HomeMy WebLinkAboutStaff Report 1312Environmental Review
On August 2, 1999, the City Council approved a Negative Declaration for the shuttle project.
Shuttle service will remain the same; the proposed change in operator would not result in any
new significant environmental impact.
ATTACHMENTS:
• Attachment A: Agreement with MV Transportation for Shuttle Services (PDF)
• Attachment B: Amendment to Agreement No. 50114750 with Peninsula Corridor Joint
Powers Board (PDF)
Prepared By:
Department Head:
City Manager Approval:
January 18, 2011
(10 # 1312)
Ii£'""j IJ ~', J
Ruchika Aggarwal, ' '" /. 'V
~
Curtis Williams, ~ ~~
v~s/t/~ James Keene, cV ger. r
Page 5 of 5
ATTACHMENT A
CITY OF PALO ALTO CONTRACT NO. Cl1138195
AGREEMENT BETWEEN THE CITY OF PALO ALTO AND
MV TRANSPORTATION, INC.
FOR PROFESSIONAL SERVICES
PROVISION OF BUS SHUTTLE SERVICE
This Agreement is entered into on this 28th day of February, 2011, by and between the CITY OF
PALO ALTO, a California chartered municipal corporation ("CITY"), and MV
TRANSPORTATION, INC., a California Corporation, located at 4620 Westamerica Drive,
Fairfield, CA 94534, (PH) (707) 863-8980 ("CONTRACTOR").
RECITALS
The following recitals are a substantive portion of this Agreement.
A. CITY intends to provide Bus Shuttle Service between the Palo Alto Caltrain Station and
destinations throughout the City of Palo Alto ("Project") and desires to engage a CONTRACTOR to
provide the shuttle service for this Project. ("Services").
B. CONTRACTOR has represented that it has the necessary professional expertise,
qualifications, and capability, and all required licenses and/or certifications to provide the Services.
C. CITY in reliance on these representations desires to engage CONTRACTOR to provide the
Services as more fully described in Exhibit "A", attached to and made a part of this Agreement.
NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, this
Agreement, the parties agree:
AGREEMENT
SECTION 1. SCOPE OF SERVICES. CONTRACTOR shall perform the Services described in
Exhibit "A" in accordance with the terms and conditions contained in this Agreement. The
performance of all Services shall be to the reasonable satisfaction of CITY.
SECTION 2. TERM.
The term of this Agreement shall be from the date of its full execution through February 28,2014,
unless terminated earlier pursuant to Section 19 of this Agreement..
SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of
Services under this Agreement. CONTRACTOR shall complete the Services within the term of this
Agreement and in accordance with the schedule set forth in Exhibit "B", attached to and made a part
of this Agreement. Any Services for which times for performance are not specified in this Agreement
shall be commenced and completed by CONTRACTOR in a reasonably prompt and timely manner
Professional Services
Rev. June 2,2010
based upon the circumstances and direction communicated to the CONTRACTOR. CITY's
agreement to extend the term or the schedule for performance shall not preclude recovery of damages
for delay if the extension is required due to the fault of CONTRACTOR
SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to
CONTRACTOR for performance of the Services described in Exhibit "A", including both
payment for professional services and reimbursable expenses, shall not exceed Four Hundred
Eighty Thousand Seven Hundred Forty Four Dollars ($480,744.00). In the event Additional
Services are authorized, the total compensation for services and reimbursable expenses shall not
exceed. Four Hundred Eighty Thousand Seven Hundred Forty Four Dollars ($480,744.00). The
applicable rates and schedule of payment are set out in Exhibit "C-l ", entitled "HOURLY RATE
SCHEDULE," which is attached to and made a part of this Agreement.
Additional Services, if any, shall be authorized in accordance with and subject to the provisions
of Exhibit "C". CONTRACTOR shall not receive any compensation for Additional Services
performed without the prior written authorization of CITY. Additional Services shall mean any
work that is determined by CITY to be necessary for the proper completion of the Project, but
which is not included within the Scope of Services described in Exhibit "A".
SECTION 5. INVOICES. In order to request payment, CONTRACTOR shall submit monthly
invoices to the CITY describing the services performed and the applicable charges (including an
identification of personnel who performed the services, hours worked, hourly rates, and reimbursable
expenses), based upon the CONTRACTOR's billing rates (set forth in Exhibit "C-l "). If applicable,
the invoice shall also describe the percentage of completion of each task. The information in
. CONTRACTOR's payment requests shall be subject to verification by CITY. CONTRACTOR shall
send all invoices to the City's project manager at the address specified in Section 13 below. The City
will generally process and pay invoices within thirty (30) days of receipt.
SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All of the Services shall be
performed by CONTRACTOR or under CONTRACTOR's supervision. CONTRACTOR
represents that it possesses the professional and technical personnel necessary to perform the
Services required by this Agreement and that the personnel have sufficient skill and experience to
perform the Services assigned to them. CONTRACTOR represents that it, its employees and
subcontractor, if permitted, have and shall maintain during the term of this Agreement all licenses,
permits, qualifications, insurance and approvals of whatever nature that are legally required to
perform the Services.
All of the services to be furnished by CONTRACTOR under this agreement shall meet the
professional standard and quality that prevail among professionals in the same discipline and of
similar knowledge and skill engaged in related work throughout California under the same or similar
circumstances.
SECTION 7. COMPLIANCE WITH LAWS. CONTRACTOR shall keep itself informed of and
in compliance with all federal, state and local laws, ordinances, regulations, and orders that may
affect in any manner the Project or the performance of the Services or those engaged to perform
2
Professional Services
Rev. June 2,2010
S:\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER-CM FOLDERS\KA THy\Contra cts\C11138195-MV Transportation (Shunie)\Contract
Cll138195 -MY TRANSPORTATION SERVICES, Inc.doc
Services under this Agreement. CONTRACTOR shall procure ~ll permits and licenses, pay all
charges and fees, and give all notices required by law in the performance of the Services.
SECTION 8. ERRORS/OMISSIONS. CONTRACTOR shall correct, at no cost to CITY, any and
all errors, omissions, or ambiguities in the work product submitted to CITY, provided CITY gives
notice to CONTRACTOR. If CONTRACTOR has prepared plans and specifications or other design
documents to construct the Project, CONTRACTOR shall be obligated to correct any and all errors,
omissions br ambiguities discovered prior to and during the course of construction of the Project.
This obligation shall survive termination of the Agreement.
SECTION 9. COST ESTIMATES. If this Agreement pertains to the design of a public works
project, CONTRACTOR shall submit estimates of probable construction costs at each phase of
design submittal. If the total estimated construction cost at any submittal exceeds ten percent (10%)
of the CITY's stated construction budget, CONTRACTOR shall make recommendations to the
CITY for aligning the PROJECT design with the budget, incorporate CITY approved
recommendations, and revise the design to meet the Project budget, at no additional cost to CITY.
SECTION 10. INDEPENDENT CONTRACTOR. It is understood and agreed that in performing
the Services under this Agreement CONTRACTOR, and any person employed by or contracted with
CONTRACTOR to furnish labor andlor materials under this Agreement, shall act as and be an
independent contractor and not an agent or employee of the CITY.
SECTION 11. ASSIGNMENT. The parties agree that the expertise and experience of
CONTRACTOR are material considerations for this Agreement. CONTRACTOR shall not assign
or transfer any interest in this Agreement nor the performance of any of CONTRACTOR's
obligations hereunder without the prior written consent of the city manager. Consent to one
assignment will not be deemed to be consent to any subsequent assignment. Any assignment made
without the approval of the city manager will be void.
SECTION 12. SUBCONTRACTING.
DOption A: No Subcontractor: CONTRACTOR shall not subcontract any portion ofthe work to
be performed under this Agreement without the prior written authorization of the city manager or
designee.
~Option B: Subcontracts Authorized: Notwithstanding Section 11 above, CITY agrees that
subcontractors may be used to complete the Services. The subcontractors authorized by CITY to
perform work on this Project are:
Inspection Services, Inc.
