HomeMy WebLinkAboutTransit Scheduling Solutions AGREEMENT
THIS AGREEMENT, made on the 2nd day of December, 2011, by and between the
CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and TRANSIT
SCHEDULING SOLUTIONS, INC., 1806 Oak Ridge Circle, Stone Mountain, GA 30087,
hereinafter referred to as the CONSULTANT,
WITNESSETH:
That the City and the Consultant, for the consideration hereinafter named, agree as
follows:
ARTICLE I. PROJECT MANAGER
A. Assignment of Project Manager. The Consultant shall assign the following
individual to manage the project described in this contract:
John McMath, President
B. Changes in Project Manager. The City shall have the right to approve or
disapprove of any proposed change from the individual named above as Project Manager.
The City shall be provided with a resume or other information for any proposed substitute
and shall be given the opportunity to interview that person prior to any proposed change.
ARTICLE II. CITY REPRESENTATIVE
The City shall assign the following individual to manage the project described in this
contract:
Christopher Strong, P.E., Director of Transportation
ARTICLE III. SCOPE OF WORK
The Consultant shall provide scheduling, runcutting and rostering assistance for the
Oshkosh Transit System as indicated in the Request for Proposals(RFP)document and in
the Consultant's proposal. Where these documents may conflict, this agreement and the
RFP shall be in control.
The Consultant shall not start on Phase 2 of the scope of work until separate
notification to proceed is provided by the City.
The Consultant may provide additional products and/or services if such
products/services are requested in writing by the Authorized Representative of the City.
1
All reports, drawings, specifications, computer files, field data, notes and other
documents and instruments prepared by the Consultant as instruments of service shall
remain the property of the City.
ARTICLE IV. CITY RESPONSIBLITIES
The City shall furnish, at the Consultant's request, such information as is needed by
the Consultant to aid in the progress of the project, providing it is reasonably obtainable
from City records.
To prevent any unreasonable delay in the Consultant's work the City will examine all
reports and other documents and will make any authorizations necessary to proceed with
work within a reasonable time period.
ARTICLE V. TIME OF COMPLETION
The work to be performed under this contract shall be completed by December 31,
2012. The Consultant shall perform the services under this agreement with reasonable
diligence and expediency consistent with sound professional practices. The City agrees
that the Consultant is not responsible for damages arising directly or indirectly from any
delays for causes beyond the Consultant's control. For the purposes of this agreement,
such causes include, but are not limited to, strikes or other labor disputes; severe weather
disruptions or other natural disasters, failure of performance by the City, or discovery of
any hazardous substances or differing site conditions. If the delays resulting from any such
causes increase the time required by the Consultant to perform its services in an orderly
and efficient manner, the Consultant shall be entitled to an equitable adjustment in
schedule.
ARTICLE VI. PAYMENT
A. The Contract Sum. The City shall pay to the Consultant for the performance of
the contract an amount up to and not to exceed $22,730, adjusted by any changes as
provided in the General Conditions, or any changes hereafter mutually agreed upon in
writing by the parties hereto. Of this amount, the City shall pay to the Consultant for the
performance of Phase 1 of the scope of work an amount up to and not to exceed $10,420,
adjusted by any changes as provided in the General Conditions, or any changes hereafter
mutually agreed upon in writing by the parties hereto.
B. Method of Payment. The Consultant shall submit itemized monthly statements
for services. The City shall pay the Consultant within 30 calendar days after receipt of
such statement. If any statement amount is disputed, the City may withhold payment of
such amount and shall provide to Consultant a statement as to the reason(s) for
withholding payment. Unless the invoice is disputed, the invoice will be deemed past due if
payment in full is not made within 30 days from due date. In this case, the invoice may
bear interest at 1.5% of the past due amount per month.
2
In the Presence of: CONSULTANT
By:
g-s, d4 <
(Specify Title)
(Seal of Consultant if a Corporation.)
By:
(Specify Title)
CITY OF OSHKOSH
I A By: /(ir.--
VI i1 _ l .♦ Ma A. Rohloff, City Manager
DAA (Witness) ) -
i \1 -
And � , ..I ,-L . )'i_
(Wit,--.) Pamela R. Ubrig, City C erk
APPROVED: I hereby certify that the necessary
rte,• f�, r', provisions have been made to pay the
liability which will accrue under this
�� ,n; � �L ��- contract.
tufty Attor
ityC oi ptroller
4
DECLARATIONS PAGE
Policy Number
91-BZ-J422-6 ".is
STATE FARM FIRE AND CASUALTY COMPANY
11350 JOHNS CREEK PKY, DULUTH GA 30096-0001
A STOCK COMPANY WITH HOME OFFICES IN BLOOMINGTON,ILLINOIS ess
Named Insured and Mailing Ad2 27- 12-F849 R
TRANSIT SCHEDULING
SOLUTIONS INC
1806 OAK RIDGE CIR SW
STONE MTN GA 30087-3288
Coy A-Inflation Coverage Index: N/A
B -Consumer Priceindex: 220.2
Coy
BUSINESS POLICY-SPECIAL FORM 3 y
AUTOMATIC RENEWAL - If the POLICY PERIOD is shown as 12 MONTHS, this policy i will ll be renewed auto,we ally
subject to the premiums, rules and forms in effect for each succeeding policy period
.
give you and the Mortgagee/Lienholder written notice in compliance with the policy provisions or as required by law.
Policy Period: 12 Months The policy period begins and ends at 12:01 am standard time at the
Effective Date: FEB 1 2011 premises location.
Expiration Date: FEB 1 2012
Named Insured: Corporation
Location of Covered Premises: .
1806 OAK RIDGE CIR SW
STONE MTN GA 30087-3288
Coverages & Property Limits of Insurance
Section I Excluded
A Buildings 100
B Business Personal Property $ Actual Loss
C Loss of Income - 12 Months
Section II s 2,000,000
Deductibles -Section I
L Business Liability
M Medical Payments g 5,000 $ 1,000 Basic Products-Completed Operations S 4,000,000 •
(PCO)Aggregate 4,000,D00
General Aggregate (Other $ In case of loss under this policy, the deductible will be
Than PCO) applied to each occurrence and will be deducted from the
amount of the loss. Other deductibles may apply- refer to
policy.
