Loudoun County,

REQUEST FOR PROPOSAL

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM

ACCEPTANCE DATE: Prior to 4:00 p.m., September 3, 2020 “Atomic” Time RFP NUMBER: RFQ 143782 ACCEPTANCE PLACE: Department of Finance and Budget Division of Procurement 1 Harrison Street, SE, 1st Floor Drop Box labeled: Procurement Bids and Proposals Leesburg, Virginia 20175

PLEASE NOTE: A Pre-Proposal Conference will be held on Thursday, August 13, 2020 at 11AM via GoTo Meeting https://global.gotomeeting.com/join/940172749 or call 1-408-650-3123 Acces Code 940-172-749, for clarification of any questions on the specifications.

Questions for the pre-proposal meeting may be submitted as follows: • In advance via e-mail to Gerald Landayan at [email protected], subject line entitled RFQ 143782 - Operation and Maintenance of the Combined Transit System RFP Questions. • Orally at the Pre-Proposal Meeting. • After the Pre-Proposal Meeting, via e-mail subject line entitled RFQ 143782 - Operation and Maintenance of the Combined Transit System RFP Questions but no later than Tuesday, August 18, 2020 at 9AM.

Responses to all questions will be communicated via addendum.

Requests for information related to this Proposal should be directed to:

Gerald Landayan Contracting Officer (703) 771-5956 (703) 771-5097 (Fax) E-mail address: [email protected]

This document can be downloaded from our web site: www.loudoun.gov/procurement

Issue Date: August 4, 2020

IF YOU NEED ANY REASONABLE ACCOMMODATION FOR ANY TYPE OF DISABILITY IN ORDER TO PARTICIPATE IN THIS PROCUREMENT, PLEASE CONTACT THIS DIVISION AS SOON AS POSSIBLE.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 2 of 89

REQUEST FOR PROPOSAL

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM

SECTION/TITLE PAGE

1.0 PURPOSE ...... 5

2.0 COMPETITION INTENDED ...... 5

3.0 BACKGROUND INFORMATION ...... 5

4.0 OFFEROR’S MINIMUM QUALIFICATIONS ...... 12

5.0 SCOPE OF SERVICES ...... 13

6.0 TERMS AND CONDITIONS ...... 53

7.0 EVALUATION OF PROPOSALS: SELECTION FACTORS ...... 73

8.0 PROPOSAL SUBMISSION FORMAT ...... 74

9.0 INSTRUCTIONS FOR SUBMITTING PROPOSALS ...... 80

10.0 OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM SUBMISSION FORM ...... 85

ATTACHMENT 1 LICENSE AGREEMENT EXHIBIT A - EQUIPMENT LIST EXHIBIT B - LICENSEE RESPONSIBILITIES EXHIBIT C - COUNTY RESPONSIBILITIES ATTACHMENT 2 COMMUTER BUS SCHEDULE ATTACHMENT 3 METRO CONNECTION BUS SCHEDULE ATTACHMENT 4 LOCAL FIXED ROUTE BUS SCHEDULE ATTACHMENT 5 FLEET INVENTORY REPORT ATTACHMENT 6 LOUDOUN COUNTY DRUG-FREE WORKPLACE POLICY

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 3 of 89

ATTACHMENT 7 CONTRACT DEFICIENCY DEDUCTIONS ATTACHMENT 8 LISTING OF PARK AND RIDE LOTS ATTACHMENT 9 & 9A PRICING PROPOSAL AND ALTERNATE PRICE PROPOSAL ATTACHMENT 10 PRICE ESCALATION ATTACHMENT 11 SURETY STATEMENT

Prepared By: Gerald Landayan Date: August 4, 2020 Contracting Officer

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 4 of 89

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM 1.0 PURPOSE The intent of this Request for Proposal (RFP) is to receive proposals from qualified private sector transit operators to provide operations and maintenance of the commuter bus, local fixed route, Metro Connection bus, and Americans with Disabilities Act (ADA) paratransit bus services for Loudoun County, Virginia (County). The successful Offeror will be responsible for the operations of the County’s bus services and maintenance of the County-owned fleet of 115 buses. In addition, the qualified contractor will maintain the County-owned Transportation Maintenance and Operations Facility (TMOF). This facility will be used to maintain and store the buses. The successful Offeror will enter into a multi-year, firm fixed price contract with the County to perform all activities and to assume all responsibilities contained in this RFP.

2.0 COMPETITION INTENDED It is the County's intent that this RFP permits competition. It shall be the Offeror's responsibility to advise the Purchasing Agent in writing if any language, requirement, specification, etc., or any combination thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be received by the Purchasing Agent not later than fifteen (15) days prior to the acceptance date for proposals.

3.0 BACKGROUND AND SERVICES OPERATED Loudoun County, located in Virginia approximately 25 miles northwest of Washington D.C., operates a bus transit system within Loudoun County and to locations in the Arlington County, VA and Washington D.C. transit area. The Commuter Services Division of the Department of Transportation and Capital Infrastructure is responsible for the management and oversight of transit services and Transportation Demand Management (TDM) services. This Division is headed by a Director and comprised of eight staff, including an Assistant Director. The Transit and Commuter Services team staff members pride themselves on providing excellent customer service assisting Loudoun residents with their transit and transportation needs. It is imperative that all Offerors have a clear understanding of the requirements and expected standards the County has enumerated in the sections that follow and in the Scope of Services. 3.1 Types of Transit Services A. Commuter Bus Service

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 5 of 89

In the 1970's and early 1980's, Sterling Commuter Bus, a privately owned and operated commuter bus service, carried passengers from Eastern Loudoun County to destinations in Washington, D.C. In 1993, Sterling Commuter Bus encountered financial difficulties and in 1994, the County assumed the operation of the commuter bus service. In 1994, the County expanded the commuter bus services further west and has since further expanded the services into the southern portion of Loudoun County. Additionally, the Arlington County destinations of Rosslyn, Crystal City, and the Pentagon were added to the commuter bus services. Currently, daily commuter bus services operate using sixty-four (64) County owned commuter buses and provides approximately one million unlinked passenger trips annually. The routes, number of service hours, service hour rates, and fleet are detailed in the table below. Commuter Bus Services will continue to operate after Metrorail service begins in Loudoun County. Commuter bus services, like all transit services, are evaluated on a route by route basis. The number of routes operated may be reduced if they don’t meet the current Board’s guidance of remaining fare neutral. The history of the commuter bus services, including after the opening of Metrorail service to Wiehle-Reston East in Phase 1, reflects that these services will likely remain in operation for the foreseeable future. Information in the following table should be used for calculating the service hour rate for the commuter bus services. The service hour rate will be used to pay both revenue service hours and dead head service hours. This billable service hour rate, Category 3 in Section 5.13 C. below, will be the same service hour rate used for the Metro Connection and Local Fixed Route services. The mileage shown in the table below should be used to calculate the maintenance mileage rate, Category 2 in section 5.13 B. below, for commuter buses.

FY 2019 Commuter Bus Statistics Current Fares – SmarTrip and Cash $10.00 $11.00 Annual Unlinked Passenger Trips 947,193 Annual Service Days 246

Annual Billable Revenue Hours 40,959

Annual Dead head Hours 31,587

Bus Type 45’ length 55 Passenger Coach Total Commuter Bus Miles 2,224,868.00

Maintaining coach buses is very different than maintaining body of chassis buses; therefore Offerors must be able to demonstrate that

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 6 of 89

they have experience in maintaining and operating these types of coaches in an operation of similar size and complexity. A complete breakdown of this fleet is provided in Attachment 5. B. Metro Connection Bus Service In 2003, the County began providing a.m. and p.m. peak period bus services from various park-and-ride lots in Loudoun County to the West Falls Church Metrorail Station in Fairfax County. These bus services were shifted to the Wiehle-Reston East Metrorail Station in 2014 when Metrorail Silver Line Phase 1 entered revenue service began. These bus services will shift again when Silver Line Phase 2 begins revenue service. Revenue service is estimated to begin in late 2020. This timeline is subject to change. Currently, there are 14 transit buses providing approximately 400,000 unlinked passenger trips annually. The routes, number of service hours, service hour rates and fleet are shown in the table below. The mileage shown in the table below should be used to calculate the maintenance mileage rate, Category 2 in section 5.13B below, for Metro Connection buses.

FY 2019 Metro Connect Bus Statistics Fares – SmarTrip and Cash $1.00 $1.50 Annual Unlinked Passenger Trips 394,110 Annual Service Days 246

Annual Billable Revenue Hours 30,411

Bus Type 40’ length 40 Passenger Transit Commuter Bus Miles 1,020,918 Similar to coaches, maintaining transit buses is different than maintaining body of chassis buses; therefore the offeror must show that they have experience in maintaining and operating these types of coaches in an operation of similar size and complexity. A complete breakdown of this fleet is provided as attachment 5. C. Local Fixed Bus Service Beginning 1990 and continuing until 2014, Local Fixed Route bus service was provided in Loudoun County by a private, non-profit company, Virginia Regional Transit (VRT). A February 1, 2013 letter from the Virginia Department of Rail and Public Transportation (DRPT) confirmed that under the 2010 census models, Loudoun County falls almost entirely within the Washington, D.C. urbanized area (UZA), and that effective October 1, 2013 most of the current Loudoun County and Leesburg transit routes referenced above no longer qualified for Federal Transit Administration (FTA) FTA 5311

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 7 of 89

funding for rural areas. When this determination was made, federal funding stopped and the County assumed the financial and operational responsibility for this Local Fixed Route service. Only the Purcellville Connector fixed-route and the three on-demand routes that operate primarily in western Loudoun (which are not part of the scope of this RFP) remain eligible for rural funding and are still provided by Virginia Regional Transit. Currently, there are 21 body on chassis buses providing approximately 375,000 unlinked passenger trips, annually. These 21 buses are provided by the current contractor; however, the County has recently purchased 37 Body on Chassis buses that will be used to operate this service starting in early 2020. The additional buses allow for growth when Metrorail service to Loudoun County begins in late 2020 (estimated). The routes, number of service hours, service hour rates, and fleet are described in the table below. The mileage shown in the table below should be used to calculate the maintenance mileage rate, Category 2 Section 5.13B, for Local Fixed Route buses.

FY 2019 Local Fixed Route Bus Statistics Fares – SmarTrip and Cash $1.00 $1.50 Annual Unlinked Passenger Trips 361,656 Annual Service Days 359

Annual Billable Revenue Hours 59,074

26 Passenger Body on Bus Type 30’ length Chassis Local Fixed Route Miles 1,017,174 D. Paratransit Bus Service Per federal law, the County is required to provide complementary paratransit bus services within ¾ of a mile of its Local Fixed Routes. Currently, there are six (6) body on chassis buses used to operate the paratransit services in the County. This service provides approximately 13,000 paratransit trips annually. Once revenue services begins at the new Metrorail Stations, the County will become responsible for providing paratransit trips within ¾ of a mile of the three Loudoun Washington Metropolitan Area Transit Authority (WMATA) Metrorail Stations. The Paratransit service is an area that is expected to grow, possibly beyond only offering paratransit services within ¾ of a mile of existing routes. Offerors will need to take this under consideration when calculating their paratransit service hour rate.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 8 of 89

The successful Offeror will be required provide paratransit service in a non­discriminatory manner in compliance with the requirements of ADA, and shall strive to meet best practices for overall operational effectiveness and efficiency. This service shall be available to riders who are unable to ride the fixed route service. The offeror is responsible for handling all aspects of the paratransit services, including but not limited to: reservations, complaints, and eligibility verification. The County currently uses ADARIDES.com for all paratransit eligibility verification and registration. The estimated number of trips, number of service hours, service hour rates, and fleet are described in the table below. The destinations and operating hours are subject to change during the course of this Contract.

FY 2019 ADA/Paratransit Bus Statistics

Fares – SmarTrip and Cash $2.00 $2.00

Annual Unlinked Passenger Trips 13,711

Annual Service Days 359

Annual Billable Revenue Hours 10,609

30’ 9 Passenger Body on Bus Type length Chassis Paratransit Miles 119,996

The year, make, model, and current mileage of each Body On Chassis bus is shown in Attachment 5. Additionally, staff are undertaking a study of the unmet transportation needs of the senior and disabled populations in Loudoun County. The outcome of the study may be to add paratransit service throughout the county. The successful Offeror will need to be prepared to operate additional paratransit services as needed by the County. 3.2 Special Events On occasion, the County will require the Contractor to operate commuter buses for a special event. Special events are events that utilize buses and are not part of regularly scheduled service hours. These events include, but are not limited to: “Bus Bridges”, funerals, events for fire and rescue personnel, events for police personnel, events for county staff and parades. “Bus bridges” are buses that will be used to temporarily transport Metrorail passengers from one Metrorail station to another in the event of a Metrorail emergency/event. With the exception of bus bridges, these types of special events are usually known well in advance so planning can be coordinated

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 9 of 89

between the County and the Contractor to make the arrangements necessary to complete the planning. These additional service hours may be invoiced by the Contractor at the mutually agreed upon contracted service hour rate. Special Event Service hour rates will be addressed in the Scope of Services. 3.3 FareBox Collections Maximizing farebox collection is of high importance. Current Loudoun County Board of Supervisors Policy mandates that all expenses associated with Commuter Bus Service is fully covered through revenues (farebox collections). Additionally, the operations and maintenance of the Metro Connection, Local Fixed Route and Paratransit services are heavily subsidized by local tax funding; hence the need for maximizing fare collections. In FY 2019, fare collections for the Commuter Bus Services covered 100%, of the expenses whereas the fare collection for the Metro Connection, Local Fixed Route and Paratransit Bus Services were at approximately 5%. It is the responsibility of the contractor to ensure that all buses have fully functioning fareboxes so that fares are collected on every trip. Operating a bus in revenue service without a fully functioning farebox may result in a Contract Deduction. 3.4 Transit Maintenance and Operations Facility (TMOF) The County owns one Transit Maintenance and Operations Facility (TMOF or Facility) constructed with the capacity to meet the current and future needs of the County’s transit bus fleet. Specifically, the TMOF is designed to accommodate projected transit service levels through 2030. This facility is Leadership in Energy and Environmental Design (LEED) Certified. The TMOF consists of two (2) buildings: a 20,200 square foot bus maintenance building and a 6,980 square foot administration building. The maintenance building consists of five bus bays. The facility includes a detail bay with toilet dump, fare vault with two probe locations, a bus wash bay, parts room, electronics repair room, tire room, bench area, lubrication and reclaim rooms, as well as administrative offices. The TMOF administration building consists of offices and all necessary support space including bus vehicle operator ready room and quiet room, bus vehicle operator locker and shower rooms, dispatch and road supervisors’ offices, meeting/training room, break room, and secured storage. The site includes security fencing and gates along the perimeter and has 90 parking spaces for employee parking as well as 78 secure parking spaces for the bus fleet. Staff are working to find secure parking for the newly added 37 Body on Chassis buses. This parking will be in place prior to this Contract being awarded. The Facility is located at the end of Loudoun Center Place in Leesburg, Virginia, behind the County’s Vehicle Maintenance Facility located at 42000

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 10 of 89

Loudoun Center Place. The two buildings that comprise this Facility are located at 42031 and 42075 Loudoun Center Place, Leesburg, Virginia 20175. The successful Offeror will be responsible for maintaining certain elements of the TMOF. The terms of the license agreement and responsibilities of the contractor are described in the Scope of Services. 3.5 Metrorail Service in Loudoun County The Dulles Corridor Metrorail Project – Silver Line – is a 23.2-mile extension of the Washington Metropolitan Transit Authority’s Metrorail System. Phase 1, 11.7 miles of the Silver Line began revenue service in 2014. Phase 2 of the Silver Line is an 11.5 mile extension and includes six (6)-stations. Three (3) of the stations are in Loudoun County. These include the Dulles International Airport Station, Loudoun Gateway Station, and Ashburn Station. Offerors are encouraged to go to www.DullesMetro.com to review a map of the Silver Line extension and a description of each station, including a description of commuter and bus facilities at each station. Service on the Silver Line will travel along the Dulles Corridor. At East Falls Church Station the Silver Line inter-lines with the Metrorail Orange Line. The Silver Line maintains its “color” designation to its terminus in Largo Maryland. Consequently, Silver Line makes all stops through Arlington County and through Washington, D.C. When Phase 2 Silver Line begins revenue service within Loudoun County, existing County bus service will be modified to serve new commuting patterns and new transit markets. The successful Offeror under this solicitation will be required to help the County address these changes. 3.6 Challenges Long-term challenges and opportunities for County transit services as noted in the Transit Development Plan (TDP) include: 1. Assessing both the fares charged as well as the overall sustainability of commuter bus service, particularly as Metrorail becomes available, taking into account the cost of commuter alternatives (parking, tolls, fuel, etc.) 2. Increasing commuter transit services to accommodate the expected rise in demand that will result from the increased costs of driving and overall traffic congestion, as well as the time advantages afforded by the planned HOV and HOT networks in the region. 3. Introduction of Metrorail and feeder bus services to accommodate Loudoun County residents who travel to major employment centers served by Metrorail. 4. Serving local and regional commuters to Loudoun County employment centers with well-connected and well-timed transit options that connect regional and local transit modes

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 11 of 89

5. Adjusting fleet composition and schedules to meet the needs of Loudoun County citizens transitioning from Commuter Bus to Metrorail. 3.7 Title VI Loudoun County has created a Title VI plan that has been adopted by the Loudoun County Board of Supervisors. The Title VI circular states: “No person in the United States shall, on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance.” While the County doesn’t currently have any transit operations funded by the federal government, the County does adhere to the Title VI program and policies.

4.0 OFFEROR’S MINIMUM QUALIFICATIONS Offerors must demonstrate that they have the resources and capability to provide the materials and services as described herein. All offerors must submit the documentation indicated below with their proposal. Failure to provide any of the required documentation may be cause for proposal to be deemed non-responsive and/or non-responsible and rejected. The following qualifications and experience shall be met in order to be eligible to submit a proposal in response this RFP: Offerors must demonstrate they have had a minimum of five (5) years of experience in managing, maintaining, and operating Commuter Bus, Metro Connection, Local Fixed Route, and Paratransit transit services equal to or larger than the services described in Section 3.0 and Section 5.0 contained herein. Offerors shall submit at least three (3) references that services were provided for, contact person’s name, title, full address, email, and telephone number of a reference within each agency; period of contract; value of contract; services offered, and results. The County may contact these agencies for references. Offeror hereby releases listed references from all claims and liability for damages that may result from the information provided by the reference.

5.0 SCOPE OF SERVICES 5.1 General Information During the term of this Contract, the County will be providing the buses used to operate the transit services described in herein, and will also provide the maintenance and operations facilities. The intent is to keep all of the County assets in good, clean, reliable, and safe working order. The following sections in this Scope of Services are intended to provide clear and

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 12 of 89

thorough requirements and expectations for the operations and maintenance of each of the respective transit services, the fleet, and the maintenance and operations facilities. 5.2 Operations A. All Bus Services: The Contractor shall complete all scheduled route hours on a daily basis as specified by the County. The Contractor agrees that the vehicles used in performing the services shall, at all times, be operated in a manner satisfactory to the County and suitable for passenger transportation, and shall comply with ADA requirements for provision of fixed route services. Billable Service hour rates and overhead rates and fees are addressed in Section 5.13. Contract Deficiency Deductions may be assessed if all scheduled route hours are not completed or if the routes are started late. Contract Deficiency Deductions are listed in Attachment 7. The County operates transit services in Loudoun, Arlington and Fairfax Counties and Washington DC. The Contractor is required, a minimum of thirty (30) days prior to the startup of the contract, to provide a written training plan that provides instructions on how the operations staff (General Manager, Assistant General Manager, Operations manager, road supervisors, dispatchers and drivers) will be trained so that they have a thorough knowledge of the transit operations areas. County staff will review the plan and may request to have the plan updated at its discretion. B. Commuter Bus Service The Contractor shall provide AM and PM peak period service, with daily limited midday service, between park and ride lots in Loudoun County and Rosslyn, Crystal City, the Pentagon in Arlington County and Washington, D.C. The AM peak period generally operates between 4:30 a.m. and 10:00 a.m. and the PM peak period generally operates between 12:45 p.m. and 9:00 p.m. On Fridays/days prior to major holidays, additional early dismissal service may be provided. The destinations and operating hours are subject to change during the course of this Contract. The County may increase or decrease the number of park and ride lots served during the term of this Contract. Plans for service changes to the park and ride lots will be coordinated with the Contractor at least thirty (30) days in advance of service startup, unless otherwise agreed to by the parties. 1. The County will pay for all billable services hours. Billable service hours for each run is calculated from the first scheduled pick up time to the last scheduled drop off time. 2. If a run has two routes and dead head time in between, that dead head time is considered in revenue service and is calculated in the billable service hours for that run.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 13 of 89

3. Additionally, the dead head hours after all commuter bus AM runs and the dead head before all commuter bus PM runs is calculated in the following manner: a. AM Dead Head hours – the County will pay 65 minutes of dead head time for every run that ends in Arlington County or Washington DC. 65 minutes covers the average time it takes to get a bus back to the yard from Arlington and Washington DC in the morning. b. PM Dead Head hours – the County will pay 70 minutes of dead head time for every run that begins in Arlington County or Washington DC. 70 minutes covers the average time it takes to get a bus to Arlington and Washington DC from Loudoun County in the afternoon.