CONTRACTOR shall be responsible for directing the work of any subcontractors and for any
compensation due to subcontractors. CITY assumes no responsibility whatsoever concerning
compensation. CONTRACTOR shall be fully responsible to CITY for all acts and omissions of a
subcontractor. CONTRACTOR shall change or add subcontractors only with the prior approval of
the city manager or his designee.
3
Professional Services
Rev. June 2; 2010
S:\ASD\PURCH\SOLICITATlONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\C11138195-MY Transportation (Shuttle)IContract
Cll138195 -MY TRANSPORTATION SERVICES, Inc.doc
SECTION 13. PROJECT MANAGEMENT. CONTRACTOR will assign Joe Escobedo,
Vice President, as Principal in Charge, to have supervisory responsibility for the perfonnance,
progress, and execution of the Services and John Murphy as Project Manager, to represent
CONTRACTOR during the day-to-day work on the Project. If circumstances cause the substitution
of the project manager, or any other key personnel for any reason, the appointment of a substitute
project manager and the assignment of any key new or replacement personnel will be subject to the
prior written approval of the CITY's project manager. CONTRACTOR, at CITY's request, shall
promptly remove personnel who CITY finds do not perform the Services in an acceptable manner,
are uncooperative, or present a threat to the adequate or timely completion of the Project or a threat
to the safety of persons or property.
The City'S Project Manager is Ruchika Aggarwal, Planning and Community Environment
Department, 250 Hamilton Avenue, Palo Alto, CA 94301, Telephone: (650) 617-3136. The
Project Manager will be CONTRACTOR's point of contact with respect to performance, progress
and execution of the Services. The CITY may designate an alternate project manager from time to
time.
SECTION 14. OWNERSHIP OF MATERIALS. Upon delivery, all work product, including
without limitation, all writings, drawings, plans, reports, specifications, calculations, documents,
other materials and copyright interests developed under this Agreement shall be and remain the
exclusive property of CITY without restriction or limitation upon their use. CONTRACTOR agrees
that all copyrights which arise from creation of the work pursuant to this Agreement shall be vested
in CITY, and CONTRACTOR waives and relinquishes all claims to copyright or other intellectual
property rights in favor of the CITY. Neither CONTRACTOR nor its contractors, ifany, shall make
any of such materials available to any individual or organization without the prior written approval of
the City Manager or designee. CONTRACTOR makes no representation of the suitability of the
work product for use in or application to circumstances not contemplated by the scope of work.
SECTION 15. AUDITS. CONTRACTOR will permit CITY to audit, at any reasonable time
during the term of this Agreement and for three (3) years thereafter, CONTRACTOR's records
pertaining to matters covered by this Agreement. CONTRACTOR further agrees to maintain and
retain such records for at least three (3) years after the expiration or earlier termination of this
Agreement.
SECTION 16. INDEMNITY.
16.1. To the fullest extent permitted by law, CONTRACTOR shall protect,
indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents
(each an "Indemnified Party") from and against any and all demands, claims, or liability of any
nature, including death or injury to any person, property damage or any other loss, including all costs
and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements
("Claims") resulting from, arising out of or in any manner related to performance or nonperformance
by CONTRACTOR,its officers, employees, agents or contractors under this Agreement, regardless
of whether or not it is caused in part by an Indemnified Party.
18
Professional Services
Rev June 2, 2010
S:\ASDIPURCH\SOLlCIT ATIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\CII138195-MV Transportation (Shuttle)\Contract
CI1I38195 -MV TRANSPORTATION SERVICES, Inc.doc
16.2. Notwithstanding the above, nothing in this Section 16 shall be construed to
require CONTRACTOR to indemnify an Indemnified Party from Claims arising from the active
negligence, sole negligence or willful misconduct of an Indemnified Party.
16.3. The acceptance of CONTRACTOR's services and duties by CITY shall not
operate as a waiver of the right of indemnification. The provisions of this Section 16 shall survive
the expiration or early termination of this Agreement.
SECTION 17. WAIVERS. The waiver by either party of any breach or violation of any covenant,
term, condition or provision of this Agreement, or of the provisions of any ordinance or law, will not
be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or of
any subsequent breach or violation of the same or of any other term, covenant, condition, provision,
ordinance or law ..
SECTION 18. INSURANCE.
18.1. CONTRACTOR, at its sole cost and expense, shall obtain and maintain, in
full force and effect during the term of this Agreement, the insurance coverage described in Exhibit
"D". CONTRACTOR and its contractors, if any, shall obtain a policy endorsement naming CITY as
an additional insured under any general liability or automobile policy or policies.
18.2. All insurance coverage required hereunder shall be provided through carriers
with AM Best's Key Rating Guide ratings of A-:VII or higher which are licensed or authorized to
transact insurance business in the State of California. Any and all contractors of CONTRACTOR
retained to perform Services under this Agreement will obtain and maintain, in full force and effect
during the term of this Agreement, identical insurance coverage, naming CITY as an additional
insured under such policies as required above.
18.3. Certificates evidencing such insurance shall be filed with CITY concurrently
with the execution ofthis Agreement. The certificates will be subject to the approval of CITY's Risk
Manager and will contain an endorsement stating that the insurance is primary coverage and will not
be canceled, or materially reduced in coverage or limits, by the insurer except after filing with the
Purchasing Manager thirty (30) days' prior written notice of the cancellation or modification,
CONTRACTOR shall be responsible for ensuring that current certificates evidencing the insurance
are provided to CITY's Purchasing Manager during the entire term of this Agreement.
18.4. The procuring of such required policy or policies of insurance will not be
construed to limit CONTRACTOR's liability hereunder nor to fulfill the indemnification provisions
of this Agreement. Notwithstanding the policy or policies of insurance, CONTRACTOR will be
obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as
a result of the Services performed under this Agreement, including such damage, injury, or loss
arising after the Agreement is terminated or the term has expired.
SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES.
19
Professional Services
Rev June 2, 2010
S:\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\CII138195-MV Transportation (Shuttie)\Contract
Cll138195 -MV TRANSPORTATION SERVICES, Inc.doc
19.1. The City Manager may suspend the performance of the Services, in whole or
in part, or terminate this Agreement, with or without cause, by giving ten (10) days prior written
notice thereof to CONTRACTOR. Upon receipt of such notice, CONTRACTOR will immediately
discontinue its performance of the Services.
19.2. CONTRACTOR may terminate this Agreement or suspend its performance of
the Services by giving thirty (30) days prior written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY.
19.3. Upon such suspension or termination, CONTRACTOR shall deliver to the
City Manager immediately any and all copies of studies, sketches, drawings, computations, and other
data, whether or not completed, prepared by CONTRACTOR or its contractors, if any, or given to
CONTRACTOR or its contractors, if any, in connection with this Agreement. Such materials will
become the property of CITY.
19.4. Upon such suspension or termination by CITY, CONTRACTOR will be paid
for the Services rendered or materials delivered to CITY in accordance with the scope of services on
or before the effective date (i.e., 10 days after giving notice) of suspension or termination; provided,
however, if this Agreement is suspended or terminated on account of a default by CONTRACTOR,
CITY will be obligated to compensate CONTRACTOR only for that portion of CONTRACTOR's
services which are of direct and immediate benefit to CITY as such determination may be made by
the City Manager acting in the reasonable exercise ofhislher discretion. The following Sections will
survive any expiration or termination of this Agreement: 14, 15, 16, 19.4,20, and 25.
19.5. No payment, partial payment, acceptance, or partial acceptance by CITY will
operate as a waiver on the part of CITY of any of its rights under this Agreement.
SECTION 20. NOTICES.
All notices hereunder will be given in writing and mailed, postage prepaid, by
'certified mail, addressed as follows:
To CITY: Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
With a copy to the Purchasing Manager
To CONTRACTOR: Attention of John Murphy, Vice President
at the address of CONTRACTOR recited above
SECTION 21. CONFLICT OF INTEREST.
