National Academies Press: OpenBook
« Previous: Appendix E: Additional Transit Agency Relationships with TNCs/Microtransit Providers
Page 149
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 149
Page 150
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 150
Page 151
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 151
Page 152
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 152
Page 153
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 153
Page 154
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 154
Page 155
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 155
Page 156
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 156
Page 157
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 157
Page 158
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 158
Page 159
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 159
Page 160
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 160
Page 161
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 161
Page 162
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 162
Page 163
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 163
Page 164
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 164
Page 165
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 165
Page 166
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 166
Page 167
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 167
Page 168
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 168
Page 169
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 169
Page 170
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 170
Page 171
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 171
Page 172
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 172
Page 173
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 173
Page 174
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 174
Page 175
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 175
Page 176
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 176
Page 177
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 177
Page 178
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 178
Page 179
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 179
Page 180
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 180
Page 181
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 181
Page 182
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 182
Page 183
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 183
Page 184
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 184
Page 185
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 185
Page 186
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 186
Page 187
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 187
Page 188
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 188
Page 189
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 189
Page 190
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 190
Page 191
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 191
Page 192
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 192
Page 193
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 193
Page 194
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 194
Page 195
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 195
Page 196
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 196
Page 197
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 197
Page 198
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 198
Page 199
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 199
Page 200
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 200
Page 201
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 201
Page 202
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 202
Page 203
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 203
Page 204
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 204
Page 205
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 205
Page 206
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 206
Page 207
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 207
Page 208
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 208
Page 209
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 209
Page 210
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 210
Page 211
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 211
Page 212
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 212
Page 213
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 213
Page 214
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 214
Page 215
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 215
Page 216
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 216
Page 217
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 217
Page 218
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 218
Page 219
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 219
Page 220
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 220
Page 221
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 221
Page 222
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 222
Page 223
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 223
Page 224
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 224
Page 225
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 225
Page 226
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 226
Page 227
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 227
Page 228
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 228
Page 229
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 229
Page 230
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 230
Page 231
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 231
Page 232
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 232
Page 233
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 233
Page 234
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 234
Page 235
Suggested Citation:"Appendix F: RFPs/Agreement." National Academies of Sciences, Engineering, and Medicine. 2018. Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers. Washington, DC: The National Academies Press. doi: 10.17226/25109.
×
Page 235

Below is the uncorrected machine-read text of this chapter, intended to provide our own search engines and external engines with highly rich, chapter-representative searchable text of each book. Because it is UNCORRECTED material, please consider the following text as a useful but insufficient proxy for the authoritative book pages.

F-1 APPENDIX F: RFPs/Agreement Appendix F includes portions of the RFPs issued by Hillsborough Transit Authority for FMLM solutions; LA Metro for demand-response service; and WMATA for Abilities-Ride Subsidization of Transportation Services. In HART’s case at least the RFP provisions included below were incorporated into the contract, as the solicitation document and the successful offeror’s proposal constituted the contract.

F-2 HART RFP-16628

F-3

F-4

F-5

F-6

F-7

F-8

F-9

F-10

F-11

F-12

F-13

F-14

F-15

F-16

F-17

F-18

F-19

F-20

F-21

F-22

F-23

F-24

F-25

F-26 Solicitation No. RFP-18213 H-01 (OCT 10) Page 3 of 4 Exhibit H (1) Vehicle make, model and year (2) Number of wheelchair accessible positions in each vehicle (3) Total number of accessible vans available and as a percentage of fleet (b) The Contractor(s) is required to ensure that all vehicles used in the program are properly maintained and serviced. Proper maintenance and service shall be the minimum requirements recommended by the manufacturer of each vehicle for the make, model and year. (c) Over the course of this agreement, HART has the right to require the Contractors to provide sufficient documentation and records of proper maintenance and service. 7. Training (a) The proposer shall provide documentation for how drivers are trained for the following: (1) Passenger Sensitivity (2) Defensive Driving (3) Passenger Assistance 8. Reservations (a) The Contractors shall receive reservations directly from the customer via phone or a cell phone application provided by the Contractors, at least 30 minutes prior to desired pick-up time. The trip should be performed no earlier than 30 minutes before the scheduled pick-up time only if the Contractors and the customer have negotiated a pick-up time earlier than the original requested time. The trip should be performed no later than 10 minutes after the scheduled pick-up time. 9. Trip Information (a) Contractors that participate in the program must be required to provide the trip information. All of the information detailed in Exhibit D, Paragraph 5, must be completed in order to receive reimbursement for the value of the trip. 10. Late Trips (a) After a reservation for a trip is accepted, all efforts must be made to provide the trip within the pick-up window of 30 minutes. The trip should be performed no earlier than 30 minutes before the scheduled pick time, and no later than 10 minutes after the scheduled pick-up time. A late trip is defined as a trip taken outside the pick-up window. If a trip is going to be or, in fact becomes late, the dispatcher must notify the customer of the delay. Should the Contractors arrive outside of the pick-up window, the customer is under no obligation to utilize the Contractor’s service and there will be no payment due unless the customer agrees to accept the late trip. These events must be documented by the Contractors and included in the monthly data reports that accompany invoicing. 11. Missed Trips (a) Missed trips are those mutually agreed upon, reserved, but not provided. Should a trip be missed, a backup vehicle must be provided to perform the trip. Missed trips without documentation of efforts to contact the customer and no documentation of other circumstance beyond the control of the driver are not eligible to be reimbursed. Three verified missed trips over a rolling 30 day period may result in termination of the contract. 12. Required Documentation (a) Daily Dispatch Log: Contractors shall maintain a daily dispatch log of all program reservations taken and performed. The dispatch log file shall also be updated with the information from each trip as collected before they are submitted for reimbursement. (b) Complaint Log: Contractors shall maintain a customer complaint log which will identify complaints received regarding their service both directly from the customer and through HART customer service. Included within the log shall be a record of investigation of the complaint as well as the resolution. This log shall be submitted monthly with the Daily Dispatch Log. Both logs may reside in a single workbook as separate worksheet tabs.

F-27 Solicitation No. RFP-18213 H-01 (OCT 10) Page 4 of 4 Exhibit H (c) Service and Vehicle Maintenance Records: Contractors shall maintain copies of service and maintenance records of each vehicle or provide them upon request of HART. 13. Contract Violations and Penalties (a) Due to nature of the service, timeliness and quality of service is important. A pattern of complaints received by HART regarding timeliness or quality of service may result in termination of the Contract and/or procurement of service from another contractor. (b) Complaints received by the Contractors shall be research and resolved by the Contractors within three (3) business days of receipt. Failure to adequately resolve valid customer complaints by the Contractors may lead to termination of the contract. Any complaints received by HART Customer Service will be sent to the Contractors for research and resolution within the same three (3) business day time frame. (c) Contractors must have resources (driver and vehicle) to respond to an On Demand service request within 15-minutes from the time of the trip request is received. A pattern of late pickups may result in termination of the Contract. (d) Falsely reporting a trip as completed which was not actually performed to completion is a direct violation of the contract agreement between HART and the provider, and as such is grounds for termination of the contract. (e) HART reserves the right to utilize a mystery shopper as a method to ensure compliance with the rules set forth in this contract. (f) In the event of quality of service problems with any driver of the Contractors, HART reserves the right to prohibit specific drivers from transporting HART clients for services covered by this Contract. 14. Trip Rates (a) The Contractors will submit pricing for additional mileage beyond the $3.00 fare provided by the customer, up to the maximum of a three (3) mile trip in total. The initial two-tenths of a mile for each trip will be included in this $3.00 amount.

F-28 K:\Operations\Service Planning\ITS\RideShare\First_LastMile.mxd 9/17/2015 J Proposed First Mile/Last Mile Zones 3 Mile Buffer UATC (North Area Only) Mission Bell Brandon Hospital Brandon Mall

F-29 WMATA ABILITIES-RIDE SUBSIDIZATION OF TRANSPORTATION SERVICES—RFP NO. CQ17005/JWC As of November 8, 2017, the entire RFP was available on WMATA’s website under Closed Solicitations, https:// www.wmata.com/business/procurement/solicitations/Solicitation-Details.cfm?solicitation_id=3493

F-30   Rev. 08/16   Table of Contents DIRECTIONS FOR SUBMITTING OFFERS ................................................................................................... 1  NOTICE TO OFFERORS ................................................................................................................................... 2  NOTICE TO ALL VENDORS ............................................................................................................................. 3  SOLICITATION, OFFER AND AWARD .......................................................................................................... 4  PRICE SCHEDULE SHEET ........................................................................................................................... 6  1.  INTRODUCTION .................................................................................................................................. 11  2.   GOODS TO BE FURNISHED/SERVICES TO BE SUPPLIED .................................................... 12  3.  COMMUNICATIONS WITH THE AUTHORITY .............................................................................. 12  4.  PREPARATION OF OFFERS ........................................................................................................... 12  5.  EXPLANATIONS TO OFFERORS ................................................................................................... 12  6.   PRE-PROPOSAL CONFERENCE ................................................................................................... 13  7.  AMENDMENTS PRIOR TO DATE SET FOR RECEIPT OF PROPOSALS .............................. 13  8.  ACKNOWLEDGMENT OF AMENDMENTS ................................................................................... 13  9.  SUBMISSION OF PROPOSALS ...................................................................................................... 14  10.  PROPOSAL FORMAT INSTRUCTIONS/REQUIREMENTS ....................................................... 14  11.  LATE SUBMISSIONS AND REVISIONS OF PROPOSALS ....................................................... 15  12.   WITHDRAWAL OF PROPOSALS ................................................................................................... 15  13.   RECEIPT AND REVIEW OF PROPOSALS BY THE AUTHORITY ........................................... 15  14.  EVALUATION CRITERIA AND BASIS FOR AWARD ................................................................. 16  15.  PRICE PROPOSAL EVALUATION ................................................................................................. 20  16.   TECHNICAL PROPOSAL EVALUATION ....................................................................................... 20  17.  PRE-AWARD INFORMATION/CONTRACTOR RESPONSIBILITY .......................................... 20  18.  PRE-AWARD MEETING  ................................................................................................................... 21  19.  SITE VISIT/INSPECTION OFFEROR’S FACILITIES – N/A ........................................................ 21  20.  CONTRACT AWARD ......................................................................................................................... 21  21.   PERFORMANCE/PAYMENT BONDS– N/A ................................................................................... 22  22.  OPPORTUNITY FOR DISADVANTAGED BUSINESS ENTERPRISES TO PROPOSE ........ 22  23.  WMATA’S TAX EXEMPT STATUS ................................................................................................. 22  24.  RESTRICTION ON DISCLOSURE AND USE OF DATA ............................................................. 22  25.  ENGLISH LANGUAGE AND UNITED STATES CURRENCY .................................................... 22  26.  BRAND NAME OR EQUAL – N/A ................................................................................................... 23  27.  REQUESTS FOR RECORDS ............................................................................................................ 23  28.  NOTICE OF PROTEST POLICY....................................................................................................... 25  REPRESENTATIONS & CERTIFICATIONS ............................................................................................. 26  1.  TYPE OF BUSINESS ORGANIZATION .......................................................................................... 26  2.  AFFILIATION AND IDENTIFYING DATA ....................................................................................... 26  3.  SMALL BUSINESS & LOCAL PREFERENCE PROGRAM (SBLPP) ....................................... 27  4.  COVENANT AGAINST GRATUITIES ............................................................................................. 27  5.  CONTINGENT FEES .......................................................................................................................... 27  6.  DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION ................ 28  7.  CERTIFICATION OF INDEPENDENT PRICE DETERMINATION ............................................. 29  8.  NONDISCRIMINATION ASSURANCE ............................................................................................ 29  9.  DISCLOSURES OF INTERESTS OF WMATA BOARD MEMBERS ......................................... 30  PRE-AWARD EVALUATION DATA .............................................................................................................. 32  TERMS AND CONDITIONS ............................................................................................................................. 34  CHAPTER I – TERMS AND CONDITIONS ................................................................................................... 35 

F-31   Rev. 08/16   1.  AGREEMENT ....................................................................................................................................... 35  2.  ARRANGEMENT OF CONTRACTUAL PROVISIONS ................................................................ 35  3.  ORDER OF PRECEDENCE .............................................................................................................. 35  4.  REQUIREMENTS CONTRACT  ....................................................................................................... 35  5.   INDEFINITE QUANTITY CONTRACT ............................................................................................. 36  6.  ORDERING – N/A ............................................................................................................................... 36  7.  ORDER LIMITATIONS ....................................................................................................................... 36  8.  AUDIT, AVAILABILITY, AND INSPECTION OF RECORDS ...................................................... 36  9.  AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR ..................................................... 37  10.  CONTRACTING OFFICERS TECHNICAL REPRESENTATIVE (COTR) ................................. 37  CHAPTER II – TIME/DELAYS/LIQUIDATED DAMAGES .......................................................................... 39  1.  PERIOD OF PERFORMANCE .......................................................................................................... 39  2.  OPTIONS – EVALUATION ................................................................................................................ 39  3.  OPTIONS – EXERCISE ...................................................................................................................... 39  4.   OPTION FOR INCREASED OR DECREASED QUANTITIES OF SUPPLIES ......................... 40  5.  OPTIONS TO EXTEND SERVICES – N/A ...................................................................................... 41  6.  OPTION TO EXTEND THE TERM OF THE CONTRACT ............................................................ 41  7.  OPTIONS EXERCISED OUT OF SEQUENCE .............................................................................. 41  8.  LIQUIDATED DAMAGES FOR DELAY – N/A ............................................................................... 41  9.  EXTENSIONS OF TIME/FORCE MAJEURE ................................................................................. 41  10.  THE AUTHORITY’S DELAY ............................................................................................................. 42  11.  NOTICE TO THE AUTHORITY OF LABOR DISPUTES .............................................................. 43  CHAPTER III – ACCEPTANCE/INSPECTIONS/DEFICIENCIES.............................................................. 44  1.  INSPECTION OF SERVICES ............................................................................................................ 44  2.  INSPECTION OF SUPPLIES – N/A ................................................................................................. 44  3.  ACCEPTANCE OF SUPPLIES – N/A .............................................................................................. 44  4.  NEW MATERIAL [SUPPLIES] – N/A .............................................................................................. 44  5.  WARRANTY – N/A .............................................................................................................................. 45  6.   CORRECTION OF DEFICIENCIES .................................................................................................. 45  7.  FIRST ARTICLE INSPECTION – N/A ............................................................................................. 45  8.  F.O.B. DESTINATION ........................................................................................................................ 45  9.  QUALITY ASSURANCE/QUALITY CONTROL ............................................................................. 46  CHAPTER IV—CHANGES/ PRICING ADJUSTMENTS ............................................................................. 47  1.  CHANGE ORDERS ............................................................................................................................. 47  2.  PRICING OF ADJUSTMENTS .......................................................................................................... 48  3.  ACCOUNTING AND RECORD KEEPING FOR ADJUSTMENTS ............................................. 48  CHAPTER V – INVOICES/PAYMENTS/ DEDUCTIONS ............................................................................ 50  1.  BILLING AND PAYMENT .................................................................................................................. 50  2.  PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA – MODIFICATIONS ................................................................................................................................ 51  3.  SUBCONTRACTOR PAYMENTS .................................................................................................... 51  4.  GARNISHMENT OF PAYMENTS..................................................................................................... 51  CHAPTER VI – CONTRACT TERMINATION/STOP WORK ORDERS/DISPUTES .............................. 52  1.  STOP WORK ORDERS ..................................................................................................................... 52  2.  TERMINATION FOR DEFAULT ....................................................................................................... 52  3.  TERMINATION FOR CONVENIENCE ............................................................................................. 54  4.  ASSIGNMENT...................................................................................................................................... 57  5.  DISPUTES ............................................................................................................................................ 58  CHAPTER VII – INDEMNIFICATION/INSURANCE/RISK OF LOSS ....................................................... 59  1.  INDEMNIFICATION ............................................................................................................................ 59 