POLICY PREMIUM $ 175.00
Forms Options, and Endorsements Minimum Premium
Special Form 3 FP-6103
Equipment Breakdown Coverage FE-6617.1
Policy Endorsement-Business FE-6851
Building Coverage for Tenants FE-6859
Policy Endorsement-Business FE-6610
Fungus (Including Mold)Excl FE-6616
Fungus (Inc' Mold)Limitation FE-6646
Continued on Reverse Side of Page
OTHER LIMITS AND EXCLUSIONS MAY APPLY-REFER TO YOUR POLICY
Prepared Count e. -
FEB 22 2011 By }r �� / / /kW'4j r Agent
06/199330.20 CY4F KE DE N ,.`-
06/1
Your policy consists of this page,any endorsements (750)B17 7900 {otf2ti72
and the policy form.PLEASE KEEP THESE TOGETHER. 1
M a�a�e rat AU 1 V tttNtWAL LJ
�INSV2.N[I�J State Farm Mutual Automobile Insurance Company POLICY NUMBER 1356071-E25-11K
11350 Johns Creek Parkway NOV 25 2011 to MAY 25 2012
Duluth GA 30098 "
•
AT1 2LEC -2412 A DATE DUE . PLEASE PAY THIS AMOUNT
002683 0008 THIS IS NOT A BILL.
MC MATH, JOHN H & SANDRA
1806 OAK RIDGE CIR SW Coverages and Limits Premiums
STONE MTN GA 30087-3288
" . A Liability
Bodily Injury 100,000/300,000
Property Damage 100,000 14 5.3 3
' D Comprehensive 45.92
. G 1000 Deductible Collision 71 .74 H U Uninsured Moto Veh Coy 2.60
e'° (Difference-In-Limits)
Bodily Injury 25,000/50,000
Property Damage 25,000
Your premium is based on the following.:.If not correct,contact your agent 250 Deductible 21 . 8 0
2001 HONDA PASSPORT VIN 4S6CK58W814400401
Class 6F3H50H000. Total Premium $287.39
Drivers of vehicle in your household...
Principal driver,is age'50-74 and there are no unmarried drivers Your premium has already been adjusted
under 25 assigned to this car. by the following:
As of NOV 25 2011 our records show the principal driver of this vehicle
will be age 60. Premium Reductions
Multiple Line • 53.87
Ordinary use of vehicle.... Multicar ° 42.37
To and from work or school,over 100 miles weekly. Accident-Free 72.35
Driven over 7,500 miles annually. (National average is 12,000 miles
annually.)
Additional'Information... _
Your State,Farm Payment Plan number is 0346274427. .
***Your policy has the Guaranteed Renewal Endorsement.***
•
f dA" uf c... +V 91 7327 6647
See reverse side for important information.
Agent KEN DEAN Please keep this part for your record.
Telephone (770)817-7900
Prepared OCT 20 2011
•IF YOU HAVE-A NEW OR DIFFERENT CAR,HAVE ADDED ANY DRIVERS,OR HAVE MOVED, — —
PLEASECONTAcT YOUR-AGENT. NOTE:DO NOT PAY-PREMIUM BILLED
THROUGH THE STATE FARM PAYMENT PLAN
STATE PARM INSURED MC MATH,JOHN H&SANDRA
DA7E:DUE PLEASE PAY7F91S:A1410UNT
fN:GRANC POLICY NUMBER 135 6071-E25-11 K 2001 I-fONDA
e ` THIS IS NOT A BILL.
i
•
Please Contaot your State Fariii agent
to make changes to your policy.
' .2709000002
Insurance Support Center
P.O. Box 5880.02 ,
North Metro, GA 30029-8002
Inhlltlll4dip(III n1lyu0lluhllhllmhon
001211 efb112ub
-office use only 2412-849 MUTL VOL
2-C 2LEC \._
AUTO REN 03462744271 SFPP
PREP DT 10-20-11
APP DT 01-04-12
409132900000000 111200135607111127>
)0
•
•
IC 3_ TSS- Transit Scheduling Solutions, Inc
4. Providing Your Transit Scheduling Needs
s 5
Response to RFP
Scheduling, Runcutting and Rostering Assistance
For the
City of Oshkosh, Wisconsin
Ewe
Oshkoh Transit ijste
November 15, 2011
[Type text]
r `�- TSS- Transit Scheduling Solutions, Inc
/ 4 Providing Your Transit Scheduling Needs
7 6 5 �i
November, 15, 2011
Mr. Christopher Strong, P.E.
Department of Transportation
City of Oshkosh
926 Dempsey Trail
Oshkosh, WI 59402
Subject: Response to RFP, Scheduling, Runcuttinq and Rosterinq Assistance
Dear Mr. Strong:
Transit Scheduling Solutions, Inc. is pleased to provide the attached response to the City of
Oshkosh for assistance in scheduling, runcutting and rostering.
We have reviewed your requirements and have fully addressed each item in your proposal. All
contract requirements have been acknowledged and there are no foreseen concerns with
regard to compliance to every item. We do request that the City of Oshkosh waive the
Business Automobile Coverage since only rental vehicles will be used on this project and waive
the Workman's Compensation and Employers Liability since all work will be performed by me
•
personally:
Our objective is to provide Oshkosh Transit System assistance with qualified fixed route transit
scheduling practices by highly qualified and experienced personnel and assist Oshkosh Transit
in developing and evaluating various operator assignment scenarios and rostering options.
I will represent TSS on this project and should you have any questions or need clarification,
please contact me at 404-455-8861 or by email at jmcmath @johnmcmath.com.
Sincerely,
John McMath
President
Transportation Scheduling Solutions, Inc.
TSS Consulting, Inc. 1806 Oak Ridge Circle, Stone Mountain, Georgia 30087
404-455-8861
•
Company Qualifications
Transit Scheduling Solutions, Inc. was initiated in 2004 by Mr. John McMath to provide scheduling
and operator work assignment assistance for small to medium size transit systems. Additional
clients of TSS have been university student shuttles, contracted transit providers and Transportation
Management Associations (TMA's). Mr. McMath has almost 30 years of transit scheduling
experience and will serve as the principle scheduler for this project.