21.1. In accepting this Agreement, CONTRACTOR covenants that it presently has
no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would
Professional Services
Rev June 2, 2010
20
S:\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-CM FOLDERS\K.A THY\Contra cts\C11138195-MV Transportation (Shuttle)\Contract
Cll138195 -MV TRANSPORTATION SERVICES, Inc.doc
conflict in any manner or degree with the performance of the Services.
21.2. CONTRACTOR further covenants that, in the performance of this Agreement,
it will not employ subcontractors, contractors or persons having such an interest. CONTRACTOR
certifies that no person who has or will have any financial interest under this Agreement is an officer
or employee of CITY; this provision will be interpreted in accordance with the applicable provisions
of the Palo Alto Municipal Code and the Government Code of the State ofCalifomia.
21.3. If the Project Manager determines that CONTRACTOR is a "Consultant" as
that term is defined by the Regulations of the Fair Political Practices Commission, CONTRACTOR
shall be required and agrees to file the appropriate financial disclosure documents required by the
Palo Alto Municipal Code and the Political Reform Act.
SECTION 22. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section
2.30.510, CONTRACTOR certifies that in the performance of this Agreement, it shall not
discriminate in the employment of any person because of the race, skin color, gender, age, religion,
disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status,
weight or height of such person. CONTRACTOR acknowledges that it has read and understands the
provisions of Section 2.30.5 ~O of the Palo Alto Municipal Code relating to Nondiscrimination
Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section
2.30.510 pertaining to nondiscrimination in employment.
SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE
REQUIREMENTS. CONTRACTOR shall comply with the City's Environmentally Preferred
Purchasing policies which are available at the City's Purchasing Department, incorporated by
reference and may be amended from time to time. CONTRACTOR shall comply with waste
reduction, reuse, recycling and disposal requirements of the City's Zero Waste Program. Zero Waste
best practices include first minimizing and reducing waste; second, reusing waste and third, recycling
or compo sting waste. In particular, CONTRACTOR shall comply with the following zero waste
requirements:
• All printed materials provided by CONTRACTOR to City generated from a personal
computer and printer including but not limited to, proposals, quotes, invoices,
reports, and public education materials, shall be double-sided and printed on a
minimum of30% or greater post-consumer content paper, unless otherwise approved
by the City's Project Manager. Any submitted materials printed by a professional
printing company shall be a minimum of30% or greater post-consumer material and
printed with vegetable based inks.
• Goods purchased by CONTRACTOR on behalf of the City shall be purchased in
accordance with the City's Environmental Purchasing Policy including but not
limited to Extended Producer Responsibility requirements for products and
packaging. A copy of this policy is on file at the Purchasing Office.
• Reusable/returnable pallets shall be taken back by the CONTRACTOR, at no
additional cost to the City, for reuse or recycling. CONTRACTOR shall provide
documentation from the facility accepting the pallets to verify that pallets are not
being disposed. .
21
Professional Services
Rev June 2, 2010
S:\ASDIPURCIDSOLICITATIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\Cll138195-MV Transportation (Shuttle)\Contract
Cll138195 -MV TRANSPORTATION SERVICES, Inc.doc
SECTION 24. NON-APPROPRIATION
24.1. This Agreement is subject to the fiscal provisions of the Charter of the City of
Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a)
at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year,
or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the
fiscal year and funds for this Agreement are no longer available. This section shall take precedence
in the event of a conflict with any other covenant, term, condition, or provision of this Agreement.
SECTION 25. MISCELLANEOUS PROVISIONS.
25.1. This Agreement will be governed by the laws of the State of California.
25.2. In the event that an action is brought, the parties agree that trial of such action
will be vested exclusively in the state courts of California in the County of Santa Clara, State of
California.
25.3. The prevailing party in any action brought to enforce the provisions of this
Agreement may recover its reasonable costs and attorneys' fees expended in connection with that
action. The prevailing party shall be entitled to recover an amount equal to the fair market value of
legal services provided by attorneys employed by it as well as any attorneys' fees paid to third
parties.
25.4. This document represents the entire and integrated agreement between the
parties and supersedes all prior negotiations, representations, and contracts, either written or oral.
This document may be amended only by a written instrument, which is signed by the parties.
25.5. The covenants, terms, conditions and provisions of this Agreement will apply
to, and will bind, the heirs, successors, executors, administrators, assignees, and CONTRACTORs of
the parties.
25.6. If a court of competent jurisdiction finds or rules that any provision of this
Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this
Agreement and any amendments thereto will remain in full force and effect.
25.7. All exhibits referred to in this Agreement and any addenda, appendices,
attachments, and schedules to this Agreement which, from time to time, may be referred to in any
duly executed amendment hereto are by such reference incorporated in this Agreement and will be
deemed to be a part of this Agreement.
25.8 If, pursuant to this contract with CONTRACTOR, City shares with
CONTRACTOR personal information as defined in California Civil Code section 1798.81.5(d)
about a California resident ("Personal Information"), CONTRACTOR shall maintain reasonable and
appropriate security procedures to protect that Personal Information, and shall inform City
immediately upon learning that there has been a breach in the security of the system or in the security
of the Personal Information. CONTRACTOR shall not use Personal Information for direct marketing
22
Professional Services
Rev June 2, 2010
S:\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cl 1 138l95-MV Transportation (Shuttle)\Contract
Cll138195 -MV TRANSPORTATION SERVICES, Inc.doc
purposes without City's express written consent.
IN WI1NESS WHEREOF, the parties hereto have by their duly authorized
representatives executed this Agreement on the date first above written.
CITY OF PALO ALTO
City Manager (Required on contracts over
$85,000)
Purchasing Manager (Required on contracts
over $25,000)
Contracts Administrator (Required on
contracts under $25,000)
APPROVED AS TO FORM:
Senior Asst. City Attorney
(Required on Contracts over $25,000)
Attachments:
EXHIBIT "A": ·SCOPE OF WORK
MV TRANSPORTATION SERVICES, INC.
By: __________ _
Name: ---------------------Title: ---------------------
EXHIBIT "B":
EXHIBIT "C":
SCHEDULE OF PERFORMANCE
COMPENSATION
EXHIBIT "C-l":
EXHIBIT "D":
SCHEDULE OF RATES
INSURANCE REQUIREMENTS
23
Professional Services
Rev June 2, 2010
S:\ASDIPURCH\SOLICITATIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\Cll138195-MV Transportation (Shuttle)\Contract
Cl1l38195 -MV TRANSPORTATION SERVICES, Inc.doc
I. BACKGROUND
EXHIBIT" A"
SCOPE OF SERVICES
The City of Palo Alto (CITY) currently operates a Palo Alto Shuttle Program that provides
shuttle bus service between the Palo Alto Caltrain station and city destinations and
neighborhoods. The shuttle routes operate Monday through Friday, excluding some holidays.
The Palo Alto shuttle program began in December 1999 to provide convenient local shuttle
services to Palo Alto residents, employees and businesses. The program has been expanded and
modified, but in Uninterrupted operation since that time. The shuttle routes connect residential
neighborhoods, senior residences and services, middle schools, libraries, recreation facilities,
community centers, shopping districts, the downtown and Caltrain. The shuttle is free of charge
for all riders.
II. OVERVIEW
It is the intent of the CITY to award a contract for a three (3) year term, with a not to exceed CPI
annual increase, to furnish Palo Alto shuttle services, in accordance with the specifications
included herein. Contractor shall be responsible for providing all personnel and equipment
needed for the service. The vehicles used to provide the shuttle service must comply with
California Air Resources Board (CARB) and Bay Area Air Quality Management District
(BAAQMD) mandates and policies that govern mass public transit and public shuttle services.
Zero-emission, hybrid and alternative-fuelled vehicles are encouraged and preferred, but not
required, for all or a portion of the service.