4. Commuter Bus Holidays and Holiday Service The current operating schedule is provided in Attachment 2 Commuter Bus Service is NOT operated on the following holidays: • New Year’s Day • Memorial Day • Independence Day • Labor Day • Thanksgiving Day • Friday after Thanksgiving • Christmas Day Commuter Bus Limited Holiday Service is currently offered on the following holidays: • Martin Luther King, Jr. Day • Presidents Day • Columbus Day • Veterans Day C. Metro Connection Bus Service The Metro Connection Bus Services is a peak period, week day service that currently provides trips between various neighborhoods and park and ride lots in Loudoun County and the Wiehle-Reston East and West Falls Church Metrorail stations. Once the Metrorail stations in Loudoun County become operational, the routes will be shifted from the Wiehle-Reston East Metrorail station to the Loudoun Gateway and Ashburn Metrorail stations. The AM peak period

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 14 of 89

generally operates between 4:30 a.m. and 10:00 a.m. and the PM peak period generally operates between 3:00 p.m. and 9:00 p.m. The destinations and operating hours are subject to change during the course of this Contract. The County may increase or decrease the number of park and ride lots served during the term of this Contract. Plans for service changes to the lots will be coordinated with the Contractor at least thirty (30) days in advance of service startup, unless otherwise agreed to by the parties. 1. The County will pay for all revenue services hours. Revenue service for each run is calculated from the first scheduled pick up time to the last scheduled drop off time. 2. This billable service hour rate, Category 3 in Section 5.13C below, will be the same service hour rate used for the Commuter Bus and Local Fixed Route services. The County does not pay for any dead head time before or after Metro Connection routes. Information in the following table should be used for calculating the service hour rate for the Metro Connection bus services. 3. It is important to note that Metro Connection services will become more like the Local Fixed Route services once Metrorail revenue service begins and Metrorail stations may operate all day and possibly on weekends while other services will operate during the peak periods. It is also likely that these transit services may run later into the night to better accommodate Metrorail riders. 4. Metro Connection Holidays and Holiday Service The current operating schedule is provided in Attachment 3. Metro Connection Bus Service is NOT operated on the following holidays: • New Year’s Day • Memorial Day • Independence Day • Labor Day • Thanksgiving Day • Christmas Day

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 15 of 89

Metro Connection Bus Limited holiday service is currently offered on the following holidays: • Martin Luther King, Jr. Day • Presidents Day • Columbus Day • Veterans Day • Friday after Thanksgiving D. Local Fixed Route Bus Service Local Fixed Route Bus Service is an all day service that operates on weekdays and weekends throughout different areas in Loudoun County. The hours of operation for these services can range from 4:30 AM to 9:00 p.m. The destinations and operating hours are subject to change during the course of this Contract. 1. The County will pay for all billable services hours. Billable service for each run is calculated from the first scheduled pick up time to the last scheduled drop off time. 2. This billable service hour rate, Category 3 Section 5.13 C., will be the same service hour rate used for the Commuter Bus and Metro Connection bus services. The County does not pay for any dead head time before or after Local Fixed Routes. Information in the following table should be used for calculating the service hour rate for the Local Fixed Route bus services. A complete breakdown of this fleet is shown in section 5.3 Fleet. 3. Local Fixed Route Holidays and Holiday Service The current operating schedules are provided as Attachment 4, FY2020 Local Fixed Route M-F Schedule, Attachment 4 FY2020 Local Fixed Route Sat Schedule, Attachment 4 FY2020 Local Fixed Route Sun Schedule. Local Fixed Route Service is NOT operated on the following holidays: • New Year’s Day • Memorial Day • Independence Day • Labor Day • Thanksgiving Day • Christmas Day E. ADA/Paratransit Service:

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 16 of 89

ADA/Paratransit Service is an all-day paratransit service that operates on weekdays and weekends within ¾ of a mile of the Local Fixed Routes and the new Metrorail stations. The hours of operation for these services are the same as the Local Fixed Route hours of operations. The majority of the paratransit trips provided are expected to be in Loudoun County. Once revenue service begins for the new Metrorail stations in Loudoun County, the hours of operation will change and could range from 4:30 AM to 1:00 a.m. The County will also be providing paratransit bus service within ¾ of a mile of the new Metrorail stations. These paratransit trips can travel anywhere in the Washington Metropolitan Area Transit Authority’s (WMATA) transit systems footprint. This includes Metrorail stations as far away as Rockville, MD, Beltsville, MD and New Carrollton, MD. The number of paratransit trips that will be made outside of Loudoun County is unknown at this time because this will be new service resulting from the opening of Metrorail Stations and service in Loudoun County. The Contractor shall provide paratransit service in a non­discriminatory manner in compliance with the requirements of ADA, and shall strive to meet best practices for overall operational effectiveness and efficiency. This service shall be available to riders who are unable to ride the fixed route service. F. Special Events Special events are events that utilize buses and are not part of regularly scheduled service hours. These events include, but are not limited to: “Bus Bridges”, funerals, events for fire and rescue personnel, events for police personnel, events for county staff and parades. “Bus bridges” are buses that will be used to temporarily transport Metrorail passengers from one Metrorail station to another in the event of a Metrorail emergency/event. G. Route Creation County staff are responsible for creating the routes for all of the services with the exception of the paratransit services as those are specific to each client. Staff will coordinate all new routes with the Contractor to ensure safe operations on the new routes. H. Route Service Schedule Production Operating schedules are produced by the County for use by the Contractor in run-cutting, training, and planning for labor needs. The operating schedule is the basis for budgeting and service hour invoicing. Passenger schedules are developed, produced, and distributed by County staff. 1. Route Schedule Changes. During the term of this Contract, the County may direct the Contractor to modify routes, stops, and schedules. The County will notify the Contractor of such modifications at least

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 17 of 89

thirty (30) calendar days prior to the date on which the modification is to be effective, unless otherwise agreed to by the parties. 2. Temporary Route and Service Modifications a. Route and Service Modifications due to planned significant, but non-recurring, events When significant planned events occur (such as protests, events in Washington, D.C., street closures, detours, etc.), the County will work with the Contractor to plan route modifications. The County will be responsible for notifying the riders of any route or schedule modifications. b. Route and Service Modifications due to unplanned non- recurring events For unplanned events requiring immediate response, the Contractor will develop detours and relocate stops, as necessary. Any such action shall be communicated immediately by the Contractor to the ridership through the real-time notification system, and to the County Transit and Commuter Services Manager or designee. 5.3 Holiday Service The County reserves the right to amend the holiday and modified holiday schedule during the course of the Contract, with a minimum of fourteen days-notice, unless otherwise agreed to by the parties. The County may exercise the option to modify or limit service during other holiday periods to more closely match anticipated passenger loads. These changes will be communicated at least fourteen days in advance of day of operation, unless otherwise agreed to by the parties

5.4 Weather Policy and Schedule Options The County utilizes Emergency Service Plans when severe weather and difficult road conditions or an emergency situation preclude normal operations. All bus services are required to operate in inclement weather unless the Contractor receives permission from the County’s Transit and Commuter Services Manager or their designee to cancel or operate at a modified or lesser service level, consistent with the County’s adopted Emergency Service Plans. The emergency service plans will be different depending on the service type (Commuter, Metro Connection, Local Fixed Route, Paratransit). It is possible to have one service cancelled or modified and the other services operate normally. Winter weather emergency plans are reviewed and modified on an annual basis. The Contractor will have an integral role in the development of the emergency service plans. Emergency service plans will be developed to utilize existing County and Contractor resources.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 18 of 89

5.5 Service Planning Participation County staff will be responsible for all transit service planning. The Contractor will be required to be an active participant in the bus service planning efforts including, but not limited to location of bus stops, timing and re-timing routes, access to Metrorail stations, and problem solving. Typically, these planning services will require the participation of Contractors supervisory, safety, dispatch, and/or training staff. No additional costs will be invoiced to the County.

5.6 Run Cutting County staff will provide the blocking for all transit services in collaboration with the Contractor. Loudoun uses the software package MTRAM for blocking of the runs. MTRAM is integrated with Clever Devices, the County’s current real-time information and CAD system used in dispatch. It will be the responsibility of the Contractor to “run cut” the blocks for their operator assignments based on the blocking provided by County Staff.

5.7 Extraboards For the purposes of this Contract, the extraboards are a pool of drivers that are not assigned a run in the current run pick. This pool of drivers will be used to fill in for any driver that has an assigned run and is absent for the day for one reason or another and may also be used for Special Events. The Contractor will provide an extraboard adequately sized to insure that all routes / runs are completed as scheduled. All personnel assigned to the extraboard will be thoroughly trained to operate all of the routes. The Contractor should consider and propose a fair and adequate extraboard program to attract and reward staff for choosing to participate in this program. The extraboard program, including levels and incentives, is to be submitted as part of the proposal. The cost associated with extraboards is the responsibility of the contractor and should be included in the Billable Service Hour rate.

5.8 Strategically Placed Spares Plan The Contractor will stage strategic spare buses and operators to be used at the Contractor’s discretion to insure that services are completed as scheduled. The intent of the strategic spare program is to reach an incident within ten minutes. For the strategic spare plan, incidents include, but are not limited to: vehicle breakdowns, vehicle accidents, unanticipated overcrowding issues, and traffic delaying bus service by more than 10 minutes. The plans, including the number of buses and staging locations of the strategic spares, is to be included with each proposal. The cost associated with the strategically placed spares plan shall be borne by the Contractor and should be included in the Billable Service Hour rate as is described in Section 5.13. 5.9 Turnsheets

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 19 of 89

The County will work with the Contractor staff to develop and maintain turnsheets for all runs/routes. Turnsheets are the official route descriptions and will be used by the Contractor for training and in-service use. The Contractor is responsible for providing and maintaining any turnsheets for out-of-service or dead heads which will include alternate routings and alternate staging locations. 5.10 Idling Policy When laying over or parking a bus with no passengers, drivers are required to adhere to all idling laws. In Virginia, it is illegal to idle for a period of more than five minutes and in Washington D.C., it is illegal to idle for a period of more than three minutes. Any fines for violation of these policies shall be the responsibility of the Contractor and shall not be passed through to the County. When completing a pre-trip inspection, idling as part of the inspection cannot exceed fifteen minutes. In periods of extreme weather as determined and directed by a supervisor, vehicle idle time may not exceed ten minutes in any sixty minute period. This exception is typically invoked in situations involving extreme cold or extreme heat when the climate control on the vehicle is required to be in operation for comfort purposes. Supervisors have the authority to make exceptions to either of these rules when deemed necessary. Various jurisdictions are charged with the enforcement of the Clean Air Laws governing idling times and will issue citations to operators who are found to be in violation. Operators are required to adhere to the more restrictive of the local requirements or the County requirements. The Contractor shall be responsible for being aware of and insuring adherence to this policy. Any violation of the Idling Reduction Policy listed here is subject to a contract Deduction as defined in the Contract Deficiency Deductions - Attachment 7 of this document.

5.11 Service and Support Vehicles The Contractor shall provide all support vehicles necessary to support the service delivery such as maintenance vehicles, road supervision vehicles, and accessibility backup vehicles. Support vehicles can be maintained at the County’s TMOF but may not be fueled at any of the County’s fueling facilities. The Contractor shall not use revenue vehicles for support functions, except where permission has been granted by the County’s contract administrator or their designee. The Contractor shall furnish and maintain, in a clean, reliable and professional manner, all necessary support vehicles to insure mobility and timely response of field supervisors to the scene of accidents / incidents; and road call maintenance. Service and support vehicles will not have a Loudoun County logo. Contractor is responsible for any necessary towing. Towing may be handled through a contractor agreement with private towing firms or in- house by Contractor.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 20 of 89

5.12 Hourly Rates and Overhead Costs Pricing shall be broken down into five (5) categories. Category 1 will be for fixed costs and will be a flat annual fee. Category 2 is for maintenance costs which will be paid on a per mile basis. Category 3 is for variable costs that will be included in the Billable Service Hour rate for all Commuter Bus, Metro Connection and Local Fixed Route bus Services. Category 4 is for variable costs that will be included in the Billable Service Hour Rate for Paratransit bus service only. Category 5 is for the Special Events Billable Service Hour rate. A. Category 1 – Fixed Costs annual rate: The overhead costs will be a fixed amount bid for the entire period, paid for monthly in equal payments and kept separate from the Billable Service hour rate. The overhead costs shall include the salaries and benefits of all “Key Personnel” as listed in section 5.14, salaries and benefits of the paratransit reservations center personnel, salaries and benefits of the personnel needed to man the after-hours phones, all costs associated with maintaining the maintenance and administrative buildings, insurance for the buses and maintenance and operations facilities, corporate overhead, profit, service vehicles and all other costs not covered in the following 4 categories. B. Category 2 – Maintenance per mile rate: The maintenance costs will be billed on a per mile rate for all of the buses each month. The per mile maintenance rate shall include the salaries and benefits of the mechanics, cleaners, probers and fuelers. The per mile maintenance rate shall also include the cost to maintain (parts, fluids, etc.) all of the vehicles used on all transit services provided in this contract. The County is responsible for the replacement of powertrain components (engines, transmission and differentials) so these should not be included in the maintenance per mile rate. The total mileages for each bus and service type have been provided in their respective sections. C. Category 3 - Billable Service Hour rate The County will pay for variable costs on a billable service hour rate. A Billable Service hour is defined as the time from the first scheduled pickup to the last scheduled drop-off, inclusive of any dead head time that may be incurred between multiple trips. These trips may be performed during the morning or evening operations, as well as all day as determined by the schedule of operations provided by the County. The Billable Service hours do not include dead head time from the storage facility to the location of first scheduled pickup, or dead head time from the last scheduled drop-off to the storage facility for the Metro Connection and Local Fixed Route services.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 21 of 89

A variation of 10% or greater in Category 3 - Billable Service Hours can result in a rate renegotiation by either the contractor or the county. IMPORTANT NOTE FOR COMMUTER BUS SERVICE: Dead head time to and from Arlington and Washington DC, as described at the beginning of the Operations section 5.2, will be paid as part of the billable service hours for the commuter bus services. The Billable Service hour rate is intended to include all variable costs needed to operate and maintain the buses. The variable costs used to calculate the Billable Service Hour rate include the following: • The wages and benefits of all employees not identified as “Key Personnel” in Section 5.14 • Employee Uniforms • Employee Physicals and Drug testing • Fuel Costs associated with support vehicles • Accident repairs • Cell Phone/Radio costs needed to operate the services • Office supplies • Computer Supplies needed for the contract • TMOF and bus cleaning supplies • Any other expenses as deemed necessary by the Offeror. The Contractor shall not include, within the actual number of Billable Service hours reported, any hours that were not operated due to missed trips. The Contractor shall not be reimbursed or otherwise compensated for service not provided as a result of work stoppage, adverse job action, or other labor action taken by the Contractor’s employees. The Contractor shall not be reimbursed or otherwise compensated for services not provided as a result of its’ employees participating in any work stoppage initiated by affiliated unions. All missed trips are subject to Contract Deficiency Deductions as described in Attachment 7. D. Category 4 - Billable Service Hour rate for Paratransit Bus Service The County will pay for variable costs on a billable service hour rate. A Billable Service hour is defined as the time from the first scheduled pickup to the last scheduled drop-off, inclusive of any dead head time that may be incurred between multiple trips. These trips may be performed during the morning or evening operations as determined by the schedule of operations provided by the County. The Billable

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 22 of 89

Service hours do not include dead head time from the storage facility to the location of first scheduled pickup, or dead head time from the last scheduled drop-off to the storage facility. The Billable Service hour rate is intended to include all variable costs needed to operate the buses. The variable costs used to calculate the service hour rate include the following: • The wages and benefits of all employees not identified as “Key Personnel” in Section 5.14. • Employee Uniforms • Employee Physicals and Drug testing • Accident repairs • Cell Phone/Radio costs needed to operate the services • Office supplies • Computer Supplies needed for the contract • Bus cleaning supplies

• Any other expenses as deemed necessary by the Offeror. E. Category 5 - Billable Service Hour rate for Special Events A Billable Service hour for Category 5 is defined as the time the bus departs from the yard for the event until the time the bus returns to the yard from the event. The Billable Service hour rate for this category is intended to cover the drivers’ salary and other costs directly related to providing service for the special event. Typically, special events are provided for a couple of times a year.

5.13 Key Personnel Assigned to Service In addition to operators and mechanics, the Contractor shall employ other persons as necessary to enable the Contractor to perform the services of the contract. Top management positions are considered “Key Personnel” and the County reserves the right to approve all Contractor-proposed candidates and to require the Contractor to add or to eliminate management positions. Key Personnel staff includes, at a minimum, the following positions: A. General Manager B. Assistant General Manager C. Operations Manager D. Maintenance Manager E. Safety and Training Manager These positions are to be 100% dedicated to the management of County service, and shall not be used for any other projects without the prior written

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 23 of 89

approval of the County Director of Transportation and Capital Infrastructure, or his designee. The General Manager shall oversee both the operations and maintenance functions so that there is one primary point of contact for the County. The General Manager shall advise the County of their anticipated absence from the service. In the absence of the General Manager, the Assistant General Manager shall serve as the primary point of contact for the County. The General Manager, Assistant General Manager, Operations Manager, Maintenance Manager and Safety and Training Manager shall be identified and a resume submitted as part of the Comprehensive Staffing Plan section of the proposal. Additionally, the offeror shall provide a breakdown of the roles and responsibilities of the “Key Personnel” as part of the Comprehensive Staffing Plan. The County recognizes that management turnover does occur during the course of a contract. In order to keep a stable operating environment, the County requires that each individual proposed for the General Manager, Assistant General Manager, Maintenance Manager or Operations Manager position sign an agreement with the Contractor stating they will forego reassignment within the Contractor’s organization for at least one year from the Contract start date, unless the County agrees in writing to allow a change or requests a replacement.