F-32   Rev. 08/16   2.  INSURANCE REQUIREMENTS ....................................................................................................... 59  3.  TITLE AND RISK OF LOSS .............................................................................................................. 64  CHAPTER VIII – INTELLECTUAL PROPERTY RIGHTS .......................................................................... 65  1.  PATENT INDEMNITY ......................................................................................................................... 65  2.  SET-OFF ............................................................................................................................................... 65  3.  RIGHTS IN TECHNICAL DATA- LIMITED – N/A .......................................................................... 65  4.  RIGHTS IN TECHNICAL DATA – UNLIMITED ............................................................................. 65  5.  NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT [SUPPLIES] – N/A ............................................................................................... 67  6.  ROYALTY INFORMATION – N/A..................................................................................................... 67  CHAPTER IX – ADDITIONAL COVENANTS/LEGAL REQUIREMENTS ............................................... 68  1.  NONDISCRIMINATION ASSURANCE ............................................................................................ 68  2.  CONTRACT WORK HOURS AND SAFETY STANDARDS ACT-OVERTIME COMPENSATION ................................................................................................................................ 69  3.  WALSH-HEALEY PUBLIC CONTRACTS ACT ............................................................................. 70  4.  DAVIS-BACON ACT – N/A ............................................................................................................... 70  5.  COPELAND ANTI-KICKBACK ACT ............................................................................................... 70  6.  CONVICT LABOR ............................................................................................................................... 70  7.  COVENANT AGAINST CONTINGENT FEES ................................................................................ 71  8.  SEAT BELT USE POLICY ................................................................................................................. 71  9.  SENSITIVE SECURITY INFORMATION ......................................................................................... 71  10.  LAWS AND REGULATIONS ............................................................................................................ 72  11.  HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA.................... 72  12.  LIVING WAGE ..................................................................................................................................... 73  13.  METRIC SYSTEM ............................................................................................................................... 74  14.  MANDATORY DISCLOSURE ........................................................................................................... 74  15.  WHISTLEBLOWER PROTECTION – NON-FEDERAL ................................................................ 75  16.  WORKPLACE VIOLENCE/ZERO TOLERANCE .......................................................................... 76  17.  DRUG AND ALCOHOL TESTING (FOR SAFETY SENSITIVE FUNCTIONS ONLY) ............ 76  18.  EMPLOYMENT RESTRICTION WARRANTY ............................................................................... 77  19.  GRATUITIES ........................................................................................................................................ 78  20.  OFFICIALS NOT TO BENEFIT ......................................................................................................... 78  21.  ORGANIZATIONAL CONFLICTS OF INTEREST ......................................................................... 78  22.  CONTRACTOR PERSONNEL .......................................................................................................... 80  23.  FALSE STATEMENTS, CLAIMS OR SUBMISSIONS ................................................................. 80  CHAPTER X – MISCELLANEOUS ADDITIONAL PROVISIONS ............................................................. 82  1.  FEDERAL, STATE, AND LOCAL TAXES ...................................................................................... 82  2.  PUBLIC COMMUNICATION ............................................................................................................. 82  3.  CHOICE OF LAW, CONSENT TO JURISDICTION AND VENUE .............................................. 83  4.  SEVERABILITY ................................................................................................................................... 83  5.  SURVIVAL ............................................................................................................................................ 83  CHAPTER XI – ADDITIONAL PROVISIONS ............................................................................................... 84  1.  AMERICANS WITH DISABILITIES ACT ACCESSIBILITY – ...................................................... 84  2.  RETAINAGE – N/A ............................................................................................................................. 84  3.  GOVERNMENT-WIDE DEBARMENT OR SUSPENSION- .......................................................... 84  4.  FALSE STATEMENTS OR CLAIMS CIVIL AND CRIMINAL FRAUD ....................................... 84  5.  PROGRESS PAYMENTS .................................................................................................................. 85  6.   BONDING FOR CONSTRUCTION PROJECTS EXCEEDING $100,000 – N/A ...................... 85  7.   BONDING REQUIREMENTS- GENERAL – N/A ........................................................................... 85  CHAPTER XII-WMATA POLICIES ................................................................................................................. 86 

F-33   Rev. 08/16   1.  SAFETY REQUIREMENTS ............................................................................................................... 86  2.  PRE-EMPLOYMENT CRIMINAL BACKGROUND CHECK REQUIREMENT .......................... 87  3.  WORKPLACE VIOLENCE/ZERO TOLERANCE .......................................................................... 87  MID‐ATLANTIC PURCHASING TEAM RIDER CLAUSE ........................................................................... 88  PART III TECHNICAL SPECIFICATIONS .................................................................................................... 89  Purpose ................................................................................................................................................................. 90  SMALL BUSINESS LOCAL PREFERENCE PROGRAM (SBLPP) ......................................................... 96  COMBINED GLOSSARY OF DEFINITIONS .............................................................................................. 119   

F-34 WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP CQ17005/JWC 6  Rev. 08/16  PRICE SCHEDULE SHEET ITEM  NO.  DESCRIPTION  UNIT (EA)  UNIT (EA) PRICE    BASE YEAR   (March '17 ‐  February '18)   TOTAL COST     BASE  YEAR             1  Base Fare (20 Minute, 9.0  Mile Trip)     $_____________        2  Additional Trip Fees, e.g.  Per Minute, Per Mile, Safe  Ride, Late Cancellation or  Other (Itemize)     $_____________         A  TOTAL TRIP COST     $_____________        3  Collected Customer Fare     ($5.00)         B  WMATA TOTAL COST PER  TRIP     $_____________        4  Estimated Total Non‐WAV  Trips up to 150,000  ____________           5  Estimated Total Non‐WAV  Trips up to 150,000  ____________            C  TOTAL ESTIMATED TRIPS  (Not to exceed 150,000)  ____________           6  Base Year Non‐WAV Cost =  (Item 4 * Item B)     $______________        7  Base Year WAV Cost =  (Item 5 * Item B) + (Item 5  * $10)     $______________         8  BASE YEAR TOTAL COSTS           $________________                   

F-35 WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP CQ17005/JWC 7  Rev. 08/16  PRICE SCHEDULE SHEET Continuation ITEM  NO.  DESCRIPTION  UNIT (EA)  UNIT (EA) PRICE    OPTION YEAR ONE  (March '18 ‐  February '19)   TOTAL COST     OPTION YEAR ONE             1  Base Fare (20 Minute, 9.0  Mile Trip)     $____________        2  Additional Trip Fees, e.g. Per  Minute, Per Mile, Safe Ride,  Late Cancellation or Other  (Itemize)     $____________         A  TOTAL TRIP COST     $____________        3  Collected Customer Fare     ($5.00)         B  WMATA TOTAL COST PER  TRIP     $____________        4  Estimated Total Non‐WAV  Trips up to 225,000  ____________           5  Estimated Total Non‐WAV  Trips up to 225,000  ____________            C  TOTAL ESTIMATED TRIPS  (Not to exceed 225,000)  ____________           6  Option Year One Non‐WAV  Cost = (Item 4 * Item B)     $____________        7  Option Year One WAV Cost  = (Item 5 * Item B) + (Item 5  * $10)     $____________        8   OPTION YEAR ONE TOTAL  COSTS          $________________                   

F-36 WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP CQ17005/JWC 8  Rev. 08/16  PRICE SCHEDULE SHEET Continuation ITEM  NO.  DESCRIPTION  UNIT (EA)  UNIT (EA)  PRICE     OPTION YEAR TWO  (March '19 ‐  February '20)   TOTAL COST     OPTION YEAR TWO              1  Base Fare (20 Minute, 9.0  Mile Trip)     $___________        2  Additional Trip Fees, e.g. Per  Minute, Per Mile, Safe Ride,  Late Cancellation or Other  (Itemize)     $___________        A   TOTAL TRIP COST     $___________        3  Collected Customer Fare     ($5.00)         B  WMATA TOTAL COST PER  TRIP     $___________        4  Estimated Total Non‐WAV  Trips up to 281,000  _____________           5  Estimated Total Non‐WAV  Trips up to 281,000  _____________           C   TOTAL ESTIMATED TRIPS  (Not to exceed 281,000)  _____________           6  Option Year Two Non‐WAV  Cost = (Item 4 * Item B)     $___________        7  Option Year Two WAV Cost  = (Item 5 * Item B) + (Item 5  * $10)     $___________         8  OPTION YEAR TWO TOTAL  COSTS           $_______________                   

F-37 WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP CQ17005/JWC 9  Rev. 08/16  PRICE SCHEDULE SHEET Continuation ITEM  NO.  DESCRIPTION  UNIT (EA)  UNIT (EA)  PRICE     OPTION YEAR  THREE  (March '20 ‐  February '21)   TOTAL COST     OPTION YEAR THREE              1  Base Fare (20 Minute, 9.0  Mile Trip)     $__________        2  Additional Trip Fees, e.g. Per  Minute, Per Mile, Safe Ride,  Late Cancellation or Other  (Itemize)     $__________        A   TOTAL TRIP COST     $__________        3  Collected Customer Fare     ($5.00)         B  WMATA TOTAL COST PER  TRIP     $__________        4  Estimated Total Non‐WAV  Trips up to 352,000  ______________           5  Estimated Total Non‐WAV  Trips up to 352,000  ______________           C   TOTAL ESTIMATED TRIPS  (Not to exceed 352,000)  ______________           6  Option Year Three Non‐WAV  Cost = (Item 4 * Item B)     $__________        7  Option Year Three WAV Cost  = (Item 5 * Item B) + (Item 5  * $10)     $__________         8  OPTION YEAR THREE TOTAL  COSTS           $______________ _                   

F-38 WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP CQ17005/JWC 10  Rev. 08/16  PRICE SCHEDULE SHEET Continuation ITEM  NO.  DESCRIPTION  UNIT (EA)  UNIT (EA) PRICE     OPTION YEAR  FOUR  (March '21 ‐  February '22)   TOTAL COST     OPTION YEAR FOUR              1  Base Fare (20 Minute, 9.0  Mile Trip)     $____________        2  Additional Trip Fees, e.g. Per  Minute, Per Mile, Safe Ride,  Late Cancellation or Other  (Itemize)     $____________        A   TOTAL TRIP COST     $____________        3  Collected Customer Fare     ($5.00)         B  WMATA TOTAL COST PER  TRIP     $____________        4  Estimated Total Non‐WAV  Trips up to 387,000  ____________           5  Estimated Total Non‐WAV  Trips up to 387,000  ____________           C   TOTAL ESTIMATED TRIPS  (Not to exceed 387,000)  ____________           6  Option Year Four Non‐WAV  Cost = (Item 4 * Item B)     $____________        7  Option Year Four WAV Cost =  (Item 5 * Item B) + (Item 5 *  $10)     $____________         8  OPTION YEAR FOUR TOTAL  COSTS           $______________                    GRAND TOTAL  BASE plus ALL FOUR OPTION  YEARS     $______________  Authorized Signature Company Name

F-39 WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP CQ17005/JWC 11  Rev. 08/16  Date RFP SOLICITATION INSTRUCTIONS 1. INTRODUCTION (a) The Authority seeks to award a contract to one or more companies or joint vendors who are eligible to receive funding from WMATA to subsidize services provided by the proposers to MetroAccess eligible individuals as an alternative transportation means for the more than 900,000 thousand annual trips requested within the Maryland boundaries of the MetroAccess service area. Each selected vendor must demonstrate the ability to ensure equitable access to its services for customers in need of transportation via wheelchair accessible vehicles (WAV). WMATA will establish a five (5) year pilot program wherein WMATA will subsidize a portion of the cost of each eligible trip provided by the qualified vendor(s) within the MetroAccess service area of Montgomery and Prince George’s County, Maryland, subject to certain limitations described in detail in the Scope of Work. Within the parameters of this pilot, and based on ridership or economic climate, WMATA reserves the right to add additional qualified vendors, and enlarge the service area for which trips will be eligible for subsidized billing. To that end, it is issuing this Request for Proposals (RFP) to solicit proposals from qualified firms and individuals who can satisfy the requirements described herein. (b) Since this is a Best Value solicitation, award of a Contract hereunder shall be to the offeror whose proposal provides the best overall value to the Authority, based upon application of the evaluation criteria set forth herein. (c) Unless otherwise specified in the Price Schedule, the Authority reserves the right to make multiple awards pursuant to this solicitation. (d) REQUIREMENTS CONTRACT: This is a requirements Contract. A requirements Contract provides the Contractor with both the legal right and the legal duty to supply goods and/or services in an amount that is determined by WMATA’s needs, rather than by a fixed quantity. Offerors are advised that the quantities of supplies and/or services specified in the Price Schedule are estimates only, included for purposes of price evaluation and in order to provide information to assist offerors in formulating their proposals. While they represent the Authority’s best such estimate as of the time of the solicitation, they do not constitute a commitment on the part of the Authority to procure supplies or services at the estimated level. (e) In the event that the Contractor is unable or otherwise fails to provide goods or services within the time frames required in this Contract, the Authority reserves the right to procure them from any other source and in any other manner it deems appropriate. Nothing contained herein shall be deemed to waive, modify or impair the Authority’s right to treat such failure as a material breach of the Contractor’s obligations pursuant to the “Default” article under this Contract, or to pursue any other remedy to which the Authority may be entitled pursuant to this Contract, at law or in equity. (f) INDEFINITE QUANTITY: This is an indefinite-quantity contract for the supplies or services specified, and effective for the period of performance stated in the Price Schedule. The quantities of supplies and/or services specified in the Price Schedule are estimates only and are not purchased by this Contract.

F-40 WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP CQ17005/JWC 16  Rev. 08/16  (c) Notwithstanding a determination by the Authority to proceed without conducting substantive negotiations or discussions with offerors, the Authority may engage in communications with one (1) or more offerors relating to clarification(s) of their proposals. (d) The Contracting Officer may, in his or her discretion engage in oral or written discussions with one (1) or more offerors regarding the Authority’s understanding of the proposals and/or to discuss deficiencies in the initial proposals. In determining those offerors with whom he or she chooses to engage in discussions, the Contracting Officer shall first make a determination regarding the initial proposals that he or she deem to be within the competitive range for Contract award. The Contracting Officer shall conduct discussions with all offerors submitting proposals that are within the competitive range. (e) The Contracting Officer may, following such discussions, direct those offerors whose proposals are within the competitive range to submit Best and Final Offers (“BAFOs”). In such instances, the Contracting Officer shall award the Contract(s) based upon his or her review of the BAFOs in accordance with the Evaluation Criteria. Nothing contained herein shall limit, modify or impair the Contracting Officer’s right to engage in any additional oral or written discussions or other communications relating to the solicitation that may be consistent with the Authority’s best interests. (f) The Authority maintains the right to waive informalities and minor irregularities in proposals at any time during the solicitation process. 14. EVALUATION CRITERIA AND BASIS FOR AWARD BEST VALUE Proposals will be evaluated based upon application of the following Evaluation Criteria: Each Offeror Must Submit The Information Requested Below for 1-6, In Order To Be Responsive To The Solicitation: 1 Service Model and Plan: 1.1. Offeror shall describe its capacity and methodology to provide on-demand transportation service to individuals. 1.2. Offeror shall describe its capacity and methodology to limit trips to requests that will originate and terminate within the Maryland boundaries of the MetroAccess service area. 1.3. Offeror shall describe its ability to expand the service area beyond Maryland, should a decision be made to do so. 1.4. Offeror shall describe its capacity for real-time tracking of daily trips for each customer. 1.5. Offeror shall detail its ability to limit the number of daily trips of each individual customer to no more than four (4) one-way trips per day. 2 Driver Eligibility, Training and Background:

F-41 WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP CQ17005/JWC 17  Rev. 08/16  2.1. Offeror shall detail eligibility requirements for all drivers. 2.2. Offeror shall detail its screening process of drivers that ensures all drivers meet applicable federal, state, and local qualifications. 2.3. Offeror shall detail its method of background checks for all drivers. 2.4. Offeror shall outline its training of all drivers in regards to serving customers with disabilities, specifically related to the following: 2.4.1.Accommodating customers traveling with service animals1; 2.4.2.Communicating with customers who are deaf/hard of hearing; and 2.4.3.Escorting customers who are blind in and out of the vehicle. 2.5. Offeror shall outline its method of ongoing evaluation and periodic background checks for drivers. 3 Vehicle Compliance and Accessibility: 3.1 Offeror shall detail standards for all vehicles used as part of its service. 3.2 Offeror shall detail its methodology to ensure that vehicles are compliant with applicable federal, state, and local standards with regard to safety and maintenance. 3.2.1 Offeror shall describe its process for providing oversight of vehicle cleanliness and reliability. 3.3 Offeror shall detail how many wheelchair accessible vehicles (WAV) would be available at the onset of service in keeping with language in Section (a) of the Introduction. 3.3.1 Offeror shall detail WAV availability via directly owned or provided vehicles. 3.3.2 Offeror shall detail WAV availability via partnerships with individual and/or fleet owners of WAVs. 3.3.3 Offeror shall describe planned initiatives designed to maintain and increase the number of WAVs available via its service. 4 Insurance and Workers Compensation: 4.1 Offeror shall detail the level of pr imary insurance coverage provided when a customer is in a vehicle on a trip or a driver in on their way to pick-up a customer. 4.1.1 For service in Maryland, minimum of $1,000,000. 4.2 Offeror shall detail the level of insurance coverage provided for drivers logged into the in service, but not providing a trip or in route to a customer.                                                              1 For all vendors, Metro will define service animals as including, but are not limited to, dogs that: guide individuals who are blind; alert people with hearing disabilities; pull wheelchairs or carry and pick up things for persons with mobility disabilities; assist a person who has difficulties with balance; or alert an individual of an oncoming seizure. Exotic animals will not be considered service animals for this Program, nor will comfort or therapy animals that are used solely to provide emotional support. 