Information herein and pertaining to the Palo Alto shuttle with regard to service hours, days of
service, schedules, ridership, vehicle demands, routes and route capacity requirements are based
on estimates and are subject to change. CITY staffhas developed this information for purposes
of general planning and providing a service framework. However, CONTRACTOR shall
maintain a reasonable level of flexibility that will allow for alterations to shuttle routes and
schedules, as the demand for shuttle services and economic conditions affecting the transit
agency change over the contract term.
Crosstown shuttle route is as follows:
• Crosstown Shuttle operates from the Downtown Palo Alto shuttle stop on Lytton Avenue at
Alma Street via Lytton, Webster, Channing, Newell, North California, Middlefield Road,
Lorna Verde Avenue, East Meadow, and Middlefield Road to the terminus at 455 E.
Charleston Road and back in reverse direction to the Palo Alto Caltrain station. The
Crosstown shuttle serves two middle schools (Jordan and JL Stanford,) four community
facilities (Main Library, Mitchell Park Library and Community Center, Palo Alto Art Center),
Downtown, Midtown and Charleston shopping districts, and several senior housing sites ..
The shuttle carries 200-250 passengers daily. Total run time for the round trip is
approximately 50 minutes.
24
Professional Services
Rev June 2, 2010
S:\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER·CM FOLDERS\KA THY\Contra cts\Cll138195~MV Transportation (Shuttle)IContract
CI113819S -MV TRANSPORTATION SERVICES, Inc.doc ·
III. SCOPE OF WORK
Contractor to operate the shuttle routes in accordance with the schedules and route design
established by CITY. The schedules, hours of operation and routes may occasionally be altered
by CITY.
SECTION 1: PALO ALTO SHUTTLE SERVICE
A. Service Hours and Days
Palo Alto Shuttle Services under the contract are scheduled to begin on award of contract
and operate approximately 254 days per calendar year.
Shuttle Route Operating Hours Total Service HoursN ehicle
Crosstown Shuttle 7:40 a.m. -5:20 p.m. 9.6667
B. Service Increases and Reductions
CITY reserves the right to increase, reduce, or modify shuttle service as CITY may find
necessary or appropriate in response to changes in ridership or CITY's annual budget. Any such
additions, reductions or modifications shall be compensated at the hourly rates agreed upon by
Contractor and CITY.
CITY will give Contractor at least thirty (30) days notice for shuttle service changes such as
adding, deleting or modifying service. Contra~tor will be expected to acquire any additional
vehicles as well as hiring and training new personnel necessary for providing expanded Palo Alto
Shuttle service. If Contractor requires additional time beyond 30-days to acquire the necessary
vehicles and personriel, Contractor must contact CITY in writing within five (5) business days of
receipt of CITY's written request for the expanded service. Contractor and CITY must then
mutually agree on a new date for fulfilling CITY's request to add service, however, under no
circumstances shall that date be more than 75 days from the date of City's written request for
additional service. Contractor may elect to provide the requested service change in less than 30-
days if they are able and CITY agrees. Contractor must maintain sufficient staffing of bus
operators to operate all routes at all times.
SECTION 2: DELIVERABLES
A. Vehicle Requirements:
Contractor shall provide a sufficient number of buses that seat a minimum of twenty-five (25),
including at least one dedicated spare to be used as a stand-by vehicle. Contractor shall also have
the capability to provide additional vehicles for any service expansion requested by CITY at a
later date. All vehicles used on the Palo Alto shuttle route must first be approved and accepted by
CITY before placed in service. Additionally, Contractor is responsible for ensuring that all Palo
25
Professional Services
Rev June 2, 2010
S:\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\C11138195-MV Transportation (Shuttle)\Contract
Cll138195 -MV TRANSPORTATION SERVICES, Inc.doc
Alto Shuttle vehicles meet the applicable California Air Resources Board (CARB) and Bay Area
Air Quality Management District (BAAQMD) air emissions standards for public transit fleets at
all times.
At commencement of service, all vehicles used for Palo Alto Shuttle services shall be no more .
than three (3) years old and have incurred fewer than 50,000 miles on engine and transmission,
unless prior written approval from CITY has been received. CITY may inspect, accept and/or
reject vehicles prior to commencement of services. All vehicles used at the start of the contract
must adhere to the vehicle requirements contained in the next section, "Type of Vehicle."
• Type of Vehicle:
The following types of vehicles may be placed in service on the Palo Alto Shuttle routes during
the contract term.
a. An alternative fuel vehicle (CNG, LNG, propane, electric);
b. A hybrid-electric vehicle;
c. A post-1994 diesel vehicle with a CARB-certified particulate matter filter installed (this
option requires the use of ultra-Iow-sulphur-fuel not exceeding 15 parts per million); or
d. A post-1989 gasoline-fueled vehicle.
Each Palo Alto Shuttle vehicle shall further meet the following criteria:
a. Every vehicle in operation shall be accessible to disabled patrons and be equipped with
proper wheelchair restraints, complying with the Americans with Disabilities Act
regulations.
b. Vehicle signage and logos, provided by Contractor, shall be displayed as directed by
CITY; any other signage requires CITY approval.
c. Each vehicle shall be equipped with safety equipment that meets California Highway
Patrol standards.
d. Each vehicle shall be equipped with a working communications system linking the
vehicle with its operating facility. The communications system must be operable in all
locations on the routes specified. Two-way communications must be possible at all times
during all service hours.
e. Each vehicle providing Palo Alto Shuttle service shall have fully functioning and properly
maintained heating and air-conditioning.
f. Each vehicle shall have stanchions and overhead grab rails for standing passengers.
g. Each vehicle shall have the potential to be equipped with a bicycle rack.
• Vehicle Licensing:
The Contractor shall keep all vehicles fully licensed and inspected as required by state and local
government and regulatory agencies. The Contractor shall further comply with all federal, state
and local vehicle registration, permitting, operating, emissions and regulatory requirements,
restrictions and laws.
• Vehicle Safetyllnspections:
26
Professional Services
Rev June 2, 2010
S:\ASD\PURCH\SOLICITATlONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\CII138195-MV Transportation (Shuttle)'Contract
Cll138195 -MV TRANSPORTATION SERVICES, Inc.doc
The vehicles shall comply with all applicable Department of Transportation Motor Vehicle
Safety Standards. The Contractor shall perform and document daily safety inspections of
vehicles prior to beginning each day's service. The "pre" and "post" operation inspections shall,
at a minimum, comply with California Code of Regulations, Title 13 and may be subj ect to
approval by CITY. Vehicles shall be repaired or replaced within 30 minutes of breakdown.
Vehicles failing the daily inspectionshall not be used in service until the failure and its cause(s)
are corrected. All replaced vehicles must display the proper signage as directed by CITY.
CITY reserves the right but has no obligation to ensure that vehicles are being maintained
properly and are in safe operating condition. CITY may inspect vehicles at any time and may bar
a vehicle from service, if it determines that the safety or operation of the vehicle is impaired,
until the problem(s) are corrected. CITY may also bar a vehicle from service, if it fails to comply
with the maintenance, operating and emissions standards dictated by federal, state and local
mandates.
Contractor must also ensure that the maintenance/repair facility and equipment used for
maintenance and repair of all Palo Alto Shuttle vehicles are in compliance with all federal, state
and local laws. CITY reserves the right to inspect all facilities and equipment used for Palo Alto
Shuttle maintenance and repair activities and require that they be replaced or improved to ensure
operational efficiency of the shuttle vehicles and the safety of employees and passengers.
Additionally, the Contractor shall be in receipt of a current CHP Terminal Inspection Report at
all times.
• Vehicle Maintenance:
The Contractor, at its expense, shall maintain all vehicles used for the shuttle service, at a
minimum, in accordance with manufacturer's specifications and/or in accordance with the State's
vehicle maintenance standards. Where duplicate standards/regulations exist, the Contractor shall
be required to maintain vehicles in accordance with the stricter standards .. Vehicles shall be
cleaned and maintained as stated in the section, Performance Standards and Liquidated Damages
Charges. Maintenance records shall be kept for all vehicles and shall be available for CITY
inspection during normal office hours (8 a.m. to 5 p.m.).