5.14 Contractor’s Personnel The attraction and retention of an operator workforce that professionally represents the County to the riders of the service and the public is important to the County. To that point, the Contractor is encouraged to propose a pay scale that provides at least the same starting wage and incremental increases, and to provide, at a minimum, the same benefits as are provided by the current Contractor for all operators, supervisors, dispatchers, cleaners and maintenance personnel. The County expects the Contractor to grow both the starting wage and existing operator wages to remain competitive over the Contract’s duration. The Contractor will have sixty (60) days to completely staff up (drivers, mechanics, dispatchers, etc.) prior to the start of revenue service for the Contract. The following are minimum requirements for Contractor staff: A. Vehicle Operator 1. Pre-employment Checks At a minimum, the Contractor shall conduct pre-employment DMV checks of the issuing state of license of all personnel used in the direct delivery of service, and shall check DMV records at least every six months. The findings of each record check shall be available to the County upon request. Additionally, fifteen-year criminal background and employment checks are to be completed as part of the pre-

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 24 of 89

employment process. These findings shall be available to the County upon request. Operators shall meet the following requirements: a. No more than two moving violations in the last five (5) years b. Must be at least 21 years of age. c. If license has ever been suspended, operator shall have most recent two full years with no violations. d. None of the following: (1) has been convicted of a felony; (2) any record of alcohol or drug offense. e. Operator may not be addicted to the use of alcohol or controlled substances. f. Operator may not be subject to outstanding warrants for arrest. g. Operator shall be able to read, write, and speak English. The County is the sole judge of this requirement. h. Operator shall understand the County’s fare structure, and be fully familiar with the operations of the electronic fareboxes, real-time information system and any future technologies that the County may have installed. i. Operator shall have thorough knowledge of the routes, stops, and service area as evidenced by training, testing, and certification prior to operating in revenue service. Operators of transit routes shall be certified in all routes to allow for reassignment of vehicle operators. j. Operators shall be trained and certified in the use of commuter coaches, Transit buses, Body on Chassis buses and any additional vehicle assigned to the service. k. Operator shall be able to respond to complaints or problems as required, and shall maintain a professional, courteous attitude, responding to customer inquiries and concerns. 2. Operator Appearance, Training and Certification The Contractor shall be required to thoroughly train, test, and certify all employees assigned to work in the County service. A training and certification timetable and plan shall be

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 25 of 89

developed by the Contractor for County approval a minimum of 30 days prior to contract startup. The Contractor shall provide operational and functional training and retraining, as required, for all transit personnel utilized for the commuter bus system and for any service changes. It is the sole responsibility of the Contractor to ensure that all employees are fully knowledgeable of their duties and responsibilities and that appropriate personnel can operate a transit vehicle in a consistently safe manner. All bus operating personnel must be physically capable of driving any revenue vehicle that they are assigned to operate. All transit personnel shall be properly trained to generally accepted transit industry standards. 3. Operator Training Minimum Bus Operator Training elements: a. Defensive driving b. Behind the wheel on all County owned buses, including but not limited to: (MCI D4500 and Van Hool commuter coaches, Gillig transit buses, 9 passenger, 16 passenger and 26 passenger BOC buses) c. Night-time and early morning operation d. Safety, security, emergency and accident procedures e. Customer relations f. Service routes and schedule specific to assignment g. General route familiarization h. Local operating procedures i. Vehicle familiarization to include controls, handling, maneuvering, backing-up, pre and post-trip inspection procedures j. ADA training to include stop announcements, service animals, vehicle identification at multi route stops, service to riders using respirators and portable oxygen, wheelchair lift/ramp operation, etc. k. Familiarity with Bus Use Policy l. Schedule and map reading m. Communication procedures n. Destination sign operation (manual and using Clever Devices)

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 26 of 89

o. Uniform requirements p. Incident and accident handling and reporting procedures q. Contractor designated personnel shall participate in emergency preparedness training and activities as directed by the County. The Contractor shall participate in the direction of these activities. r. Contractor employees shall participate and comply with the requirements of the US DOT and the County’s Drug and Alcohol Program (Attachment 6) s. Fare collection to include: • Properly logging into the farebox • Understanding the process of adding value onto a SmarTrip® Card • Assisting passengers in adding value to their SmarTrip® Card • Performing a soft reset of the farebox • Performing a hard reset of the farebox • Adjusting the contrast on the Operator Control Unit (OCU) • Charging an intra-county fare, employee fare, etc. t. Use of other bus technologies including but not limited to: Back up camera, pedestrian avoidance cameras, Real Time information system 4. Supervisor Training Personnel considered for a supervisor position shall have completed bus operator training and be certified as an operator. Additionally, they should have training and experience to provide guidance, direction, and support to the operators. 5. Management Training Contractor shall develop and implement a management training program to ensure that the on-site manager(s) is thoroughly familiar with the services to include routing, alternate routing, scheduling and customer relations. This is especially essential in the startup phase so that clear, consistent, and comprehensive management is provided to the service.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 27 of 89

An adequate staff of supervisors is required to ensure that supervision is available at a minimum of sixty (60) minutes prior to the beginning of revenue service and throughout all hours of revenue service. At all times of service operations, there is to be a minimum of one street supervisor in Loudoun County and one in Arlington or the District. In addition to the street supervisors, a yard supervisor will be available during peak pullout periods to ensure safe and on-time departures. The yard supervisor is also responsible for ensuring that an adequate number of spare buses of each vehicle type be pre- tripped prior to all pull-outs so they can quickly be substituted for buses that have problems preventing them from being used in revenue service as well as buses that extraboard operators can use when given assignments requiring them to quickly leave the facility to begin service. Supervisors may also perform the duties of vehicle operators, but only on an emergency basis. If supervisors (combination of all supervisors) are needed to drive a route more than 12 times in a calendar year, then the appropriate Contract Deficiency Deduction may be applied. Additionally supervisors are to: a. Initiate detours in the event of service disruption and reports such events to dispatch b. Take direction from and provide information to County staff and contracted dispatch staff c. Ensure operators are performing assigned duties correctly and safely and that all job specifications are met d. Monitor service through visual checks and automated means, as available e. Prepare daily reports and other documents as required f. Maintain an accurate notebook in order to recall details of events g. Report any anomalies and concerns, including changes in traffic patterns, road conditions, unsafe bus stops, dirty/damaged shelters, missing/damaged bus stop signs, etc. h. Respond immediately to accidents and incidents, conduct investigation, and complete reports Dispatchers shall be responsible for checking in operators and assigning work and vehicles, using the County or

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 28 of 89

Contractor provided dispatch software. Dispatching software is required. They shall check in operators at the end of their shift and collect any paperwork from the operators. They shall ensure that all runs are started on time and performed as scheduled. Dispatchers will oversee customer service functions related to arrival time of buses and lost and found items. Specifically, dispatchers shall ensure that timely notifications are transmitted to riders related to any service delays or disruptions, using the Loudoun County Alert system, and any other designated software. The County retains the right to demand removal or reassignment from this service of any personnel furnished by the Contractor, for reasonable cause. 6. Operator Uniforms and Appearance The Contractor shall provide standardized uniforms requiring the inclusion of Loudoun County Transit identification. At all times while on duty or on property, vehicle operators shall be well groomed, clean and dressed in the complete uniform. “Well groomed” is defined as neat in appearance, uniform clean and pressed, shirts tucked in, hair clean and neatly cared for. Vehicle operators shall be in uniform and conform to these standards of appearance at all times while on duty or on property. Drivers not in uniform are not permitted to operate buses in revenue service. The uniform for all operators, dispatchers and supervisors shall consist of the following: • Uniform polo shirt, long or short sleeved, white (unless otherwise agreed to by County) and include the Loudoun County Transit logo patch on the right sleeve. Nothing on shirt may identify the Contractors name or logo. Shirts are to be tucked in while the employee is on property and on the bus. • Uniform trousers shall be black (no sweat pants, jeans or legging type pants). • Jackets or sweaters are considered part of the uniform and must be approved by the County. • All drivers are required to wear a nametag bearing their legal name. In lieu of nametags, the Contractor may fix a name tag holder on the bus that is highly visible to the riders. The appropriate name shall be either worn or visible in the name tag holder while the bus is in revenue service. • Any neckties and scarves for uniform shall be approved by the County.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 29 of 89

• All operators shall be required to all wear black shoes (including any logos) while on duty. No sandals, open toed or backless shoes. • Belts are to be black to match trousers. • Hats – only uniform hats may be worn while the bus is in revenue service. Uniform hats will have the county’s logo and will be black unless otherwise authorized by the county. No other logos are allowed on the hats. • Head wear – Any headwear other than a hat (turban, Hijab, etc.) must be black unless otherwise approved by the county. The headwear can’t show any logo other than the County’s logo if a logo is visible. 7. Assignment Changes Run picks or bump picks shall be limited to no more than three per calendar year. Changes involving service increases shall be covered by Contractor management assigning new/extraboard operators until the next pick. Management shall assign permanent (interim) replacement operators for vacated (permanently or temporarily) or otherwise changed assignments (regardless of cause for vacancy or change), minimizing both switching of operators and significant reduction of existing operators’ pay hours. These operators shall continue to perform their assigned work until the next pick. The only exception to vacated assignments is that an assignment vacated for at least twenty (20) days may be made available for operators to “bid” on and awarded to the senior-most operator, however, this shall not trigger a bump pick, as management shall assign a permanent (interim) replacement operator to perform the assignment vacated by the senior-most operator selected to perform the originally vacated assignment. Similarly, new “minor” pieces of work initiated at times not coinciding with a pick shall be assigned a consistent interim operator. 8. Safety Committee The Contractor shall establish a safety committee and meet on a monthly basis to discuss such issues as accidents, unsafe practices, security issues, facility/yard concerns, training refreshers and program improvements, etc. The County will appoint a representative to be a member of this committee. B. Maintenance Personnel 1. Staffing Levels

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 30 of 89

At a minimum, the Contractor will maintain a bus to maintenance technician ratio of less than eight (8) buses per technician. Technicians counted in this calculation will not include any management or shop foremen, and buses counted in this calculation will include all revenue vehicles. In addition, the Contractor shall, at a minimum, ensure coverage of one shop foreman or lead technician per shift. 2. Maintenance Personnel Training The mechanics employed by the Contractor, performing maintenance on County-owned buses shall have any and all certifications required to make repairs on any systems of the buses covered by the Contract. Technicians shall be certified at a minimum at the ASE Master Medium/Heavy Truck Technician level, and have a CDL rating to drive the equipment being repaired. It is a requirement of any resulting contract that the Contractor have a minimum of sixty-percent (60%) of the technicians assigned to maintain the County’s fleet certified to meet this requirement. Trainees or other technicians may be used if directly supervised on site by mechanics with the appropriate certification. However, for those repairs that require technician certification by any state, local, or federal law or regulation, only a technician certified to make that test, repair or adjustment may accomplish that task. All mechanics working on County-owned buses shall stay current on all certifications and training related to the maintenance of the buses. 3. Intelligent Transportation Systems (ITS) maintenance At least two mechanics, in addition to the maintenance manager, must be “certified” to work on all of the current and future electronics systems installed on the buses. Currently, these systems include: a. the GFI Odyssey electronic farebox b. the fare collection vaulting equipment c. the Clever Device real-time information system (the IVN, modem, antenna, drivers tablet and Automatic Passenger Counter (APC) d. Backup Cameras e. Pedestrian avoidance cameras (where applicable) f. Digital signs (Luminator and TranSign) g. Accident Cameras (Drive Cam, Smart Drive, etc.) “Certified” means that the Contractor will have the specified manager and mechanics trained directly by the IT

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 31 of 89

manufacturer on how to assemble, disassemble, and troubleshoot respective ITS equipment. During this Contract, it is anticipated that the County will transition to a tablet based electronic fare collection system and possibly add more ITS systems. The Contractor shall be responsible for maintaining all future IT equipment that is purchased and installed on the buses.

5.15 Fleet Management and Maintenance Fleet management and maintenance are essential to the transit operations being provided in this contract. Maintenance is also important to Loudoun County’s funding partners. All of the capital grant funding that the County is awarded each year has stipulations in regards to strict prevent maintenance adherence and keeping the overall condition of the bus in a good state of repair. The following sections speak to the overall maintenance and fleet management expectations over the life of this contract. A. Fleet Management 1. Fleet Description The projected fleet at contract startup will consist of 63 County owned Motor Coach Industries (MCI) D4500 and 3 C2045 Van Hool commuter coaches, sixteen (16) County owned Gillig 40-foot transit buses, five (5) – 9 passenger BOC buses, six (6) – 18 passenger BOC buses (E450s) and twenty five (25) – 26 passenger BOC buses (E550s). During this contract, additional buses of the same or different types / models will be added to the County owned fleet. The detailed fleet information, including age and current mileage, are detailed on the Fleet Inventory Report. (See Attachment 5). All County-owned buses are equipped with wheelchair lifts/ramps, front/side/rear Luminator signs, electronic fare boxes and Clever Device Real-time information systems. The 55 passenger commuter coaches are also equipped with restrooms. All coaches are governed at a reasonable speed considering service type and speed limits on the traveled roads. 2. Contractor Fleet Acceptance The County shall be responsible for providing the initial assigned vehicle fleet required to operate the specified service(s). Prior to Contractor acceptance of the fleet, the County will perform a complete inspection of each vehicle (including digital photos) that reflects the condition of each vehicle at the onset of this contract. A copy of each inspection report and accompanying photos will be provided to the

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 32 of 89

Contractor, and a second copy will be filed in the vehicle permanent record. This inspection report will serve as the official documentation of the fleet condition at the commencement of the Contract. 3. Contractor Provided Lease Buses The County may determine that additional short term (one year minimum) buses are required to meet service demands. It is the responsibility of the Contractor to locate and negotiate the price for any leased buses. The price to the County for leased buses will be specified in the pricing page of the Offeror’s proposal. Contractor provided lease buses are eligible for the County fueling program. 4. Bus Refurbishment Program During the term of this Contract, County staff will buses will be refurbished/rehabilitated. When bus refurbishment is undertaken, the County will coordinate with the contractor to identify which buses will be refurbished. The Contractor will be responsible for preparing the bus for refurbishment by removing all electronic equipment (equipment such as fareboxes, real-time information systems, etc.). At the County’s request, the Contractor shall work with the County before, during, and after the refurbishment, inspect the bus upon return and document any problems. Upon acceptance, the Contractor will reinstall any removed equipment and resume complete responsibility for the bus. All costs associated with the County approved refurbishment of county owned buses will be borne by the County. 5. Bus Sale Program All vehicles designated for sale shall be returned to the County in sound mechanical and operating condition less normal wear and tear, per industry standards, unless agreed upon by authorized county staff. The Contractor shall remove all Loudoun County information including names, logos / decals, and contact information and remove all County or Contractor owned equipment from the commuter bus including the fare box, EZ Pass, and any IT equipment. Should removal of the equipment result in the need for additional repairs, the Contractor shall be responsible for same. Buses designated for sale will be thoroughly cleaned inside and outside, including steam-cleaning of the engine. All parts belonging on the bus will remain on the bus. Buses will be ready for sale within two weeks of designation, unless exception is granted by the County. If no exception is granted, the failure to meet the two-week deadline may result in Contract Deduction.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 33 of 89

6. New Bus Specifications and Purchases The Contractor will provide input in the selection process for new commuter buses as requested by the County, with the County retaining the exclusive right to decide, ultimately what will be purchased, and the specifications for new purchases. The County will hire a qualified firm to perform line inspections during the commuter bus assembly and testing process. The Contractor may be requested to participate in the testing and acceptance process at the production facility, as well as review the reports from the inspectors. Any costs related to the acceptance (including travel expenses) will be agreed upon with the County in advance and may be invoiced by Contractor to the County. The Contractor shall participate in inspection of the new buses upon delivery, document any issues, submit claims, and make repairs in a timely manner to move the buses into service. The Contractor shall ready the bus for entry into the fleet including, but not limited to: installing fareboxes, installing SmartDrive cameras (or approved equal), installing any ITS (Clever Devices) equipment as directed by the County, installing / downloading the bus sign programming, and installing the EZ Pass. Upon signing the acceptance document, the Contractor shall assume complete responsibility for security, maintenance and repairs. 7. Contractor Fleet Obligations at Contract Termination At the end of the Contract term, the Contractor shall cooperate with the County to ensure a smooth transition to any successor Contractor. The transition requirements include but are not limited to the following: a. Access The Contractor shall provide the County and any new service provider reasonable access to the revenue vehicles. Reasonable access is defined as access that does not negatively impact service delivery. b. Documents The Contractor shall provide the new service provider with copies of all permits, licenses, and other relevant documents, which remain with the fleet and are the property of the County. c. Maintenance records The Contractor shall provide the County with up to date and accurate records of all maintenance performed on the fleet. These records are the property of the County.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 34 of 89

The Contractor shall perform a database backup at the Close of Business on the last day of the Contract. The County and the Contractor will negotiate a Maintenance Information System (DOSSIER SYSTEM) transfer plan before the end of the Contract. d. Vehicles All vehicles shall be returned to the County on the last day of the Contract in sound mechanical and operating condition less normal wear and tear, per industry standards. The condition of the fleet shall be determined by fleet inspections conducted by an independent auditor hired by the County. If so asked by the County, the Contractor may participate in the selection of the independent auditor; however, the County will make the final selection. The first of these fleet inspections will be performed approximately three months prior to the expiration of the Contract. A second and final inspection shall be performed on or around the expiration date of the Contract. Copies of the completed reports for each vehicle showing which items passed, which failed, and which were borderline, with accompanying notes, divided into the following, but not limited to, categories: • Structural frame / chassis • Suspension • Engine • Transmission • Electrical systems • Air system • Brake system • Climate control • Interior driver controls • Interior passenger controls • Interior condition • Exterior body condition • Tires • Lights and Destination signs • Engine compartment

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 35 of 89

• Accessibility features, including wheelchair lift, access doors, and luggage compartment doors • Restrooms • Farebox and any IT equipment • Road test • Maintenance records • Fluid samples The Contractor shall be responsible for repairs identified in the initial inspection. The Contractor shall notify the County in writing for each vehicle identified when the repairs are completed. The Contractor and County Fleet Management staff, along with the designated auditor that conducted the fleet inspections shall conduct a final inspection of the vehicle on or about the date the Contract terminates to determine that the repair work is complete. The initial inspection conducted at the beginning of the Contract, and the first inspection accomplished by the independent auditor will be the basis for the final inspection. If it is determined from the final inspection that the Contractor failed to complete the repairs satisfactorily, the cost of repairs required to any vehicle returned by the Contractor shall be deducted from any funds due to the Contractor. The rates for any required repair work at Contract termination will be set solely by the County, based on prevailing labor rates, assessed at a time and a half labor charge, overhead, and other administrative costs used by the County Garage. In addition, actual OEM equipment / parts costs to include a thirty-percent (30%) markup will be applied as required, and a five-percent (5%) administrative cost will be added. The two independent auditor inspections will also identify those items considered normal wear and tear. If an item is considered to be marginal, the independent auditor will propose a fair and equitable solution. The independent auditor will be the sole arbiter in decisions related to accountability for deferred maintenance. The independent auditor’s decisions will be binding and not subject to the dispute process.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 36 of 89

e. Fuel The County is responsible for supplying all fuel and diesel exhaust fluid (DEF) for County owned and leased buses at County fueling facilities. Currently, County fueling facilities exist at: • Central Fueling Facility 42000 Loudoun Center Place, Leesburg, Virginia 20175 • Western Fuel Site Valley Service Center, 38159 West Colonial Highway, Hamilton, Virginia 20158 Fuel is accounted for through an electronic card access system, with each coach assigned a unique card. The Contractor participates actively in reconciliation of all fuel used in the commuter bus fleet. The County will not pay for, nor reimburse the Contractor for fuel purchased off-site or on-route unless emergency fueling is approved in advance by the County. County fuel is only available for the County owned or leased buses, and may not be used for any Contractor provided service or support vehicles. 8. Spare Fleet The County will provide the Contractor with a fleet that includes a spare ratio of no less than 15%. The spare fleet is defined as the buses not assigned to revenue service, which includes the designated strategic spare buses. It is the Contractor’s responsibility to ensure an adequate revenue vehicle availability to meet pull-out and provide strategic spare buses. B. Fleet Maintenance 1. Vehicle Condition The Contractor shall maintain all vehicles and vehicle equipment required by this RFP in safe, dependable, and clean and functioning condition. At a minimum, the Contractor shall maintain all equipment in conformance with the manufacturers’ specification and recommendations, as well as local, state, and federal requirements throughout the term of this contract. No revenue vehicle will be permitted to enter revenue service with significant deficiencies that may negatively impact rider safety, convenience or comfort. County staff from the fleet department and a third-party vendor will perform maintenance inspections on the buses on

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 37 of 89

a regular basis. The results of these inspections may result in placing a bus or buses out of service for safety reasons. These buses are not allowed to go back into service until the noted defects are repaired. 2. DOSSIER system The County shall provide the “DOSSIER” maintenance system for the Contractors use to develop work orders, account for parts, labor fuel and fluids, and to maintain automated vehicle records. The County will be responsible for creating users and providing the Contractor with access (via VPN or an alternative) to the DOSSIER system. The Contractor shall insure that all maintenance personnel are thoroughly trained and competent on the use of the DOSSIER system. Maintenance records will be entered into the Dossier system within 8 hours of the completion of any work. Failure to do so may result in Contract Deficiency Deductions. 3. Preventive Maintenance (PM) The objective of this program is to insure that vehicles operate to the next scheduled service without a failure, and that vehicle service life is maximized. Any minor deferred repairs shall also be completed during the preventive maintenance service. In addition, all maintenance work performed shall be conform to, but not be limited by, the requirements of the manufacturer’s warranties. The Contractor shall perform PMs that conform at least to the manufacture’s most stringent service recommendations and generally – accepted best industry practices. Every third PM program shall include fluid analyses including oil and transmission fluid, and, if requested, coolant. Any failure to maintain buses to PM standards may result in Contract Deficiency Deductions. 4. Preventive Maintenance of Heating and Air Conditioning and Wheelchair Lift Systems The Contractor shall provide a separate PM program for the vehicle heating and air conditioning (HVAC) systems. The HVAC PM program will include provisions to inspect, maintain, and repair related systems in advance of the season to ensure that equipment is fully functional before being needed. No revenue vehicle will be permitted to enter revenue service without a properly functioning heating or air- conditioning system, and the Contractor shall be required to make all reasonable efforts to change out a vehicle that experiences a malfunctioning HVAC system while in revenue

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 38 of 89

service. It is County policy that the temperature be set and maintained at 68 degrees at all times to provide a reasonable comfort level on the buses. Operating a bus without fully functioning heating or cooling system may result in Contract Deficiency Deductions. 5. Preventive Maintenance of Wheelchair Lift/Ramp Systems The Contractor shall provide a separate PM program for the wheelchair lift/ramp systems. The wheelchair lift/ramp PM program will include provisions to inspect, maintain, and repair related systems to ensure that equipment is fully functional before being needed. No revenue vehicle will be permitted to enter revenue service without a properly functioning wheelchair lift/ramp system, and the Contractor shall be required to make all reasonable efforts to change out a vehicle that experiences a malfunctioning wheelchair/ramp system while in revenue service. Failure to maintain a wheelchair lift/ramp system per the manufacturers PM guidelines. Operating a bus without a functioning wheelchair lift/ramp may result in a contract Deduction. 6. Warranty Work It is the responsibility of the Contractor to be familiar with warranties and guidelines for the commuter bus fleet and all component systems. The Contractor is responsible for administering the warranty program for all of the vehicles. The Contractor shall enter warranty requirements into the DOSSIER system and monitor, record, and schedule all manufacturers’ warranty requirements throughout the warranty period. The Contractor shall seek manufacturer certification to allow it to perform warranty repairs, and where not deemed cost effective, will utilize other certified vendors. Payments and adjustments for warranty work performed by the Contractor shall be made by manufacturers directly to the Contractor. The County will have no responsibility for payment of warranty claims denied, in part or full. 7. Parts, Lubricants and Supplies Contractor, at its sole cost and expense, shall maintain inventories of lubricants, parts, and supplies required for the maintenance and operation of all buses. Any parts used must meet or exceed OEM specifications for the part, must not require any modification to the bus, and must function without any changes to the system or bus. Parts used are to be common use parts and will not be used to negate any