Mr. McMath is proficient with both automated and manual scheduling procedures and has assisted
other properties similar to Oshkosh Transit System in providing alternative scheduling, =cutting
and rostering techniques. A list of previous clients that received similar benefits is included later in
this proposal however, a full list of previous clients can be viewed at www.johnmcmath.com.
Project Personnel
John H. McMath—Project Manager/Principle Scheduler
John McMath has extensive knowledge and experience in transit scheduling and service planning
with over 29 years in the industry. He has been responsible for bus and rail schedules during his 24
years of service with the Metropolitan Atlanta Rapid Transit Authority(MARTA). Prior to joining
MARTA, Mr. McMath performed transit scheduling in Miami, Florida for the Miami-Dade Transit
Authority. In 2004,he began his consulting practice and has developed service and operational plans
for several university student bus systems and assisted other public transit systems in scheduling,
Trapeze software training and service delivery reviews. Some university transit systems that have
used his services include: Georgia Institute of Technology, The State University of West Georgia,
The Medical College of Georgia and Emory University.
Mr. McMath has extensive knowledge of the Trapeze-FX scheduling software. He was responsible
for procuring and implementing MARTA's first Trapeze system in 1992 and has successfully
implemented several upgrades to the software. He is proficient in all areas of the software including
route definition, trip building, blocking, run cutting and rostering. In addition, Mr. McMath is
experienced in single-track schedules, interlining, blocking efficiency and exception runs.
Some of his recent clients include: Lanier Parking, Inc., Greenlink Transit and the City of College
Park, Georgia. Additional client contact information and project details can be obtained by clicking
the "Clients" tab on his web site at www.johnmcmath.com.
TSS Consulting,Inc. 1806 Oak Ridge Circle, Stone Mountain, Georgia 30087
404-455-8861
Previous Experience
Metropolitan Atlanta Rapid Transit Authority
MARTA is one of the top 10 largest transit systems in the United States with a peak bus requirement
of 440 buses and over 1000 operators. John McMath has 24 years of experience at MARTA in the
art of bus and rail scheduling. Mr. McMath was recruited in 1987 from Miami-Dade Transit to
assist in the procurement and implementation of an automated scheduling system. After learning a
new manual scheduling method that was different than MDTA,he successfully implemented the
Trapeze automated scheduling and runcutting system in 1992 which has received numerous
upgrades during his tenure.
Contact: Mr. Johnny Dunning
Sr. Director, Transit System Planning
404-848-5653
jdunning@itsmarta.com
Greenlink Transit - Greenville, South Carolina
Greenlink Transit was experiencing manpower issues in 2011 which required some operators to
work excessive overtime when operators failed to report to work. TSS reviewed their current work
assignments and manpower allocations and made several recommendations to reduce overtime
including maintaining a proper extra board. TSS rostered their current work assignments and issued
a revised roster including recommended full-time, part-time and extra board operators. An Excel
worksheet was provided to Greenlink containing an improved rostering program to assist in
maintaining and revising their operator work shifts.
Contact: Mr. Carl Jackson
Director of Public Transportation
864-467-2700
cjackson@greenvillesc.gov
Chatham Area Transit-Savannah, Georgia
TSS was contracted in 2009 by Chatham Area Transit to review their current scheduling and
runcutting practices and provide recommendations for improvement. Vehicle utilization, extra board
management and scheduling practices were all reviewed and detailed areas of improvements were
provided. In addition, TSS spent several days on site assisting the current scheduler with Trapeze
automated scheduling techniques as well as progressive scheduling practices.
Contact: Timamu Hakim
Service Planner
912-629-3908
Timamu.hakim@veoliatransdev.com
TSS Consulting,Inc. 1806 Oak Ridge Circle, Stone Mountain, Georgia 30087
404-455-8861
•
Project Understanding
The City of Oshkosh is seeking experienced and qualified scheduling assistance to review the
current operator work shifts and weekly rosters and determine if there are viable alternatives to the
operators working 6-day work weeks and improve employee morale and retention. The City would
also desire the consultant to provide any potential cost savings through the optimization of
automated scheduling and runcutting software.
Oshkosh Transit operates nine fixed routes maintaining the same frequency and hours of operation
six days a week. All buses operate for approximately 12 hours per day with one bus on 30 minute
cycle times with the exception of Route 9-Ninth Avenue which utilizes 2 buses on an hour cycle
time. Currently 18 operators work six 6-hour shifts to provide approximately 115.5 hours of weekly
service.
The current labor agreement between the City of Oshkosh and AFSCME Local # 796 is relatively
quiet regarding the work rules for transit operators and only stipulates that all work over 8 hours per
day OR 40 hours per week will be paid at an overtime rate of 1 '/2 times the regular rate. There are
no stipulations of days off, bonus time to make 40 hours or the makeup of different run types and/or
part-time operators.
Accordingly,the City should not expect to accomplish a reduction in operator costs since they are
currently not paying any overtime or bonus time. If the service could be divided into perfect 8-hour
runs,then the potential exists to reduce up to 3 operators. Although perfect shifts are not feasible but
several options do exist to replace the current 6-day rosters.
Additionally as a second phase to the project, the City is interested in working with the consultant to
evaluate alternative service options, including modified service hours, service frequencies and days
of operation which could also improve operator work shifts and/or provide reduced costs. It is
anticipated the there are routes where the hours of service could be reduced and those hours
redirected to areas where service could be improved. An example could be that Saturday service be
operated on 60 minute intervals and routes interlined to reduce the number of operators required to
work 6-day weeks. How the service adjustments are decided can have a substantial impact on
manpower costs. It is prudent for the City to consider this impact while in the process of evaluating
different service options.
TSS Consulting,Inc. 1806 Oak Ridge Circle, Stone Mountain, Georgia 30087
404-455-8861
Work Plan
Phase 1
The consultant will create Oshkosh Transit's current service scenario in Excel format for evaluation
and comparative purposes. All blocks will be built in order to list all opportunities for operator
reliefs. Current work and pay rules will be reviewed and included in the development of the current
roster. A cost summary will be developed to serve as a base line to compare future roster scenarios.