Contractor shall provide a maintenance plan describing how and where vehicles will be
maintained and any maintenance system or procedures that will be utilized. All fuels, lubricants,
parts, materials, etc., required for the performance of the service, shall be supplied by the
Contractor at Contractor's expense and maybe subject to specification and approval by CITY.
• Air Emissions:
The vehicles used for provision of Palo Alto Shuttle services must not emit particulate matter
(PM), Nitrous Oxide (NOx) and other air pollutants, indicated by the California Air Resources
Board (CARB) and the Bay Area Air Quality Management District (BAAQMD), in amounts that
exceed the maximum level(s) mandated by them. (See "Type of Vehicle" paragraph in this
27
Professional Services
Rev June 2, 2010
S:\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\Cll138195-MV Transportation (Shuttle)\Contract
Cl1138195 -MVTRANSPORTATION SERVICES, Inc.doc
section for vehicle details.) Should Contractor choo~e to use diesel-powered vehicles, as
approved by CARB and the BAAQMD only, Contractor must use ultra-low-sulphur diesel fuel
that does not exceed fifteen parts per million.
Unless otherwise instructed, all Palo Alto Shuttle operators shall turn off the vehicle's engine if
the idle time will exceed five minutes.
• Wheelchair Lifts: .
Contractor shall maintain all wheelchair lifts and safety devices in full operating condition and
ensure that wheelchair lifts be cycled twice daily, once prior to beginning the service day, and
once again at the end of the service day. During all preventative maintenance inspections, the·lift
shall be checked to ensure it is capable of lifting 600 pounds. Any required maintenance or
repair work shall be performed before a vehicle can be put into service.
• Spare Vehicles:
The Contractor shall have at its disposal a sufficient number of spare vehicles available to meet
service requirements, including one dedicated spare vehicle as a stand-by vehicle.
• Vehicle Damage:
All cosmetic damage to vehicles shall be repaired in a high quality manner and in an expeditious
manner. Damaged vehicles shall immediately be removed from service until such repairs are
completed and replaced with another vehicle that meets the vehicle and signage requirements
indicated in the service contract.
• Vehicle Signage:
Vehicles shall have a paint and decal scheme as directed by CITY. Vehicles shall display signage
as directed and approved by CITY, when providing Palo Alto Shuttle services.
The Contractor shall provide the following at its sole expense: 1) A head-sign stating "FREE
SHUTTLE"; 2) A display of the CITY logo and paint/decal scheme on the rear and sides of the
vehicle; 3) side-mounted placards that identify the specific route served; 4) other special logos on
the side-mounted placards or on other locations as specified, and; 5) other signage, decals, or
paint schemes as specified by CITY. CITY will only provide specifications and/or artwork for
such signage, decals, logos, and paint schemes. Contractor shall then procure vehicle signage and
decals, at Contractor's sole cost, after receiving direction and approval from CITY.
Signs shall be maintained in prime condition throughout the contract period. CITY shall have the
right to require the Contractor, at any time during the contract period and at Contractor's sole
expense, to replace any signage and/or logos that are tom, faded, frayed along the edges,
obsolete, or otherwise deemed unacceptable by CITY for professional display.
28
Professional Services
Rev June 2, 2010
S:\ASD\PURCH\SOLICIT A TIONS\CURRENT BUYER -CM FOLDERS\KA THY\Contra cts\Cl 1 138195-MV Transportation (Shuttle)\Contract
C1ll38195 -MV TRANSPORTATION SERVICES, Inc.doc
Contractor must meet all Federal, State and local regulations regarding vehicle identification and
signage. All marked vehicles are subject to approval by CITY before being placed in service.
Furthermore, all signage and logos associated with the Palo Alto Shuttle service must be
removed or completely covered, should any of the designated shuttle vehicles be used to perform
other contracted services that are unrelated to the Palo Alto Shuttle service.
• On Board Schedule Rack:
Contractor shall supply and install CITY approved schedule rack on board any vehicle providing
shuttle service that is contracted by CITY. Schedules and other promotional literature shall be
provided by CITY.
• On Board Advertising:
Any advertising on either the interior or exterior of the shuttle vehicles, while in service, is
strictly prohibited. Any advertising already on vehicles must be removed prior to entering into
CITY Service. However, CITY reserves the right to review this policy at a later date and
implement on-board advertising.
C. Personnel Requirements:
CONTRACTOR shall be solely responsible for the provision and the satisfactory work
performance of all its employees, including subcontracted personnel, contributing to the Palo
Alto Shuttle service. The Contractor shall be solely responsible for payment of all employee
and/or subcontractor wages and benefits. Without any additional expense to CITY, the
Contractor shall comply with the requirements of employee liability, equal employment,
Worker's Compensation, unemployment insurance, Social Security, income tax and all other
applicable laws.
• Removal of Contract Personnel:
CITY reserves the right to demand the removal of any personnel, furnished by the Contractor,
from providing shuttle services for reasonable cause. The Contractor shall not, without prior
written notice to CITY, remove or re-assign the key management personnel identified in its
proposal, (i.e. Project Manager) at any time, prior to or after execution of the Agreement. CITY
has the right to approve of any proposed substitute or replacement of such key management
r' personnel.
• Use of Subc~ntractors:
The Contractor shall obtain CITY's written consent before entering into any subcontract
affecting the Palo Alto Shuttle service. Before implementation of the service contract,
Contractor shall identify any potential subcontractors for this project and their role in the
provision of service.
29
Professional Services
Rev June 2, 2010
S:\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\CI 1 138195-MV Transportation (Shuttle)\Contract
CII138195 -MY TRANSPORTATION SERVICES, Inc.doc
• Project Manager:
Contractor shall designate a Project Manager, specifically assigned to the provision of Palo Alto
Shuttle service, who shall oversee the day-to-day operation of the service, as well as serve as a
daily point of contact. The Project Manager shall fulfill reporting requirements, address service
and operator issues, respond to complaints, and ensure that daily service requirements are met.
• Route Supervisor:
Contractor shall designate a Route Supervisor for coordinating, monitoring and overseeing the
day-to-day operations of shuttle service in the field. The Route Supervisor shall be responsible
for communicating special instructions from CITY to all shuttle vehicle operators and ensuring
that the instructions are fulfilled accordingly. The Route Supervisor duty may be fulfilled by a
Lead Operator.
CITY staff, at their discretion, may supervise the Palo Alto Shuttle operations. Contractor shall
inform all shuttle drivers that operational instructions from CITY staff must be fully executed.
CITY staff shall notify Contractor of any special instructions provided to the shuttle operators
which may impact service hours.
• Drivers:
The Contractor shall supply a sufficient number of properly qualified personnel to operate the
vehicles and to provide the Services required. All drivers furnished by Contractor for the
Services shall comply with the following:
1. Appearance':'-Each of the Contractor's drivers shall, at all times while on duty, in the
performance of the services, be neatly, professionally and cleanly dressed in a required
uniform, including identification badge.
11. Driver and Passenger Conduct Standards:
1. Drivers shall maintain a courteous and cooperative attitude in their contact with
the public.
2. Drivers shall only provideac.curate and correct information to customers. Project
Manager is responsible for providing personnel with the most updated and
accurate information regarding the Palo Alto Shuttle service on a daily basis or .
more frequent.
3. Each driver shall carry a timepiece accurate to within one minute, reset to the
exact time prior to beginning any CITY Service.
4. Drivers and passengers shall not smoke on board or near the shuttle vehicles.
5. There shall be no operation of audio devices by drivers or passengers, with the
exception that headphone systems are allowed to be played by passengers.
6. Drivers shall not use communication devices of any kind, including cellular
telephones or bluetooth headsets, for any purpose while driving or attending to
passengerS. These devices shall only be used while the driver is stopped at a
designated bus stop or other safe location.