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 39 of 89

additional requirements of the contract. The Contractor is required to provide and pay for all oil and other fluids, except fuel and DEF including their delivery and removal / recovery services as required by federal, state, and local codes. Adequate levels of parts, supplies, and fluids will be maintained to ensure timely repair of vehicles. The Contractor supplied parts and fluid inventory shall remain the property of the contractor upon completion of the term of this contract. Once installed onto County owned vehicles, tires, parts, and other supplies become County assets. 8. Tires The Contractor shall be responsible for providing tires for all revenue vehicles. The Contractor shall be responsible, at its sole cost and expense, for maintaining an adequate inventory of tires that meet the manufacturer’s minimum tire rating requirements, to minimize the downtime on vehicles. The Contractor supplied tire inventory (those tires not installed on buses) shall remain the property of the Contractor upon completion of the term of this Contract. Per United States DOT regulation §393.75 no re-grooved, retreaded or recapped tires may be used on the front wheels of any bus. If the Contractor choses to use re-capped tires, the age of the casing, as indicated on the sidewall of the tire, shall not exceed 5 years. At a minimum, tires will be replaced when tread depth does not meet Federal Motorcarrier Safety Regulations standards. Failure to manage tires in accordance with the above standards may result in Contract Deficiency Deductions. 9. Decals and Paint Paint schemes and decals developed by the County are to be maintained by the Contractor. Any repairs made to the exterior of the body shall maintain the paint scheme and decals. The Contractor shall repaint and affix decals as deemed necessary by the County, using best industry practices and materials. Wheels, where applicable, are to be painted on a regular basis, or the Contractor may choose to powder coat the wheels in lieu of periodic painting. 10. Engines / Transmissions The County will pay only the cost of the replacement powertrain components themselves (i.e., engine, transmission, differential, and warranty) and will do so only under the following conditions. The Contractor shall furnish the labor for powertrain component replacement as an

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 40 of 89

integral part of the Contractor cost. Contractor shall procure the components from factory authorized dealers on a competitive basis, including minimum extended warranties of 5 years / 300,000 miles for engines and 1 year / 25,000 miles for transmission, unless otherwise specified by the County. A minimum of three quotes for the component shall be provided to the County. All quotes are subject to an audit by County. The Contractor charge back will be the actual Contractor cost with a two-percent (2%) administrative fee assessed for procurement costs. Any core charges will be deducted from that cost. Should a core refund be denied by the Contractor’s vendor, then the County may authorize the core payment. Shipping costs may be added to the cost of the assembly with invoice documentation. Contractor shall also pay for all accessories and parts (hoses, gaskets, wiring, brackets, clamps, alternators, pumps, etc.) that need to be or should be replaced at the same time that a component is being replaced. When replacing engines, the Contractor shall thoroughly clean and repaint the engine bay. Loudoun County’s payment responsibility for power-train component replacement shall be limited to only those engines, transmissions, and differentials that fail and have exceeded the warranty coverage period. The County has purchased extended warranty on these components, and the Contractor shall comply with all warranty terms and conditions. If the component failure is determined to be the result of abuse or neglected maintenance, the Contractor will be responsible for all replacement costs. Any repairs after 300,000 miles that do not require power-train component replacement shall be the Contractor’s responsibility. Should there be a cost of replacement dispute, the County or its agent will make the determination. The Contractor shall seek recovery of the cost of replacement of components still under warranty as detailed in the Warranties section. 11. General Repairs Contractor shall provide as required all general repairs to vehicles provided under this Contract. This includes, but is not limited to, replacing items that are or appear to be worn out (such as seat covers); replacing broken, scratched, chipped, and fogged glass; replacing damaged, broken and missing parts, etc. General repairs need to be completed

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 41 of 89

within 5 business days of notification unless the county is notified on mitigating circumstances such as parts being on backorder. 12. Vehicle Damage Regardless of cause, the Contractor shall repair all vehicle damage throughout the term of this Contract including but not limited to exterior, interior, structural, frame and rust. Minor individual scratches and individual dents will be considered normal wear and tear and may be deferred for cumulative repair except for making whatever repairs are necessary to prevent further damage or to minimize the appearance of the damage until it is fully repaired. The Contractor will complete repairs of any significant damage prior to return to service. The differentiation between minor and significant damage is at the discretion of the County. The County reserves the right to direct the repair of cumulative minor damage. All repairs made relative to vehicle damage will be performed by competent staff or subcontractors capable of restoring vehicles to original equipment manufacturer standards. Regardless of who performs the work, it will be the Contractor’s responsibility to ensure that repairs are performed in a compliant manner. Should it be determined by Loudoun County or its agent at any time during the term of the Contract, or during transition to a subsequent contract, that any repairs were performed that did not meet the OEM standard, the Contractor will be responsible for making or paying for re-repairs. Accident or body damage in excess of $5000 shall not be repaired until written authorization (email) is obtained from the Contract Administrator or his designee. Any significant damage noted by the Contractor shall be reported to the Contract Administrator or designee within 24 hours of discovery by phone or email, detailing the vehicle number and a brief description of the damage. At the same time, the Contractor shall document the damage by digital photograph. The Contractor shall be responsible for all accident / body damage incurred during the term of this Contract. The Contractor shall provide a temporary replacement at the Contractor’s cost for any vehicle that is damaged and required to be removed from service for repairs that will require in excess of thirty days. The substitute vehicle shall have the same passenger capacity, and be comparably equipped to the damaged vehicle, and must be available for service for the duration of the downtime related to repairs to the damaged vehicle.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 42 of 89

The failure to maintain the bus exteriors free from damage may result in Contract Deficiency Deductions. Required Servicing and Cleaning The Contractor will be responsible for regular servicing and cleaning of all vehicles used in the provision of service in order to maintain a high quality appearance and to provide a safe, clean and comfortable environment for riders. 13. Servicing On a daily basis, the Contractor shall service each vehicle used that day. Servicing includes, but is not limited to, fueling, checking engine oil, transmission fluid, and coolant levels, and reading and recording hubometer readings. 14. Vehicle exteriors The exteriors shall be washed as needed to maintain the exterior of each vehicle free from road dust, mud, tar, grime, and graffiti, but in any case, no less than twice weekly. Wheels shall be cleaned as needed to maintain appearance. 15. Vehicle interiors At a minimum, but more often as needed, interiors shall be swept and cleaned of trash once daily. In addition, Contractor shall be required to remove all noticeable trash from each vehicle after each run. Monthly, each vehicle shall be deep cleaned, which includes but is not limited to, ceiling, walls, floors, seats, drivers’ area and , farebox and windows. Bi-annually, at a minimum, the inside headsign glass and inside of interior light fixtures shall be cleaned. 16. Interior pest control The interior passenger compartment of each vehicle shall be free of roaches, other insects or vermin, as well as noxious odors from cleaning products, pest control products, and exhaust fumes emitted by the engine. Contractor is prohibited from using any pest control or cleaning product that would be hazardous to the health and well-being of the passengers and operator of the vehicle. 17. Restrooms Contractor is required, at a minimum, to dump and service restrooms (where applicable) every other day or more often as needed. Restroom fixtures are to be wiped down daily. 18. Graffiti Contractor shall remove all graffiti from the exterior or interior of the vehicles as soon as it is found and before the bus is

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 43 of 89

returned to service. If the graffiti is offensive or vulgar and cannot be removed easily, the graffiti should be covered until it is removed. If graffiti is etched or scratched into the surface of the glass or paint, that area is to is to be replaced or repaired before the bus is returned to service. 19. Detailing At least twice per year, all vehicles will be detailed, internally and externally. External detailing should include buffing to remove light scratches and stains. a. Removing bugs, tar and other deposits. b. Cleaning wheels and cleaning and dressing tires c. Waxing painted surfaces and polishing any exterior chrome d. Cleaning and dressing rubber and vinyl e. Cleaning all windows and mirrors Internal detailing shall include shampooing upholstery a. Cleaning vinyl and dressing with protectant b. Cleaning vents, compartments, ceiling, walls, sun visors, mirrors, windows, door jambs and panels, pedals and ancillary equipment and surfaces. c. Thorough floor cleaning d. Deodorizing The failure to conform to the cleaning and servicing standards above may result in Contract Deficiency Deductions. 20. Steam Cleaning The undercarriage and engine compartment shall be steam cleaned on a regular basis to prevent build-up of grease, oil, road grime and chemicals, etc. At a minimum, steam cleaning shall be performed during each scheduled PM inspection. 21. Maintenance Auditing During the term of this Contract, County staff will perform reviews and audits of the Contractor’s maintenance program in relation to the maintenance components of the Contract. Review may include physical auditing of the condition of the vehicles, maintenance records, staffing levels, and certifications. Documentation of the audits will be provided to the Contract Administrator and may be shared with the

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 44 of 89

Contractor’s General Manager. Reviews and audits may be performed at any time of the day or night, including weekends. Every attempt will be made for these functions to be performed at times that will not negatively impact maintenance functions or service delivery. Any significant deficiencies (that may impact rider safety) identified during the course of the review will be immediately brought to the attention of the Contractor’s Maintenance Manager, General Manager, or the most senior supervisory personnel on site, to allow correction of the deficiency prior to the vehicle being returned to service. During the term of this Contract, the County will use an independent maintenance auditor and/or Loudoun County Sheriff’s Officers, to provide an expert analysis of the Contractor’s maintenance program, including a comprehensive evaluation of the vehicle condition. Such an audit would be coordinated in advance with the Contractor to ensure that the activities did not negatively impact service delivery. The Contractor shall provide full cooperation to the audit team, coordinate the use of the facility and vehicle access, and provide staff to move vehicles as requested. In addition, the Contractor shall make both automated and manual records available to the independent auditor. The Contractor shall implement its own maintenance auditing program to verify that service is being performed in compliance with the Contract. Audit findings and documented results will be reported to the County. A description of the Contractor Maintenance Auditing Program is to be included in the proposal. 5.16 Technology A. Fareboxes The County participates in a regional electronic fare collection system called SmarTrip®. Cash and electronic fares are collected on the commuter buses using GFI Odyssey fare boxes. The County requires all data from the fareboxes to be uploaded every evening and the cashboxes to be vaulted twice a week. The Contractor will not physically handle the cash as it is sealed in the cashboxes. The County has staff who empty the vault once a week, at a minimum. Farebox data is currently transferred using an infrared probe and a wireless access point; therefore, all fareboxes are required to be probed every evening of service. This is subject to change as the fare collection equipment becomes more sophisticated. All equipment related to the collection of the cash and electronic fares with the exception of the garage computer(s) will be maintained by

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 45 of 89

the offeror that is awarded this contract. The equipment required to be maintained is the vault and vault box, probe and probe box, fareboxes and access points. The Contractor, at its sole cost and expense, is required to maintain an adequate spare parts inventory for the fareboxes and vault(s) on site. All buses are required to have a fully functional farebox while in revenue operation. Any route that is operated in revenue service using a bus without a fully functioning farebox is subject to a contract Deduction. During the term of this Contract, the County may transition to a new electronic fare collection system. Upon the addition of new system, the Contract will be amended appropriately to have the Contractor maintain the new equipment. The cost to maintain the electronic fare collection equipment should be included as part of the Billable Service Hour rate. B. Clever Devices (Automatic Voice Annunciator, Clever Computer Aided Dispatch (CAD) ADL, Automatic Vehicle Monitoring (AVM) Information, Real Time Customer Information), Automated Passenger Counters(APC) The County contracts with Clever Devices to install equipment on all commuter buses that will provide real-time information, automated bus stop announcements, vehicle monitoring information, dispatching information and automated passenger counts. All dispatchers, vehicle operators, supervisors, operations managers, assistant general managers, general managers and maintenance staff are required to be trained on the appropriate Clever Devices software modules. The drivers are required to use the software for every trip. The offeror awarded this Contract will be required to maintain, at its sole cost and expense, all equipment installed by Clever Devices. The County has purchased 3 year extended warranties for the hardware mounted on the buses and the software modules. The cost to maintain the Clever Devices equipment should be included as part of the Billable Service Hour rate. Any route that is operated in revenue service using a bus without a fully functioning Clever Device system, or isn’t logged into the Clever Device system properly is subject to a Contract Deduction. C. Electronic Destination and Route signs Every bus has Luminator and/or TranSign brand electronic displays installed on them. The Contractor shall be responsible for maintaining, at its sole cost and expense, the electronic destination display hardware installed on the buses. The Contractor shall keep an adequate supply of spare parts for the destination signs on site in order to reduce the down time of a display in the event of a part(s) failure. All destination signs are required to be fixed within 48 hours of any reported failure, unless circumstances outside the vendors

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 46 of 89

control cause a delay of more than 48 hours. In that event, a written report is to be provided to the County. The cost to maintain the electronic destination display equipment should be included as part of the Billable Service Hour rate. Any route that is operated in revenue service using a bus without a fully functioning electronic destination display system, or isn’t logged into the electronic destination display system properly is subject to a Contract Deduction. D. Accident / Incident Cameras Accident / Incident cameras, similar to “Smart Drive” or “Drive Cam” are required to be installed on all commuter buses. The Contractor is responsible for the purchase/lease and installation of the camera equipment. Additionally, the Contractor shall be responsible for all fees associated with the camera technology. Should any damage to the bus occur during the installation of the camera system, the Contractor shall be responsible for repairing the bus. Upon request of the County, access must be provided to specific recorded events. E. EZ Pass Transponders All Buses are equipped with EZ Pass transponders that allow the buses to travel on Route 267/the Greenway and the Dulles Toll Road, as well as provide access via the slip ramp gate to the Dulles Airport Access Road. The County shall be responsible for providing transponders, as required, to the Contractor. The Contractor must maintain an inventory of transponder numbers and assigned buses. All buses are required to have fully functioning EZ Pass units installed on them at all times. Any EZ Pass failure shall be reported immediately to County staff. The County is responsible for having EZ Pass units re-programmed or replaced should a failure occur. It is possible that during the term of this contract, EZ Pass units may reach “end of life”. Should that occur, the Contractor will work with County staff to replace the EZ Pass units in a way that is the least disruptive to the commuter bus service. F. Future technology During the life of this contract, the County may acquire additional technology for the buses and/or the facility that may become the responsibility of the Contractor for transit operations and maintenance. Should that occur, the County reserves the right to amend the parties’ Contract to reflect the change and related responsibilities. 5.17 Contractor Quality Control Program The Contractor shall have a total quality control program to ensure the requirements of the Contract are met as specified. A draft Quality Control Plan (QCP) shall be submitted for review and approval within ten (10) ten days

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 47 of 89

of Contract award. The QCP shall be a system for identifying and correcting deficiencies in the quality of maintenance, operations and training services before the level of performance becomes unacceptable and/or County Inspectors point out the deficiencies. Deductions will be taken for deficiencies as outlined on Attachment 7 (Contract Deficiencies). The QCP should include but no be limited to processes that ensure: A. Preventative Maintenance performed fully and correctly B. Normal Maintenance performed fully and correctly C. Pre and post-trips done properly D. Operator training is completed for every driver/dispatcher/mechanic Essentially, the QCP should make sure that all employees are doing their job which should keep customer service issues to a minimum. 5.18 Reporting and record keeping A. Ownership of Records At the expiration of this Contract, the Outgoing Contractor shall furnish all records associated with the performance of this Contract to the County. B. Access to Records At all times during the term of this Contract, the County will have access to any all data related to the delivery of service, TMOF, and all fleet and maintenance related data. C. Daily Operations Report By 10 a.m. on the following business day, the Contractor shall submit a Daily Operations Report to the County. The Daily Operations report will be provided once the contract has been awarded. The Report is to be submitted electronically to the distribution provided by the County. Failure to complete and submit the Daily Operations Report may result in fines in the form of Contract Deficiency Deductions being assessed to the Contractor. D. Accident Reporting Contractor personnel shall immediately notify the County regarding any and all disruptions in service, as soon as they occur via phone or comparable equipment, including, but not limited to, vehicle breakdowns, detours, passenger incidents, accidents, delays, and missed runs. Written notification of any disruption shall be provided within 24 hours on a County approved accident or incident report form. At a minimum, the Contractor shall notify the County of any of the following: (1) collisions between a vehicle and another vehicle, person, or object; (2) passenger accidents, including falls while passengers are entering, occupying, or exiting the vehicle; (3) incidents of fainting, sickness, or assaults (physical or verbal): (4)

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 48 of 89

vehicle thefts, vandalism, or fires: (5) accidents witnessed by the operator; (6) passenger complaints of injury or property damage; and (7) any complaint involving a passenger, or a Contractor employee. Contractor shall obtain a police report whenever a bus is involved in an accident and provide County staff access to such reports as needed. Drug and alcohol testing shall be conducted on any operator involved in an accident, per the more stringent of the United States DOT policy, County policy, or Contractor policy. E. National Transit Database (NTD) Reporting Data regarding all public transit service provided by the County must be reported annually to the Federal Transit Administration (FTA). The Contractor shall be required to collect all financial and operational data related to the NTD submission, as directed by the County. It shall be the responsibility of the Contractor to ensure that all reported data meets the FTA definitions and requirements for accuracy. And, it shall also be the Contractor’s responsibility to keep the data collection procedures current with the latest FTA guidelines and reporting requirements. The County will prepare the NTD submission based on Contractor provided data. All NTD data is to be provided to the County on a monthly basis, no later than the 10th of the following month. F. Vehicle reconciliation Through the Daily Operations Report, the Contractor shall account for all of the buses on a daily basis. Monthly, the Contractor shall provide to the County a complete reconciliation of all vehicles, including current mileage. Bus mileages are to be recorded, using the hubometer, on the last day of each month and sent to the county by the 5th of the following month via email. G. Vehicle records As stated in the Maintenance Section of this document, all records related to vehicles, including, but not limited to, work orders, inspections, etc. are to be maintained in hard copy and electronically in the DOSSIER system. These records are the property of the County, and access needs to be provided to the County at all times. H. Pre and post-trip vehicle inspection reports US DOT guidelines for pre and post-trip inspections shall be followed by the Contractor. Any such records shall be made available to the County upon request. I. Disaster Recovery Plan Within sixty days of execution of the Contract, the Contractor shall provide to the County for approval a written disaster recovery plan to

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 49 of 89

be used in the event of fire or other disaster impacting operations. This recovery plan shall include, at a minimum, adequate facilities, personnel and equipment to allow resumption of essential operating functions within 48 hours of disaster. 5.19 Miscellaneous A. Lost and Found process Lost items on the commuter buses are a daily occurrence. Riders typically telephone the County and inform County staff that an item may have been left on one of the buses. An online form has been created so that riders can complete and submit for reporting these lost items. The form currently comes to the County Rideshare email box and the Contractor’s designated staff. For all lost and found calls or emails received by the County, the lost item reported is logged. County staff will contact the Contractor and relay the details of the lost item. The Contractor, in a timely manner, based on safety and resources will diligently search for the lost item. In order to provide quality customer service to the rider, the County requests that those items deemed critical such as car keys, wallets, security badges and cell phones receive high priority (within two (2) hours of the call) in trying to locate the item on the bus. For all other items (non-critical), the County requests that the Contractor search for the item within twelve (12) hours. Once an item is located, the County will contact the rider to determine the next steps involved in returning the item to the rider. The Contractor is expected to cooperate in ensuring that lost items are returned to their rightful owner by requiring operators to walk the bus and actively look for lost items at the end of their morning and afternoon schedule. All items are to be turned into Contractor staff and secured for pickup by the County. B. After Hours Phones and Paratransit Call Center The Contractor is required to designate and staff an after-hours phone service for bus riders who need immediate answers during all hours of operation that are outside the normal operating hours of the County (8:30a.m. to 5:00 p.m. Monday-Friday). This phone number is printed on all bus schedules and is published on the website, and is referenced as an after-hours emergency number. The Contractor shall staff the after-hours phone number during transit operating hours outside of the County office hours, and provide timely and courteous customer service when answering inquiries from riders. Generally, that time could begin as early as 4:30 am and end as late as 10:00 pm. The hours that the phones have to be answered are subject to change when Metrorail service begins in Loudoun County.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 50 of 89