F-42 WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP CQ17005/JWC 18  Rev. 08/16  4.2.1 Minimum of $50,000 per person or $100,000 for each accident, as well as $25,000 in property damage coverage, for service in Maryland. 4.3 Offeror shall detail the level of workers compensation coverage for drivers in service. 4.4 In the event that Offeror believes either insurance or workers compensation is not applicable to its operations, Offeror shall provide a detailed explanation for that position. 5 Service: 5.1. Offeror shall detail its method(s) for receiving and staffing of a service request from a customer or someone on acting on behalf of a customer. 5.1.1. For telephone reservations, Offeror shall describe the number and types of languages available to customers, and the availability of short message service (text messaging) and/or a teletypewriter (TTY) number. 5.1.2. For smartphone apps to be used on this service, Offeror shall confirm the following: 5.1.2.1. The app is available on the following mobile operating system(s): iOS and Android. 5.1.2.2. The app, on both operating systems, is certified as 508 and WCAG 2.0 compliant. 5.1.2.3. The app, on both operating systems, demonstrates features to enable use by people who are deaf/hard of hearing as customers or as a driver. 5.1.3. For website access, Offeror shall confirm the following: 5.1.3.1. The website hosting the online platform is certified as 508 compliant. 5.1.4. Offeror shall outline the manner by which it confirms trip requests. 5.1.5. Offeror shall describe its ability to provide customers accurate fare estimates, if requested, prior to booking a trip. 5.2. Offeror shall describe the availability of an option(s) to allow customers to track a vehicle in route to provide them service. 5.3. Offeror shall describe its method(s) for verification of customer, driver, and vehicle. 5.4. Offeror shall describe its method(s) of vehicle arrival notification. 5.5. Offeror shall describe methods available when a driver and a customer cannot locate each other. 5.6. Offeror shall detail any requirements for its drivers to assist customer in and out of the vehicles. 5.7. Offeror shall detail the process for trip requests that are not fulfilled. 5.8. Offeror shall outline its policy related to No Show trips and Late Cancellation trips. 5.8.1. Offeror shall define a No Show trip and detail any payment required as a result of a No Show trip. 5.8.2. Offeror shall define a Late Cancellation trip, and detail any payment required as a result of a Late Cancellation trip.

F-43 WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP CQ17005/JWC 19  Rev. 08/16  5.9. Offeror shall outline methods available to customers to contact Offeror during a trip. 5.9.1. Offeror shall describe average and minimum customer response times. 5.10. Offeror shall outline its method(s) of fare collection for each trip. 5.11. Offeror shall detail its capacity to implement a spilt fare system to enable a minimum payment by the customers; a subsidized amount of payment by WMATA; and additional fare to be paid by customers once the maximum WMATA subsidization level is reached. 5.12. Offeror shall detail the methodology of customers and drivers to provide feedback at the conclusion of each trip, and how such information will be shared with WMATA. 5.13. Offeror shall detail its process for responding to incidents and accidents, and reporting incidents and accidents to WMATA. 6 Administrative Deliverables 6.1. Offeror shall confirm its capacity to submit a monthly invoice to WMATA that includes the following information: a) total number of trips taken by customers during the month, b) total number of WAV requested trips, c) sum of total trip fares for the month, d) total of additional trip fees charged for the month, e) total amount of WMATA subsidized fares, f) total amount of WMATA subsidized WAV fare surcharges,, and g) total payment amount due by WMATA for the month. 6.2. Offeror shall confirm its capacity to submit to WMATA a monthly listing of all trips provided the previous month in a sortable and formula enabled spreadsheet, preferably Microsoft Excel that includes the following data points for each trip: a) Date b) Customer MetroAccess ID Number c) Customer First Name d) Customer Last Name e) WAV Requested Trip f) Request Time g) Pick-up Time h) Pick-up Location i) Drop-off Location j) Drop-off Time k) Trip Miles l) No Show/Late Cancellation Trip m) Base Fare n) Additional Trip Fees o) Total Trip Cost p) Collected Customer Fare q) WMATA Total Trip Cost r) WAV Fare Surcharge s) WMATA Total Cost

F-44 WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY SUPPLY AND SERVICE CONTRACT RFP CQ17005/JWC 20  Rev. 08/16  The Authority will award a contract to the responsible offeror whose proposal conforms to the solicitation and is judged to be the most advantageous to the Authority based on an overall assessment of technical merit and price in accordance with the Evaluation Criteria. In conducting this assessment: 1. Technical Considerations Most Important: The Authority is more concerned with obtaining superior technical or business management features than with making an award at the lowest overall cost to the Authority. However, the Authority will not make an award at a significantly higher overall cost to achieve only slightly superior technical or management features. Proposers should be aware that both price and overall technical merit are of extreme importance to the Authority in this Solicitation. Where its review concludes that two or more Proposals are of substantially similar overall value, the Authority will place greater weight upon the technical aspects of the Proposals. 15. PRICE PROPOSAL EVALUATION (a) The Contracting Officer will evaluate price proposals for reasonableness, completeness, and realism as appropriate. Costs will be evaluated in terms of the following: (1) Submittal of proposed prices for both the base year (s) and the option year(s), if any; (2) Any offer that is materially unbalanced may be rejected. An unbalanced offer is one (1) that is based on prices that are significantly overstated for some items and understated for other items; (3) The Contracting Officer will compare the price proposals to the Authority’s estimate and otherwise determine reasonableness by performing a price analysis, if adequate competition exists. If, in the Contracting Officer’s judgment, adequate price competition does not exist, he or she will conduct a cost analysis in order to ascertain whether the proposed price is fair and reasonable; (b) The offeror shall provide certified cost or pricing data if the Contracting Officer requests it. 16. TECHNICAL PROPOSAL EVALUATION The Authority will evaluate the technical proposal in accordance with the “Evaluation Criteria” set forth in paragraph 14 and render an assessment as to the overall technical merit of the proposal. The proposal’s failure to demonstrate that it meets or surpasses an acceptable level with respect to any such element may result in a determination that the proposal is unacceptable and thus ineligible for award. 17. PRE-AWARD INFORMATION/CONTRACTOR RESPONSIBILITY (a) In order to be eligible for award of a Contract, a proposer must affirmatively demonstrate to the Contracting Officer’s satisfaction that it is responsible for purposes of this Solicitation. Such demonstration must include a showing that it maintains the requisite integrity, overall technical expertise and experience, (including prior performance on other Authority contracts or contracts with other government agencies), and sufficient financial resources to perform the Contract in a timely, satisfactory and appropriate manner.

F-45 LA METRO RFP NO. PS46292 Los Angeles County Metropolitan Transportation Authority MICROTRANSIT PILOT PROJECT RFP No. PS46292 ISSUED 10.25.17

F-46 RFP No. PS46292 MICROTRANSIT PILOT PROJECT ISSUED 10.25.17 TABLE OF CONTENTS i TABLE OF CONTENTS SECTION 1 – LETTER OF INVITATION ..................................................................... 1-0 LOI FOR PROPOSAL...........................................................................................................1-1 LETTER OF INVITATION SUPPLEMENT (NON - FEDERAL)..............................................1-4 LIST OF CERTIFIED FIRMS (DISCLAIMER) ....................................................................................1-8 SECTION 2 – INSTRUCTIONS TO PROPOSERS...................................................... 2-0 GENERAL INSTRUCTIONS TO PROPOSERS....................................................................2-1 IP-01 PREQUALIFICATION REQUIREMENTS ........................................................................2-1 IP-02 NO GUARANTEE.............................................................................................................2-1 IP-03 RESERVED......................................................................................................................2-1 IP-04 EXAMINATION OF RFP DOCUMENTS ..........................................................................2-1 IP-05 INTERPRETATION OF RFP DOCUMENTS....................................................................2-2 IP-06 COMMUNICATION WITH METRO ..................................................................................2-2 IP-07 AMENDMENT...................................................................................................................2-2 IP-08 PREPARATION OF SUBMITTAL.....................................................................................2-2 IP-09 MODIFICATIONS AND ALTERNATIVE PROPOSALS ...................................................2-3 IP-10 SIGNING OF PROPOSAL AND AUTHORIZATION TO NEGOTIATE ............................2-3 IP-11 SUBMISSION OF PROPOSAL ........................................................................................2-3 IP-12 PROPOSAL EVALUATION PROCESS ...........................................................................2-4 IP-13 PRE-AWARD NEGOTIATION WITH SELECTED PROPOSER......................................2-4 IP-14 WITHDRAWAL OF SUBMITTAL......................................................................................2-5 IP-15 PRE-AWARD AUDIT........................................................................................................2-5 IP-16 METRO RIGHTS ..............................................................................................................2-5 IP-17 PUBLIC RECORDS ACT .................................................................................................2-6 IP-18 DISQUALIFICATION OF PROPOSERS ..........................................................................2-7 IP-19 FILING OF PROTESTS....................................................................................................2-7 SBE/DVBE INSTRUCTIONS TO PROPOSERS...................................................................2-8 SECTION 100 - METRO POLICY STATEMENT ...............................................................................2-8 SECTION 200 - CALCULATING AND COUNTING SBE/DVBE PARTICIPATION .........................2-11 SECTION 300 - SMALL BUSINESS ENTERPRISE AND DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION....................................................................................2-13 TABLE 1 - SBE/DVBE PROPOSAL FORMS ...................................................................................2-16 FORM 1 - PROPOSED SUBCONTRACTORS & SUPPLIERS........................................................2-17 FORM 2 - AFFIDAVIT.......................................................................................................................2-18 FORM 3 - BUSINESS DATA SHEET ...............................................................................................2-19 FORM 4 - PROPOSED LOWER TIER SUBCONTRACTORS & SUPPLIERS................................2-21 FORM 5 – SBE/DVBE AFFIRMATION.............................................................................................2-22 INSTRUCTIONS TO PROPOSERS - SUBMITTAL REQUIREMENTS ...............................2-23 1.1 GENERAL FORMAT ......................................................................................................2-23 1.2 PROPOSAL CONTENT .................................................................................................2-24 INSTRUCTIONS TO PROPOSERS - EVALUATION CRITERIA.........................................2-28 INSTRUCTIONS TO PROPOSERS - EXHIBITS ................................................................2-33 EXHIBIT A – STATEMENT OF WORK ............................................................................................2-34 APPENDIX A - STATEMENT OF WORK.........................................................................................2-50 EXHIBIT B - PRICE SCHEDULE (PART A) .....................................................................................2-52 EXHIBIT C – INSURANCE REQUIREMENTS.................................................................................2-54 SECTION 3 – PROPOSAL FORMS ............................................................................ 3-0 FORM A - PROPOSAL LETTER........................................................................................................3-1

F-47 RFP No. PS46292 MICROTRANSIT PILOT PROJECT ISSUED 10.25.17 TABLE OF CONTENTS ii FORM B - LIST OF CURRENT PROJECTS (BACKLOG) .................................................................3-5 FORM C - LIST OF COMPLETED PROJECTS - LAST FIVE YEARS ..............................................3-6 FORM 60 AND INSTRUCTIONS........................................................................................................3-7 METRO TRAVEL AND EXPENSE GUIDELINES ............................................................................3-10 SECTION 4 – PRE-QUALIFICATION DOCUMENTS.................................................. 4-0 CONTRACTOR PRE-QUALIFICATION APPLICATION........................................................4-1 PRE-QUALIFICATION APPLICATION INSTRUCTIONS...................................................................4-2 DEFINITIONS .....................................................................................................................................4-2 SECTION I: IDENTIFICATION.......................................................................................................4-3 SECTION II: OWNERSHIP/MANAGEMENT, PROJECT TEAM MEMBERS, AND RELATED ENTITIES..........................................................................................................................4-4 SECTION III: CIVIL ACTIONS.........................................................................................................4-5 SECTION IV: COMPLIANCE WITH LAWS AND OTHER REGULATIONS....................................4-6 SECTION V: ETHICS ......................................................................................................................4-7 SECTION VI: ADDITIONAL DOCUMENTATION REQUIRED........................................................4-8 FINANCIAL STATEMENT ..................................................................................................................4-9 SECTION 5 – REQUIRED CERTIFICATIONS ............................................................ 5-0 ETHICS DECLARATION ......................................................................................................5-1 GENERAL CERTIFICATIONS..............................................................................................5-3 CERTIFICATION – IRAN CONTRACTING...........................................................................5-5 SECTION 6 – CONTRACT DOCUMENTS .................................................................. 6-0 FIRM FIXED PRICE CONTRACT.........................................................................................6-1 ARTICLE I: CONTRACT DOCUMENTS ORDER OF PRECEDENCE.........................................6-2 ARTICLE II: DEFINITIONS.............................................................................................................6-3 ARTICLE III: WORK TO BE PERFORMED ....................................................................................6-3 ARTICLE IV: COMPENSATION......................................................................................................6-3 ARTICLE V: CONTRACT TERM AND PERIOD OF PERFORMANCE .........................................6-4 ARTICLE VI: NEGOTIATION OF SUPPLEMENTAL CONTRACT .................................................6-4 ARTICLE VII: LIMITATION OF FUNDS...........................................................................................6-6 ARTICLE VII: ENTIRE AGREEMENT ...............................................................................................6-7 REGULATORY REQUIREMENTS........................................................................................6-8 RR-01 ADMINISTRATIVE CODE *..............................................................................................6-8 RR-02 DISCRIMINATION * .........................................................................................................6-9 RR-03 WHISTLEBLOWER REQUIREMENTS * .........................................................................6-9 RR-04 PUBLIC RECORDS ACT * .............................................................................................6-10 RR-05 ACCESS TO RECORDS (RESERVED) ........................................................................6-10 RR-06 FEDERAL FUNDING, INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS, AND FEDERAL CHANGES* (RESERVED)..........................................6-10 RR-07 ENERGY CONSERVATION REQUIREMENTS (RESERVED) .....................................6-10 RR-08 CIVIL RIGHTS REQUIREMENTS * ...............................................................................6-10 RR-09 NO GOVERNMENT OBLIGATION TO THIRD PARTIES * (RESERVED) ....................6-12 RR-10 PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS * (RESERVED) ....................................................................................................6-12 RR-11 SUSPENSION AND DEBARMENT* (RESERVED) .......................................................6-12 RR-12 RECYCLED PRODUCTS (RESERVED) .......................................................................6-12 RR-13 CLEAN WATER AND CLEAN AIR REQUIREMENTS* (RESERVED) ..........................6-12 RR-14 COMPLIANCE WITH FEDERAL LOBBYING POLICY * (RESERVED) ........................6-12 RR-15 BUY AMERICA * (RESERVED) .....................................................................................6-12 RR-16 CARGO PREFERENCE* (RESERVED) ........................................................................6-12 RR-17 FLY AMERICA (RESERVED) ........................................................................................6-12