The RFP states that it is the City's intent that the consultant awarded this contract will utilize
commercially available software package to conduct the analytical work of this project. It is
assumed that the City is referring to current software packages such as Trapeze-FX or Hastus. This
proposal does not include the use of any commercial software other than MS Excel. The number of
blocks and operators along with the relatively open-ended labor agreement, the opportunity for
automated scheduling software algorithms to reduce costs is minimal. A sample roster is included at
the end of the proposal.
A kick-off meeting will be scheduled in early December on site to discuss possible alternatives to the
current 6-day work weeks. This meeting will include but is not limited to OTS operations staff
including operators, dispatchers, supervisors, AFSCME Local 796 representatives, and members of
the City of Oshkosh Department of Transportation. This meeting will provide opportunities to
discuss staffing challenges, operator preferences and suggestions and other work rule and run/roster
options. The consultant will remain in Oshkosh for several days while different options are
developed so that these options can be reviewed and discussed as they are developed. Further
options, if necessary, will be developed and provided by email.
The consultant will prepare several different run cuts and rosters utilizing varying work shifts, 2-
piece runs 3-day or 4-day work weeks, and the use of part-time operators. Some solutions could
incorporate a combination of straight, 2-piece and part-time work weeks. The consultant will
compare and present the benefits and challenges of each scenario. As previously stated, no cost
savings are anticipated above the current roster. The consultant intends to present different scenarios
to replace the current requirement for 6-day weeks.
Each scenario will be presented in a weekly rostered format including a summary of:
• Full-time & Part-time operators required,
• Straight and 2-piece runs,
• Rosters by number of days worked, i.e. 3-day, 4-day, 5-day and 6-day rosters
• Hours worked per week per employee,
• Platform time, overtime, spread time and total pay by day and week
TSS Consulting, Inc. 1806 Oak Ridge Circle, Stone Mountain, Georgia 30087
404-455-8861
•
Phase 2
This phase of the project will require more time on site working with Oshkosh Transit staff to
discuss and develop new schedules with could include combined routes, modified hours of
operations and/or revised frequencies. These new schedules will be developed after review of any
available passenger data and discussions with transit staff regarding suggested modifications. This is
anticipated to be an interactive work session with OTS personnel providing the suggested service
modifications. The consultant will provide resource and cost estimates for each proposed scenario.
These route modifications will need to consider the impact on manpower, operator work shifts,
vehicle requirements and total pay costs. Each route modification will be developed in Excel and
associated route platform hours summarized. Once the routes are developed and a service scenario
established, additional run cuts will be developed and presented in weekly rostered work
assignments.
It is anticipated that some routes could be interlined and operate 60 minute frequencies, especially
on Saturdays. Routes could be examined that could most benefit from interlining by examining
passenger transfer patterns. The disadvantage of this scenario is that all routes would no longer meet
every other route at the transfer center every half hour. For example, one route would depart the
Transit center at :15 past each hour but on return the interlined route would depart at :45 past the
hour. If all eight routes are interlined, then half would depart at :15 and the other half at :45. The
City will need to evaluate the passenger impact of such a scenario.
Other options to investigate would be routes that should only operate during peak periods or just
interline during the period between the morning and afternoon rush hours. Other routes may be
modified to change the alignment and terminal points or shorten the span of service by beginning
later or ending earlier in the day. Interlining may be an option just for Saturdays if ridership is less
than weekdays.
Service changes, including new route alignments, hours of operation and service frequencies, as well
as travel time adjustments can be a continuous effort for many properties. The consultant is willing
to leave the closing date of this phase open and be on call for ad hoc changes as they become
necessary up to the do not exceed value of the contract. At that time,the contract can be extended
on an as-needed basis if desired.
TSS Consulting, Inc. 1806 Oak Ridge Circle, Stone Mountain, Georgia 30087
404-455-8861
•
Budget Proposal
Transit Scheduling Solutions Inc. presents the following cost estimates as not to exceed prices. TSS
is seriously committed to providing complete customer satisfaction and completing the project at the
prices specified to the City's satisfaction. All work will be billed at the hourly rate of$120.00 per
hour.
The proposal for each phase of this project will stand alone should the City decide to split the
contract between two bidders and award each phase to different consultants.
Hours/ Direct Travel
Item Quantity Rate Employee Expenses Totals
Costs
Phase 1 Run cutting and Rostering Current Service
1.a Develop Current Blocks, Runs and Rosters 20 $120 $2,400
1.b Meeting with stakeholders 4 $120 $480
1.c Develop 3 Run Cut Alternatives 28 $120 $3,360
1.d Develop 3 Roster Alternatives 24 $120 $2,880 $9,120
1.e Air Fare 1 $500 $500
1.f Auto Rental 4 $50 $200
1.g Lodging 3 $150 $450
1.h Meals 3 $50 $150 $1,300
•
Totals $9,120 $1,300 $10,420
Phase 2 Scheduling, Run cutting and Rostering Alternative Service
2.a Develop 10 Alternative Schedules 40 $120 $4,800
2.b Develop 3 Run Cut Alternatives 24 $120 $2,880
2.c Develop 3 Roster Alternatives 24 $120 $2,880 $10,560
2.d Air Fare 1 $500 $500
2.e Auto Rental 5 $50 $250
2.f Lodging 5 $150 $750
2.g Meals 5 $50 $250 $1,750
Totals $10,560 $1,750 $12,310
Project Totals $19,680 $3,050 $22,730
TSS Consulting,Inc. 1806 Oak Ridge Circle, Stone Mountain, Georgia 30087
404-455-8861
•
Sample Roster Oshkosh Transit
Weekly Roster
Weekly Weekly
Day Sunday Monday Tuesday Wed Thursday Friday Saturday Time Pay
1 Run 101 101 101 101 101 101
Block 101 101 101 101 101 101