Additionally, the Contractor is required to designate and staff a reservation call center for paratransit services that operates seven (7) days a week from 8:00 AM to 4:30 PM. C. Loudoun County Alert (LC Alert) Currently owned and provided by the incumbent Contractor, LC Alert is a real-time messaging system that riders can subscribe to in order to receive text messages or emails regarding immediate service disruptions. An LC Alert is sent when a bus is at least 10 minutes behind the schedule; when a street closure or road block disrupts the bus route and a stop(s) has to be moved, changed or skipped by the buses; inclement weather prevents buses from operating on a normal schedule; and other events that require rider notification in real time. The Contractor who shall provide an SMS based real-time passenger alert system. The system will be used to immediately alert passengers of delays in service. This alert system shall be operational and staffed during all hours of transit operation, including one hour prior to the first scheduled pickup, and must be operational by onset of this Contract. The Contractor shall develop a template for text messages for review and approval of the County, and will send accurate and timely text messages relative to the event/incident that is delaying/disrupting the commuter bus service. The system is required to allow riders to self-enroll in and self- remove from the text messaging service. This is a new feature that is required with this contract. D. Advertising The County currently contracts with InSite Street Media to sell and install advertising on the bus exteriors. The contract with InSite stipulates that access to the buses for the purpose of installing or removing advertising displays will be coordinated directly with the Operating Contractor. The Contractor is responsible for notifying the County of any damages that may be incurred do to the installation or removal of this advertising within 24 hours. If notified after 24 hours, the Contractor may be held financially responsible for fixing the damage to the bus. This determination will be at the sole discretion of the County. E. Labor related or other work stoppage See Hourly Rates, above. Also, if Contractor fails to provide service as required, Contractor will be subject to Contract Deficiency Deductions as specified in Section 6.36 of this Contract. 5.20 Facility The County will provide the Facility where the Contractor shall provide operations and maintenance functions in support of the transit services.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 51 of 89

The Facility is designed to meet projected service levels through 2030. The Facility is energy and water efficient and LEED certified. The TMOF consists of two buildings; A 20,200 square foot bus maintenance building and a 6,980 square foot administration building. The maintenance building consists of five bus maintenance bays, a detail bay with toilet dump and fare vault with two probe locations, a bus wash bay, secure parts room, electronics repair room, tire room, bench area, lube and reclaim rooms as well as administrative offices with support spaces. The administration building consists of offices and all necessary support space such as bus vehicle operator ready room and quiet room, bus vehicle operator locker and shower rooms, dispatch and road supervisors’ offices, meeting/training room, break room and secured storage. The site has security fence and gates along the perimeter and includes 90 spaces for employee parking as well as 78 secure parking spaces for the bus fleet. Layouts of the buildings and parking lots will be provided to the winning offeror. The Contractor shall adhere to all terms of the License Agreement (Attachment 1) in use of the Facility. 5.21 Contractor Quality Control Program The Contractor shall have a total quality control program to ensure the requirements of the Contract are met as specified. A draft Quality Control Plan (QCP) shall be submitted for review and approval within ten (10) ten days of Contract award. The QCP shall be a system for identifying and correcting deficiencies in the quality of services before the level of performance becomes unacceptable and/or County Building Inspectors point out the deficiencies. Deductions will be taken for deficiencies as outlined on Attachment 7 (Contract Deficiencies). The QCP shall include, but not limited to the following: A. An inspection system which is tailored to the specific Facility and which covers all services stated in the tasks and frequencies segment of the Contract. The Contractor shall devise a checklist for use during the performance of the work. The checklist shall be signed and dated to indicate the time inspection was completed. It is not permissible for the person who performs the work to inspect and accept that work. The Contractor and his supervisors who will complete inspections should be identified by title and type of inspection each is authorized to perform. A copy of each inspection report is to be provided to the Contract Administrator monthly. B. An on-site file of all inspections conducted by the Contractor and the corrective action taken is to be kept onsite. This documentation shall be made available to the County, upon request, during the term of the Contract.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 52 of 89

6.0 TERMS AND CONDITIONS The Contract with the successful Offeror will contain the following Terms and Conditions. Offerors taking exception to these terms and conditions or intending to propose additional or alternative language must (a) identify with specificity the County terms and conditions to which they take exception or seek to amend or replace; and (b) include any additional or different language with their proposal. Failure to both identify with specificity those terms and conditions offeror takes exception to or seeks to amend or replace as well as to provide offeror’s additional or alternate Contract terms may result in rejection of the proposal. While the County may accept additional or different language if so provided with the proposal, the Terms and Conditions marked with an asterisk (*) are mandatory and non-negotiable. 6.1 Procedures The extent and character of the services to be performed by the Contractor shall be subject to the general control and approval of the Director, Department of Transportation and Capital Infrastructure or his/her authorized representative(s). The Contractor shall not comply with requests and/or orders issued by other than the Director, Department of Transportation and Capital Infrastructure or his/her authorized representative(s) acting within their authority for the County. Any change to the Contract must be approved in writing by the Division of Procurement and the Contractor. 6.2 Term The Contract shall cover a term from January 1, 2021 through June 30, 2026. The Contract may be renewed at the expiration of the initial term at the request of the County. The renewal may be for up to one (1) additional five (5) year period. Unless otherwise agreed to by the parties or as may be required by law, any renewal shall be based on the same terms and conditions as the initial term with the exception of the price or rates. Initial prices or rates and subsequent renewal prices or rates are guaranteed for the duration of each period that the rates are proposed on. Any increase in prices or rates after the first eighteen (18) months (January 1, 2021-June 30, 2022) or any subsequent twelve (12) month period should be mutually agreed to by the parties, however, in no instance will the Contract price adjustment for a renewal period exceed three percent (3%). 6.3 Delays and Delivery Failures Time is of the essence. The Contractor must keep the County advised at all times of status of parties’ agreement. If delay is foreseen, the Contractor shall give immediate written notice to the Division of Procurement. Should the Contractor fail to deliver the proper item(s)/service(s) at the time and place(s) contracted for, or within a reasonable period of time thereafter as agreed to in writing by the Division of Procurement, or should the Contractor fail to make a timely replacement of rejected items/services when so required, the County may purchase items/services of comparable quality and quantity in the open market to replace the undelivered or rejected items/services. The Contractor

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 53 of 89

shall reimburse the County for all costs in excess of the Contract price when purchases are made in the open market; or, in the event that there is a balance the County owes to the Contractor from prior transactions, an amount equal to the additional expense incurred by the County as a result of the Contractor's nonperformance shall be deducted from the balance as payment. 6.4 Material Safety Data Sheets By law, the County will not receive any materials, products, or chemicals which may be hazardous to an employee's health unless accompanied by a Material Safety Data Sheet (MSDS) when received. This MSDS will be reviewed by the County, and if approved, the materials, product or chemical can be used. If the MSDS is rejected, the Contractor must identify a substitute that will meet the County’s criteria for approval. 6.5 Business, Professional, and Occupational License Requirement All firms or individuals located or doing business in Loudoun County are required to be licensed in accordance with the County's "Business, Professional, and Occupational Licensing (BPOL) Tax" Ordinance during the initial term of the Contract or any renewal period. Wholesale and retail merchants without a business location in Loudoun County are exempt from this requirement. Questions concerning the BPOL Tax should be directed to the Office of Commissioner of Revenue, telephone (703) 777-0260. 6.6 Payment of Taxes All Contractors located or owning property in Loudoun County shall assure that all real and personal property taxes are paid. The County will verify payment of all real and personal property taxes by the Contractor prior to the award of any Contract or Contract renewal.

6.7 Insurance A. The Contractor shall be responsible for its work and every part thereof, and for all materials, tools, equipment, appliances, and property of any and all description used in connection therewith. The Contractor assumes all risk of direct and indirect damage or injury to the property or persons used or employed on or in connection with the work contracted for, and of all damage or injury to any person or property wherever located, resulting from any action, omission, commission or operation under the Contract. B. The Contractor and all subcontractors shall, during the continuance of all work under the Contract provide the following: 1. Workers' compensation and Employer's Liability to protect the Contractor from any liability or damages for any injuries (including death and disability) to any and all of its employees, including any and all liability or damage which may arise by

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 54 of 89

virtue of any statute or law in force within the Commonwealth of Virginia. 2. Comprehensive General Liability insurance to protect the Contractor, and the interest of the County, its officers, employees, and agents against any and all injuries to third parties, including bodily injury and personal injury, wherever located, resulting from any action or operation under the Contract or in connection with the contracted work. The General Liability insurance shall also include the Broad Form Property Damage endorsement, in addition to coverage for explosion, collapse, and underground hazards, where required. 3. Automobile Liability insurance, covering all owned, non-owned, borrowed, leased, or rented vehicles operated by the Contractor. C. The Contractor agrees to provide the above referenced policies with the following limits. Liability insurance limits may be arranged by General Liability and Automobile policies for the full limits required, or by a combination of underlying policies for lesser limits with the remaining limits provided by an Excess or Umbrella Liability policy. 1. Workers’ Compensation: Coverage A: Statutory Coverage B: $5,000,000 2. General Liability: 3. Coverage shall be at least as broad as: Comprehensive General Liability endorsed to include Broad Form, Commercial General Liability form including Products/Completed Operations. 4. Minimum Limits General Liability: Per Occurrence: $15,000,000 Personal/Advertising Injury: $15,000,000 General Aggregate: $15,000,000 Products/Completed Operations: $15,000,000 aggregate Fire Damage Legal Liability: $100,000 Medical Expense Limit: $5,000 5. Automobile Liability:

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 55 of 89

Coverage sufficient to cover all vehicles owned, used, or hired by the Contractor, his agents, representatives, employees or subcontractors Minimum Limits Automobile Liability Combined Single Limit: $15,000,000 Each Occurrence Limit: $15,000,000 Medical Expense Limit: $5,000 Garage Keepers Liability Coverage sufficient to cover all vehicles stores by the offeror, his agents, representatives, employees or subcontractors. Minimum Limits Liability: Combined Single Limit $15,000,000 Each Occurrence Limit $15,000,000 Medical Expense Limit $5,000 6. Umbrella Liability $5,000,000 or a total of $20,000,000 in liability coverage.

7. Fidelity Bond Coverage Coverage sufficient to cover all participant employees through failure of any of the employees, acting alone or in collusion with others to perform faithfully their duties or to account properly for all monies and property received by vita of their position or employment. Coverage: $250,000.00 blanket coverage 8. Owners’ and Contractors’ Protective Liability Policy will be in name of County. Minimum limits required are $1,000,000 D. The following provisions shall be agreed to by the Contractor: 1. No change, cancellation, or non-renewal shall be made in any insurance coverage without a thirty (30) day written notice to the County. The Contractor shall furnish a new certificate prior to any change or cancellation date. The failure of the Contractor to deliver a new and valid certificate will result in suspension of all payments until the new certificate is furnished. 2. Liability Insurance "Claims Made" basis:

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 56 of 89

If the liability insurance purchased by the Contractor has been issued on a "claims made" basis, the Contractor must comply with the following additional conditions. The limits of liability and the extensions to be included as described previously in these provisions, remain the same. The Contractor must either: a. Agree to provide certificates of insurance evidencing the above coverage for a period of two (2) years after final payment for the Contract for General Liability policies This certificate shall evidence a "retroactive date" no later than the beginning of the Contractor's work under this Contract, or b. Purchase the extended reporting period endorsement for the policy or policies in force during the term of this Contract and evidence the purchase of this extended reporting period endorsement by means of a certificate of insurance or a copy of the endorsement itself. 3. The Contractor must disclose the amount of deductible/self- insured retention applicable to the General Liability and Automobile Liability. The County reserves the right to request additional information to determine if the Contractor has the financial capacity to meet its obligations under a deductible/self-insured plan. If this provision is utilized, the Contractor will be permitted to provide evidence of its ability to fund the deductible/self-insured retention. 4. a. The Contractor agrees to provide insurance issued by companies admitted within the Commonwealth of Virginia, with the Best's Key Rating of at least A:VII. b. European markets including those based in London, and the domestic surplus lines market that operate on a non-admitted basis are exempt from this requirement provided that the Contractor's broker can provide financial data to establish that a market's policyholder surpluses are equal to or exceed the surpluses that correspond to Best's A:VII Rating. 5. a. The Contractor will provide an original signed Certificate of Insurance and such endorsements as prescribed herein. b. The Contractor will provide on request certified copies of all insurance coverage related to the Contract within ten (10) business days of request by the County. These certified copies will be sent to the County from the Contractor's insurance agent or representative.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 57 of 89

Any request made under this provision will be deemed confidential and proprietary. c. Any certificates provided shall indicate the Contract name and number. 6. The County, its officers and employees shall be Endorsed to the Contractor's Automobile and General Liability policies as an "additional insured" with the provision that this coverage "is primary to all other coverage the County may possess." (Use "loss payee" where there is an insurable interest). A Certificate of Insurance evidencing the additional insured status must be presented to the County along with a copy of the Endorsement. 7. Compliance by the Contractor with the foregoing requirements as to carrying insurance shall not relieve the Contractor of their liabilities provisions of the Contract. E. Precaution shall be exercised at all times for the protection of persons (including employees) and property. F. The Contractor is to comply with the Occupational Safety and Health Act of 1970, Public Law 91-956, as it may apply to this Contract. G. If an "ACORD" Insurance Certificate form is used by the Contractor's insurance agent, the words "endeavor to" and ". . . but failure to mail such notice shall impose no obligation or liability of any kind upon the company" in the "Cancellation" paragraph of the form shall be deleted. H. The Contractor agrees to waive all rights of subrogation against the County, its officers, employees, and agents. 6.8 Hold Harmless The Contractor shall, indemnify, defend, and hold harmless the County from loss from all suits, actions, or claims of any kind brought as a consequence of any act or omission by the Contractor. The Contractor agrees that this clause shall include claims involving infringement of patent or copyright. For purposes of this paragraph, “County” and “Contractor” includes their employees, officials, agents, and representatives. “Contractor” also includes subcontractors and suppliers to the Contractor. The word “defend” means to provide legal counsel for the County or to reimburse the County for its attorneys’ fees and costs related to the claim. This section shall survive the Contract. The County is prohibited from indemnifying Contractor and/or any other third parties. 6.9 Safety All Contractors and subcontractors performing services for the County are required to and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 58 of 89

Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this Contract. 6.10 Permits It shall be the responsibility of the Contractor to comply with County ordinances by securing any necessary permits. The County will waive any fees involved in securing County permits. 6.11 Notice of Required Disability Legislation Compliance * Loudoun County government is required to comply with state and federal disability legislation: The Rehabilitation Act of 1973 Section 504, The Americans with Disabilities Act (ADA) for 1990 Title II and The Virginians with Disabilities Act of 1990. Specifically, the County may not, through its contractual and/or financial arrangements, directly or indirectly avoid compliance with Title II of the Americans with Disabilities Act, Public Law 101-336, which prohibits discrimination by public entities on the basis of disability. Subtitle A protects qualified individuals with disability from discrimination on the basis of disability in the services, programs, or activities of all State and local governments. It extends the prohibition of discrimination in federally assisted programs established by the Rehabilitation Act of 1973 Section 504 to all activities of state and local governments, including those that do not receive federal financial assistance, and incorporates specific prohibitions of discrimination on the basis of disability in Titles I, III, and V of the Americans with Disabilities Act. The Virginians with Disabilities Act of 1990 follows the Rehabilitation Act of 1973 Section 504. 6.12 Ethics in Public Contracting * The provisions contained in §§ 2.2-4367 through 2.2-4377 of the Virginia Public Procurement Act as set forth in the 1950 Code of Virginia, as amended, shall be applicable to all Contracts solicited or entered into by the County. A copy of these provisions may be obtained from the Division of Procurement upon request. The above-stated provisions supplement, but do not supersede, other provisions of law including, but not limited to, the Virginia State and Local Government Conflict of Interests Act (§ 2.2-3100 et seq.), the Virginia Governmental Frauds Act (§ 18.2-498.1 et seq.) and Articles 2 and 3 of Chapter 10 of Title 18.2. The provisions apply notwithstanding the fact that the conduct described may not constitute a violation of the Virginia State and Local Government Conflict of Interests Act. 6.13 Employment Discrimination by Contractors Prohibited * Every Contract of over $10,000 shall include the following provisions:

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 59 of 89

A. During the performance of this Contract, the Contractor agrees as follows: 1. The Contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, status as a service disabled veteran, or any other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. 2. The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, shall state that such Contractor is an equal opportunity employer. 3. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient to meet this requirement. B. The Contractor will include the provisions of the foregoing paragraphs, 1, 2, and 3 in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. 6.14 Drug-free Workplace * Every Contract over $10,000 shall include the following provision: During the performance of this Contract, the Contractor agrees to (i) provide a drug-free workplace for the Contractor’s employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the Contractor’s workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or behalf of the Contractor that the Contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. For the purposes of this section, “drug-free workplace” means a site for the performance of work done in connection with a specific Contract awarded to a Contractor in accordance with this chapter, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana during the performance of the Contract. 6.15 Faith-Based Organizations *

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 60 of 89

The County does not discriminate against faith-based organizations. 6.16 Immigration Reform and Control Act of 1986 * By entering this Contract, the Contractor certifies that it does not and will not during the performance of this Contract violate the provisions of the Federal Immigration Reform and Control Act of 1986, which prohibits employment of illegal aliens. 6.17 Substitutions NO substitutions, additions or cancellations, including those of key personnel, are permitted after Contract award without written approval by the Division of Procurement. Where specific employees are proposed by the Contractor for the work, those employees shall perform the work as long as those employees work for the Contractor, either as employees or subcontractors, unless the County agrees to a substitution. Requests for substitutions will be reviewed by the County and approval may be given by the County at its sole discretion. 6.18 Condition of Items All items shall be new, in first class condition, including containers suitable for shipment and storage, unless otherwise indicated herein or as may be agreed to by the parties in a written amendment to this Agreement. Oral agreements to the contrary will not be recognized. Only written amendments to the Agreement, signed by both parties, will be valid. 6.19 Workmanship and Inspection All work under this Contract shall be performed in a skillful and workmanlike manner. The Contractor and its employees shall be professional and courteous at all times. The County reserves the right to require immediate removal of any Contractor employee from County service it deems unfit for service for any reason, not contrary to law. This right is non-negotiable and the Contractor agrees to this condition by accepting this Agreement. Further, the County may, from time to time, make inspections of the work performed under the Agreement. Any inspection by the County does not relieve the Contractor of any responsibility in meeting the Agreement requirements. The Contractor will have all employees working at County sites wear a uniform and have photo identification (frontal face). This identification must be prominently displayed at all times. No one with a felony conviction may be employed under this Agreement. The Contractor MUST remove any employee from County service who is convicted of a felony during his or her employment. 6.20 Exemption from Taxes * Pursuant to Va. Code § 58.1-609.1, the County is exempt from Virginia State Sales or Use Taxes and Federal Excise Tax, therefore the Contractor shall not charge the County for Virginia State Sales or Use Taxes or Federal Excise Tax on the finished goods or products provided under the Contract. However, this exemption does not apply to the Contractor, and

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 61 of 89

the Contractor shall be responsible for the payment of any sales, use, or excise tax it incurs in providing the goods required by the Contract, including, but not limited to, taxes on materials purchased by a Contractor for incorporation in or use on a construction project. Nothing in this section shall prohibit the Contractor from including its own sales tax expense in connection with the Contract in its Contract price. 6.21 Ordering, Invoicing and Payment All work requested under this Agreement shall be placed on a County issued Purchase Order. The Contractor shall not accept credit card orders. Contractor shall submit invoices in duplicate at the end of each calendar month, such statement to include a detailed breakdown of all charges and shall be based on completion of tasks or deliverables and shall include progress reports. Invoices shall be submitted to: County of Loudoun, Virginia Department of Transportation and Capital Infrastructure P.O. Box 7500 Leesburg, VA 20177-7500 Attention: Scott Gross Upon receipt of invoice and final inspection and acceptance of the equipment and/or service, the County will render payment within forty-five (45) days unless any items thereon are questioned, in which event payment will be withheld pending verification of the amount claimed and the validity of the claim. The Contractor shall provide complete cooperation during any such investigation. Unless invoice items are questioned, the interest shall accrue at the rate of one percent (1%) per month for any late payments. Individual Contractors shall provide their social security numbers, and proprietorships, partnerships, and corporations shall provide their federal employer identification number on the pricing form. 6.22 Payments to Subcontractors * Within seven (7) days after receipt of amounts paid by the County for work performed by a subcontractor under this Contract, the Contractor shall either: A. Pay the subcontractor for the proportionate share of the total payment received from the County attributable to the work performed by the subcontractor under this Contract; or B. Notify the County and subcontractor, in writing, of his intention to withhold all or a part of the subcontractor's payment and the reason for non-payment. The Contractor shall pay interest to the subcontractor on all amounts owed that remain unpaid beyond the seven (7) day period except for amounts withheld as allowed in item B. above.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 62 of 89