F-48 RFP No. PS46292 MICROTRANSIT PILOT PROJECT ISSUED 10.25.17 TABLE OF CONTENTS iii RR-18 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT * (RESERVED) ........6-12 RR-19 SEISMIC SAFETY (RESERVED)...................................................................................6-12 RR-20 ADA ACCESS (RESERVED) .........................................................................................6-12 RR-21 ALCOHOL AND DRUG-FREE WORKPLACE PROGRAM * (RESERVED)..................6-12 RR-22 TRANSIT EMPLOYEE PROTECTIVE ARRANGEMENTS *(RESERVED)...................6-12 RR-23 CONSTRAINTS ON CHARTER SERVICE AND OTHER OPERATIONS.....................6-13 RR-24 SCHOOL BUS REQUIREMENTS (RESERVED)...........................................................6-13 RR-25 FEDERAL PATENT AND DATA RIGHTS* (RESERVED) .............................................6-13 RR-26 PUBLIC WORKS CONTRACTOR REGISTRATION LAW (RESERVED) .....................6-13 RR-27 COMPLIANCE WITH CALIFORNIA HEALTH AND SAFETY CODE (HSC) §25250.51 (RESERVED)..................................................................................................................6-13 SPECIAL PROVISIONS (SERVICES) ................................................................................6-14 SP-01 SBE/DVBE PARTICIPATION.........................................................................................6-14 SP-02 ORGANIZATIONAL CONFLICTS OF INTEREST*........................................................6-15 SP-03 NOTICES AND SERVICE THEREOF* ..........................................................................6-15 SP-04 APPROVED SUBCONTRACTORS AND SUPPLIERS*................................................6-16 SP-05 RELEASE OF INFORMATION* .....................................................................................6-16 SP-06 ORDERING (FOR INDEFINITE DELIVERY/QUANTITY CONTRACTS) (RESERVED)6-16 SP-07 INSURANCE...................................................................................................................6-17 SP-08 WORKSITE ACCESS/RESTORATION (JANUARY 2002) (RESERVED).....................6-17 SP-09 LOSS PREVENTION......................................................................................................6-17 SP-10 CONTRACTOR EQUIPMENT* ......................................................................................6-17 SP-11 FINAL PAYMENT BOND (RESERVED) ........................................................................6-17 SP-12 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (RESERVED)..................................................................................................................6-17 SP-13 CONTRACT SPECIFIC DEFINITIONS* (RESERVED) .................................................6-18 SP-14 CLEAN UP (RESERVED) ..............................................................................................6-18 SP-15 PROTECTION OF METRO STRUCTURES, EQUIPMENT, AND VEGETATION (RESERVED)..................................................................................................................6-18 SP-16 PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS* (RESERVED) .........................................................................6-18 SP-17 ALLOWABILITY, ALLOCABILITY & REASONABLENESS DEFINITIONS* ..................6-18 SP-18 OWNERSHIP OF METRO MATERIALS; SOFTWARE LICENSING* ...........................6-19 SP-19 SOURCE MATERIAL FOR LICENSED SOFTWARE AND ANY CUSTOMIZED SOFTWARE ...................................................................................................................6-23 SP-20 LIQUIDATED DAMAGES*..............................................................................................6-24 SP-21 DATA BREACHES AND SECURITY INCIDENTS* .......................................................6-25 SP-22 RIGHT TO AUDIT* .........................................................................................................6-25 SP-23 EXPERIENCE AND PROFESSIONAL CAPABILITY* ...................................................6-25 SP-24 METRO MANAGEMENT OF CONTRACTOR’S PERSONNEL* (RESERVED)............6-26 SP-25 SUBCONTRACT ADMINISTRATION ............................................................................6-26 SP-26 PAYMENT OF PREVAILING AND LIVING WAGES / REPORTING (RESERVED).....6-29 SP-27 SERVICE CONTRACT WORKER RETENTION POLICY (RESERVED) ......................6-29 SP-28 SUPPLEMENTAL CONTRACT......................................................................................6-29 APPENDIX A - MILESTONE COMPLETION SCHEDULE...............................................................6-30 EXHIBIT 1 - RATE CERTIFICATION ...............................................................................................6-31 GENERAL CONDITIONS (GOODS AND SERVICES)........................................................6-32 GC-01 GLOSSARY OF TERMS*...............................................................................................6-32 GC-02 INTERPRETATION*.......................................................................................................6-38 GC-03 PRECEDENCE OF CONTRACT DOCUMENTS ...........................................................6-38 GC-04 CONTRACT DOCUMENTS ...........................................................................................6-38 GC-05 AUTHORITY OF THE CONTRACTING OFFICER ........................................................6-39 GC-06 METRO’S TECHNICAL REPRESENTATIVE (PROJECT MANAGER).........................6-39 GC-07 INDEPENDENT CONTRACTOR ...................................................................................6-40 GC-08 ORGANIZATIONAL AND KEY PERSONNEL................................................................6-40

F-49 RFP No. PS46292 MICROTRANSIT PILOT PROJECT ISSUED 10.25.17 TABLE OF CONTENTS iv GC-09 SUBCONTRACTORS AND SUPPLIERS* .....................................................................6-41 GC-10 PERMITS........................................................................................................................6-43 GC-11 GOODS* .........................................................................................................................6-43 GC-12 STANDARDS OF PERFORMANCE*.............................................................................6-44 GC-13 UNAUTHORIZED ACTIONS*.........................................................................................6-45 GC-14 PERIOD OF PERFORMANCE.......................................................................................6-45 GC-15 INSPECTION OF WORK (ACCEPTANCE)*..................................................................6-45 GC-16 FINAL ACCEPTANCE* ..................................................................................................6-46 GC-17 SAFETY* ........................................................................................................................6-47 GC-18 WARRANTY*..................................................................................................................6-48 GC-19 RIGHTS IN PROPERTY* ...............................................................................................6-48 GC-20 EXTENSION OF TIME ...................................................................................................6-49 GC-21 CHANGES......................................................................................................................6-51 GC-22 AUDIT SOFTWARE .......................................................................................................6-52 GC-23 NOTICE OF INTENT TO CLAIM AND CLAIMS.............................................................6-53 GC-24 RESOLUTION OF DISPUTES .......................................................................................6-53 GC-25 SUSPENSION*...............................................................................................................6-53 GC-26 TERMINATION FOR CONVENIENCE OF METRO* .....................................................6-54 GC-27 TERMINATION FOR DEFAULT* ...................................................................................6-58 GC-28 ASSIGNMENT*...............................................................................................................6-60 GC-29 ENVIRONMENTAL COMPLIANCE................................................................................6-60 GC-30 HISTORICAL, ARCHAEOLOGICAL, PALEONTOLOGICAL, AND SCIENTIFIC DISCOVERIES* (RESERVED) ......................................................................................6-62 GC-31 THE CONTRACTOR'S INTERACTION WITH THE MEDIA AND THE PUBLIC* ..........6-62 GC-32 WHISTLEBLOWER REQUIREMENTS* ........................................................................6-62 GC-33 COMPLIANCE WITH THE AMERICANS WITH DISABILITIES ACT*...........................6-63 GC-34 SEVERABILITY*.............................................................................................................6-63 GC-35 GOVERNING LAW* .......................................................................................................6-63 GC-36 PUBLIC RECORDS ACT* (RESERVED).......................................................................6-63 GC-37 LIABILITY AND INDEMNIFICATION* ............................................................................6-63 GC-38 RIGHTS IN TECHNICAL DATA, PATENTS AND COPYRIGHTS*................................6-67 GC-39 (RESERVED)..................................................................................................................6-67 GC-40 AGENT TO ACCEPT SERVICE.....................................................................................6-67 GC-41 CONFLICT OF INTEREST* ...........................................................................................6-68 GC-42 COVENANT AGAINST CONTINGENT FEES* ..............................................................6-68 GC-43 NO WAIVER ...................................................................................................................6-69 GC-44 CONFIDENTIALITY* ......................................................................................................6-69 GC-45 SAFETY AND LOSS PREVENTION * ...........................................................................6-70 GC-46 ENGLISH REQUIREMENTS * .......................................................................................6-70 COMPENSATION & PAYMENT PROVISIONS (FIRM FIXED PRICE) ...............................6-72 CP-1 BASIS OF COMPENSATION * ......................................................................................6-73 CP-2 PROGRESS PAYMENTS ..............................................................................................6-73 CP-3 RETENTIONS, ESCROW ACCOUNTS AND DEDUCTIONS .......................................6-74 CP-4 PAYMENT TO SUBCONTRACTORS * .........................................................................6-76 CP-5 PAYMENT OF TAXES * .................................................................................................6-76 CP-6 FINAL PAYMENT *.........................................................................................................6-77 CP-7 AUDIT REQUIREMENTS * ............................................................................................6-78 EXHIBIT 1 - PAYMENT CERTIFICATION .......................................................................................6-81 APPENDIX B - DIVERSITY AND ECONOMIC OPPORTUNITY MANUAL .........................6-82 SBE/DVBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL) ...............................6-83 SECTION 100 - SMALL BUSINESS ENTERPRISE PROGRAM/ DISABLED VETERAN BUSINESS ENTERPRISE PROGRAM .............................................................................................6-83 SECTION 200 - SBE/DVBE PARTICIPATION.................................................................................6-84 SECTION 300 - CONTRACT COMPLIANCE MONITORING ..........................................................6-87

F-50 RFP No. PS46292 MICROTRANSIT PILOT PROJECT ISSUED 10.25.17 TABLE OF CONTENTS v SECTION 400 - RESOLUTION OF DISPUTES BETWEEN METRO CONTRACTOR AND SUBCONTRACTORS ....................................................................................................6-94 SECTION 500 - ADDING OR SUBSTITUTING OR TERMINATING AN SBE/DVBE ......................6-95 SECTION 600 - GOAL ATTAINMENT DURING LIFE OF CONTRACT ..........................................6-97 SECTION 700 – SANCTIONS FOR SBE/DVBE PROGRAM VIOLATIONS....................................6-98 SECTION 800 - SMALL BUSINESS ENTERPRISE AND DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION..................................................................................6-100 * All Articles, Subarticles, or portions of the Contract noted by an asterisk (*) shall be included in (flow- down to) all Subcontracts of any tier.

F-51 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-1 INSTRUCTIONS TO PROPOSERS PRO FORM 010 REVISION DATE: 08.17.17 GENERAL INSTRUCTIONS TO PROPOSERS IP-01 PREQUALIFICATION REQUIREMENTS A. All contractors, subcontractors, material suppliers (supplying directly to Metro), and any other firm competing for award of contracts or subcontracts of $100,000 or more will be required to complete and submit a Contractor Pre-Qualification Application. Failure to do so may cause your Proposal to be rejected as non-responsive. B. Contractor Pre-qualification Applications are due to the pre-qualification office no later than the Proposal Due Date. Do not put copies of pre-qualification documents in your Proposal. C. For contact information, please refer to the Letter of Invitation. For detailed instructions, refer to the Pre-Qualification Application which can be downloaded from Metro website (http://www.metro.net/EBB/PQA/vprequal.htm), or provided by the Pre-Qualification Office. IP-02 NO GUARANTEE A. The issuance of this RFP in no way constitutes a commitment by Metro to select any Proposer for negotiations or to award any contract. B. If a contract is awarded, the selected contractor will be engaged to provide Part A services including a right of first negotiation for Part B goods and services. The decision to authorize the contractor to advance to Part B will be made by Metro in its sole discretion following receipt of the Part A Statement of Work deliverables. Refer to Article IV – Negotiation of Supplemental Contract for additional information regarding said negotiations. IP-03 RESERVED IP-04 EXAMINATION OF RFP DOCUMENTS A. All proposals shall be in strict accordance with the Request for Proposal (RFP) Documents. B. Copies of the solicitation, Metro responses to all written questions, and Metro responses to any requests for interpretation and clarification will be available for examination and/or purchase as noted in the Letter of Invitation. The Proposer is solely responsible for the examination of solicitation documents, reviewing all amendments, comprehending all conditions that may impact the proposal, and the performance of the Work should the Proposer be selected. Failure of the Proposer to so examine and inform itself must be at its sole risk.

F-52 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-3 INSTRUCTIONS TO PROPOSERS PRO FORM 010 REVISION DATE: 08.17.17 B. Pencil or erasable ink shall not be accepted. Initial all modifications made to the Proposer's entries and identify the Proposer's name on the top right of each page. Liquid or dry correction materials shall not be used. C. Failure to comply with the requirements outlined in these solicitation documents may render the proposal(s) incomplete and may cause proposal rejection. This RFP does not commit Metro to enter into a contract nor does it obligate Metro to pay for any costs incurred in the preparation and submission of proposals. IP-09 MODIFICATIONS AND ALTERNATIVE PROPOSALS A. Proposers are cautioned to limit exceptions, conditions, limitations to the provisions of this RFP as they may be determined to be so fundamental as to cause rejection of the proposal for not responding to the requirements of this RFP. Proposers are advised that the contract terms and conditions included in the RFP will apply to Part B Services (unless Metro determines modifications are appropriate, in its sole discretion) as well as applying to the Part A Services. B. Proposers submitting conforming proposals may submit alternate proposals to this RFP as completely separate offers, if the alternate proposals offer technical improvements or modifications that are to the overall benefit of Metro. Metro reserves the right to accept or reject any alternate proposal. Oral or telephonic proposals and/or modifications will not be considered. IP-10 SIGNING OF PROPOSAL AND AUTHORIZATION TO NEGOTIATE A. Proposer or its authorized representative (“Proposer’s Representative”) shall execute the Proposal and other documents as required documents by this RFP. Proposals shall include evidence of the authority of the Proposer’s Representative to sign on behalf of the Proposer. B. If the Proposer is a joint venture or partnership, it shall submit with its proposal a duly notarized executed irrevocable power of attorney executed by each joint venture member or by an authorized representative of the partnership designating the Proposer’s Representative to act on behalf of the Proposer along with a copy of the signed joint venture or partnership agreement. The Proposer’s Representative shall be empowered to execute the proposal on behalf of the Proposer and to act for and bind the Proposer in all matters relating to the proposal. For joint ventures, the Irrevocable Power of Attorney shall specifically state that each joint venture member shall be jointly and severally liable for any and all of the duties and obligations of the Proposer that are assumed under the proposal and under any contract arising therefrom. The Proposer’s Representative shall execute the proposal on behalf of the joint venture or partnership in its legal name. IP-11 SUBMISSION OF PROPOSAL A. Metro will accept proposals submitted by the Proposer at the address and place shown in the Letter of Invitation, up to the date and time shown therein.