On 6:00 6:00 6:00 6:00 6:00 6:00
Off OFF 12:24 12:24 12:24 12:24 12:24 12:24
Plat 6:24 6:24 6:24 6:24 6:24 6:24 38:24 $815.62
OT 0:00 0:00 0:00 0:00 0:00 0:00 0:00
Spread 6:24 6:24 6:24 6:24 6:24 6:24 38:24
Day Sunday Monday Tuesday Wed Thursday Friday Saturday Time Pay
2 Run 102 102 102 102 102 102
Block 101 101 101 101 101 101
On 12:00 12:00 12:00 12:00 12:00 12:00
Off OFF 18:24 18:24 18:24 18:24 18:24 18:24
Plat 6:24 6:24 6:24 6:24 6:24 6:24 38:24 $815.62
OT 0:00 0:00 0:00 0:00 0:00 0:00 0:00
Spread 6:24 6:24 6:24 6:24 6:24 6:24 38:24
Day Sunday Monday Tuesday Wed Thursday Friday Saturday Time Pay
3 Run 201 201 201 201 201 201
Block 201 201 201 201 201 201
On 6:00 6:00 6:00 6:00 6:00 6:00
Off OFF 12:24 12:24 12:24 12:24 12:24 . 12:24
Plat 6:24 6:24 6:24 6:24 6:24 6:24 38:24 $815.62
OT 0:00 0:00 0:00 0:00 0:00 0:00 0:00
Spread 6:24 6:24 6:24 6:24 6:24 6:24 38:24
Day Sunday Monday Tuesday Wed Thursday Friday Saturday Time Pay
4 Run 202 202 202 202 202 202
Block 202 202 202 202 202 202
On 12:00 12:00 12:00 12:00 12:00 12:00
Off OFF 18:24 18:24 18:24 18:24 18:24 18:24
Plat 6:24 6:24 6:24 6:24 6:24 6:24 38:24 $815.62
OT 0:00 0:00 0:00 0:00 0:00 0:00 0:00
Spread 6:24 6:24 6:24 6:24 6:24 6:24 38:24
TSS Consulting,Inc. 1806 Oak Ridge Circle, Stone Mountain, Georgia 30087
404-455-8861
Request for Proposals
Scheduling,Runcutting and Rostering Assistance/Oshkosh Transit System
REQUEST FOR PROPOSALS
SCHEDULING, RUNCUTTING AND ROSTERING ASSISTANCE
OSHKOSH TRANSIT SYSTEM
I. Introduction
The City of Oshkosh, Wisconsin hereby solicits proposals for consulting services for scheduling,
runcutting and rostering assistance for the Oshkosh Transit System,the City's fixed route public
transportation system. It is the responsibility of the Proposer to carefully read the entire Request
for Proposals (hereinafter referred to as the RFP) which contains all provisions applicable to
successful completion and submission of a proposal.
Proposals are due by 5:00 PM CST on Friday,November 18, 2011. Responses shall be directed
to: Christopher Strong, P.E., Director of Transportation, City of Oshkosh, 926 Dempsey Trail,
Oshkosh, WI 59402, e-mail address: CStrong(a✓ci.oshkosh.wi.us. Electronic responses to this
proposal are preferred.
The City will not be liable for any costs incurred by the proposer in responding to this RFP or
participating in the RFP process. Such costs are the sole responsibility of the proposer.
The City of Oshkosh reserves the right to reject any or all proposals, to waive any informalities
in the process, or to accept any proposal deemed in the best interests of the City of Oshkosh.
II. Background
The City of Oshkosh's Transportation Department operates the Oshkosh Transit System (OTS),
a public transportation system that serves primarily the City of Oshkosh. The system includes a
fixed route system with eight routes within the City and one route that connects Oshkosh to the
city of Neenah. All routes start and end at the downtown transit center in Oshkosh'. The fixed
route system operates six days per week, with service generally starting at 6:15 AM and
concluding at 6:10 PM. Seven of the routes within the City operate on a half-hour frequency
throughout the entire day. The other City route(Route 9) operates on a one-hour cycle with half-
hour frequency,with two buses operating on that route such that one bus returns to the transit
center at the same time that the other seven City routes do. All City routes are operated by City
employees in City-owned vehicles. The intercity service involves contract employees using
contracted vehicles.
OTS has 18 full-time drivers employed in driving the City routes. These drivers work in two
different shifts: a morning shift which runs generally from 6:00 AM to 12:24 PM, and an
l There is one exception on Route 9,where one of the buses ends service at Fleet Farm at 6:18 PM.
City of Oshkosh Department of Transportation November 4,2011—Page 1
Request for Proposals
Scheduling,Runcutting and Rostering Assistance/Oshkosh Transit System
afternoon shift which runs generally from 12:00 PM to 6:24 PM2. Each driver is responsible for
the same shift six days per week(Mondays through Saturdays). OTS has two employees who
may be regularly available for substituting for full-time drivers: an operator-mechanic,who splits
time between driving the bus and working in the Transit Division's maintenance garage; and an
operator-sign,who splits time between driving the bus and working in the Department's Sign
Division.
In addition, the Oshkosh Common Council recently approved a transit development plan (TDP),
which recommended extensions to the City's service to go later into the evenings. In order to
keep within staffing and funding resources, it is anticipated that the service frequency on some
routes at some times would need to be altered.
III. Purpose
The City is interested in developing and evaluating alternative work schedules that could cover
the same hours of service,provide improved schedule options for employees, and potentially
reduce costs to the City. This is Phase 1 of the contract.
In addition,the City is interested in developing and evaluating alternative work schedules to
assess staffing requirements that might be associated with various changes in hours of service.
This is expected to be an iterative process between departmental staff and the consultant, where
departmental staff modifies the service that is provided in response to the consultant's estimate
of personnel costs. This is Phase 2 of the contract.
It is the City's intent to retain the same firm for Phases 1 and 2 of this contract.
It is the City's intent that the consultant use a commercially available software package (whether
owned by the consultant or available through another vendor) to conduct the analytical work
required under this contract. The City will retain ownership of input data files which were
created through the course of this project.
Throughout this project, the City intends to retain a consultant who has demonstrable experience
in developing implementable, creative suggestions for alternative schedules, schedule blocks and
runcuts that can help to achieve OTS objectives. OTS staff may also provide additional input
regarding schedule alternatives.
IV. Scope of Services
The proposer shall address these elements in developing its proposed scope of work.
2 A couple of Route 9 drivers have a slightly different schedule:one goes from 5:45 AM to 12:09 PM,and the other
goes from 11:45 AM to 6:27 PM.