Unless otherwise provided under the terms of this Contract, interest shall accrue at the rate of one percent (1%) per month. The Contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or otherwise be subject to the same payment and interest requirements as set forth above with respect to each lower-tier subcontractor. The Contractor's obligation to pay an interest charge to a subcontractor pursuant to this provision may not be construed to be an obligation of the County. 6.23 Assignment * The Agreement may not be assigned in whole or in part without the prior written consent of the Division of Procurement. The rights and obligations of the Contractor are personal and may be performed only by the Contractor. Any purported assignment that does not comply with this provision is void. This Contract is binding upon and inures to the benefit of the parties and their respective permitted successors and assigns. 6.24 Termination Subject to the provisions below, the Contract may be terminated by the County upon thirty (30) days advance written notice to the Contractor; but if any work or service hereunder is in progress, but not completed as of the date of termination, then the Contract may be extended upon written approval of the County until said work or services are completed and accepted. A. Termination for Convenience The County may terminate this Contract for convenience at any time in which the case the parties shall negotiate reasonable termination costs. B. Termination for Cause In the event of Termination for Cause, the thirty (30) days advance notice is waived and the Contractor shall not be entitled to termination costs. C. Termination Due to Unavailability of Funds in Succeeding Fiscal Years If funds are not appropriated or otherwise made available to support continuation of the performance of this Contract in a subsequent fiscal year, then the Contract shall be canceled and, to the extent permitted by law, the Contractor shall be reimbursed for the reasonable value of any non-recurring costs incurred but not amortized in the price of the supplies or services delivered under the Contract. 6.25 Contractual Disputes * The Contractor shall give written notice to the Purchasing Agent of intent to file a claim for money or other relief within ten (10) calendar days of the

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 63 of 89

occurrence giving rise to the claim or at the beginning of the work upon which the claim is to be based, whichever is earlier. The Contractor shall submit its invoice for final payment within thirty (30) days after completion or delivery of the services. The claim, with supporting documentation, shall be submitted to the Purchasing Agent by US Mail, courier, or overnight delivery service, no later than sixty (60) days after final payment. If the claim is not disposed of by agreement, the Purchasing Agent shall reduce his/her decision to writing and mail or otherwise forward a copy thereof to the Contractor within thirty (30) days of the County’s receipt of the claim. The Purchasing Agent's decision shall be final unless the Contractor appeals within thirty (30) days by submitting a written letter of appeal to the County Administrator, or his designee. The County Administrator shall render a decision within sixty (60) days of receipt of the appeal. No Contractor shall institute any legal action until all statutory requirements have been met. Each party shall bear its own costs and expenses resulting from any litigation, including attorney’s fees. 6.26 Severability * In the event that any provision shall be adjudged or decreed to be invalid by a court of competent jurisdiction, such ruling shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall continue to be valid, binding and in full force and effect. 6.27 Governing Law/Forum * This Contract shall be governed and construed in all respects by its terms and by the laws of the Commonwealth of Virginia,. Any judicial action shall be filed in the Commonwealth of Virginia, County of Loudoun. Contractor expressly waives any objection to venue or jurisdiction of the Loudoun County Circuit Court, Loudoun County, Virginia. Contractor expressly consents to waiver of service of process in an action pending in the Loudoun County Circuit Court pursuant to Virginia Code Section 8.01-286.1. 6.28 Notices All notices and other communications hereunder shall be deemed to have been given when made in writing and either (a) delivered in person, (b) delivered to an agent, such as an overnight or similar delivery service, or (c) deposited in the United States mail, postage prepaid, certified or registered, return receipt requested, addressed as follows: TO CONTRACTOR: TO COUNTY: TBD County of Loudoun, Virginia Division of Procurement Attn: Gerald Landayan

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 64 of 89

If (a) or (b): 1 Harrison St, SE 4th Floor Leesburg, VA 20175 Or Via delivery method (c) P.O. Box 7000 Leesburg, VA 20177 Notice is deemed to have been received: (i) on the date of delivery if delivered in person; (ii) on the first business day after the date of delivery if sent by same day or overnight courier service; or (iii) on the third business day after the date of mailing, if sent by certified or registered United States Mail, return receipt requested, postage and charges prepaid. 6.29 Licensure To the extent required by the Commonwealth of Virginia (see e.g. 54.1-1100 et seq. of the Code of Virginia) or the County, the Contractor shall be duly licensed to perform the services required to be delivered pursuant to this Contract. 6.30 Authority to Transact Business in Virginia * A Contractor organized as a stock or nonstock corporation, limited liability company, business trust, or limited partnership or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a domestic or foreign business entity if so required by Title 13.1 or Title 50 of the Code of Virginia or as otherwise required by law. Any business entity described herein that enters into a Contract with the County pursuant to the Virginia Public Procurement Act 2.2-4300 et seq. shall not allow its existence to lapse or its certificate of authority or registration to transact business in the Commonwealth, if so required under Title 13.1 or Title 50 of the Code of Virginia, to be revoked or cancelled at any time during the term of the Contract. The County may void any Contract with a business entity if the business entity fails to remain in compliance with the provisions of this section. 6.31 No Smoking Smoking or vaping in all County buildings and vehicles is prohibited. The County may designate a smoking area outside County facilities. Contractor shall only use those designated smoking areas. Certain County facilities, both inside and outside, may be entirely smoke free. Contractor shall inquire of the Contract Administrator or designee if a facility is entirely smoke free. Failure to adhere to the County’s no smoking policies may lead to removal of Contractor employees and possible Contract termination. 6.32 Background Checks

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 65 of 89

The Contractor shall obtain background checks on all personnel who will be assigned to County buildings and vehicles working in any capacity including supervision. The background check MUST be completed and received by the County Contract Administrator before any personnel can work on County property. The Contractor should have enough qualified people with current background checks so as to be able to provide a replacement within twenty- four (24) hours. It is recommended that the Contractor keep on file with the Contract Administrator a list of persons who may work at County properties so that replacements can be quickly made. Should a replacement take longer than twenty-four (24) hours, this may be cause for termination of the Agreement. Should the Contractor assign someone who has not had a background check, that person will be immediately ordered off of County property and the Contractor may not bill the County for any hours worked. No one with a felony conviction may be employed under this Agreement. The Contractor MUST remove any employee from County service who is convicted of a felony during his or her employment. After initial background checks have been made, they must be done annually for any person working at County sites after one (1) year. Failure to obtain background checks as specified can result in termination of the Agreement. 6.33 Confidentiality A. Contractor Confidentiality The Contractor acknowledges and understands that its employees may have access to proprietary, business information, or other confidential information belonging to the County of Loudoun. Therefore, except as required by law, the Contractor agrees that its employees will not: 1. Access or attempt to access data that is unrelated to their job duties or authorizations as related to this Contract. 2. Access or attempt to access information beyond their stated authorization. 3. Disclose to any other person or allow any other person access to any information related to the County or any of its facilities or any other user of this Contract that is proprietary or confidential. Disclosure of information includes, but is not limited to, verbal discussions, FAX transmissions, electronic mail messages, voice mail communication, written documentation, “loaning” computer access codes and/or another transmission or sharing of data. The Contractor understands that the County, or others may suffer irreparable harm by disclosure of proprietary or confidential information and that the County may seek legal remedies available to it should such disclosure occur. Further, the Contractor

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 66 of 89

understands that violations of this provision may result in Contract termination. The Contractor further understands that information and data obtained during the performance of this agreement shall be considered confidential, during and following the term of this Contract, and will not be divulged without the Purchasing Agent’s written consent and then only in strict accordance with prevailing laws. The Contractor shall hold all information provided by the County as proprietary and confidential, and shall make no unauthorized reproduction or distribution of such material. B. County Confidentiality In addition, the County understands that certain information provided by the Contractor during the performance of this Agreement may also contain confidential or proprietary information. All information will be maintained in accordance with the Virginia Freedom of Information Act. 6.34 Counterparts This Contract and any amendments or renewals hereto may be executed in a number of counterparts, and each counterpart signature, when taken with the other counterpart signatures, is treated as if executed upon one original of this Contract or any amendment or renewal. A signature by any party to this Contract provided by facsimile or electronic mail is binding upon that party as if it were the original. 6.35 Force Majeure A party is not liable for failure to perform the party's obligations if such failure is as a result of Acts of God (including fire, flood, earthquake, storm, hurricane or other natural disaster), epidemics, pandemics,war, invasion, act of foreign enemies, hostilities (regardless of whether war is declared), civil war, rebellion, revolution, insurrection, military or usurped power or confiscation, terrorist activities, nationalization, government sanction, blockage, embargo, strikes at national level or industrial disputes at a national level, or strike or industrial disputes by labor not employed by the affected party, its subcontractors or its suppliers and which affect an essential portion of the contracted for works but excluding any industrial dispute which is specific to the performance of the works or this contract, interruption or failure of electricity or telephone service. If a party asserts Force Majeure as an excuse for failure to perform the party's obligation, that party must immediately notify the other party giving full particulars of the event of force majeure and the reasons for the event of force majeure preventing that party from, or delaying that party in performing its obligations under this contract and that party must use its reasonable efforts to mitigate the effect of the event of force majeure upon its or their performance of the contract and to fulfill its or their obligations under the contract.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 67 of 89

An event of force majeure does not relieve a party from liability for an obligation which arose before the occurrence of that event, nor does that event affect the obligation to pay money in a timely manner which matured prior to the occurrence of that event. The Contractor has no entitlement and County has no liability for: (1) any costs, losses, expenses, damages or the payment of any part of the contract price during an event of force majeure; and (2) any delay costs in any way incurred by the contractor due to an event of force majeure. 6.36 Contract Deficiency Deductions The County's customers are largely professionals with over half employed by the Federal Government. The length of their trip, particularly the time spent on the bus, schedule adherence, climate control, and other passenger amenities are major priorities. The County’s patrons have high expectations and since most have automobiles, they are choice riders. As such, they demand a higher level of service. This fact exerts a strong influence on the County's selection of a Contractor. The County will suffer damage if the service rendered by the Contractor is inadequate; however the County is unable to precisely quantify actual deductions for inadequate services rendered under this contract. Therefore the County may apply Contract Deficiency Deductions for inadequate service delivery. The County has identified the service delivery infractions, has indicated the nature of the Deduction that would be suffered due to each type of infraction and has assigned an amount of contract Deduction to each. These contract Deduction values may be subject to negotiation during contract negotiation. The County will inform the Contractor of any infraction when they are brought to the County’s attention. The Contractor will have five business days to research the infraction and respond to the County. The County will also inform the Contractor of the result of the County’s investigation(s). Based on this information, the County will inform the Contractor of any Contract Deficiency Deductions that may be applied. A listing of the Contract Deficiency Deductions for this contract can be located in Attachment #5 to this document. Failure to assess Contract Deficiency Deductions in any circumstance does not negate or abridge the County's right to assess such deductions in the future for the same infraction or infractions of the Contract for which the County previously waived or failed to assess such deductions. 6.37 Survival of Terms Upon discharge of this Agreement, Sections [Notice, Hold Harmless, Governing Law/Forum, Contractual Disputes, General Guaranty (section 6.42) and Service Contract Guaranty (section 6.43)] of these Terms and Conditions continue and survive in full force and effect. 6.38 Non-Waiver

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 68 of 89

No waiver of any provision of this Agreement shall constitute a waiver of any other provision nor shall any waiver of this Agreement constitute a continuing waiver unless otherwise expressly provided. 6.39 Contract Performance Bond The following bond or security shall be delivered to the Division of Procurement and shall become binding on the parties upon the execution of the Contract: A. A performance bond satisfactory to the County, executed by a surety company authorized to do business in Virginia with a Best’s Key Rating of Level A or better and in a financial size of Class VII or higher, or otherwise secured in a manner satisfactory to the County, for the faithful performance of the Contract in strict conformity with the plans, specifications and conditions of the Contract. The bond shall be in an amount equal to one hundred percent (100%) annual contract amount. This bond shall be renewable annually during the Contract Term. B. The amount of the performance bond shall increase without the necessity of any action by the County, to the same extent the Contract Price increases due to changes. C. All sureties providing bonds shall give written notice to the County at least thirty (30) days prior to the expiration or termination of the bond(s). D. If at any time, any surety or sureties become insolvent or are determined by the Owner to be unable to adequately secure the interests of the County, the Contractor shall within thirty (30) days after such notice from County to do so, substitute an acceptable bond(s) in such form and sum and signed by such other sureties as may be satisfactory to County. The premium on such bond(s) shall be paid by the Contractor at no additional cost to the County provided reasonable justification can be provided by the County for its determination. E. The bond shall be payable to the County of Loudoun, Virginia and delivered within fifteen (15) calendar days following the County’s issuance of the Notice of Award. F. If the Contractor fails to provide the required bond in accordance with the terms identified herein, the County may terminate the contract for cause. 6.40 Access To and Inspection of Work The County Purchasing Agent and designee, Contract Administrator and using agencies shall, at all times, have access to the work being performed under this Contract wherever it may be in progress or preparation. 6.41 Project Audits

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 69 of 89

A Except as otherwise may be provided herein, the Contractor shall maintain books, records and documents of all costs and data in support of the services provided. The County or its authorized representative shall have the right to audit the books, records and documents of the Contractor under the following conditions: 1. If the Contract is terminated for any reason in accordance with the provisions of these contract documents in order to arrive at equitable termination costs. 2. In the event of a disagreement between the Contractor and the County on the amount due the Contractor under the terms of this contract. 3. To check or substantiate any amounts invoiced or paid which are required to reflect the costs of services, or the Contractor’s efficiency or effectiveness under this contract; and, 4. If it becomes necessary to determine the County’s rights and the Contractor’s obligation under the Contract or to ascertain facts relative to any claim against the Contractor that may result in a charge against the County. 5. At any other time as may be required or authorized by Virginia Law. B. These provisions for an audit shall give the County unlimited access during normal working hours to the Contractor’s books and records under the conditions stated above. C. Unless otherwise provided by applicable statute, the Contractor, from the effective date of final payment or termination hereunder, shall preserve and make available to the County for a period of three years thereafter, at all reasonable times at the office of the Contractor but without charge to the County, all its books, records, documents and other evidence bearing on the costs and expenses of the services relating to the work. D. The County’s right to audit and the preservation of records shall terminate at the end of the three years as stated herein. The Contractor shall include this “Right of Audit and preservation of records” clause in all subcontracts issued by it and they shall require same to be inserted in all lower tier subcontractors in their subcontracts, for any portion of work. E. Should the Contractor fail to include this clause in any contract or lower tier contract, or otherwise fail to insure County’s rights, the Contractor shall be liable to County for all reasonable costs, expenses, attorney’s fee which County may have to incur in order to obtain an audit or inspection of or the restoration of records which would have otherwise been available to County from said persons

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 70 of 89

under this clause. Such audit may be conducted by County or its authorized representative. 6.42 General Guaranty Contractor agrees to: A. Save the County, its agents and employees harmless from liability of any nature or kind for the ups of any copyrighted or uncopyrighted composition; secret process, patented or unpatented; invention; article or appliance furnished or used in the performance of a contract for which the Contractor is not the patentee, assignee, licensee or owner. B. Protect the County against latent defective material or workmanship and to repair or replace any damages or marring occasioned in transit or delivery. 1. Furnish adequate protection against damage to all work and to repair damage of any kind to the building or equipment, to his or her own work or to the work of other contractors, for which his or her workers are responsible. 2. Pay for all permits, licenses and fees and give all notices and comply with all laws, ordinances, rules and regulations of the County. 3. Protect the County from loss or damage to County owned property while it is in the custody of the Contractor. 6.43 Service Contract Guaranty Contractor agrees to: A. Furnish services described in the contract at the times and places and in the manner and subject to conditions therein set forth provided that the County may reduce the said services at any time. B. Enter upon the performance of services with all due diligence and dispatch, assiduously press to its complete performance and exercise there in the highest degree of skill and competence. C. All work and services rendered in strict conformance to all laws, statutes, and ordinances and the applicable rules, regulations, methods and procedures of all government boards, bureaus, offices and other agents. D. Allow services to be inspected or reviewed by an employee of the County at any reasonable time and place selected by the County. The County shall be under no obligation to compensate Contractor for any services not rendered in strict conformity with the Contract. E. Stipulate that the presence of a County inspector shall not lessen the obligation of the Contractor for performance in accordance with the Contract requirements, or be deemed a defense on the part of the

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 71 of 89

Contractor for infraction thereof. The Inspector is not authorized to revoke, alter, enlarge, relax, or release any of the requirements of the contract documents. Any omission or failure on the part of the Inspector to disapprove or reject any work or material shall not be construed to be an acceptance of any such defective work or material. Notification of an omission or failure will be documented. F. During the Contract period, the County will have immediate and unrestricted access to all vehicles and all maintenance records during planned and unannounced visits or inspections of the fleet and records associated with their maintenance and repair. This includes total access to any paper files or electronic program or system(s), which maintain any records (present or historical) for Loudoun County assets supplied under this contract. G. During the Contract period, the County shall have, at its sole discretion, the authority to place out of service any unit or revenue vehicle or fleet type for any safety reason upon inspection, until repairs are completed to ensure the vehicle or vehicles are safe for service. Such action does not relieve Contractor of its’ obligation to provide service under the terms of the contract. 6.44 Security The Contractor shall keep all suite and exterior doors closed during performance of work. A timer activates the door locks. Doors should not be blocked open for any reason. Doors held open more than 20 seconds once locks are activated will cause the security system to alert the Loudoun County Sheriff’s Office. The Contractor shall not allow anyone (including County employees) into the building or office suites when doors are locked. Violation may result in termination of the Contract. 6.45 Key Deposit Access to County facilities shall be in accordance with instructions, keys and/or security cards issued or provided by the County Representative(s). Access may include special instruction about security systems installed at these Facilities. The Contractor shall take all reasonable precautions to ensure that security of these Facilities and internal equipment, furnishings and other items are maintained at all times. The Contractor shall be responsible for the series of keys assigned to it and shall assign these keys to its personnel for use in maintaining the Facilities. The Contractor shall be responsible for the proper use and safe keeping of all keys issued by the County to the Contractor. When leaving the Facilities the Contractor’s staff shall ensure that all external windows and doors are closed and secured. If the Contractor’s staff fails to properly secure the Facilities, the County will deduct any resulting fees and/or the cost of County staff time required to correct the situation from the Contractor’s monthly payment.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 72 of 89

The Contractor shall report all lost or stolen keys to the County Representative(s) within twenty-four (24) hours after discovery of the loss. The Contractor shall reimburse County for the total cost, as determined by County, of re-keying the Facilities or duplicating additional keys. Upon expiration or termination of the Contract, the Contractor shall immediately return all keys, cards, remote controls, etc., to County. The Contractor shall be responsible for any lost keys, card keys and any Inherent damages (i.e., re-keying of whole Facility). This cost shall be withheld from payment(s). The decision to re-key the whole Facility is solely that of the County. Upon completion of Contract, final payment shall be withheld until all issued keys are returned to the County Contract Administrator or authorized representative.