F-53 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-6 INSTRUCTIONS TO PROPOSERS PRO FORM 010 REVISION DATE: 08.17.17 14. Waive any informalities or irregularities in any proposal, to the extent permitted by law; and 15. Award a Contract without interviews, discussions or negotiations. IP-17 PUBLIC RECORDS ACT A. Responses to this RFP are subject to the provisions of the California Public Records Act (California Code Government Code, §6250 et seq.). B. Responses to this RFP are the exclusive property of Metro. Absent extraordinary circumstances, all questions, all correspondence, and all Proposals submitted in response to this RFP become a matter of public record, with the exception of those parts of each Proposal that are appropriately defined and marked by the Proposer as confidential, proprietary or trade secrets. C. Metro shall not in any way be liable or responsible for the disclosure of any such record or any parts thereof, whether the disclosure is required by law, by court order or occurs through inadvertence, mistake or negligence on the part of Metro. To facilitate any required disclosure, Proposer shall submit a copy of its Proposal with its confidential, proprietary and trade secret information redacted as indicated in this RFP. The Proposer must redact only those parts of the Proposal, if any, that Proposer in good faith and based upon substantial grounds, believes are actually trade secrets, confidential, or proprietary in nature. Blanket or categorical redactions and/or statements of confidentiality, or the marking of each page of the Proposal as "Trade Secret," "Confidential," or "Proprietary," are not appropriate. In the event Proposer misidentifies any materials as "Trade Secret," "Confidential," or "Proprietary," Proposer shall reimburse Metro for all Metro costs incurred as a result of such misidentification. D. By submitting a response to this RFP, the Proposer expressly agrees to indemnify, defend, and hold harmless Metro, and its respective officers, directors, employees, agents, advisors, and representatives for any liability arising from or in connection with (a) Metro's disclosure, as required under the California Public Records Act or otherwise required by law, of any portion of the Proposer's response to this RFP, including those portions that have been redacted or marked as described in this section, and (b) Metro's failure to disclose, in response to a request under the California Public Records Act, any portion of the Proposer's response to this RFP that has been redacted or marked as described in this section. Without limiting the foregoing, in the event Metro is required to defend an action on a California Public Records Act request for any portion of the Proposer's response to this RFP that has been redacted or marked as described in this section, Proposer agrees to indemnify, defend, and hold harmless Metro, and its respective officers, employees, agents, advisors, and representatives from all costs and expenses, including reasonable attorney's fees, in any action, or for any liability, arising under the California Public Records Act. E. Notwithstanding anything to the contrary in this section, the Proposer expressly authorizes Metro to file or lodge Proposer records with the California Superior Court or any other court of competent jurisdiction for confidential review.

F-54 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-28 EVALUATION CRITERIA INSTRUCTIONS TO PROPOSERS - EVALUATION CRITERIA Proposals resulting from this RFP will be evaluated according to the following criteria and associated weights, with the overall goal of determining which proposal is most cost-effective to Metro. If selected for follow-up interviews, the qualified firms or Contractor Team(s) will have the opportunity to conduct a presentation of the content in the proposal and run a demonstration of the services and software/technology platform showcased in the proposal. Metro evaluators seek to determine whether qualified firms or Contractor Team(s) have the required:  direct experience  technical and operational expertise  access to a software/technology platform with desired features and functions  ability to deliver the a seamless multi-modal user experience Compliance with the SBE/DBVE participation requirements in the RFP will be evaluated on a pass/fail (responsive or non-responsive) basis. Summary of Criteria and Weights for Proposal Evaluation 1. QUALIFICATIONS & PARTNERSHIPS 30 PTS 2. EFFECTIVENESS OF PLAN FOR DELIVERY OF PART A 20 PTS 3. EFFECTIVENESS OF PLAN FOR DELIVERY OF PART B 10 PTS 4. INNOVATION & USER EXPERIENCE 20 PTS 5. PRICE PROPOSAL 20 PTS 1. QUALIFICATIONS & GENERAL EXPERIENCE 30 PTS Experience (10 PTS) o Direct experience designing and planning a transportation service including demand- responsive or on-demand operations. Project experience may be for initial testing, a pilot, or an ongoing program or operation within the last five (5) years. List the major transport projects your Contractor Team has managed within the last five (5) years and provide the role of each firm in the related project and current status of the project. o Demonstrate direct experience with operations of a private sector transportation service including hands-on experience with on-demand, deviated fixed route or fixed route operations. Summarize how previous experiences informed the development of the MTP proposal and proposed service. o Direct experience working with the public sector including transit agencies, departments of transportation and/or city representatives on similar projects. List successful coordination with government and/or regulatory agencies in completing projects. Include roles and responsibilities of the partners and provide a performance record for delivering similar projects. A maximum of five (5) references is required.

F-55 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-29 EVALUATION CRITERIA No more than two (2) references should be listed from the same public sector entity or project. o Direct experience developing risk analysis as part of a project management plan. Provide examples from previous or current projects and roles and responsibilities in conducting and delivering the analysis. List a minimum of 10 and maximum of 20 potential project challenges for implementation of the MTP. Project Staffing (10 PTS) o Identification of Contractor Team’s key personnel, their experience and expertise, relevant knowledge and technical understanding of MicroTransit. Clarity and a clear division of roles and responsibilities to be demonstrated in an organizational chart of all personnel working on the project. A list of availability of key personnel including average percentage of 40 hour work week dedicated to this project. Resumes of executives the prime and subcontractor and all project team members spending 10% or more of their time on this project for Part A and Part B are required. o Experience and expertise of project manager. Resume highlighting experience with cross-functional teams and familiarity with each of the 1-7 Tasks listed in Part A is required. A maximum of five (5) references is required. References to include previous and current employer, previous supervisor, previous director report and current client. o Direct experience of prime and subcontractors working as part of a team to deliver a project. A maximum of five (5) references is required. List at least one (1) reference for the prime and each of the subcontractors. Proposal Attributes (10 PTS) o Level of detail provided in proposal on the project schedule and tactics and strategies to meet project goals. o Approach by Contractor Team to engage and coordinate with Metro departments to plan and design the MTP service and execute the delivery of the service. 2. EFFECTIVENESS OF PLAN FOR DELIVERY OF PART A 20 PTS Planning Experience (5 PTS) o Direct experience producing a feasibility study or plan on a transportation service for a public, or a private, or non-profit entity. The proposal shall describe at least one, and no more than five, such studies or plans, including an executive summary of each study or plan. A reference shall be provided for each project.

F-56 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-30 EVALUATION CRITERIA Project Tasks (15 PTS) o Demonstrate a strategy to determine service zones, use cases, customer typology for the project. Strategy to include a list of outreach tactics to test customer demand for the new service within LA County. o Identify and justify one (1) service zone within LA County and describe the methodology for selection including steps and data sources utilized. Demonstrate knowledge of opportunity areas for deployment of the service across the LA market/LA County. o Summarize features of a software/technology platform, record of deployment, current usage figures, and technical enhancements under development. References may include current clients using the software/technology platform. A maximum of five (5) references is required. o Provide screenshots/and or links to real-time analytics dashboard for administrative oversight, user-facing mobile application, and driver-facing mobile application. o Provide an outline training materials developed for drivers and samples of user- facing communications about the software/technology platform. A maximum of five (5) references is required. o Summarize mobile payment technology offered by a software/technology platform and compatibility requirements to offer the TAP account on the software/technology platform. o Document strategy to develop a performance management plan including a list of proposed key performance indicators. Provide evidence of setting and achieving performance targets for a transportation service. o Direct experience conducting a fare analysis. Proposal shall provide information regarding at least one such project. o Experience seeking to achieve interoperability between private sector payment system and public sector fare media. Proposal shall provide information regarding at least one such project. o Demonstrate experience with direct and indirect vehicle procurement, acquisition of vehicle facilities, development of vehicle branding, wayfinding and signage to promote service utilization. o Showcase experience developing and executing outreach tactics and marketing plans. Include examples of successfully reaching users similar to Mero’s existing rider demographics (commuters, students, disabled individuals, individuals with English proficiency, individuals) and future Metro customers.

F-57 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-31 EVALUATION CRITERIA 3. EFFECTIVENESS OF PLAN FOR DELIVERY OF PART B 10 PTS Operational Experience (5 PTS) o Provide information regarding results of experience relating to operations of the service and usage of the software/technology platform. A minimum of five (5) references and a maximum of ten (10) references is required for review. o Outline a plan for using real-time analytics to make adjustments to the MTP Zones. Technical Expertise (5 PTS) o Provide information showing that the proposed software/technology platform currently possesses the required features, functionality for Metro and has the potential to deliver the desired user experience for current and future Metro customers. o Identify and summarize proposed list of customizations to the software/technology platform specific to Metro and municipal providers within the County of Los Angeles. 4. INNOVATION AND USER EXPERIENCE 20 pts Innovation (10 PTS) o Proposer provides recommendations for risk and reward sharing between Metro and the Contractor Team. o Propose use of new and emerging technology services and products not listed in the RFP. o Propose use of new ideas, not yet on the market, tested or proven as part of the proposal. User Experience (10 PTS) o Effective application of user experience (UX) and user interface (UI) principles and tactics throughout the proposal. o Effectiveness of proposed customer success plan including visuals, user experience and user interface. Proposal shall include an outline of the proposer’s plan. o Qualified firm(s) or Contractor’s Team(s) experience with UX and UI. The proposal shall list examples of such experience and provide examples of how these principles have been incorporated into current transportation planning efforts.

F-58 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-32 EVALUATION CRITERIA 5. PRICE PROPOSAL 20 pts The Price Proposal will be factored into the Proposer's final evaluation score in the following manner: Pricing for Part A: 15 PTS Proposer Cost Score = Lowest Cost Proposed X 15 Points Proposer's Cost Pricing for Part B Cost Elements: 5 PTS Part I: Software/Technology Platform Proposer Cost Score = Lowest Cost Proposed for 30 vehicles (3 years) X 2.5 Points Proposer’s Cost for 30 vehicles (3 years) Part II: Labor Categories Proposer Cost Score = Lowest Proposed Blended Hourly Rate X 2.5 Points Proposer’s Blended Hourly Rate

F-59 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-34 STATEMENT OF WORK EXHIBIT A – STATEMENT OF WORK METRO MICROTRANSIT PILOT PROJECT October 25, 2017 INTRODUCTION The Los Angeles County Metropolitan Transportation Authority (Metro) is inviting proposals from qualified firm(s) or Contractor Team(s) to partner with Metro for the development and implementation of a new transportation service (“the “MicroTransit Pilot Project”), that will complement Metro’s existing system, requiring processing of electronic data and provision of related goods and services. Metro's desire is to improve the customer experience (user experience) and service level for current Metro riders and drive new customer acquisition by operating a new demand-responsive transit service that offers reservation, payment, and real-time customer information available through a mobile application. Metro’s MicroTransit will be on-call when riders want it, where they want it, connecting more people and places to our existing system. The new service will dynamically route shared vehicles to pick-up and drop-off locations based on customer demand rather than a fixed schedule and fixed stops. It will provide riders the ability to reserve, track, and pay for a ride in real-time through a software/technology platform. The new public transportation service will be called “MicroTransit,” because the service will be used for short trips under approximately 20 minutes in duration in defined service zones, and utilize vehicles that are smaller than traditional transit vehicles. The service would allow for a maximum pick-up distance from the point of origin (where ride is requested) and a maximum drop-off distance from the point of destination, as well as target distances below the maximums. The service would be deployed through an agile software/technology platform that may allow for deviated fixed route in addition to dynamic routing. The service is on-demand within the defined service zone and does not utilize pre-determined stops. The aim is that Metro customers will save time compared to fixed-route options and have a new and affordable option to replace single-occupancy vehicle trips. The purpose of this solicitation is to select a qualified firm(s) or Contractor Team(s) with the experience and ability to work hand-in-hand with Metro to provide planning, design, implementation, and ongoing evaluation services for the MicroTransit Pilot Project (MTP). The Contractor Team(s) must include a company with a demand-responsive technology platform and may include specialists in transportation planning and analysis, outreach, and marketing. The Tasks outlined in this Request for Proposal (RFP) are required to be executed during two parts; Part A, the “Planning and Design” phase and Part B, the “Implementation and Evaluation” phase. Part B may be exercised with a right-of-first negotiation for the Contractor Team that is awarded Part A, based on the attainment of project feasibility criteria. Part B will include performance incentives for attaining and exceeding project performance goals. The MTP project period is not to exceed four years for completion of Part A and Part B, including up to three years of operations of the service. Metro will own all deliverables, work product, and customizations to any software provided by or generated by qualified firm(s) or Contractor Team(s) from Part A and Part B -including all associated intellectual property rights, as further set forth in the included FIRM FIXED PRICE CONTRACT. Metro reserves the right to select one or multiple qualified firm(s) or Contactor Team(s) for Part A and Part B of the solicitation.

F-60 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-35 STATEMENT OF WORK BACKGROUND Private sector “new mobility” services are rapidly changing the transportation landscape by expanding the types of travel options available to riders using an internet-enabled smartphone. In major US cities such as Chicago, New York, San Francisco, Seattle, and Washington DC, private, multi-passenger, demand responsive services have expanded in popularity among transit riders and non-transit riders alike because they offer service options in areas difficult to serve through traditional high capacity arterial services. In 2016, Metro received and reviewed an unsolicited proposal to test demand-responsive transportation software/technology. An internal review team determined that a pilot to test this software/technology would be valuable to the agency and its customers. In addition it could connect more people to the other transportation investments being made in the region’s fixed route transit system. Metro CEO agreed with this recommendation. Metro is implementing this pilot project as part of the agency’s commitment to innovation and exploration of new ways to improve mobility and efficiency. The Opportunity Advances in customer-facing transportation technology have set new expectations for riders about how to plan trips, pay for services, and travel. Riders expect to be decision-makers about where they go and how they get there, whether or not they are sitting at the wheel. While the private sector has been the leader in developing and testing customer-facing transportation technology, new partnerships between the private and public sector have the potential to revolutionize the way customers experience public transportation. Metro is designing and implementing MicroTransit to test a new approach that could better serve our customers, better understand the potential role that demand-responsive technology might play in a primarily fixed-route transit network, and learn how it could be best leveraged to improve the user experience of current and future Metro customers. Metro anticipates the new service may provide a flexible feeder for high capacity, high frequency services such as rail, bus rapid transit (BRT), and the rapid bus, while also serving shorter local trips that are not well served by fixed route options. With real-time information for pick-up and drop-offs, an option for mobile payment, and nearby “virtual MicroTransit stops” within the service zones (MTP Zones), customers will benefit from a new level of customized travel. If successfully deployed, (depending on the MTP Zones), the service could be used by customers to address: ● short trip types (for example, nearby destinations such as employment centers, educational institutions, retail, medical facilities, recreation, etc.); ● gaps in service such as connections to/from transit stops/stations of up to several miles; and ● service within low-density areas or areas with dispersed destinations not along a linear corridor.