City of Oshkosh Department of Transportation November 4,2011—Page 2
Request for Proposals
Scheduling,Runcutting and Rostering Assistance/Oshkosh Transit System
Tasks
Phase 1: Existing Operations
Kickoff Meeting
The consultant will schedule a kickoff meeting with OTS staff in Oshkosh to discuss the project,
and gather key data regarding OTS operations and staffing. This will include review of route
maps, operating schedules, staffing procedures, Union contract language,work rules, and other
information deemed necessary by the consultant. The kickoff meeting may be conducted in
person or, if it enhances the progress and efficiency of the project, by teleconference or the
Internet.
Validation of Existing Operations
The consultant will enter OTS-supplied information into their software to confirm that a correct
understanding of the basic system. The validation shall reflect all applicable, existing OTS work
rules.
Analysis of Schedule Blocking and Runcutting Alternatives for Existing Operations
The consultant will encode alternative schedules into their software in order to analyze the
advantages and disadvantages of each alternative. At a minimum, the software shall calculate the
following measures of effectiveness, in a PDF or Excel/comma-delimited format(Excel or
comma-delimited format is preferred), for each tested alternative:
• Number of full-time employees required
• Number of hours worked per week per employee
• A table of each employee's weekly work schedule, displayed in columns by day of week
• Platform time and spread time
• Weekly compensation (including at a minimum basic wage, overtime and spread pay3; fringe
benefits may be included as an optional feature)
• Number of overtime hours
Phase 2: On-Call Services
Schedule Building for Changes in Service
On an as-needed basis,the consultant will provide OTS staff with assistance in building
schedules based on modifications to OTS's existing service schedule. Potential changes include:
• Adding new routes or combining existing routes
3 OTS does not currently employ spread pay,but may include this in order to evaluate potential schedule
alternatives.
City of Oshkosh Department of Transportation November 4,2011—Page 3
Request for Proposals
Scheduling,Runcutting and Rostering Assistance/Oshkosh Transit System
• Changing the starting and ending location of routes (starting and ending at the end of a route
instead of at the transit center)
• Changing the hours when routes start or end
• Introducing different schedules for weekdays versus Saturdays
• Introducing one-hour frequency on some routes at certain times of day
Under this contract,the consultant will develop up to ten alternative schedules for further
analysis.
Development and Analysis of Schedule Blocking and Runcutting Alternatives for Existing
Operations
The consultant will encode the alternative schedules into their software in order to develop and
analyze the advantages and disadvantages of each alternative. The consultant will develop
multiple alternative schedule blocking and runcutting alternatives in order to identify up to two
options which best meet OTS objectives. The software shall analyze each alternative according
to the measures of effectiveness listed earlier.
Available Resources to the Consultant
Information on OTS service may be obtained at http://www.oshksohtransit.com. The current
collective bargaining agreement, which details all rules with respect to employee compensation,
is included with the RFP.
Deliverables
During the course of the project,the consultant shall provide the City with the following
deliverables:
• All data files (electronic version)used as input for validating OTS' current system, as well as
alternatives considered and evaluated by OTS
• Copies of all output files (Excel/comma-delimited preferred, PDF acceptable)that show
measures of effectiveness for each alternative
V. Proposal and Project Schedule
Proposals are due by November 18, 2011. The following time frame is presented to help the
consultant determine the level of effort required to carry out this proposal and scope of work.
The schedule is very compressed, reflecting the relatively simple nature of the City's existing
system and schedule, as well as the City's requirement for a responsive contractor.No schedule
is provided for Phase 2; however, it is expected that the consultant will respond to the City's
requests within 1-2 weeks.
Milestone Date
Proposals Due November 18, 2011
Consultant Selection November 22, 2011
City of Oshkosh Department of Transportation November 4,2011 —Page 4
Request for Proposals
Scheduling,Runcutting and Rostering Assistance/Oshkosh Transit System
Phase 1: Validation of Existing Operations December 9, 2011
Phase 1: Development of Alternatives December 20, 2011
VI. Elements of Proposal
Each proposal shall include the following
1. Proposal number and name
2. Company name, address, telephone and fax numbers
3. Name, address, telephone number and e-mail address of company contact for this RFP
4. A brief(1-2 paragraph) description of the general qualifications of your firm
5. A brief(less than 1 page) statement of your understanding of the project
6. A brief(less than 1 page) statement of your work plan
7. Identification of project team members and their roles in this project,with resumes of
key personnel (no more than 2 pages per person)
8. At least three (3) examples of previous experience with similar projects, including
contacts for each of the projects.
9. Estimated project budget
10. Hourly rate sheet
The body of the technical proposal (i.e. material excluding resumes) shall not exceed 10 pages.
The project budget shall be broken down into anticipated costs for Phase 1 and Phase 2. The
budget shall state assumptions for the number of alternatives that will be tested. The budget shall
include the anticipated costs of service based on the consultant's hourly rate schedule, the
number of hours anticipated for each task, and any materials,tools, equipment and other costs
that may be necessary. The contract will be established on a cost-not-to-exceed basis.
The hourly rate sheet shall indicate the billable rate for all consultant staff who might be assigned
to this project. The rates listed on the sheet shall be valid through December 31, 2012.
VII. Consultant Selection and Agreement
The City will notify all proposers upon completion of the evaluation process.
The City will select the consultant whose proposal was rated the best in the evaluation process
(cost, responsiveness, and responsibility). The scope of services defined in this RFP, the cost
schedule supplied by the consultant, along with any subsequent scope addenda/amendments, will
become the scope of the work for the consultant. Beyond this scope and budget, the contractual
agreement will require the consultant to provide proof of required insurance coverage, naming
the City as an additional insured, to the City of Oshkosh's Safety Coordinator prior to the start of
work.
Upon signature by designated City officials,the agreement will become binding, and the
consultant may begin to execute its scope of work.
The successful consultant shall be responsible for complying with all applicable laws and
regulations governing the services described in this RFP as a contractor to the City of Oshkosh
City of Oshkosh Department of Transportation November 4,2011—Page 5
Request for Proposals
Scheduling,Runcutting and Rostering Assistance/Oshkosh Transit System
which is a recipient of Federal, State of Wisconsin, and City funding. Specific Federal
requirements are outlined in Appendix A
A draft sample contract is included with this request for proposals. Any requests to modify the
City's standard contract language shall be stated in the consultant's response to this RFP.