30
Professional Services
Rev June 2, 2010
S:\ASD\PURCH\sOLICITATIONS\CURRENT BUYER-CM FOLDERS\KATHY\Contra cts\CII138195-MV Transportation (Shuttle)\Contract
CII138195 -MY TRANSPORTATION SERVICES, Inc.doc
7. Shoes and shirts shall be required of all passengers.
8. No eating or drinking shall be allowed on board the vehicles.
Drivers shall enforce these conduct standards, in order to maintain a comfortable and safe
environment for all Palo Alto Shuttle patrons.
111. Language Proficiency - A level of proficiency in the English language,
sufficient for speaking effectively and clearly with passengers and for
preparing required written logs and reports, is required. CITY has the right
to request the Contractor to remove any personnel from the Palo Alto Shuttle project that
cannot demonstrate an acceptable level of English proficiency.
IV. Licensing and Other Requirements
1. Contractor shall comply with the Immigration Reform and Control Act
(lRCA), which requires all employers to verify the authorization of its employees to
/work in the United States. It is illegal to knowingly hire, recruit or refer an
. unauthorized alien to work in the lJ.S.
2. All drivers shall be properly licensed in the State of California to provide this type of
service. A written record from the State Department of Motor Vehicles shall be
submitted to CITY semi-annually for each driver, beginning at the start of the contract
period, and then kept on file. Drivers shall possess a Class "B" Drivers License, with
applicable endorsements mandated by the State of California for the type of vehicle
operated, All drivers shall comply with all relevant State of California codes and
standards.
v. Future Standards -At such time as they may be implemented, drivers shall comply with
any future standards, which may be required of drivers operating the Services.
VI. Distribution of Promotional Materials and Surveys -Upon CITY's request, drivers shall
be required to hand out CITY promotional materials or surveys to passengers. CITY shall
supply all such materials. .
Vll. Criminal Conviction Disclosure -Contractor shall, prior to assignment of
any driver to operate a vehicle in CITY Service, require the driver to complete a
questionnaire form approved by CITY disclosing the driver's criminal conviction record,
ifany. All completed questionnaires must be delivered to CITY for verification. If the
completed form discloses no convictions that would bar the driver from CITY service, the
driver may be assigned to duties under the Agreement, subject to CITY's verification of
the record. Failure to disclose material information or the significant misstatement of the
driver's record shall disqualify the driver from operating a vehicle under the Agreement.
In addition, Contractor shall immediately report to CITY any drivers who are arrested for
public offenses while providing shuttle services, including being cited for moving traffic
violations, and immediately take all reasonable steps to ensure passenger and vehicle
safety in the event of such a violation.
31
Professional Services
Rev June 2, 201 0
S:\ASD\PURCH\SOLIClTATIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\CII138195-MV Transportation (Shuttle)\Contract
CII138195 -MV TRANSPORTATION SERVICES, Inc.doc
Vlll. Training -All drivers shall be required to receive, and have successfully
completed, the minimum current drivers training required by the California Department
of Motor Vehicles for the type of vehicle operated. All costs associated with driver
training shall be the responsibility of the Contractor. The Contractor is responsible for
ensuring that each driver is properly acquainted with the requirements of the program,
hislher responsibilities as a driver, and assisting passengers with special needs and
disabilities.
IX. Logs/Trip Sheets -Drivers shall be required to maintain vehicle logs or trip
sheets for each day of service, to include passenger counts and incident
reports. See Records and Reports Requirements section for additional requirements.
x. Driver Suitability Requirements - A driver may be disqualified from operating a vehicle
under this Agreement for criminal misconduct if he/she has been convicted of one or
more of the following offenses:
1., Operating a motor vehicle while under the influence of alcohol, amphetamines or
narcotic drugs, formulations of amphetamines or derivatives of narcotic drugs.
2. A crime involving the transportation, possession, sale or possession for sale, or
unlawful use of amphetamines, narcotic drugs, formulations of amphetamines or
derivatives of narcotic drugs.
3. A felony or misdemeanor involving moral turpitude.
4. A felony or serious misdemeanor involving violence.
5. Leaving the scene of a traffic accident, which resulted in personal injury or death.
6. A felony involving the use of motor vehicle.
Xl. Sex Offenses - A driver shall be disqualified from operating a vehicle for conduct
resulting in the following:
1. Any person determined to be a mentally disordered 'sex offender under th~ provisions
of Article I (commencing with Section 6300) of Chapter 2, Part 2, division 6 of the
Welfare arid Institutions Code or under similar provisions of law of any other state.
2. Any person required to register as a sex offender under the provisions of Section 290
of the Penal Code or under similar provisions of law of any other state.
Xu. Driving Offenses - A driver shall be disqualified from providing shuttle
service, if any of the following circumstances exist:
1. Conviction of more than three (3) moving violations within the last three years.
2. Driver's license suspended or revoked license may not participate.
X111. Drug/Alcohol Abuse--In accordance with Department of Transportation (DOT)
requirements, the Contractor shall, at its own expense, assure that all drivers, mechanics
and other safety sensitive personnel performing Services are free from alcohol misuse
and/or the abuse of drugs; including amphetamines, opiates, cocaine, PCP, marijuana and
the misuse/abuse of prescription drugs, formulations of amphetamines or derivatives of
narcotic drugs, while on the job and/or performing safety sensitive duties.
32
Professional Services
Rev June 2, 2010
S:\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\Cll138195-MV Transportation (Shuttle)\Contract
Cll138195 -MV TRANSPORTATION SERVICES, Inc.doc
The Contractor will require its prospective safety sensitive employees who may be
assigned to perform work under this contract undergo pre-employment drug testing.
Safety sensitive employees shall also be subject to post-accident testing, probable cause
testing, and random testing as required by applicable law. Such drug and alcohol tests
will comply with all applicable regulations. If an employee fails a random, post-accident,
or probable cause test, the Contractor shall inform the CITY's Project Manager of the
failure and of the actions taken within 24-hours of the event.
XIV. Usage of Vehicles --It is prohibited for drivers to allow friends, family or
relatives to ride aboard shuttles unless they are actually using the service to get to a Palo Alto
Shuttle destination.
• Office Staff:
The Contractor shall supply a sufficient number of employees to staff the contractor's office
at all required times and perform all necessary tasks associated with the service, including
responding to calls for information or assistance from the public or city staff. The Contractor
shall be responsible for training these employees and ensuring that all program policies and
procedures are understood and enforced. During all times when vehicles are on the road for
this program, the Contractor shall staff the office with at least one person trained to perform
radio dispatching functions, monitor the telephone and handle any issues associated with
CITY Service.
D. Records and Reports Requirements:
• Routine Reports:
Contractor shall compile, prepare and furnish to CITY the following records and reports in a format
approved by CITY. These records and reports shall be submitted on a monthly basis with billing
information. CITY reserves the right to withhold payment if the required reports are not included
with the billing information by the due date established by CITY at the onset of the contract.
1. Billing Information (in CITY-specified format)
11. Actual/Scheduled number of service operating hours and miles of each route and vehicle
111. Level of usage by disabled passengers
IV. Complete explanation of all accidents, incidents, complaints and unusual events
v. Driver's daily passenger logs, which must include daily passenger counts (on/off per
stop/route, totals)
Other Reports that shall be provided by Contractor as required by this Agreement include the
following:
1. Maintenance Records -vehicle number, dates, types of service, etc., daily vehicle availability,
summary of vehicle road failures (as requested)
11. State Department of Motor Vehicles record of each driver (semi-annually)
111. California Highway Patrol (CHP) Pull-Notice System Reports (as required)
33
Professional Services
Rev June 2, 2010
S:\ASDIPURCH\SOLICITATIONSICURRENT BUYER-CM FOLDERS\KATHy\Contra ctsICll138195-MV Transportation (Shuttle)\Contract
Cll138195 -MV TRANSPORTATION SERVICES, Inc.doc
IV. California Highway Patrol (CHP) Tenninal Inspection Report
v. Substance Abuse Control Program reports (as required)
VI. Vehicle reports verifying compliance with CARB and the BAAQMD (as requested)
VB. Passenger Surveys provided by CITY (as requested)
Vlll. Report on Vehicle Compliance with the CARB to include engine type, vehicle model and year,
odometer readings, fuel used, and vehicle size for each shuttle used' to provide Palo Alto
Shuttle services (prior to start of service and annually thereafter, or as requested)
• Records Requirements:
The Contractor shall be responsible for properly maintaining separate records and summaries
for this Service as deemed necessary by CITY and/or for CITY's submission to federal
and/or state agencies. Contractor shall comply with all federal, state and local mandates
regarding record retention. . .