F-61 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-36 STATEMENT OF WORK Whether beginning a trip, completing a trip, or seeking a complete trip solution, riding the new service will be intuitive, user-friendly, and designed to encourage the use of multiple modes of public transportation, rather than single-occupancy vehicles. An MTP vehicle, unlike a standard bus, will follow turn-by-turn instructions from a navigation system that uses live traffic conditions and real-time requests for picks-up and drops-offs to generate the most efficient possible trips for Metro customers. Metro will work with selected qualified firm(s) or Contractor Team(s) to develop vehicle specifications and Metro may select to lease or purchase the vehicles directly or indirectly. The qualified firm(s) or Contractor Team(s) must be willing and able to act as an agent for lease or purchase of vehicles to qualify for this solicitation. Metro intends to provide labor for operations and maintenance of the vehicles for the MTP. This expectation will be considered in the planning and pricing of the MTP and pilot design will comply with Metro’s related collective bargaining agreements. Our hypothesis is that incorporating a service like MicroTransit into the agency’s suite of transportation options could benefit our customers and support our broader mission to improve mobility in Los Angeles County. Through execution of the MTP, Metro will gain groundbreaking insights into the effectiveness and utility of the large-scale deployment of demand-responsive technology. If successful, the new service will increase the use of Metro services and system for both current and new customers and more broadly support a user-centric approach that complements future service planning and operations. If cost effective and widely utilized, this service could be integrated into Metro’s service policy and transit services. PROJECT GOALS The goal of the project is to determine whether on-demand service like MicroTransit can provide a convenient new travel option in a primarily fixed-route transit network for our current customers while also encouraging new customers to use the transit system. The goal of the service is to replace short local single-occupancy vehicle trips with mass transit or shared vehicle options for riders traveling short distances within the MTP Zones. By integrating a new transportation technology-enabled service, Metro aims to improve the customer experience (user experience) by providing by a range of benefits to Metro customers, including: o real-time pick-up and drop off data o demand-responsive service o managed and reduced overall wait times o managed and reduced in-vehicle time o faster trip overall times o reduced distance to transit access o dynamically routed trips o reduced number of transfers o improved experience when transferring across Metro services o point-to-point service to and from Metro’s fixed-route transit system o point-to-point service locally within a pre-defined service zones o an alternative to single-occupancy vehicle use for short trips o service that meets or exceeds ADA requirements

F-62 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-37 STATEMENT OF WORK Metro seeks to identify: o popular use cases/trip types for demand responsive services o popular origin and destination pairs or travel patterns for demand responsive services o a variety of use cases for demand responsive services (e.g., moving beyond millennials) o customers’ priorities (e.g., wait time, transfers, reliability, security, lighting) o popular transfer points within Metro’s service area for demand-responsive trips Metro aims to gain knowledge regarding: o cutting-edge insights into how new tools and technology can enhance our service offerings o the potential role that demand-responsive technology might play in a primarily fixed- route transit network o how a Metro-operated service compares with private sector operations o the roles and responsibilities of public-private partners that will yield a service that is financially and technically feasible o how to develop a business model that achieves a balance between market considerations (e.g., pricing) and public policy considerations (e.g., equity) for technology solutions Metro can potentially leverage this technology to serve the agency’s broader social goals such as focusing on pooled rides and connections to other transit types, accessibility for passengers with disabilities, providing service to those without smartphones or bank accounts. Metro requests the qualified firm(s) or Contractor Team(s) address each of these social goals within their responses to the solicitation. FRAMEWORK Metro seeks to partner with a private sector firm(s) or team(s) to design a service that is financially feasible for the agency and effectively balances commercial feasibility with public policy considerations. To drive the best value in pilot design, Metro is using a pre-development public-private partnership (P3) contracting model that will allow Metro to maximize integration of privately developed technologies and approaches, promote shared risk and reward with the private partner, and drive attainment of project performance goals. For the public good, if Part B is exercised in Metro’s sole discretion, Metro will own the resulting deliverables and work product for Part A and Part B, and the resulting customized software application built to operate the MicroTransit service. While the Contractor Team will be permitted to provide a license to any underlying software application the Contractor deems appropriate in Part B, Metro desires to own any customizations to the underlying software created by the Contractor Team as required by the scope of Part B, including any customized payments or electronic processing functions. Metro further desires that any customizations of the software product be built in a manner so that Metro may operate the MicroTransit system/application on any software platform of any third party, or Metro’s own software platform that it may build in the future. To foster innovation and partnership, this RFP is being executed in two parts: Part A (“Planning and Design”) and Part B (“Implementation and Evaluation”). The MTP project period is not to exceed 4 years.

F-63 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-38 STATEMENT OF WORK Part A (“Planning and Design”) Metro seeks qualified firm(s) or Contractor Team(s) to produce a service feasibility study including budgets and timelines that will determine parameters for service implementation in Part B. All respondents to the RFP are initially required to propose only one sample (1) MTP Zone as part of their proposals. The firm(s) or Contractor Team(s) awarded the contract will determine the MTP Zones with Metro and be required to produce for Metro an analysis of at least six potential MTP Zones as a deliverable to Part A. Market research, use cases, and customer profiles produced in Part A, Task 1 will inform the justifications and selections for MTP Zones. ● Contracting: Part A will be governed by an interim agreement which will outline compensation, project work plan, deliverables, and timelines. The interim agreement will be developed to set forth terms for Part A and the option for Part B. ● Payment: Qualified firm(s) or Contractor Team(s) will be paid as agreed upon in the interim agreement and may include risk sharing elements. ● Timeline: Part A is expected to be completed within 6 months of contract execution. Metro anticipates Part A will be completed in calendar year 2018 Metro requests the qualified firm(s) or Contractor Team(s) to recommend risk and reward sharing elements within responses to this solicitation. Elements may include, but are not limited to, performance-based enhancements, revenue sharing, contribution of private equity at risk, etc. New and emerging technology services and products not listed in the Statement of Work, as well as new ideas not yet on the market, tested or proven, are encouraged. Part B (“Implementation and Evaluation”) Upon attainment of project feasibility thresholds, Metro may proceed to negotiate with qualified firm(s) or Contractor Team(s) for Part B (“Implementation and Evaluation”). Part B will include performance incentives for attaining and exceeding project performance goals. In Part B, Metro seeks qualified firm(s) or Contractor Team(s) to develop, build, implement, and/or and provide a software/technology platform and application and to provide guidance on the implementation, operations, and ongoing evaluation, and refinement and reiteration of the service in Part B. Findings from Part A will be used to further refine the scope of Part B. ● Contracting: Part A will be awarded with a right-of-first-negotiation for Part B upon attainment of feasibility criteria. The award of Part A does not guarantee the award of Part B: Advancement to Part B will be determined at Metro’s sole discretion and based on the ability of the awarded firm(s) or Contractor Team(s) to drive project design to technical and financial feasibility in Part A. ● Payment: Firm(s) or Contractor Team(s) shall be compensated for Part B based on performance in achieving pre-defined service levels which will be outlined and

F-64 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-39 STATEMENT OF WORK established as a deliverable of Part A. As part of this, revenue sharing models may also be considered. ● Timeline: Part B is estimated not to exceed three and a half years in duration with a minimum of two years of service operation. The qualified firm(s) or Contractor Team(s) are expected to provide Metro a software/technology platform that is compatible with TAP for fare payment. Direct fare payment shall also be possible for customers through other payment forms in order to enhance flexibility for Metro customers. Metro will work with the qualified firm(s) or Contractor Team(s) in Part A to develop vehicle specifications for the pilot. While Metro may select to lease or purchase the vehicles directly or indirectly, the qualified firm(s) or Contractor Team(s) must be willing and able to act as an agent for lease or purchase of vehicles to qualify for this solicitation. Metro intends to operate and maintain the vehicles for the service and may select to lease or purchase the vehicles for the service directly or indirectly. This expectation will be considered in the planning and pricing of the service and the pilot will comply with applicable Metro related collective bargaining agreements. The Firm(s) or Contractor Team(s) shall be responsible for adhering to all regulatory policies, permitting requirements, and approvals pre-launch and while operational. Part A and Part B shall meet regional, state, and federal regulations including the needs of riders under the Americans with Disabilities Act, Title VI of the Civil Rights Act of 1964, and the Federal Executive Order on Environmental Justice, as well as implementation of appropriate measures to protect personally identifiable information so as to ensure compliance with applicable law and Metro policy. To the extent possible, communications materials and communications for and about the service shall be available in English, Spanish, Mandarin Chinese, Japanese, Vietnamese, Thai, Khmer, Armenian, Korean, and Russian. QUALIFIED FIRM(S) OR CONTRACTOR TEAM(S) REQUIREMENTS The qualified firm(s) or Contractor Team(s) shall report to Metro’s Project Manager and shall work closely with a number of Metro departments as well as representatives of Metro’s employees to ensure successful design and if selected, continuous improvement to the service throughout implementation and testing phases of the MTP. The qualified firm(s) or Contractor Team(s) might include individuals with specialized expertise in: ● demand-responsive operations ● private sector service planning ● market research ● transportation planning and modeling ● multi-modal transportation planning ● cost estimating and forecasting ● risk and reward sharing

F-65 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-40 STATEMENT OF WORK ● revenue sharing models ● risk analysis ● software development ● data collection ● data management ● fare collection technology (including back office) ● CRM ● analytics ● GIS analysis ● service simulator and simulations ● user experience (UX) design ● user interface (UI) design ● marketing ● outreach ● transit service planning ● transit requirements of ADA ● planning for youth, students, seniors and low-income populations The qualified firm(s) or Contractor Team(s) will determine the team composition, including the type of firm in the prime position. The prime may be a company with demand-responsive software/technology platform, a planning firm, or other specialist. QUALFIED FIRM(S) OR CONTRACTOR TEAM(S) RESPONSIBILITIES The qualified firm(s) or Contractor Team(s) shall coordinate with Metro to: ● identify a range of MTP Zones and propose MTP Zones for deployment of the service ● identify vehicle types and number of vehicles for the service ● research and select the target market segments to use the service ● identify performance measures and key performance indicators for the service ‘ ● outline and propose service levels of operations ● identify space requirements and facilities for operations and maintenance ● procure vehicles for the service (leased or owned directly or indirectly by Metro) ● conduct quarterly review of MTP Zones and service parameters to ensure successful implementation ● design a financing model promoting shared risk and reward for Metro and partner The qualified firm(s) or Contractor Team(s) shall be required to:  develop, deliver, and maintain the software/technology platform utilized for dispatching and monitoring real-time dynamic vehicle routing  train Metro project manager and staff, employees and partners on the software technology platform  offer a mobile payment system

F-66 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-41 STATEMENT OF WORK  integrate the regional TAP account as a payment option  identify and implement strategies to meet or exceed pre-set performance targets, working with Metro  coordinate with, advertise in, or connect to Google maps INNOVATION AND USER EXPERIENCE Metro requests qualified firm(s) or Contractor Team(s) to recommend the following elements:  Risk and reward sharing elements which, may include, but are not limited to, performance-based enhancements, revenue sharing, contribution of private equity at risk, etc. Vehicles to be utilized for the MTP service will also be considered.  New and emerging technology services and products not listed in the Statement of Work,  New ideas, not yet on the market, tested or proven. PART A Metro and the qualified firm(s) or Contractor Team(s) shall coordinate on the delivery of Part A (feasibility study) which is divided into eight tasks. Each task requires a timeline with cost estimates to be developed for each task. As previously noted, Metro will own the resulting deliverables and work product from Part A, including any associated intellectual property rights. Part A Project Tasks: TASK 1: TRANSPORTATION ANALYSIS AND MODELING TASK 2: SOFTWARE/TECHNOLOGY SOLUTION PLAN TASK 3: PERFORMANCE PLAN TASK 4: COST STRUCTURE, PAYMENT & RECOVERY TASK 5: CAPITAL PROGRAMMING TASK 6: COMMUNICATIONS PLAN TASK 7: INNOVATION TASK 8: REPORTING AND TIMELINE The qualified firm(s) or Contractor Team(s) shall be responsible for the following: TASK 1: TRANSPORTATION ANALYSIS AND MODELING A. Market Research: Qualified firm(s) or Contractor Team(s) shall develop customer profiles with segmentation of key demographics including, but not limited to: geography, age, gender, income, cargo (luggage, car seat), limited mobility (mobile aid such as wheelchair, service animal), vocation (student), trip type and mode preferences. The profiles and typology shall inform the development of use cases. Market research will drive the selection of MTP Zones and modeling customer demand for the service. B. Service Design & Siting Analysis: Contractor Team together with Metro shall identify up to six MTP Zones with utilization opportunities for short trip types and first/last mile service. MTP Zones shall include transit stations and stops as well as places of interest

F-67 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-42 STATEMENT OF WORK (for example, universities, stadiums, major employers, hospitals, etc.). MTP Zone types could be suburban, urban, university, low-density, high-density areas. Analysis shall highlight key corridors and provide justifications for service within each zone. MTP Zones may solve for a specific connection issue, but is not required. Prioritization of the MTP Zones will be determined in partnership with Metro. C. Mapping: Qualified firm(s) or Contractor Team(s) shall produce GIS maps and make available raw files for the MTP Zones. At minimum, layers shall include: origin and destination pairs, travel patterns, traffic levels, employment density, residential density, retail and entertainment density, parking availability, shared mobility services, and demographics. D. Hours of Service: Qualified firm(s) or Contractor Team(s) shall examine transportation patterns at the MTP Zones and propose optimal hours of service in each MTP Zone. E. Service Interoperability: Qualified firm(s) or Contractor Team(s) shall examine and plan for opportunities to coordinate with Metro’s existing and proposed operations such as Metro’s bus restructure study and BRT plan. F. Length of Pilot Operations: Qualified firm(s) or Contractor Team(s) shall propose duration of Part B that would effectively demonstrate the value of the service including ongoing evaluation periods. The length of operations shall not exceed three years in duration. G. Suitability Index: Qualified firm(s) or Contractor Team(s) shall assemble figures to compare the six MTP Zones to current and past on-demand operations and assess the best fit with Metro’s project goals H. Estimates and Forecasting: Qualified firm(s) or Contractor Team(s) shall model the demand of the six MTP Zones and produce utilization estimates specific to the customer profiles. I. Outreach: Qualified firm(s) or Contractor Team(s) shall conduct direct outreach in each of the MTP Zones and may include focus group(s). Outreach tactics shall include a digital and in-person presence and be informed by the agency. Outreach efforts shall reach residents, riders, community-based organizations, business improvement districts, and local employers in each of the MTP Zones. J. Timeline: Qualified firm(s) or Contractor Team(s) shall draft a timeline for this Task and shall outline estimated hours and budget to achieve the Task 1 deliverables outlined above. TASK 2: SOFTWARE/TECHNOLOGY SOLUTION PLAN A. Software/Technology Features & Functionality: Qualified firm(s) or Contractor Team(s) shall produce an analysis of key features of a software/technology platform and recommend a software/technology platform that supports demand-responsive operations. Features may include, but are not limited to: o Routing and dispatch of vehicles in the form of a mobile application o Remote real time monitoring and analytics for service operations o Advanced booking functionality, if desired o Operator-facing application available for download in the Apple and Android stores

F-68 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-43 STATEMENT OF WORK o Customer-facing application available for download in the Apple and Android stores o Dashboard for analysis of service operations available to Metro User-friendly o Applies user experience (UX) and user interface (UI) principles o Customizations for riders with limited use of smartphone technology o Customizations for riders with advanced use of smartphone technology o Application Programing Interface (API) enabled to connect with Metro app, TAP system, TAP app and Google maps o Listing of service in trip-planning aggregators o ADA compliant features and enhancements for the mobile app and browser o Payment options for customers without bank accounts B. Software/Technology Customizations: Qualified firm(s) or Contractor Team(s) shall identify and recommend software improvements and customizations to ensure successful usage of the technology platform for the pilot. C. Software/Technology Training: Qualified firm(s) or Contractor Team(s) shall identify and produce training materials required for preparing Metro project manager and staff, employees, and municipal partners for service implementation. D. Software/Technology Communications Plan: Qualified firm(s) or Contractor Team(s) shall propose a plan for responding to customer questions about the service, customer questions when using the service and malfunctions of the user-facing mobile application. The plan shall include a strategy for verifying or booking the service when the mobile application is not operating. E. Software/Technology Communications Materials: Qualified firm(s) or Contractor Team(s) shall recommend and produce communications materials for Metro and TAP multi- lingual call center in compliance with Limited English Proficiency regulations to ensure all customers including those without smart phone access or technology, can access information about the service Metro requests qualified firm(s) or Contractor Team(s) to recommend the format of communications materials. F. Software Security and User Privacy. Qualified firm(s) or Contractor Team(s) shall identify and recommend commercially reasonable data security measures with respect to customer personal information, including the use of multifactor authentication and distinct access keys. The measures shall comply with applicable federal and state laws and regulations and Metro policies and practices. G. Timeline. Qualified firm(s) or Contractor Team(s) shall draft a timeline for this Task and shall outline estimated hours and budget to achieve the Task 2 deliverables outlined above. TASK 3: PERFORMANCE PLAN A. Customer Success Plan: Qualified firm(s) or Contractor Team(s) shall develop a plan outlining with visuals and diagrams the experience of customers learning, accessing and paying for the service. The plan shall include mapping the moment before, during, and after a customer has utilized the service. UX/UI principles shall be applied. B. Performance Measurement Plan: Qualified firm(s) or Contractor Team(s) shall summarize private industry standards and develop a detailed performance measurement plan, with defined key performance indicators, data collection methodology and