VIII. Questions
Questions about the technical matters for the project should be directed to: Christopher Strong,
P.E., Director of Transportation at CStrong a,ci.oshkosh.wi.us. Responses to all questions will be
distributed to all firms whom have been contacted about this project.
City of Oshkosh Department of Transportation November 4,2011—Page 6
Request for Proposals
Scheduling,Runcutting and Rostering Assistance/Oshkosh Transit System
Appendix A: Federal Contract Clauses
No Obligation by the Federal Government
(1)The Purchaser and Contractor acknowledge and agree that,notwithstanding any concurrence by the Federal
Government in or approval of the solicitation or award of the underlying contract,absent the express written consent
by the Federal Government,the Federal Government is not a party to this contract and shall not be subject to any
obligations or liabilities to the Purchaser,Contractor,or any other party(whether or not a party to that contract)
pertaining to any matter resulting from the underlying contract.
(2)The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal
assistance provided by the Federal Transit Administration(FTA).It is further agreed that the clause shall not be
modified,except to identify the subcontractor who will be subject to its provisions.
Program fraud and false or fraudulent statements and related acts
31 U.S.C.3801 et seq.
49 CFR Part 31 18 U.S.C. 1001
49 U.S.C. 5307
(1)The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986,as amended,
31 U.S.C.§ 3801 et seq.and U.S.DOT regulations,"Program Fraud Civil Remedies,"49 C.F.R.Part 31,apply to
its actions pertaining to this Project.Upon execution of the underlying contract,the Contractor certifies or affirms
the truthfulness and accuracy of any statement it has made,it makes,it'may make,or causes to be made,pertaining
to the underlying contract or the FTA assisted project for which this contract work is being performed.In addition to
other penalties that may be applicable,the Contractor further acknowledges that if it makes,or causes to be made,a
false,fictitious,or fraudulent claim,statement,submission,or certification,the Federal Government reserves the
right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the
Federal Government deems appropriate.
(2)The Contractor also acknowledges that if it makes,or causes to be made,a false,fictitious,or fraudulent claim,
statement,submission,or certification to the Federal Government under a contract connected with a project that is
financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. §
5307,the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C.§ 5307(n)(1)on
the Contractor,to the extent the Federal Government deems appropriate.
(3)The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with
Federal assistance provided by FTA.It is further agreed that the clauses shall not be modified,except to identify the
subcontractor who will be subject to the provisions.
•
Access to Records
49 U.S.C. 5325
18 CFR 18.36(i)
49 CFR 633.17
1.Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA
Recipient in accordance with 49 C.F.R. 18.36(i),the Contractor agrees to provide the Purchaser,the FTA
Administrator,the Comptroller General of the United States or any of their authorized representatives access to any
books,documents,papers and records of the Contractor which are directly pertinent to this contract for the purposes
of making audits,examinations,excerpts and transcriptions.Contractor also agrees,pursuant to 49 C.F.R.633.17
to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to
Contractor's records and construction sites pertaining to a major capital project,defined at 49 U.S.C.5302(a)1,
which is receiving federal financial assistance through the programs described at 49 U.S.C.5307,5309 or 5311.
2.Where the Purchaser is a State and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with
49 C.F.R.633.17,Contractor agrees to provide the Purchaser,the FTA Administrator or his authorized
representatives, including any PMO Contractor,access to the Contractor's records and construction sites pertaining
City of Oshkosh Department of Transportation November 4,2011—Page 7
Request for Proposals
Scheduling,Runcutting and Rostering Assistance/Oshkosh Transit System
to a major capital project,defined at 49 U.S.C. 5302(a)1,which is receiving federal financial assistance through the
programs described at 49 U.S.C. 5307,5309 or 5311.By definition,a major capital project excludes contracts of
less than the simplified acquisition threshold currently set at$100,000.
3.Where the Purchaser enters into a negotiated contract for other than a small purchase or under the simplified
acquisition threshold and is an institution of higher education,a hospital or other non-profit organization and is the
FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 19.48,Contractor agrees to
provide the Purchaser,FTA Administrator,the Comptroller General of the United States or any of their duly
authorized representatives with access to any books,documents,papers and record of the Contractor which are
directly pertinent to this contract for the purposes of making audits,examinations,excerpts and transcriptions.
4.Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49
U.S.C.5325(a)enters into a contract for a capital project or improvement(defined at 49 U.S.C.5302(a)1)through
other than competitive bidding,the Contractor shall make available records related to the contract to the Purchaser,
the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them
for the purposes of conducting an audit and inspection.
5.The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy
excerpts and transcriptions as reasonably needed.
6.The Contractor agrees to maintain all books,records,accounts and reports required under this contract for a
period of not less than three years after the date of termination or expiration of this contract,except in the event of
litigation or settlement of claims arising from the performance of this contract,in which case Contractor agrees to
maintain same until the Purchaser,the FTA Administrator,the Comptroller General,or any of their duly authorized
representatives,have disposed of all such litigation,appeals,claims or exceptions related thereto.Reference 49 CFR
18.39(i)(11).
7.FTA does not require the inclusion of these requirements in subcontracts.
Federal Changes
49 CFR Part 18
Contractor shall at all times comply with all applicable FTA regulations,policies,procedures and directives,
including without limitation those listed directly or by reference in the Master Agreement(see
http://www.fta.dot.gov/funding/apply/grants financing 3162.html)between Purchaser and FTA,as they may be
amended or promulgated from time to time during the term of this contract.Contractor's failure to so comply shall
constitute a material breach of this contract.
Civil Rights
29 U.S.C. § 623,42 U.S.C. §2000
42 U.S.C. §6102,42 U.S.C. § 12112
42 U.S.C. § 12132,49 U.S.C. § 5332
29 CFR Part 1630,41 CFR Parts 60 et seq.
The following requirements apply to the underlying contract:
(1)Nondiscrimination-In accordance with Title VI of the Civil Rights Act,as amended,42 U.S.C. §2000d,section
303 of the Age Discrimination Act of 1975,as amended,42 U.S.C. §6102,section 202 of the Americans with
Disabilities Act of 1990,42 U.S.C. § 12132,and Federal transit law at 49 U.S.C. § 5332,the Contractor agrees that
it will not discriminate against any employee or applicant for employment because of race,color,creed,national
origin,sex,age,or disability.In addition,the Contractor agrees to comply with applicable Federal implementing
regulations and other implementing requirements FTA may issue.