• Maintenance and Ownership of Records:
All reports, records, and data relating to this Agreement shall be the property of CITY subject
to the requirements of Section 14 of the contract.
D. Miscellaneous Requirements:
• Fares:
This Palo Alto Shuttle service shall be free of charge to all passengers. No fares shall be
collected.
• Gratuities:
The Contractor and its employees and or subcontractors are prohibited from soliciting or
accepting any tips or gifts of any kind while operating a vehicle in CITY Service.
• Meetings:
CITY plans to hold meetings on an as-needed basis for the purpose of discussing service
problems and proposed solutions and to maintain open and frequent communications.
Unless otherwise notified, the Contractor's Project Manager shall attend all meetings.
• Facilities:
The Contractor shall provide suitable maintenance and storage facilities with which to
operate the Service. All furnishings, equipment and supplies are the responsibility of the
Contractor. '
• SafetylEmergency Preparedness/Security Requirements:
34
Professional Services
Rev June 2, 2010
S:\ASD\PURCH\sOUCITATIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\CI I I38-l95-MV Transportation (Shuttle)\Contract
CllI38195 -MV TRANSPORTATION SERVICES, Inc.doc
The Contractor shall provide for the safety of passengers by any and all reasonable means, including
but not limited to: driver training, retraining, and monitoring; vehicle maintenance; maintaining
order in and around vehicles; providing safety and emergency procedures. Each vehicle shall be
equipped with a fire extinguisher and appropriate first-aid kit furnished by Contractor.
E. Performance Standards and Liquated Damage Charges:
With this award of the Palo Alto Shuttle service contract, it is agreed upon by both parties that strict
adherence to the schedule of operations in rendering the public service, called for by these
specifications, is of the essence. The Contractor shall abide by the performance standards stated
herein and shall be liable for the stated liquidated damage charges in the event of their breech.
Liquidated damage charges may be waived at the discretion of CITY. Any liquidated damage
charges imposed or other assessments may be deducted from Contractor's invoice for services. In
. addition to any liquidated damage remedy, CITY reserves the right to terminate the Agreement for
any reasonable cause, especially for failure to maintain performance standards.
Specific performance standards and the assessments that will be imposed for non-performance are
listed below.
• On-Time Performance:
Standard: Contractor shall be on time for all trips to ensure a smooth and efficient transfer of
passengers between the Palo Alto trains and the Palo Alto Shuttles. Contractor shall have all Palo
Alto Shuttles staged and ready to receive passengers at least ten (10) minutes before start of each
service day.
1. Non-performance: Missing a trip entirely is considered as not providing the required
service. CITY shall not pay for missed trips. A $100.00 penalty per trip that was missed
entirely shall be assessed.
2. Non-'performance: Departing a shuttle terminus stop ten (1 0) or more minutes later than
the scheduled departure time published in the time guide. Penalty: $100.00 shall be
assessed for each late departure.
3. Non-performance: Departing a shuttle terminus stop before the scheduled pick-up time at
that location. Penalty: $100.00 shall be assessed for each early departure.
• Vehicle Maintenance: Contractor shall maintain vehicle equipment in proper operating
condition.
Non-performance: Schedules that operate using a vehicle with a cracked windshield, inoperative
safety devices, inoperative heater/air conditioner, illegal tire tread, or other significant defects are
unacceptable. Penalty: $250.00 per day shall be assessed.
• Safety Standard: Contractor shall maintain all vehicles used in CITY Service in
compliance with all applicable federal and state safety standards.
35
Professional Services
Rev June 2, 2010
S:\ASDIPURCH\SOLICITATIONSICURRENT BUYER-CM FOLDERSIKATHY\Contra ctslCl 1 138195-MV Transportation (Shuttle)IContract
Cll138195 -MY TRANSPORTATION SERVICES, 1nc.doc
Non-performance: In the case that the vehicle operating authority falls under the California Public
Utilities Commission (CPUC), and if the CPUC revokes the permits to operate the vehicles in this
Service, as a result of unsatisfactory inspection ratings by the CHP, they shall not operate. Penalty:
$500.00 per vehicle per day. Penalty shall be assessed until a satisfactory inspection report is
obtained.
• Vehicle Appearance: Contractor shall maintain the upkeep and cleanliness of all
vehicles.
1. . At a minimum, interiors shall be swept"mopped, and wiped down daily, including the driver
and dash areas.
11. At a minimum, exteriors shall be washed twice weekly with more frequent washings as
required during periods of rainy weather, including polishing of windshields and cleaning of
wheels.
111. At a minimum, all vehicles shall be completely detailed twice a month including, but not
limited to, the driver's area, dashboard, windows, ceiling, walls, floors and seats.
Non-performance: A vehicle that has not,been cleaned as described above. Penaity: $100.00 per day
will be assessed.
• Vehicle Signage: Contractor shall ensure that the vehicle displays the required signage
appropriately on the vehicle.
1. Non-performance: Vehicles that operate without the proper signage. Penalty: $100 per day
without the proper signage will be assessed.
2. Non-performance: Vehicles that operate with improperly placed signage. Penalty: $100
per day with the improperly placed signage.
3. Non-performance: Vehicles that operate service unrelated to the Palo Alto Shuttle
Program while displaying signage and/or logos that reference' the Palo Alto Shuttle
services. Penalty: $100 will be assessed per vehicle per incident.
• Vehicles -Disabled Accessibility: Each vehicle shall be accessible to disabled persons through
wheelchair lifts, ramps or other approved method.
Non-performance: Schedules that operate without a working wheelchair lift shall be considered as
having not operated. CITY shall not pay for missed trips. Penalty: $250.00 per vehicle trip will be
assessed.
• Vehicles -Emissions Compliance: All vehicles used to provide Palo Alto Shuttle service shall
comply with the vehicle type, fuel requirements, and emissions standards required by the
California Air Resources Board (CARB) at all times.
36
Professional Services
Rev June 2, 2010
S:\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\CII138195-MV Transportation (Shuttie)\Contract
CII138195 -MV TRANSPORTATION SERVICES, ID.c.doc
1. Non-performance: The use of non-compliant vehicles for Palo Alto Shuttle service any
time during the contract period will result in penalties to the Contractor. Penalty: $500
per day that the non-compliant vehicle operates.
• Report Submissions: Contractor must submit all reports required by CITY, as listed in Section
C of the Scope of Work, by the date established by CITY at the onset of the contract.
1. Non-performance: Submitting required reports beyond the deadline for submission.
Penalty: Withholding payments of Contractor's monthly invoices until reports are
received by CITY.
2. Non-performance: Deliberately reporting falsified information on a report submItted
to CITY. Penalty: Withholding payments of Contractor's monthly invoices until
accurate information is received by CITY.
37
Professional Services
Rev June 2, 2010
S:\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\Cll138195-MV Transportation (Shuttie)\Contract
Cl1l38195 -MV TRANSPORTATION SERVICES, Inc.doc
EXHIBITB
SCHEDULE OF PERFORMANCE
It is agreed upon by both parties that strict adherence to the schedule of operations in rendering
the public service, called for by these specifications, is of the essence.
Contractor shall be on time for all trips to ensure a smooth and efficient transfer of passengers
between the Palo Alto trains and the Palo Alto Shuttles. Contractor shall have all Palo Alto Shuttles
staged and ready to receive passengers at least ten (10) minutes before start of each service day.