7.0 EVALUATION OF PROPOSALS: SELECTION FACTORS The criteria set forth below will be used in the receipt of proposals and selection of the successful offeror. The County Proposal Analysis Group (PAG) will review and evaluate each proposal and selection will be made on the basis of the criteria listed below. A. Credentials, related experience and financial stability of firm as well as the related experience and qualifications of key personnel as it relates to transit and maintenance operations. (30 points)

B. Demonstrated understanding, project approach, ability to meet or exceed the Scope of Services, and provided staffing plan, startup plan and timeline (30 points)

C. Compliance with Terms and Conditions (10 points)

D. Overall quality and completeness of proposal (and interview, if shortlisted) (5 points)

E. Cost of Services (25 points)

The PAG will collectively develop a composite rating which indicates the group's collective ranking of the highest rated proposals in a descending order. The PAG may then conduct interviews and site visits with only the top ranked offerors, usually the top two (2) or three (3) depending upon the number of proposals received. Negotiations shall be conducted with offerors so selected. The PAG may request a Best and Final Offer(s) (BAFO) and/or make a recommendation for the Contract award.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 73 of 89

8.0 PROPOSAL SUBMISSION FORMAT Offerors are to make written proposals that present the offeror’s qualifications and understanding of the work to be performed. Offerors shall address each of the specific evaluation criteria listed below, in the following order. Failure to include any of the requested information may be cause for the proposal to be considered nonresponsive and rejected. To allow the PAG sufficient time to properly review all documents in their entirety, each proposal shall be limited to a total of 150 pages, including all graphics and figures, but excluding the cover letter, table of contents, tabs, forms (Section 7 of 8.1), and appendices. All pages shall be numbered. 8.1 Proposal Format • Cover Letter • Section 1: Minimum Qualifications • Section 2: Transit Experience, Qualifications, Safety Experience and Ratings and Financial Stability • Section 3: Demonstrate understanding, project approach and ability to meet or exceed the Scope of Services • Section 4: Staffing Plan • Section 5: Startup Plan and Timeline • Section 6: Cost and Pricing Information & Alternative Price Proposal • Section 7: Compliance with Terms and Conditions • Section 8: Contract Performance Bond • Section 9: Proprietary Information • Section 10: Proposal Submission Form and Other Forms to be Completed • Appendix 8.2 Cover Letter Include the following in the cover letter: A. Commitment to provide the required services. B. Name and signature of the Offeror’s representative authorized to negotiate any aspect of the proposal with the County. C. Statements that the Offeror has avoided documented conflicts of interest in violation of applicable federal, state and local laws. D. Statement that the Offeror has read and understands all information contained in the RFP and any addenda (if applicable). 8.3 Section 1: Minimum Qualifications See Section 4.0 for submission requirements.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 74 of 89

8.4 Section 2: Transit Experience, Qualifications, Safety Experience and Ratings and Financial Stability A. Provide an overview of your firm including brief company history, length of time in business providing the specific services required in this RFP, size, and organizational structure. B. The proposal will need to list a minimum of three contracts, including references with contact information, that show the Offeror provided and managed the operations of the four types of transit services (Commuter Bus, Metro-Connection, Local Fixed Route and Paratransit) of similar size as listed in the scope. Additionally, the proposal will need to demonstrate that the Offeror has stood up and manned a paratransit reservation and dispatch center. The proposal will demonstrate the firm’s ability to hire and employ the necessary personnel to complete all work as outlined in this RFP. C. Narrative response describing the Offeror’s ability to meet and exceed the Operations requirements contained in the Section 5.2 Operations of the RFP. a. All Bus Service b. Commuter Bus Service c. Local Fixed Routes, d. Metro Connection Bus Service e. ADA/ Paratransit Service f. Route Service Schedule Production g. Provide a list and description of support vehicles, equipment and inventory that will be used to perform operations. Describe which equipment will be leased or purchased or if utilizing existing company equipment h. Description of the Offeror’s approach to Reporting and Record Keeping as noted on Section 5.18. D. Have any of the firm’s principals ever been convicted of felony violations of federal, state and/or local laws? E. List and briefly describe all legal actions (current or pending) over the past three-years in which your firm (or any team member) has been: 1) a debtor in bankruptcy; 2) a defendant in a lawsuit for deficient performance; 3) a defendant in a criminal action; 4) a respondent in an administrative action for deficient performance. F. State whether you have had any contract or agreement that has been involuntarily terminated for cause. If applicable, provide the reason for the termination. G. State if your firm has been debarred. If applicable, provide the reason for the debarment.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 75 of 89

H. Has the firm or any of the firms’ principals ever filed for bankruptcy? I. Description of financial stability and other resources that most adequately ensure the delivery of acceptable services to the County. The Offeror shall indicate the type of organization they represent (i.e., individual, partnership, or corporation). If the Offeror represents a corporation or partnership, the names of the President, Vice-President, Secretary, Treasurer, and all principals or partners shall be listed. If available, the Offeror should provide financial statements (i.e., audited annual financial reports for the previous three years).

J. Has your firm ever had a prior contractual relationship with Loudoun County? If yes, provide information on the relationship.

K. Describe your firm’s experience, past or current, operating and maintaining any mass transit operations? L. Demonstrate sufficient safety experience. Provide copies of the two (2) most current years of safety experience and ratings. 8.5 Section 3: Demonstrate understanding, project approach and ability to meet or exceed the Scope of Services A. Demonstrate experience in maintaining commuter coaches (preferably MCI D4500s), transit buses (preferably Gilligs) and Body on Chassis buses. The proposal will also provide a minimum of three contracts (could be the same three contract(s) that were provided for operations) that demonstrate the Offeror has provided the maintenance of 45’ motor coaches, 30’ – 40’ transit buses and various sizes and types of Body on Chassis buses. B. The proposal response should list the top three maintenance issues that have been experienced with each type of bus and what has been done to mitigate these top three issues. C. Proposal response should include the preventative maintenance plan (at the minimum per manufacturer’s standards) for each type of bus and what quality assurance and quality controls will be in place to make sure the preventative maintenance work is performed per the requirements of the contract. D. Submit a narrative response describing the Offeror’s ability to meet and exceed the Fleet Management and Maintenance requirements contained in the Section 5.15 of the RFP. 1. Fleet Management 2. Fleet Maintenance 3. Description of Offeror’s Quality Control program as shown on section 5.17 and 5.21. E. Submit a detailed plan for cleaning and maintaining the buses.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 76 of 89

8.6 Section 4:Staffing Plan A. Please provide an organizational chart that includes individual positions for staff to be assigned as a result of this RFP. The ORG chart should highlight the Key Personnel required in section 5.13 and visually show the relationship between the Maintenance Department and Operations. The organization chart should also list any subcontractors to be used; such as external maintenance shops, janitorial staff and lawn maintenance staff.

B. Offeror’s proposed management team members (Key Personnel) shall have a minimum of five (5) years’ experience managing Commuter Bus, Local Fixed Route, Metro Connection Bus and Paratransit bus Services that are similar in size to the services listed in section 5.12. Additionally, the maintenance manager shall have a minimum of five years’ experience in maintaining the types of buses listed in section 5.15, Section A.1. Provide resumes only for those other key day-to-day personnel that will be responsible for each aspect of the operation and a brief description of their experience. Each resume should include years of experience in the positions listed as key personnel on Section 5.13 as well as highlight any specific experience with engagements similar to that included in this RFP. C. Operators: 1. Provide information on how your firm will recruit and hire staff for this engagement. Is your firm able to utilize resources already employed by your firm and assigned to other projects? 2. Describe the standards for hiring employees and detail personnel policies, background checks, and performance standards. Policies will include standards for employee courtesy, appearance, identification, and providing information to customers. 3. Provide information on operator training typically provided for new and existing staff. Provide samples of training plans that includes the elements of Section 5.14 A. 3 of the RFP. In addition, supervisor and management training must also adhere to the requirement of Section 5.13 A 4&5. Samples shall be included in the proposal appendix D. Maintenance Personnel 1. Provide information on how your firm will recruit and hire staff for this engagement. Is your firm able to utilize resources already employed by your firm and assigned to other projects?

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 77 of 89

2. Describe the standards for hiring employees and detail personnel policies, background checks, and performance standards. Policies will include standards for employee courtesy, appearance, identification, and providing information to customers. 3. Provide information on Maintenance training typically provided for new and existing staff. Provide samples of training plans as illustrated on Section 5.14 B.2 & 3 of the RFP. Samples shall be included in the proposal appendix. E. Subcontractors (If Applicable) Offerors shall include a list of all subcontractors with their proposal. Proposals shall also include a statement of the subcontractors' qualifications and information on what services will be performed by the subcontractors. Additionally, provide information on previous contractual engagements with the subcontractors. The County reserves the right to reject the successful Offeror’s selection of subcontractors for good cause. If a subcontractor is rejected the offeror may replace that subcontractor with another subcontractor subject to the approval of the County. Any such replacement shall be at no additional expense to the County nor shall it result in an extension of time without the County’s approval. 8.7 Section 5: Start up Plan and Timeline Provide a detailed schedule showing activities your firm will perform starting at contract award through the start of interim operations to full service operations of revenue service. 8.8 Section 6: Cost and Pricing Information Pricing is to be submitted on Attachments 9 & 10 and the provided Excel workbooks only. The Excel documents should be kept in Excel when placed on the flash/thumb drives. Excel documents (Forms A-E) should be provided separately for the cost of interim operations and full service operations. In addition, the COVID-19 pandemic caused most transit services in Loudoun County to be suspended on March 30, 2020. At the time of advertisement of this RFP, transit services will be operating at substantially lower levels than were operated prior to the COVID-19 pandemic. To that point, it is impossible to know how long it will take transit service to return to pre-COVID-19 levels, if ever. Based on unknown future transit service levels in Loudoun, the County is requesting that all Offerors submit their price proposals using 70% of the FY 2019 service hours and miles provided in section 3.1 Types of Transit Services. 8.9 Section 7: Compliance with Terms and Conditions

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 78 of 89

State your firm’s compliance with the Terms and Conditions as listed in Section 6.0. Specifically list any deviations and provide justification for each change. 8.10 Section 8: Contract Performance Bond Offerors shall provide a Performance Bond as stated on Section 6.39 – Contract Performance Bond and refer to Attachment 11 for the Sample Surety Statement. 8.11 Section 9.0 - Proprietary Information All proposals submitted in response to this RFP are subject to the Virginia Freedom of Information Act (FOIA). Place all proprietary and confidential information in this section. Failure to comply will result in the materials being released to vendors or the public as provided for under FOIA. Offerors shall also provide a fully redacted copy of its proposal on a CD or flash drive to be utilized for purposes of disclosure under FOIA. See Section 9.6 of this RFP for additional information and submission requirements. In this section, Offerors should provide a written statement that includes the following: “I, undersigned, hereby acknowledge that failure to mark information proprietary and confidential in accordance with Section 10.7 of the RFP may result in the disclosure of the contents of my firm’s proposal under FOIA. “ This statement should be accompanied with a signature of the person authorized to bind the firm. 8.12 Section 10: Proposal Submission Form and Other Forms to be Completed Include the following forms in this section: • Proposal Submission Form • Proof of Authority to Transact Business • How did you Hear? • W-9 • Sample Certificate of Insurance 8.13 Appendix The Offeror shall include all documents required by this RFP including, but not limited those noted below. Provide a separate tab for each item.

9.0 INSTRUCTIONS FOR SUBMITTING PROPOSALS 9.1 Preparation and Submission of Proposals A. Before submitting a proposal, read the ENTIRE solicitation including the Contract Terms and Conditions. Failure to read any part of this solicitation will not relieve an offeror of the Contractual obligations. B. Pricing must be submitted on RFP pricing form only. Include other information, as requested or required.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 79 of 89

C. All proposals must be submitted to the Division of Procurement in a sealed container. The face of the sealed container shall indicate the RFP number, time and date of opening and the title of the RFP. D. All proposals shall be signed in ink by the individual or authorized principals of the firm. E. All attachments to the RFP requiring execution by the offeror are to be returned with the proposal. F. Proposals must be received by the Division of Procurement prior to 4:00 p.m., local Atomic time on the date specified on the cover of this IFB. An atomic clock is located in the Division of Procurement and can also be verified by visiting http://www.time.gov/timezone.cgi?Eastern/d/-5/java. Requests for extensions of this time and date will not be granted, unless deemed to be in the County's best interest. Offerors mailing their proposals shall allow for sufficient mail time to ensure receipt of their proposals by the Division of Procurement by the time and date fixed for acceptance of the proposals. Proposals or unsolicited amendments to proposals received by the County after the acceptance date and time will not be considered. proposals will be publicly accepted and logged in at the time and date specified above. G. Proposals may be submitted via US Mail to PO Box 7000,Leesburg, Virginia 20177-7000; or hand delivered or private carrier (UPS/FedEx) to 1 Harrison Street, S.E., 4th Floor, Leesburg, Virginia 20175. Faxed and e-mailed proposals will not be accepted. (Please note: Offerors choosing to submit proposals via US Mail should allow at least an additional twenty-four (24) hours in the delivery process for internal County mailroom distribution). H. Each offeror shall submit one (1) printed original, six (6) printed copies and one (1) electronic copy on a flash drive of the proposal to the County's Division of Procurement as indicated on the cover sheet of this RFP. 9.2 Questions and Inquiries Questions and inquiries, both oral and written, will be accepted from any and all offerors. However, when requested, complex oral questions shall be submitted in writing. The Division of Procurement is the sole point of contact for this solicitation unless otherwise instructed herein. Unauthorized contact with other Loudoun County staff regarding the RFP may result in the disqualification of the offeror. Inquiries pertaining to the RFP must give the RFP number, time and date of opening and the title of the RFP. Material questions will be answered in writing with an Addendum provided, however, that all questions are received at least ten (10) days in advance of the proposal opening date or by 9:00 a.m. August 18, 2020. It is the responsibility of all offerors to ensure that they have received all Addendums

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 80 of 89

and to include signed copies with their proposal. Addendums can be downloaded from www.loudoun.gov/procurement. 9.3 Inspection of Site It is strongly recommended that all offerors make an on-site inspection of the location where the work will be performed to become completely familiar with the existing conditions. Failure to comply with this requirement will not relieve the successful offeror of his obligation to carry out the scope of the resulting contract. Inspections may be arranged by contacting Scott Gross at 571-252- 0171 or scott.gross@loudoun,gov. Should the state and locality COVID-19 requirements remain in place, face coverings and social distancing will be required during on-site visits. 9.4 Firm Pricing for County Acceptance Proposal pricing must be firm for County acceptance for a minimum of ninety (90) days from proposal receipt date. “Discount from list” proposals are not acceptable unless requested. 9.5 Unit Price Quote unit price on quantity specified and extend and show total. In case of errors in extension, unit prices shall govern. 9.6 Proprietary Information Trade secrets or proprietary information submitted by an offeror in connection with this solicitation shall not be subject to disclosure under the Virginia Freedom of Information Act; however, pursuant to § 2.2-4342 of the Code of Virginia, the offeror must invoke the protections of this section prior to or upon submission of the data or other materials, and must clearly identify the data or other materials to be protected and state the reasons why protection is necessary. Failure to abide by this procedure may result in disclosure of the offeror’s information. Offerors shall not mark sections of their proposal as proprietary if they are to be part of the award of the contract and are of a "Material" nature. 9.7 Authority to Bind Firm in Contract Proposals MUST give full firm name and address of offeror. Failure to manually sign proposal may disqualify it. Person signing proposal will show TITLE or AUTHORITY TO BIND THE FIRM IN A CONTRACT. Firm name and authorized signature must appear on proposal in the space provided on the pricing page. Those authorized to sign are as follows: • If a sole proprietorship, the owner may sign. • If a general partnership, any general partner may sign. • If a limited partnership, a general partner must sign. • If a limited liability company, a “member” may sign or “manager” must sign if so specified by the articles or organization.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 81 of 89

• If a regular corporation, the CEO, President or Vice-President must sign. • Others may be granted authority to sign but the County requires that a corporate document authorizing him/her to sign be submitted with proposal. 9.8 Withdrawal of Proposals A. All proposals submitted shall be valid for a minimum period of ninety (90) calendar days following the date established for acceptance. B. Proposals may be withdrawn on written request from the offeror at the address shown in the solicitation prior to the time of acceptance. C. Negligence on the part of the offeror in preparing the proposal confers no right of withdrawal after the time fixed for the acceptance of the proposals. 9.9 Late Proposals LATE proposals will be returned to offeror UNOPENED, if RFP number, acceptance date and offeror's return address is shown on the container. 9.10 Rights of County The County reserves the right to accept or reject all or any part of any proposal, waive informalities, and award the contract to best serve the interest of the County. Informality shall mean a minor defect or variation of a proposal from the exact requirements of the Request for Proposal which does not affect the price, quality, quantity, or delivery schedule for the goods, services or construction being procured. 9.11 Prohibition as Subcontractors No offeror who is permitted to withdraw a proposal shall, for compensation, supply any material or labor to or perform any subcontract or other work agreement for the person or firm to whom the contract is awarded or otherwise benefit, directly or indirectly, from the performance of the project for which the withdrawn proposal was submitted. 9.12 Proposed Changes to Scope of Services If there is any deviation from that prescribed in the Scope of Services, the appropriate line in the scope of services shall be ruled out and the substitution clearly indicated. The County reserves the right to accept or reject any proposed change to the scope. 9.13 Miscellaneous Requirements A. The County will not be responsible for any expenses incurred by an offeror in preparing and submitting a proposal. All proposals shall provide a straight-forward, concise delineation of the offeror's

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 82 of 89

capabilities to satisfy the requirements of this request. Emphasis should be on completeness and clarity of content. B. Offerors who submit a proposal in response to this RFP may be required to make an oral presentation of their proposal. The Division of Procurement will schedule the time and location for this presentation. C. Selected contents of the proposal submitted by the successful offeror and this RFP will become part of any contract awarded as a result of the Scope of Services contained herein. The successful offeror will be expected to sign a contract with the County. D. The County reserves the right to reject any and all proposals received by reason of this request, or to negotiate separately in any manner necessary to serve the best interests of the County. Offerors whose proposals are not accepted will be notified in writing. 9.14 Notice of Award A Notice of Award will be posted on the County's web site (www.loudoun.gov) and on the bulletin board located in the Division of Procurement, 4th floor, One Harrison St, SE, Leesburg, Virginia 20175. 9.15 Protest Offerors may refer to Sections 2.2-4357 through 2.2-4364 of the Code of Virginia to determine their remedies concerning this competitive process. Protests shall be submitted to the Director, Finance and Budget. 9.16 Debarment By submitting a proposal, the offeror is certifying that offeror is not currently debarred by the County, or in a procurement involving federal funds, by the Federal Government. A copy of the County's debarment procedure in accordance with Section 2.2-4321 of the Code of Virginia is available upon request. 9.17 Proof of Authority to Transact Business in Virginia An offeror organized or authorized to transact business in the Commonwealth pursuant to Title 13.1 or Title 50 of the Code of Virginia shall include in its bid or proposal the identification number issued to it by the State Corporation Commission. Any offeror that is not required to be authorized to transact business in the Commonwealth as a foreign business entity under Title 13.1 or Title 50 of the Code of Virginia or as otherwise required by law shall include in its bid or proposal a statement describing why the offeror is not required to be so authorized. Any offeror described herein that fails to provide the required information shall not receive an award unless a waiver of this requirement and the administrative policies and procedures established to implement this section is granted by the

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 83 of 89

Purchasing Agent or his designee. The SCC may be reached at (804) 371- 9733 or at http://www.scc.virginia.gov/default.aspx. 9.18 Cooperative Procurement As authorized in Section 2.2-4304 of the Code of Virginia, this procurement is being conducted on behalf of and may be used by public bodies, agencies, institutions and localities of the several states, territories of the United States, and the District of Columbia with the consent of the Contractor. 9.19 W-9 Form Required Each offeror shall submit a completed W-9 form with their proposal. In the event of contract award, this information is required in order to issue purchase orders and payments to your firm. A copy of this form can be downloaded from http://www.irs.gov/pub/irs-pdf/fw9.pdf. 9.20 Insurance Coverage Offerors shall include with their proposal a copy of their current Certificate of Insurance that illustrates the current level of coverage the offeror carries. The Certificate can be a current file copy and does not need to include any “additional insured” language for the County. 9.21 Legal Action No offeror or potential offeror shall institute any legal action until all statutory requirements have been met. 9.22 Certification by Contractor as to Felony Convictions No one with a felony conviction may be employed under this Contract and by the signature of its authorized official on the response to this Solicitation, the Contractor certifies that neither the contracting official nor any of the Contractor's employees, agents or subcontractors who will work under this Agreement have been convicted of a felony.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 84 of 89

RFQ 143782

Loudoun County, Virginia

Division of Procurement One Harrison Street, 4th Floor Leesburg, Virginia 20175

10.0 PROPOSAL SUBMISSION FORM OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM

THE FIRM OF:

Address:

FEIN______

Hereby agree to provide the requested services as defined in Request for Proposal No. RFQ 143782 for the price as stated in the price proposal.

Total Price Per Attachment 9 $______

A. Return the following with your proposal. If offeror fails to provide with their proposal, items shall be provided within twenty-four (24) hours of proposal opening. ITEM: INCLUDED: (X) 1. W-9 Form: (Sect 9.22) 2. Certificate of Insurance: (Sect 9.23) 3. Addenda, if any (Informality): ______

[Continued on the Next Page]

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 85 of 89

B. Failure to provide the following items with your proposal shall be cause for rejection of proposal as non-responsive and/or non-responsible. It is the responsibility of the offeror to ensure that it has received all addenda and to include signed copies with their proposal (Sect 9.2).

ITEM: INCLUDED: (X) 1. Addenda, if any: 2. Payment Terms: _____ net 30 or ____ Other 3. Proof of Authority to Transact Business in Virginia Form: 4. Response to Section 8.0 _____ 5. One (1) original, six (6) copies and 1 flash drive _____

Person to contact regarding this proposal:

Title: Phone: Fax:

E-mail:

Name of person authorized to bind the Firm (Sect 9.6):

Signature: Date:

By signing and submitting a proposal, your firm acknowledges and agrees that it has read and understands the RFP documents.

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 86 of 89

PROOF OF AUTHORITY TO TRANSACT BUSINESS IN VIRGINIA

THIS FORM MUST BE SUBMITTED WITH YOUR BID/PROPOSAL. FAILURE TO INCLUDE THIS FORM SHALL RESULT IN REJECTION OF YOUR BID/PROPOSAL

Pursuant to Virginia Code §2.2-4311.2, a bidder/offeror organized or authorized to transact business in the Commonwealth pursuant to Title 13.1 or Title 50 of the Code of Virginia shall include in its bid/ proposal the identification number issued to it by the State Corporation Commission (“SCC”). Any bidder/offeror that is not required to be authorized to transact business in the Commonwealth as a foreign business entity under Title 13.1 or Title 50 of the Code of Virginia or as otherwise required by law shall include in its bid or proposal a statement describing why the offeror is not required to be so authorized. Any bidder/offeror described herein that fails to provide the required information shall not receive an award unless a waiver of this requirement and the administrative policies and procedures established to implement this section is granted by the Purchasing Agent or his designee. If this bid/proposal for goods or services is accepted by the County of Loudoun, Virginia, the undersigned agrees that the requirements of the Code of Virginia Section 2.2-4311.2 have been met.