F-69 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-44 STATEMENT OF WORK benchmarks, to consistently capture all relevant data sources to measure impact of the service. C. Utilization: Qualified firm(s) or Contractor Team(s) shall develop a strategy to project usage of the service, establish a baseline for utilization and design a tool to capture and track utilization figures throughout operations of the pilot. Projections for usage will be used to set performance targets for the service. D. Performance Targets: Qualified firms(s) or Contractor Team(s) with Metro shall evaluate and set performance targets to be used in Part B. E. Data Collection: Qualified firm(s) or Contractor Team(s) shall provide a real-time data portal where all relevant data sources are housed and the Metro Project Manager and staff can track pre-determined metrics. F. Timeline: Qualified firm(s) or Contractor Team(s) shall draft a timeline for this Task and shall outline estimated hours and budget to achieve the Task 3 deliverables outlined above. All external communications about the MTP and use of MTP data shall be subject to Metro’s input, final review, and approval. TASK 4: COST STRUCTURE, PAYMENT & RECOVERY PLAN A. Fare Analysis: Qualified firm(s) or Contractor Team(s) shall produce an analysis which will evaluate and assess opportunities to incorporate Metro’s rate structure for students, low-income, seniors/Medicare card holders and persons with disabilities or Access Services while also maintaining financial viability. Qualified firm(s) or Contractor Team(s) shall also produce an analysis to determine if Metro’s fare structure can be integrated to support the MTP Zones, and propose recommendations for a new MTP Zone-based fare structure that integrates with Metro’s existing fare structure and fare policy. Proposed fares for MTP service may exceed the agency’s existing public transit fares. Analysis shall draw from pricing models for similar new mobility and shared ride programming globally. B. Interoperability: Qualified firm(s) or Contractor Team(s) shall ensure Metro customers can pay for the service using a TAP account. Qualified firm(s) or Contractor Team(s) shall establish a strategy to integrate the software/technology platform with TAP operations including devices such as validators and fare boxes, where possible. Close coordination with the TAP team is required. C. Fare Communications: Qualified firm(s) or Contractor Team(s) shall work with Metro Communications to integrate fare information into existing agency communications both internal and external. Qualified firm(s) or Contractor Team(s) shall also design and develop new customer facing communications materials including digital and print resources in coordination with Metro Customer Care. D. Mobile Payment: Qualified firm(s) or Contractor Team(s) shall ensure smartphone users can pay for this service with mobile application(s). Close coordination with the TAP team is required. E. Modeling: Contractor Team shall develop a strategy to track cost recovery for the service.

F-70 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-45 STATEMENT OF WORK F. Financing Model: Qualified firm(s) or Contractor Team(s) with Metro shall identify a structure for revenue sharing options to promote attainment of performance targets. The structure for revenue sharing will provide a basis for payment in Part B. G. Timeline: Qualified firm(s) or Contractor Team(s) shall draft a timeline for this Task and shall outline estimated hours and budget to achieve the Task 4 deliverables outlined above. The cost structure for the MTP will be subject to Metro’s final review and approval. TASK 5: CAPITAL PROGRAMMING A. Vehicle Procurement: Qualified firm(s) or Contractor Team(s) shall develop analysis on vehicle types, costs, and provide recommendation on vehicles for purchase or lease (not to exceed 30 vehicles). Vehicles shall be selected based on use cases being tested as determined by the transportation modeling and analysis. Insurance requirements and cost estimates shall be developed as well. Recommendations must be fully ADA compliant for public transit use. Identification of potential vehicles shall include engagement with Metro Operations and Vehicle Acquisition. B. Vehicle Allocations: Qualified firm(s) or Contractor Team(s) shall provide a plan on how to determine the number of vehicles required per MTP Zone and the methodology for increasing or decreasing the number of vehicles to service customer demand. The plan shall account for meeting ADA requirements and achieving an equivalent response time with wheelchair accessible vehicles in each MTP Zone. Qualified firm(s) or Contractor Team(s) may recommend a mixed fleet. C. Vehicle Facilities: Qualified firm(s) or Contractor Team(s) shall identify available facilities to-house and perform maintenance on vehicles. Analysis shall include, but not be limited to Metro owned, leased or to-be owned or leased properties. D. Vehicle Branding and Graphics: Qualified firm(s) or Contractor Team(s) shall work with Metro Communications to develop vehicle service identity and graphics that build upon and integrate with Metro's existing brand and services. Qualified firm(s) or Contractor Team(s) shall coordinate with Metro’s Creative Services to develop cost estimates for the vehicle branding and graphics as well as fare equipment, if applicable. E. Transit Station/Stop Integration: Qualified firm(s) or Contractor Team(s) shall identify and assess potential physical improvements required to deploy vehicles in the MTP Zones. A method for prioritizing curb space including drop off and loading zones and strategies to ensure physical safety and security of customers during the hours of service shall be included. F. Wayfinding and Signage: Qualified firm(s) or Contractor Team(s) shall work with Metro to develop a proposal for communicating the service including maps, decals, and related components. The proposal shall be informed by Metro departments and potentially, local cities and departments of transportation. Qualified firm(s) or Contractor Team(s) to identify physical infrastructure that may be utilized for wayfinding and signage for the MTP in each MTP Zone.

F-71 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-46 STATEMENT OF WORK G. Risk Analysis: Qualified firm(s) or Contractor Team(s) shall produce a risk analysis for the feasibility study produced in Part A. Qualified firm(s) or Contractor Team(s) shall work closely with Metro’s Risk Management throughout Part A. H. Timeline: Qualified firm(s) or Contractor Team(s) shall draft a timeline for this Task shall outline estimated hours and budget to achieve the Task 5 deliverables outlined above. TASK 6: COMMUNICATIONS PLAN A. Brand: Qualified firm(s) or Contractor Team(s) shall develop a proposal for Metro on the branding of the MTP with specific direction on communications and marketing tools to reach existing and future customers drawing from the market research conducted in Task 1. Qualified firm(s) or Contractor Team(s) shall work with Metro Communications to ensure proposal builds upon, and integrates with, Metro's existing brand. The MTP brand is subject to Metro’s review and approval. B. Outreach: Qualified firm(s) or Contractor Team(s) shall define outreach tactics and plan for implementation required for successful launch of the service in two MTP Zones. Plan shall include ongoing engagement with existing and new customers throughout the pilot period. C. Marketing: Qualified firm(s) or Contractor Team(s) shall design a strategic marketing plan with tactical implementation strategies. The marketing plan shall be informed by market research conducted in Task 1 and incorporate the multi-lingual needs of Metro’s existing customer base. Qualified firm(s) or Contractor Team(s) shall coordinate with Metro Communications and Marketing on developing the cost estimates (for example, ad buy, street teams, billboards). Metro requests qualified firm(s) or Contractor Teams (s) to recommend sponsorship models and sponsors for the service with review and final sign-off from Metro. D. Timeline: Qualified firm(s) or Contractor Team(s) shall draft a timeline for this Task and shall outline estimated hours and budget to achieve the Task 6 deliverables outlined above. All external communications about the MTP shall be subject to Metro’s input, final review, and approval. TASK 7: INNOVATION Metro requests qualified firm(s) or Contractor Team(s) to recommend the following elements: A. Risk and reward sharing elements within responses to this solicitation. Elements may include, but are not limited to, performance-based enhancements, revenue sharing, contribution of private equity at risk, etc. Vehicles to be utilized for the MTP service will also be considered. B. New and emerging technology services and products not listed in the Statement of Work. C. New ideas, not yet on the market, tested or proven.

F-72 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-47 STATEMENT OF WORK TASK 8: REPORTING AND TIMELINE A. Communications: Qualified firm(s) or Contractor Team(s) shall assign a project manager to coordinate with the Metro Project Manager and act as the point person for the qualified firm(s) or Contractor Team(s) in all communications with Metro. Weekly Meetings: Qualified firm(s) or Contractor Team(s) project manager shall coordinate and participate in weekly meetings with Metro’s Project Manager. B. Reports: Qualified firm(s) or Contractor Team(s) shall produce two reports (one interim and one final) in Part A. The final report shall be no more than 75 pages including appendices with all relevant findings and completed at the conclusion of Part A. Coordination: Qualified firm(s) or Contractor Team(s) shall work with Metro Project Manager to ensure effective and efficient coordination with key departments listed within the Statement of Work. C. Presentations: Qualified firm(s) or Contractor Team(s) shall assemble a PowerPoint with recommendations from the final report in coordination with the Metro Project Manager at the conclusion of Part A. D. Briefings: Qualified firm(s) or Contractor Team(s) shall co-present with the Metro Project Manager at in-person briefing(s) to key stakeholders (internal and external, if appropriate) at the mid-point of Part A and when Part A is completed. E. Master Timeline: Qualified firm(s) or Contractor Team(s) shall combine all task specific timelines (Tasks 1-7) to produce a master timeline. The master timeline will need to be agile and flexible as project design and operations may be adjusted to ensure successful implementation. All external communications about the MTP shall be subject to Metro’s input, final review, and approval. PART B Initial tasks for Part B are outlined below and will be refined and finalized based upon deliverables from Part A. The primary tasks for Part B will be to deliver the software/technology platform, procure the vehicles, and establish service adjustments to increase performance, evaluate the implementation of the service, and report project updates and outcomes. The selected qualified firm(s) of Contractor Team(s) are required to implement the pilot in a least one of the selected MTP Zones from Part A and should be willing to move or adjust the zone, if needed. As previously noted, Metro will own the resulting deliverables and work product for Part B, including any associated intellectual property rights, and resulting customized software application(s) built to operate the MicroTransit service. While qualified firm(s) or Contractor Team(s) will be permitted to provide a license to any underlying software application Contractor deems appropriate for use in Part B, Metro desires to own any customizations to the underlying software created by the qualified firm(s) or Contractor Team(s) as required by the scope of Part B, including any customized payments or electronic processing functions.

F-73 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-48 STATEMENT OF WORK Part B Project Tasks: TASK 1: SOFTWARE/TECHNOLOGY PLATFORM TASK 2: IMPLEMENTATION TASK 3: REPORTING AND TIMELINE TASK 1: SOFTWARE/TECHNOLOGY PLATFORM A. Software Development & Licensing: Qualified firm(s) or Contractor Team(s) shall deliver and license to Metro a software/technology platform that supports demand-responsive routing and dispatch of vehicles. B. Software/Technology Platform: Qualified firm(s) or Contractor Team(s) shall provide a software/ technology platform which is available in the form of an application for customers and operators alike. The application shall be available for download with public-facing version accessible in the Apple and Android stores, and to the extent the application is a customization of the underlying software/technology platform, it shall be owned by Metro. The application will also be designed and built in a manner that allows the application to run on any software platform from any third party, and on any future Metro software/technology platform that may be built directly by Metro. C. Software/Technology Design: Qualified firm(s) or Contractor Team(s) shall provide a technology platform which is user-friendly and applies user experience (UX) and user interface (UI) design principles to ensure a high quality experience for customers with both limited and advanced use of smartphone technology. D. Software/Technology Customization: Qualified firm(s) or Contractor Team(s) shall customize software to meet the project design elements identified in Part A. Such software/technology customizations, including for customized payments and electronic processing of the MicroTransit system and service, shall be owned by Metro. E. Software/Technology Maintenance: Qualified firm(s) or Contractor Team(s) shall be solely responsible for maintaining, managing, updating, and upgrading the platform. The platform must consist of a user interface, operator interface, and dashboard for analysis and administrative oversight by Metro. F. Software/Technology Functionality: Qualified firm(s) or Contractor Team(s) shall ensure the real-time analytics dashboard for administrative oversight is available for tracking, monitoring, reporting, operations, and will be available 24 hours a day with access to Metro Project Manager, staff, employees and Operations. G. Software API and Web Service: Qualified firm(s) or Contractor Team(s) shall provide an access to data and functionality through a text-based Application Programing Interface (API) that may be readily consumed by Metro and external developers. H. Software/Technology Training: Qualified firm(s) or Contractor Team(s) shall provide training for Metro staff and municipal partners as needed. TASK 2: IMPLEMENTATION A. Marketing and Outreach Campaigns: Qualified firm(s) or Contractor Team(s) under direction of Metro shall assist implementation of strategic marketing and outreach plans.

F-74 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-49 STATEMENT OF WORK B. Vehicle Procurement: Qualified firm(s) or Contractor Team(s) may secure vehicles and related insurance for the pilot. C. Service Zone and Parameter Adjustments: Qualified firm(s) or Contractor Team(s) shall advise Metro on adjustments to increase utilization which may include adjusting the MTP Zones and parameters (but not performance metrics) up to four times annually. D. Data Collection: Qualified firm(s) or Contractor Team(s) shall be responsible for tracking data such as origin, destination, time of day, route, age, gender, race/ethnicity, and the income level/household size in the data portal established in Part A. TASK 3: REPORTING AND TIMELINE A. Coordination: Qualified firm(s) or Contractor Team(s) and assigned project manager shall work with Metro Project Manager to ensure effective and efficient coordination with key departments listed within the Statement of Work. B. Service Evaluation & Analysis: Qualified firm(s) or Contractor Team(s) shall produce an analysis and evaluation of the service. The analysis will be ongoing throughout Part B. C. Reports: Qualified firm(s) or Contractor Team(s) with Metro Project Manager shall produce two reports (one interim and one final) in Part B. The final report shall be no more than 50 pages including appendices with all relevant findings and completed at the conclusion of Part A.