A. Service Hours and Days
Palo Alto Shuttle Services under the contract are scheduled to begin on award of contract
and shall operate Monday through Friday with the exception of these holidays -New Years Day,
Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Thursday and
Friday, and Christmas Day, approximately 254 days per calendar year.
Shuttle Route Operating Hours
Crosstown Shuttle 7:40 a.m. -5:20 p.m.
38
Total Service HoursNehicle
9.6667
Professional Services
Rev June 2, 2010
S:\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\CII138195-MY Transportation (Shuttle)\Contract
C11138195 -MY TRANSPORTATION SERVICES, Inc.doc
Year
1
Year
2
Year
3
EXHIBIT "C"
COMPENSATION
The CITY agrees to compensate the CONTRACTOR for professional services
performed in accordance with the terms and conditions of this Agreement, and completed
to the reasonable satisfaction of the CITY, as described in Exhibit A, Scope of Services,
an amount not to exceed
Vehicle Projected Total Other Mise Contingency Yearly Cost
Service Annual Annual Cost Costs(GPS,
Rate per Service for Shuttle Bus Wrap, etc.
Hour Hours Services
$60.18 2425 $145,936.00 $2,860.00 $11,500.00 $160,296.00
$57.02 2815 $160,511.00 $360.00 $160,871.00
$56.56 2815 $159,217.00 $360.00 $159,577.00
TOTAL COST FOR 3 YEAR $480,744.00
AGREEMENT
39
Professional Services
Rev June 2, 2010
S:\ASD\PURCH\SOLlCIT ATIONS\CURRENT BUYER-CM FOLDERS\KATHy\Contra cts\CI1138195-MY Transportation (Shuttle)\Contract
CII138195 -MY TRANSPORTATION SERVICES, Inc. doc
EXHIBIT "C-l"
SCHEDULE OF RATES
POSITION TITLE HOURLY RATE
Maintenance Technician $20.63
Vehicle Service Worker $9.00
40
Professional Ser;vices
Rev June 2, 2010
S\ASD\PURCH\SOLICITATIONS\CURRENT BUYER-CM FOLDERS\KA THY\Contra cts\Cll138195-MV Transportation (Shuttle)\Contract
Cl1138195 -MVTRANSPORTATION SERVICES, Inc.doc
EXHIBIT "D"
INSURANCE REQUIREMENTS
CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OFTHE CONTRACT OBTAIN
AND MAINT AlN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WIlli AM
BEST'S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUmORIZED TO TRANSACT INSURANCE BUSINESS IN THE
STATE OF CALIFORNIA.
AWARD IS CONTINGENT ON COMPLIANCE WITH CITY'S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW:
MINIMUM LIMITS
REQUIRED TYPE OF COVERAGE REQUIREMENT EACH
YES
YES
YES
YES
NO
YES
OCCURRENCE AGGREGATE
WORKER'S COMPENSATION STATUTORY
EMPLOYER'S LIABILITY STATUTORY
BODILY INJURY $1,000,000 $1,000,000
GENERAL LIABILITY, INCLUDING
PERSONAL INmRY, BROAD FORM PROPERTY DAMAGE $1,000,000 $1,000,000
PROPERTY DAMAGE BLANKET
CONTRACTUAL, AND FIRE LEGAL BODILY INJURY & PROPERTY DAMAGE $1,000,000 $1,000,000
LIABILITY COMBINED.
BODILY INJURY $1,000,000 $1,000,000 -EACH PERSON $1,000,000 $1,000,000
-EACH OCCURRENCE $1,000,000 $1,000,000
AUTOMOBILE LIABILITY, INCLUDING
ALL OWNED, HIRED, NON-OWNED PROPERTY DAMAGE $1,000,000 $1,000,000
BODILY INmRY AND PROPERTY $1,000,000 $1,000,000
DAMAGE, COMBINED
PROFESSIONAL LIABILITY, INCLUDING,
ERRORS AND OMISSIONS,
MALPRACTICE (WHEN APPLICABLE),
AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000
THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE,
SHALL OBT AlN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT,
THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULT ANTS, IF ANY, BUT
ALSO, WITH THE EXCEPTION OF WORKERS' COMPENSATION, EMPLOYER'S LIABILITY AND PROFESSIONAL INSURANCE, NAMING
AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES.
L INSURANCE COVERAGE MUST INCLUDE:
A. A PROVISION FOR A WRlTTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN
COVERAGE OR OF COVERAGE CANCELLATION; AND
B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR
CONTRACTOR'S AGREEMENT TO INDEMNIFY CITY.
C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY'S PRIOR APPROVAL.
II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE.
III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL
INSUREDS"
A. PRIMARY COVERAGE
WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS
AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER
INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS.
B. CROSS LIABILITY
41
Professional Services
Rev June 2, 2010
S:\ASD\PURCHISOLICIT ATIONSICURRENT BUYER-CM FOLDERS\KA THY\Contra ctsICII138195-MV Transportation (Shuttle)IContract
Cl1138195 -MY TRANSPORTATION SERVICES, Inc.doc
THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL
NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS
ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF
THE COMPANY UNDER THIS POLICY.
C. NOTICE OF CANCELLATION
1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER
THAN THE NON-PAYMENT OF PREMTIJM, THE ISSUING COMPANY SHALL PROVIDE CITY
AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATEOF
CANCELLATION.
2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT
OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY
WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
NOTICES SHALL BE MAILED TO:
PURCHASING AND CONTRACT ADMINISTRATION
CITY OF PALO ALTO
P.O. BOX 10250
PALO ALTO, CA 94303
42
Professional Services
Rev June 2,2010
S:\ASD\PURCH\SOLICIT ATIONS\CURRENT BUYER-CM FOWERS\KATHy\Contra cts\C11138195-MY Transportation (Shuttle)\Contract
Cll138195 -MY TRANSPORTATION SERVICES, Inc.doc
•
ATTACHMENT B
AMENDMENT NO. 17 TO AGREEMENT NO. SOl14750
BETWEEN THE CITY OF PALO ALTO AND
PENINSULA CORRIDOR JOINT POWERS BOARD
This Amendment No. 17 to Agreement No. S0114750
("Contract") is entered into January 19, 2011, by and between the
CITY. OF PALO ALTO,a ckarter city and a municipal corporation of
the State of California ("EMPLOYER"), and PENINSULA CORRIDOR
JOINT POWERS BOARD, a JOINT POWERS AGENCY ("JPB"), located at
12501 San Carlos Avenue, San Carlos, CA 94070 ("JPB").
R E CIT A L S:
WHEREAS, the Agreement was entered into between the
parties for the provision of Regular Shuttle Services, Expanded
Shuttle Services and Midday Shuttle Service; and
WHEREAS, the parties wish to amend the Agreement to
terminate the provision of the Midday and Expanded Shuttle Service;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Amendment, the parties agree:
SECTION 1. Section 7 is hereby added to the to read as
follows:
7. TERMINATION OF MIDDAY AND EXPANDED SHUTTLE SERVICE
Effective February 28, 2011, "JPB" shall cease to provide
the Midday and Expanded Bus Service as described in Section 1 of
the Agreement for the Crosstown Shuttle Service. Last day of these
Services shall be Februpry 25, 2011. Employer's obligation to pay
all costs and expenses pertaining to the provision of Midday and
Expanded Service shall cease with termination of that Service.
Regular shuttle service to the Embarcadero Shuttle, and
Employer's obligation to pay for such Service, shall continue
unaffected as Bstablished in the Agreement.
Except as herein modified, all other provisions of the
Agreement, including any exhibits and subsequent amendments
thereto, shall remain in full force and effect.
IN WITNESS WHEREOF, the parties have by their duly
authorized representatives executed this Amendment on the date
first above written.
1
110110 8m 010
CITY OF PALO ALTO
APPROVED:
City Manager
APPROVED AS TO FORM:
Senior Asst. City Attorney
2
110110 sm 010
PENINSULA CORRIDOR JOINT
POWERS BOARD
By: -----------------------------
Name: --------------------------~
Title: --------------------------
.J-
.i