -2851, which is available 24 hours a day, 7 days a week This binder is issued with the authority of the fosure (s) and is issued by the undersigned without any liability whataoem as an insurer. Please inspect this binder carefully as the coverages bound may deviate from those requested in your original application. Swett At Crawford lar• Adak D. Anwld) Binder Cancollatioe Provision: This binder is subject to the cancellation Provision as found in the policy(ies) or certiflcate(s). In addition, this binder may be cancelled in accordance with the policy(ies) Provisions by the hunred by surrender thereof to Swett & Crawford or any of its authorized agents of by mailing to Swett & Crawford written notice stating when thereafter the cancellation shall be effocdve. The insurance effected under this binder can be cancelled by the htaurer or its authorized agent (subject to statutory tegulatiama) by mailing, to the Insured at the address stated on the face of this binder, written notice stating when snub cancellation shall be effective. The trailing of notice as aforesaid shall be suffrcleat proof of notice. Delivery of such written notice either by the Insure or by Swett & Crawford shall be equivalent to mailing. In the event of cancellation by the Insured, the earned premium would be subject to the minimum caned premium if applicable. Page 3 of 3 OCT-04 -2005 15:47 s&77 CRAWORD ARROWHEAD' GENERAL INSURANCE AGENCY OF FLORIDA, INC. PROCESSING CBNM: ARROWHEAD CATASTROPHE RISK MANAGM W55 LUSK BLVD., SAN DIEGO, G 92121 1 727 530 9076 FOa COMPANYMB Eftotiwwtm lomvm LdYatbu Number. M3667 Peuw Numbs. RRO2170374 Commefdgl WhWnlait Insuralaw Binder mdependswo Cnenalty and Shifty CAP W A.M. BEST RATBD A - (Exorlleatj Financial Size Category D1 (S25OM- SSOOM) Item # 1665 September 23, Page 40 of 41 P. ACCOUNT INFORMATION PRODUCER INFORMATION Nemc: Collier TrarmltMSOegemrntino Name: Swett Crawford Addnu! 6500 MarwmBe Plata Sue 307, Phone: C737)736.1006 L91yidWro: Fr. Wordy TX Code: 560623 Zip Code: 76137 Agent, Jeff cbac Total n of Locations: 1 Total V of Buildings: 1 Bvull: jtt chuemswemcorc The terms oRatod below rmey dinar lfom weal vrn requested on your applindon. Plsse examine all trams and conditions casrin0y befoue pteaonting to your chant It is your responsibility to eierHy all coverage issues with your client prim m binding. A copy of our policy rorfve and applicable aulosaeurevu am aveilablo in the docmruotacnmr on aocwaboae -oryou nuy content your nndetwrlhr dbenly. You du not Isvc authority W bind oovmagc, all re4um to bind ca er p rrwr be mbmived to Atrawlwd. Cowsge is not bound until you rec tft Wdven Genf rtnation Trash W. fACATIONOI BUI,DING,91 Add=s 2901 Century Barn Rd. Unit 3 Dmarlprlonc Bus Terrine! Coinsuranoe: 100% Valustion: Replacement Can L/mn of Hurricane AR OtbM Wind/Hall Covered Pro eM IYearanea Dedactude Dedaa®le BdMSng SO Bodnsa Perwoal Property 550,000 $2,100 5% 17,500 5% Vaitl s Income 50 Man"I.imft of ledsnatty NA Ordiosaceor Law N S LOCATION N 1: Lontlon dl Citynune?Zip: Neplc, 36112 Caysage Information Terrori6m Coverage; N Appikatico of Deductible: Coverage Boris Additioval Property Coveage: N ACCOUNT SUMMARY: PREMIUM Premium Grand ToW 11000.00 Inspection Fee (hand Total 12040 Caop"Y Policy Fee 125.00 Surplm Una; Policy FCC 33.00 EbOAT Fee 6.00 Surplus Lines Tax 66.00 PSLSO Service FM 330 Prwnban and Fees Umnd Taal 1.351.2a COMMENTS: $% DEDUCTIBLES OFFERED. -Keith Hmvdon The insurance is isrund inueuant Co the Florida Stapvta Linn ILW. Percent bummed by Smplas Liter Cmrion, do not bays the protection ofthe Florida Insurance Owntmv Act W the exh et of arty dght oframvmr for Ina obliaation.fen Imolveot unllnne sd Imurer. OCT -04 -2005 15:47 54ETf CRHIJFVRU 1 727 SM 9076 Item # 1665 September 23, Pale 41 of 41 ApptWdofdikit x4ed m impestloa.WawllluAho arrvuaga forany risk duedoes notmect Uaderwddn Oddelinm subject to a minimum =mad w=ium of Dsw UpoUcy is In atRct only du[ing amm aeaeml, rdoimlmi named pnemiva of8696 will ¢ply. Fax am fully xmad.