F-75 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-50 STATEMENT OF WORK APPENDIX A - STATEMENT OF WORK Links for MicroTransit Pilot Project (MTP) MicroTransit Pilot Project (MTP) Background Documents: Project Homepage ● http://www.metro.net/MicroTransit Draft Statement of Work and Related Documents  https://media.metro.net/uploads/Portal/MicroTransit.pdf Frequently Asked Questions  http://media.metro.net/uploads/Portal/MicroTransit%20Pilot%20Proje ct%20FAQ's.pdf Q & A Demystifying Metro’s Future MicroTransit Services  https://www.metro.net/news/facts- glance/http://thesource.metro.net/2017/10/09/qa-demystifying- metros-future-microtransit-service/ Office of Extraordinary Innovation (OEI):  https://www.metro.net/projects/oei/ Vendor/Contract Management (V/CM): Six Steps for Doing Business with Metro  http://business.metro.net/VendorPortal/faces/home/gettingStarted/si xSteps?_adf.ctrl-state=18xzv84kj5_4&_afrLoop=4174130792323766 V/CM Frequently Asked Questions  http://business.metro.net/VendorPortal/faces/home/gettingStarted/fa qs?_adf.ctrl-state=18xzv84kj5_4&_afrLoop=4174161724388288 MetroConnect (Small Business Success) ● http://business.metro.net/VendorPortal/faces/home/smallBusinessTo ols/metroConnect?_adf.ctrl- state=18xzv84kj5_4&_afrLoop=4174179324173703 Metro Forms – Includes DVBE/DBE/SBE Forms  http://business.metro.net/VendorPortal/faces/home/gettingStarted/for ms?_adf.ctrl-state=18xzv84kj5_4&_afrLoop=4174212297307030 General Information: Facts at a Glance  https://www.metro.net/news/facts-glance/

F-76 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-51 STATEMENT OF WORK Ridership: Ridership Statistics  http://isotp.metro.net/MetroRidership/Index.aspx Ridership is available by year, quarter, and month, by line Ridership available for bus and rail Transit Access Pass (TAP): Frequently Asked Questions  https://www.taptogo.net/TAPFAQ Board Report on Interoperability  https://metro.legistar.com/LegislationDetail.aspx?ID=2882158&GU ID=005822DD-FDB8-4C19-908B- 644A5537AC04&Options=ID%7cText%7c&Search=2016-0851 Civil Rights/Accessibility: Overview ● https://www.metro.net/about/civil-rights-policy/ 2016 Title VI Program Update ● http://media.metro.net/about_us/title_vi/images/2016_Draft_Title_ VI_Program.pdf Info on Riders with Disabilities ● https://www.metro.net/riding/riders-disabilities/ Research and Data: General Research  https://www.metro.net/news/research/ Customer Satisfaction Surveys  https://www.metro.net/news/research/data-center/

F-77 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-52 PRICE SCHEDULE EXHIBIT B - PRICE SCHEDULE (PART A) RFP No. PS46292 MICROTRANSIT PILOT PROJECT

F-78 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-53 PRICE SCHEDULE EXHIBIT B - PRICE SCHEDULE (PART B) RFP No. PS46292 MICROTRANSIT PILOT PROJECT PART I: Software/Technology Platform 15 Vehicles 30 Vehicles Annual Fee -$ -$ Software/Technology Platform Fee (1 year) -$ -$ Software/Technology Platform Fee (Years 1 & 2) -$ -$ Software/Technology Platform Fee (Years 1 - 3) -$ -$ PART II: Labor Categories Hourly Rate 1. Lead Senior Engineer -$ 2. Lead UX Engineer -$ 3. Lead Data Scientist -$ 4. Lead Network Engineer -$ 5. Quality Assurance Engineer -$ 6. Mobile Developer (IOS/Android) -$ 7. Data Scientist -$ 8. Data Analyst -$ 9. Product Manager -$ 10. Project Manager -$ -$ Blended Hourly Rate -$ COST ELEMENTS 11. Other Part B ("Implementation and Evaluation")

F-79 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-54 INSURANCE REQUIREMENTS EXHIBIT C – INSURANCE REQUIREMENTS Contractor shall procure and maintain for the duration of the Contract insurance against claims for injuries to persons, or damages in property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employee or subcontractors. As respects Professional Liability (E&O), coverage must be maintained, and evidence provided, for two years following the expiration of the Contract. MINIMUM SCOPE OF INSURANCE Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG0001) 2. Insurance Services Office form number CA0001 covering Automobile Liability, code 1 (any auto). 3. Workers’ Compensation insurance as required by the State of California and Employer’s Liability Insurance. 4. Professional Liability Insurance MINIMUM LIMITS OF INSURANCE Contractor shall maintain limits no less than: 1. General Liability: $ 5,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall be twice the required occurrence limit or $10,000,000. Products/Completed Operations aggregate shall apply separately to this contract/agreement or the aggregate limit shall be twice the required per occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Workers’ Compensation insurance as required by the State of California and Employer’s Liability Insurance 4. Professional Liability: $1,000,000 per claim. OTHER INSURANCE PROVISIONS The insurance policies required per the terms of the contract are to contain, or be endorsed to contain, the following provisions: 1. Los Angeles County Metropolitan Transportation Authority, its subsidiaries, officials and employees are to be covered as additional insureds as respects liability arising out of the activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned leased, hired or borrowed by the Contractor. The general liability coverage shall also include contractual, personal injury, independent contractors and broad form property damage liability. The coverage shall contain no special limitations on the scope of protection afforded to Metro, its subsidiaries, officials and employees. 2. For any claims related to this project, the Contractor’s insurance coverage shall be primary insurance as respects Metro, its subsidiaries, officials and employees. Any insurance or self-insurance maintained by Metro shall be excess of the Contractor’s insurance and shall not contribute with it. 3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to Metro, its subsidiaries, officials and employees.

F-80 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 2-55 INSURANCE REQUIREMENTS 4. The Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer’s liability. 5. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice has been given to Metro. 6. Workers’ Compensation and Employer’s Liability policies shall provide a waiver of subrogation in favor of Metro. 7. Professional Liability insurance shall be continued, and evidence provided to Metro, for two years following the expiration of the contract or, tail coverage provided for two years in the event of cancellation or non-renewal. DEDUCTIBLES AND SELF-INSURED RETENTIONS Any deductibles or self-insured retentions must be declared to, and amounts over $25,000 approved by Metro. ACCEPTABILITY OF INSURERS Insurance is to be placed with California admitted insurers with a current A.M. Best’s rating of no less than A- VII, unless otherwise approved by Metro. VERIFICATION OF COVERAGE Contractor shall furnish Metro with original endorsements and certificates of insurance evidencing coverage required by this clause. All documents are to be signed by a person authorized by that insurer to bind coverage on its behalf. All documents are to be received and approved by Metro before work commences. If requested by Metro, the Contractor shall submit copies of all required insurance policies, including endorsements affecting the coverage required by these specifications. SUBCONTRACTORS Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsement for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. If requested by Metro, the Contractor shall submit copies of all required insurance policies, including endorsements affecting the coverage required by these specifications.

F-81 SECTION 6 – CONTRACT DOCUMENTS

F-82 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 6-4 FIRM FIXED PRICE CONTRACT PRO FORM 018 REVISION DATE: 05.31.16 D. Final Payment The Application for Final Payment of Part A of the Statement of Work shall be labeled "FINAL" and submitted to Metro at accountspayable@metro.net. E. Effective January 1, 2009, Metro started payment of invoices via Electronic Funds Transfer (EFT) which guarantees faster payments and is a more secure and efficient way to make payments. If you have not already done so, you will be required to sign up for EFT, unless you request a waiver in writing. Please call (213) 922-6811, then press option # 7 for EFT forms. ARTICLE V: CONTRACT TERM AND PERIOD OF PERFORMANCE The Effective Date of this Contract is (insert date). The Period of Performance of this Contract for Part A of the Statement of Wok shall begin on [insert either the Effective Date or the date set forth in the Notice to Proceed] (hereinafter “Commencement Date”). Contractor shall complete all Work under the Contract within 180 calendar days after the Commencement Date, unless this Contract is terminated earlier or extended by Metro, in writing, as provided in the Contract. Metro may decide, at its sole discretion, to enter into negotiations with the Contractor for a Supplemental Contract with a separate period of performance covering the Part B Services. ARTICLE VI:NEGOTIATION OF SUPPLEMENTAL CONTRACT A. If, after review of the Part A work product, Metro desires to proceed with Part B, Metro will (1) request a formal price proposal from the Contractor (the “Part B Price Proposal”) and proposed revisions to the Statement of Work for Part B Goods and Services and (2) establish a schedule for negotiation of the Supplemental Contract in consultation with the Contractor. The contract terms and conditions applicable to Part A will also apply to Part B unless Metro determines, in its sole discretion, that modifications are appropriate. Metro agrees that the Contractor has a right of first negotiation for the Part B Goods and Services, and that if Metro wishes to proceed with Part B it will negotiate first with the Contractor. However, Metro shall have the right to terminate this Contract and proceed with Part B with another contractor, if Metro has offered the Contractor to negotiate and negotiations have failed to result in a Supplemental Contract. B. The Contractor shall provide the Part B Price Proposal and draft revised Statement of Work for Part B as soon as practicable following receipt of the request from Metro, but no later than [___] after such request, Metro and Contractor shall then commence good faith negotiation of pricing and scope for the Supplemental Contract. The Contractor shall make available to Metro all supporting cost and pricing data as described in CP-7, AUDIT REQUIREMENT. Metro and its representatives shall have the right to examine all books, records, documents and other data of Contractor related to the Part B Price Proposal and cost and pricing data, for the purpose of evaluating the accuracy, completeness, and timeliness of the Part B Price Proposal and cost and pricing data and

F-83 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 6-5 FIRM FIXED PRICE CONTRACT PRO FORM 018 REVISION DATE: 05.31.16 determining that the price is fair and reasonable. The right of examination shall extend to all documents that Metro reasonably deems necessary to permit adequate evaluation of the information submitted, along with the computations and projections used therein. The parties may agree to have an independent consultant undertake responsibility for the price analysis. C. The negotiation schedule for the Supplemental Agreement shall include an initial negotiating period not to exceed 30 days, commencing on the date Metro receives from Contractor the Part B Price Proposal and draft revised Statement of Work for Part B. Either party may extend negotiations for an additional 30 days, by delivery of written notification of the extension to the other prior to expiration of the initial 30-day period. The negotiation period shall be subject to further extension only by mutual agreement of both parties for such additional period as the parties deem advisable. If agreement is not reached by the conclusion of the negotiation period, as it may have been extended, Metro may: a. modify the requirements for the Part B Goods and Services as it deems appropriate, and request modified pricing; b. enter into negotiations for alternative arrangements with the Contractor; and/or c. terminate this Agreement as provided in paragraph D below. D. If the parties have not reached agreement regarding scope and price by the conclusion of the established negotiating period, either party may terminate this Agreement by delivery of written notice to the other. In the event of such termination, the parties shall have no further obligations to each other hereunder except as follows: a. The parties shall remain responsible for their respective obligations under GC-26, except that, notwithstanding anything to the contrary in GC-26, the Contractor shall not be entitled to receive any payment upon termination other than amounts payable for Part A Services performed prior to the effective date of termination not previously paid for. b. The parties shall remain obligated under all those provisions of the Contract which expressly or by their nature extend beyond and survive termination of the Contract. E. Notwithstanding paragraph C above, if during the negotiating period Metro has determined in good faith that the parties will not reach agreement, Metro shall have the right to terminate the negotiations prior to conclusion of the negotiating period and terminate this Agreement, in which case paragraphs a and b under section D above shall apply. F. In the event Metro and Contractor fail to agree on the Part B Amendment, at Metro’s sole discretion Contractor and any Affiliates may be precluded from bidding or otherwise participating in any subsequent procurement for the Project.

F-84 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 6-6 FIRM FIXED PRICE CONTRACT PRO FORM 018 REVISION DATE: 05.31.16 ARTICLE VII: LIMITATION OF FUNDS Funding for this Contract is based upon the availability of funds determined by Metro's fiscal budget, which runs from July 1 through June 30 of each fiscal year. If funding is not approved for any subsequent fiscal year during which this Contract is in effect, Metro will issue a stop work notice. Intentionally Left Blank

F-85 METRO GA17-129 RFP NO. PS46292 ISSUED 10.25.17 6-10 REGULATORY REQUIREMENTS PRO FORM 039 REVISION DATE: 07.24.17 agency, where the employee believes the information discloses violation or noncompliance with a state or Federal regulation; nor shall Contractor retaliate against an employee for taking such actions as set forth in the California Labor Code §1101 et. seq. RR-04 PUBLIC RECORDS ACT * A. Applicability This Article applies to all contracts. B. Except as otherwise provided herein, all records, documents, drawings, plans, specifications, and all other information relating to the conduct of Metro’s business, including all information and documents submitted by Contractor (“Records”), shall become the exclusive property of Metro and shall be deemed public records. Said Records are subject to the provisions of the California Public Records Act (Government Code §6250 et. seq.). Metro’s use and disclosure of its records are governed by this Act. Metro will use its best efforts to inform the Contractor of any request for any financial records or documents marked “Trade Secret”, “Confidential” or “Proprietary” provided by Contractor to Metro. Metro will not advise as to the nature or content of documents entitled to protection from disclosure under the California Public Records Act. C. Metro shall not in any way be liable or responsible for the disclosure of any such records, including, without limitation, those so marked "Trade Secret”, “Confidential” or “Proprietary,” whether the disclosure is required by law, by court order or occurs through inadvertence, mistake or negligence on the part of Metro. D. In the event Metro agrees to defend an action on a Public Records Act request for any of the aforementioned documents, information, books, records, and/or contents of a proposal marked “Trade Secret”, “Confidential”, or “Proprietary”, Contractor agrees to defend and indemnify Metro from all costs and expenses, including reasonable attorney’s fees, in action or liability arising under the Public Records Act. RR-05 ACCESS TO RECORDS (RESERVED) RR-06 FEDERAL FUNDING, INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS, AND FEDERAL CHANGES* (RESERVED) RR-07 ENERGY CONSERVATION REQUIREMENTS (RESERVED) RR-08 CIVIL RIGHTS REQUIREMENTS * A. Applicability This Article applies to all contracts.

121 ACKNOWLEDGMENTS This study was performed under the overall guidance of TCRP Project Committee J-5. The Committee is chaired by Sheryl King Benford, Greater Cleveland Regional Transit Authority, Cleveland, Ohio. Members are Rolf G. Asphaug, Denver Regional Transportation District, Denver, Colorado; Darrell Brown, Capital Area Transit System, Baton Rouge, Louisiana; Robert I. Brownstein, AECOM, Baltimore, Maryland; Teresa J. Moore, South Florida Regional Transportation Authority, Pompano Beach, Florida; Elizabeth M. O’Neill, Metropolitan Atlanta Rapid Transit Authority, Atlanta, Georgia; Robin M. Reitzes, San Francisco City Attorney’s Office, San Francisco, California; and James S. Thiel, Madison, Wisconsin. Bonnie Graves provides liaison with the Federal Transit Administration. Keira McNett serves as the liaison with the Amalgamated Transit Union, and Gwen Chisholm Smith represents the TCRP staff.

These digests are issued in order to increase awareness of research results emanating from projects in the Cooperative Research Programs (CRP). Persons wanting to pursue the project subject matter in greater depth should contact the CRP Staff, Transportation Research Board of the National Academies of Sciences, Engineering, and Medicine, 500 Fifth Street, NW, Washington, DC 20001. Subscriber Categories: Law • Public Transportation Transportation Research Board 500 Fifth Street, NW Washington, DC 20001

Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers Get This Book
×
MyNAP members save 10% online.
Login or Register to save!
Download Free PDF

TRB's Transit Cooperative Research Program (TCRP) Legal Research Digest 53: Legal Considerations in Relationships Between Transit Agencies and Ridesourcing Service Providers explores the efforts made by public transit agencies to provide on-demand services to the public.

It also provides transit agencies with legal guidance for considering whether to enter into relationships with ridesourcing service providers (RSPs).

The report includes a description of ridesourcing services in the United States, state and municipal legislative and regulatory schemes, procurement and procurement processes, contractual and partnership provisions in agreements between RSPs and a public transit agency, issues of compliance with federal legislation and civil rights requirements and those under the Americans with Disabilities Act, legal claims and litigation, and risk management issues stemming from relationships between RSPs and transit agencies.

  1. ×

    Welcome to OpenBook!

    You're looking at OpenBook, NAP.edu's online reading room since 1999. Based on feedback from you, our users, we've made some improvements that make it easier than ever to read thousands of publications on our website.

    Do you want to take a quick tour of the OpenBook's features?

    No Thanks Take a Tour »
  2. ×

    Show this book's table of contents, where you can jump to any chapter by name.

    « Back Next »
  3. ×

    ...or use these buttons to go back to the previous chapter or skip to the next one.

    « Back Next »
  4. ×

    Jump up to the previous page or down to the next one. Also, you can type in a page number and press Enter to go directly to that page in the book.

    « Back Next »
  5. ×

    To search the entire text of this book, type in your search term here and press Enter.

    « Back Next »
  6. ×

    Share a link to this book page on your preferred social network or via email.

    « Back Next »
  7. ×

    View our suggested citation for this chapter.

    « Back Next »
  8. ×

    Ready to take your reading offline? Click here to buy this book in print or download it as a free PDF, if available.

    « Back Next »
Stay Connected!