(2)Equal Employment Opportunity-The following equal employment opportunity requirements apply to the
underlying contract:
(a)Race,Color,Creed,National Origin,Sex-In accordance with Title VII of the Civil Rights Act,as amended,42
U.S.C. § 2000e,and Federal transit laws at 49 U.S.C. § 5332,the Contractor agrees to comply with all applicable
City of Oshkosh Department of Transportation November 4,2011—Page 8
Request for Proposals
Scheduling,Runcutting and Rostering Assistance/Oshkosh Transit System
equal employment opportunity requirements of U.S.Department of Labor(U.S.DOL)regulations,"Office of
Federal Contract Compliance Programs,Equal Employment Opportunity,Department of Labor,"41 C.F.R.Parts 60
et seq .,(which implement Executive Order No. 11246,"Equal Employment Opportunity,"as amended by
Executive Order No. 11375,"Amending Executive Order 11246 Relating to Equal Employment Opportunity,"42
U.S.C. §2000e note),and with any applicable Federal statutes,executive orders,regulations,and Federal policies
that may in the future affect construction activities undertaken in the course of the Project.The Contractor agrees to
take affirmative action to ensure that applicants are employed,and that employees are treated during employment,
without regard to their race,color,creed,national origin,sex,or age.Such action shall include,but not be limited to,
the following: employment,upgrading,demotion or transfer,recruitment or recruitment advertising,layoff or
termination;rates of pay or other forms of compensation;and selection for training,including apprenticeship.In
addition,the Contractor agrees to comply with any implementing requirements FTA may issue.
(b)Age-In accordance with section 4 of the Age Discrimination in Employment Act of 1967,as amended,29
U.S.C. §623 and Federal transit law at 49 U.S.C. § 5332,the Contractor agrees to refrain from discrimination
against present and prospective employees for reason of age.In addition,the Contractor agrees to comply with any
implementing requirements FTA may issue.
(c)Disabilities-In accordance with section 102 of the Americans with Disabilities Act,as amended,42 U.S.C. §
12112,the Contractor agrees that it will comply with the requirements of U.S.Equal Employment Opportunity
Commission,"Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act,"
29 C.F.R.Part 1630,pertaining to employment of persons with disabilities. In addition,the Contractor agrees to
comply with any implementing requirements FTA may issue.
(3)The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with
Federal assistance provided by FTA,modified only if necessary to identify the affected parties.
•
Disadvantaged Business Enterprises
49 CFR Part 26
a. This contract is subject to the requirements of Title 49,Code of Federal Regulations,Part 26,Participation by
Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs.The national
goal for participation of Disadvantaged Business Enterprises(DBE)is 10%.The agency's overall goal for DBE
participation is 1.1 %.
b.The contractor shall not discriminate on the basis of race,color,national origin,or sex in the performance of this
contract.The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration
of this DOT-assisted contract.Failure by the contractor to carry out these requirements is a material breach of this
contract,which may result in the termination of this contract or such other remedy as the OTS deems appropriate.
Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph(see 49 CFR
26.13(b)).
The successful bidder will be required to report its DBE participation obtained through race-neutral means
throughout the period of performance.
d.The contractor is required to pay its subcontractors performing work related to this contract for satisfactory
performance of that work no later than 30 days after the contractor's receipt of payment for that work from the OTS.
In addition, [the contractor may not hold retainage from its subcontractors.] [is required to return any retainage
payments to those subcontractors within 30 days after the subcontractor's work related to this contract is
satisfactorily completed.] [is required to return any retainage payments to those subcontractors within 30 days after
incremental acceptance of the subcontractor's work by OTS and contractor's receipt of the partial retainage payment
related to the subcontractor's work.]
e.The contractor must promptly notify the OTS,whenever a DBE subcontractor performing work related to this
contract is terminated or fails to complete its work,and must make good faith efforts to engage another DBE
subcontractor to perform at least the same amount of work.The contractor may not terminate any DBE
subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of
the OTS.
City of Oshkosh Department of Transportation November 4,2011 —Page 9
Request for Proposals
Scheduling,Runcutting and Rostering Assistance/Oshkosh Transit System
Incorporation of FTA Terms
FTA Circular 4220.1F
Incorporation of Federal Transit Administration(FTA)Terms-The preceding provisions include,in part,certain
Standard Terms and Conditions required by DOT,whether or not expressly set forth in the preceding contract
provisions.All contractual provisions required by DOT,as set forth in FTA Circular 4220.1E are hereby
incorporated by reference.Anything to the contrary herein notwithstanding,all FTA mandated terms shall be
deemed to control in the event of a conflict with other provisions contained in this Agreement.The Contractor shall
not perform any act,fail to perform any act,or refuse to comply with any OTS requests which would cause OTS to
be in violation of the FTA terms and conditions.
Termination Provisions
49 U.S.C.Part 18
FTA Circular 4220.1F
(1)Termination for Convenience-The performance of work under the Contract may be terminated by OTS in
accordance with this Section in whole,or from time to time in part,whenever OTS determines that such termination
is in its best interest. Any such termination shall be effected by delivery to the Contractor of a notice of termination
specifying the extent to which performance of work under the Contract is terminated and the date upon which such
termination becomes effective.
(2)Termination for Default-If the Contractor fails to deliver supplies or to perform the services within the time
specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this
contract,the OTS may terminate this contract for default.The OTS shall terminate by delivering to the Contractor a
Notice of Termination specifying the nature of the default.The Contractor will only be paid the contract price for
supplies delivered and accepted,or services performed in accordance with the manner or performance set forth in
this contract.
If,after termination for failure to fulfill contract obligations,it is determined that the Contractor was not in default,
the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of
OTS.
(3)Termination by Mutual Agreement-The Contract may be terminated by mutual agreement of the parties. Such
termination shall be effective in accordance with a written agreement by the parties. Any other act of termination
shall be in accordance with the termination by convenience or default provisions contained in these sections.
Energy Conservation
42 U.S.C.6321 et seq.
49 CFR Part 18
The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are
contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act.
City of Oshkosh Department of Transportation November 4,2011 —Page 10