Please complete the following by checking the appropriate line that applies and providing the requested information. PLEASE NOTE: The SCC number is NOT your federal ID number or business license number.

A._____ Bidder/offeror is a Virginia business entity organized and authorized to transact business in Virginia by the SCC and such bidder’s/offeror’s Identification Number issued to it by the SCC is ______.

B._____ Bidder/offeror is an out-of-state (foreign) business entity that is authorized to transact business in Virginia by the SCC and such bidder’s/offeror’s Identification Number issued to it by the SCC is ______.

C._____ Bidder/offeror does not have an Identification Number issued to it by the SCC and such bidder/offeror is not required to be authorized to transact business in Virginia by the SCC for the following reason(s):

Please attach additional sheets of paper if you need to explain why such bidder/offeror is not required to be authorized to transact business in Virginia.

______Legal Name of Company (as listed on W-9)

______Legal Name of Bidder/Offeror

______Date

______Authorized Signature

______Print or Type Name and Title

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 87 of 89

HOW DID YOU HEAR ABOUT THIS REQUEST FOR PROPOSAL? RFQ 143782 Please take the time to mark the appropriate line and return with your proposal.

Associated Builders & contractors Loudoun Times Mirror Bid Net Our Web Site Builder's Exchange of Virginia NIGP Email notification from Loudoun County The Plan Room Dodge Reports Reed Construction Data Tempos Del Mundo India This Week Valley Construction News LS Caldwell & Associates Virginia Business Opportunities Loudoun Co Small Business Development Center VA Dept. of Minority Business Enterprises Loudoun Co Chamber of Commerce RAPID

Other

SERVICE RESPONSE CARD RFQ 143782 Date of Service: How did we do? Please let us know how we did in serving you. We’d like to know if we are serving you at an acceptable level.

How would you rate the way your request for this document was handled? Excellent Good Average Fair Poor Did you have contact with Procurement staff? How would you rate the manner in which you were treated by the Procurement staff? Excellent Good Average Fair Poor How would you rate the overall response to your request? Excellent Good Average Fair Poor

COMMENTS:

Thank you for your response! We can better assess our service to you through feedback from you.

Your Name:

Address:

Phone: (day) evening Please return completed form to: Patty Cogle • Procurement • PO Box 7000 • Leesburg, VA 20177

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 88 of 89

Cooperative Rider Clause

The Mid-Atlantic Purchasing Team (MAPT) is the agreement between the Metropolitan Washington Council of Governments (“MWCOG”) and the Baltimore Metropolitan Council (“BMC”) to aggregate the public entity and non-profit purchasing volumes in the Maryland, Virginia and Washington, D.C. region (“region”).

Format

A lead agency format is used to accomplish this work. The Lead Agency in this procurement has included this MAPT Cooperative Rider Clause in this solicitation indicating its willingness to allow other public entities to participate pursuant to the following Terms and Conditions:

1. Terms

1.1 Participating entities, through their use of the Cooperative Rider Clause, agree to the terms and conditions of the resulting contract to the extent that they can be reasonably applied to the participating entity.

1.2 Participating entities may also negotiate additional terms and conditions specific to their local requirements upon mutual agreement between the parties.

2. Other Conditions - Contract and Reporting

2.1 The contract resulting from this solicitation shall be governed by and ''construed in accordance with the laws of the State/jurisdiction in which the participating entity officially is located;

2.2 To provide to MWCOG and/or BMC contract usage reporting information, including but not limited to quantity, unit pricing and total volume of sales by entity, as well reporting other participating entities added on the contract, on demand and without further approval of contract participants;

2.3 Contract obligations rest solely with the participating entities only;

2.4 Significant changes in total contract value may result in further negotiations of contract pricing with the lead agency and participating entities.

In pricing and other conditions, vendors are urged to consider the broad reach and appeal of MAPT with public and non-profit entities in this region.

A list of the participating members of the Mid-Atlantic Purchasing Team can be found at the following web links www.mwcog.org/purchasing-and-bids/cooperative-purchasing/member-links/ and http://www.baltometro.org/our-work/cooperative-purchasing/brcpc-representatives

OPERATION AND MAINTENANCE OF THE COMBINED TRANSIT SYSTEM RFP RFQ 143782 Page 89 of 89

ATTACHMENT 1 LICENSE AGREEMENT

THIS LICENSE AGREEMENT (this “License”) is dated this ___ day of ______, , by and between COUNTY OF LOUDOUN, VIRGINIA , a political subdivision of the Commonwealth of Virginia, (“County” and/or “Licensor”), and ______, (“Contractor” and/or “Licensee”)(collectively, the “parties”) with reference to the following:

A. The County owns property upon which is constructed a Transit Maintenance and Operation Facility (“Facility”), the purpose of which is to maintain and service the County’s transit bus fleet.

B. The Facilities are located at 42031 and 42075 Loudoun Center Place in Leesburg, Virginia 20176 and consists of two separate but related buildings and two separate parking lots.

C. The County and Licensee wish to enter into this License by which County shall provide Licensee with the right to use the Facility contingent upon the parties’ underlying Agreement for Service whereby Licensee provides Operation and Maintenance of Commuter Bus System to the County.

NOW, THEREFORE, for good and valuable consideration, the receipt and sufficiency of are hereby acknowledged, the parties agree as follows:

The Licensee shall provide services in accordance with the following, in order of precedence: the Agreement for Service, including this License incorporated therein; the Licensee’s proposal dated ____ (Exhibit I); and the County’s Request for Proposal dated ______(including all addenda) (incorporated by reference) (Exhibit II). In the event that Exhibits I and II contradict or limit the Agreement for Service, the Agreement for Service shall prevail.

1. Agreement to License

This License sets for the basic terms and conditions upon which the Facility is licensed by County to Licensee. This License is attached to and incorporated into the parties’ Agreement for Service. The terms and conditions of the Agreement for Service are as if set forth herein.

2. Term of License

The term of this License shall be as set forth in the Agreement for Service. The extension of this License is contingent upon the extension of the Agreement for Service. If the Agreement for Service is terminated for any reason, this License too shall be terminated. In the event that the parties agree to extend the term of the Agreement for Service, an amendment to this License confirming the extension of the Term shall also be executed and delivered. 3. Licensee’s Use of Facility

A. License. This is a License permitting the Licensee to use the Facility so as to carry out its contractual requirements under the Agreement for Service. This is not a lease, and no property rights have been granted to the Licensee under this License. Only work performed under the Agreement for Service shall be allowed in the Facility. All other work or activities are prohibited. B. Only those employees of the Licensee and the Licensees contractors shall be authorized to use the Facility for Licensee Purposes. C. Supervision and Conduct. Licensee shall be responsible for the supervision and control of activities of its employees and contractors’ employees, on all County premises, including the Facility, when such employees are within the scope of their employment with Licensee. In no event shall County or its employees or agents be liable for any use by Licensee, or by Licensee’s employees and agents, of the Facility, or for any loss, claim, damage or liability of whatsoever kind or nature that may arise in connection with this License. D. Equipment. Licensee’s right to use Facility shall extend to any County owned equipment identified on ATTACHMENT 1, Exhibit A. If new equipment is added to the Facility by the County for use by Licensee that equipment will be added to ATTACHMENT 1, Exhibit A through amendment. E. Licensee Compliance. At all times relevant to its use of Facility, Licensee shall comply with all applicable federal, state and local laws, regulations, ordinances and rules. 4. Industrial General Permit

A. Requirement. TMOF is considered a “land transportation and warehousing facility” under Virginia Administrative Code (VAC) 25-151. As such, this Facility will be required to be registered under the Virginia Department of Environmental Quality Industrial General Permit. The Contractor will be required to develop the registration statement and associated Stormwater Pollution Prevention Plan (SWPPP) called for under this regulation as outlined under Sector P for Land Transportation and Warehousing; Local and highway passenger transportation.

B. Registration Statement. The Contractor shall prepare the registration statement [DEQ-Water Form SWGP-VAR05-RS (7/09)-r4] and submit it to the County for review and signature along with the completed SWPPP accompanied by a check for the required $500.00 permit fee. The County will submit the Registration Statement to DEQ with the required payment.

C. Storm Water Pollution Prevention Plan (SWPPP) The Contractor will develop and implement a SWPPP adequate for this Facility. The SWPPP must be completed prior to submittal of the registration statement. The SWPPP shall adequately address all of the general requirements (9VAC25-151-80) as well as the appropriate sectors of Part IV (Sector Specific Permit Requirements) as they pertain to Sector P facilities.

D. Requirements Subject to Change. This section is subject to change to reflect future versions of the Virginia Department of Environmental Quality (DEQ) Industrial General Permit. The Contractor must meet all obligations under that permit.

E. SWPPP Development. 1. A County staff member will be designated part of the required Pollution Prevention Team; 2. The County must approve all structural and non-structural Best Management Practices (BMP) before they are implemented; 3. Contractor shall perform and provide routine Facility inspections and resulting documentation; 4. County will provide Contractor employee training as it relates to stormwater management and the SWPPP; 5. Structural BMPs will be maintained by the County; however, these BMPs shall be inspected by the Contractor during the routine Facility inspections. 6. The County will conduct comprehensive site compliance evaluations as required and shall prepare the resulting reports. 7. The SWPPP will be signed and certified by the appropriate County representative. 8. The Contractor shall be responsible for conducting the benchmark monitoring requirements as outlined in 9VAC25-151-230. Sector P, Table 230. 9. The monitoring reports shall be submitted to the County and a copy filed with the SWPPP.

5. Spill Prevention Control and Countermeasure Plan

A. Requirement. TMOF will store and handle petroleum-based products in sufficient amounts to require the development and implementation of a Spill Prevention Control and Countermeasure (SPCC) Plan. The Contractor shall develop and implement a SPCC plan for this facility as outlined in 40 Code of Federal Regulation (CFR) 112.

B. Storage Tanks. Above-ground storage tanks (ASTs) with a storage capacity greater than 660 gallons, which store petroleum-based products are required to be registered with DEQ. The Facility will utilize two 1,000 gallon ASTs for the storage of motor oil and waste oil. The Contractor shall prepare the registration statement for these tanks [DEQ Form 7540-AST (10/08)] and submit it to the County for review and signature. The County will be responsible for submitting the form to DEQ with the required payment.

C. Plan Development.

1. The County will be designated as the “owner” and the Contractor shall be designated as the “operator” in the SPCC plan; 2. The SPCC plan must be signed and certified by a professional engineer (PE) registered in the Commonwealth of Virginia. The Contractor is responsible for obtaining the PE signature and certification for this plan; 3. The County will review the plan and provide comments prior to signature and certification by the PE; 4. The County has an existing contract with a spill response company. This company and their associated contact information shall be named as the spill response company in the SPCC plan; 5. The Contractor must plan and conduct annual spill response training; 6. To provide adequate oversight, a County representative will review all training programs associated with this plan and that person will also be included in all trainings associated with this plan; 7. The Contractor is responsible for conducting and documenting all inspections associated with the SPCC plan; and 8. Routine Facility inspections and resulting documentation shall be performed by the Contractor. Results of these inspections shall be submitted to the County and filed with the SPCC plan.

6. Condition of Property; Maintenance

Except as specifically provided in this License, Licensee acknowledges and agrees that the Facility is licensed to Licensee in an “AS IS, WHERE IS,” CONDITION, WITHOUT WARRANTY OF ANY KIND, EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, SUBJECT TO ALL DEFECTS, LATENT OR PATENT, KNOWN AND UNKNOWN, APPARENT OR HIDDEN, INCLUDING ENVIRONMENTAL CONDITIONS AND MATTERS, WHICH CURRENTLY EXIST OR MAY IN THE FUTURE ARISE. LICENSEE HEREBY WAIVES ALL RIGHTS, REMEDIES AND CAUSES OF ACTION AGAINST COUNTY RESULTING FROM OR RELATING TO THE CONDITION OF THE SITE. By executing this License, Licensee acknowledges that it has had the opportunity to inspect the Facility, and is relying solely on that inspection, and not on any representation or warranty of County in licensing the Facility.

Licensee shall, at its own expense, maintain in good working order, condition and repair certain portions of the Facility, furnishings and equipment as identified in ATTACHMENT #1, EXHIBIT B and any personal or Licensee property used in the operation of the Facility. Licensee shall keep the Facility free of debris and anything of a dangerous, noxious or offensive nature or which would create a hazard or source of undue vibration, heat, noise or interference.

County shall, at its own expense, maintain in good working order, condition and repair certain portions of the Facility as described in ATTACHMENT #1, EXHIBIT C.

Licensee shall not (either with or without negligence) cause or permit the use, storage, generation, escape, disposal or release of any Hazardous Substances or Hazardous Wastes in any manner not sanctioned by law. In all events, Licensee shall indemnify and hold County harmless from any and all claims, damages, fines, judgments, deductions, costs, liabilities or losses (including, without limitation, any and all sums paid for settlement of claims, attorneys’ fees, and consultants’ and experts’ fees) from the presence or release of any Hazardous Substances or Hazardous Wastes at the Facility if caused by Licensee or persons acting under Licensee. Licensee shall execute such affidavits, representations and the like from time to time as County may reasonably request concerning Licensee's best knowledge and belief as to the presence of Hazardous Substances or Hazardous Wastes at the Facility.

For purposes of this License, the term “Hazardous Substances” shall be interpreted broadly to mean any substance or material defined or designated as hazardous or toxic waste, hazardous or toxic material, hazardous or toxic or radioactive substance, or other similar term by any federal, state or local environmental law, regulation or rule presently in effect or promulgated in the future, as such laws, regulations or rules may be amended from time to time; and it shall be interpreted to include, but not be limited to, any substance which after release into the environment will or may reasonably be anticipated to cause sickness, death or disease.

Notwithstanding the foregoing, County represents and warrants that to the best of its knowledge and belief there are no hazardous materials on, in or under the Facility, unless otherwise disclosed. County will not knowingly bring any hazardous materials to the Facility.

7. Insurance

All property of Licensee, its employees, agents, business invitees, licensees, customers, clients, subtenants, guests or trespassers, in and on any Site shall be and remain at the sole risk of Licensee, its employees, agents or business invitees, County shall not be liable to them for any damage to, or loss of such personal property arising from any act of God or any persons, nor from any other reason, nor shall County be liable for the interruption or loss to Licensee’s business arising from any of the above described acts or causes. County shall not be liable for any personal injury to Licensee, its employees, agents, business invitees, licensees, customers, clients, subtenants, guests or trespassers arising from the use, occupancy and condition of the Facility.

8. Indemnity; Waiver

Licensee hereby waives any right of recovery against County or its employees, officers, and directors for any claim, loss, liability, injury or damage that is covered by any policy of property insurance maintained by Licensee (or would have been insured against if Licensee had complied with its obligations under this License) with respect to this License. Licensee will cause its insurers to issue appropriate waiver of subrogation rights endorsements to all policies of insurance carried in connection with the Facility.

ATTACHMENT #1 Exhibit A – Equipment List Spec Component Qty Location Manufacturer Model Serial # Section 10 52 00 Tire Inflation Cage

11 11 13 Air Compressor

11 11 18 Fluid Dispensing PUMP Antifreeze 1+2 and 11 11 18 samson 2835 Windshield Washer Fluid PUMP (Gear Oil Motor Oil, 11 11 18 Samson 600 ATF) Oval gear meter with electronic 11 11 18 Samson 2100 digital LCD display FILTER REGULATOR 11 11 18 Samson 985 LUBRICATOR SERIES AUTOMATIC WASTE OIL 11 11 18 Samson OA1 OVERFILL SHUT OFF “ZEPHYR” MOBILE WASTE 11 11 18 Samson 3723 OIL COLLECTOR – FILTER REGULATOR 11 11 18 Samson 975 LUBRICATOR SERIES

Bus Wash System 11 11 26 (Attachment #1, Exhibit A, 1 See Submittal Addendum 1)

11 52 00 Hydraulic Press 1 Frame SPX SPX2514 PUMP SPX PQ603S Drake Drake 5-025 Ultrasonic cleaner 1 Graymills TRC2420LPB Heavy Duty Work Bench 18 Inch Drill Press 1 Rixon 30-240 10 inch Grinder 1 Palmgren 82101 Martin Tire Inflation 1 MH30 Industries Welding Fume Extractor 1 Nikro AP1500 Hot Water Pressure Washer 1 Ramteq RME-BV-0500-65 Clore 11 58 00 Battery Equipment 4 Pro-Logix-PL2320 Automotive 14 45 00 Steril Koni Lifts 2 Steril Koni ST-1082-FWA 14 62 10 Work Station Crane 1 Spanco TR-16-17-500NF Vehicle Exhaust System 23 35 16 6 Car-mon TSR_P Tubing Reels Lube Product Piping

Above Ground Fluid Tanks

175 KW N. Gas Flammable Material’s Cabinet Drawer Cabinets Parts Rack CCTV, NVR and cameras to Security MCW include PTZ

ATTACHMENT #1, EXHIBIT B Licensee’s Responsibilities

A. Buildings

1. Take reasonable and customary care in use of the buildings. 2. Develop and adhere to an energy conservation plan approved by the County. Cost of excess energy usage resulting from failure to adhere to the approved plan will be the responsibility of the Licensee. The excess cost shall be withheld from payments due to the Licensee under the Agreement for Service. 3. Report maintenance problems or damage in a timely manner by designating two staff people per shift with the responsibility to submit routine and emergency work requests. Reporting instructions will be provided by the County upon Contractor occupancy. 4. Allow County unlimited access to buildings during business hours; emergency access afterhours. 5. Provide routine and cyclical housekeeping on a schedule that ensures clean and sanitary conditions. 6. Maintain coated and/or sealed floor surfaces in accordance with manufacturer’s guidelines; strip and recoat surfaces when needed with the same materials following manufacturer’s guidelines or use an alternative coating that has been approved by the County. 7. Store hazardous materials in conformance with all local, state and federal regulations. 8. Allow periodic inspections by County of housekeeping and hazardous materials storage. 9. Make no changes to the buildings without written permission from the County. 10. Enforce a no smoking/vaping policy inside the buildings. 11. Do not place signs on the building without written permission of the County.

B. County Furnished Installed and Freestanding Equipment: (identified in ATTACHMENT #1, EXHIBIT A or as added during the term of the Agreement.)

1. Follow manufacturer’s instructions for proper and safe use. 2. Provide routine and preventive maintenance according to manufacturer’s recommendations; keep written records of maintenance; provide records to County when requested. (Develop a weekly, quarterly, and annual checklist for each piece of equipment to record performance of all required maintenance for County approval. Provide maintenance record to County when requested). Obtain any periodic certifications required by the manufacturer or by any authority having jurisdiction over the certification of the equipment. 3. Report incidents of frequent equipment failure or the need for major repair to the County in a timely manner. Reporting instructions will be provided by the County during initial Contractor occupancy. 4. Written County approval is required before the installation of any equipment provided hereunder. Assume responsibility for maintenance of approved new equipment at no cost to the County. 5. Return County owned equipment at the end of the Agreement for Service in good condition, except for normal wear and tear.

C. Furnishings

1. Take reasonable care in use of furnishings. 2. Promptly report to County problems with or damage to furnishings. 3. At end of Agreement for Service, return furnishings in good condition, except for normal wear and tear. 4. Clearly identify Licensee owned furnishings; devise method for identifying furnishings mutually acceptable to Licensee and County; furnishings not identified per the agreed method shall be considered property of the County at County’s sole discretion.

D. Parking Areas and Sidewalks

1. Provide snow removal and deicing for the entire Facility as needed. 2. Repair any damage caused by snow removal or deicing. 3. Keep parking areas and sidewalks free of litter. 4. Promptly clean-up oil or fuel spills as required by regulations. 5. Parking is for employees of the Licensee or its contractors; no unlicensed vehicles are permitted to be parked on the lots. 6. Food trucks are not permitted. 7. No private or contractor owned vehicles are to be sold on the property. 8. Other than contract support vehicles, no other vehicles are to be maintained or worked on while on the property.

E. Grounds

1. Maintain appearance of grounds in a condition comparable to County occupied properties at Loudoun Center Place, Courage Court and Meadowview Court. 2. Create a designated smoking area(s) at least 25 feet from entrances to the buildings; provide appropriate containers for disposal of smoking materials at designated location(s); enforce proper disposal of smoking materials and distance from building entrances. 3. Provide dumpster(s) for trash and dumpster(s) for recycling and trash pickup service to empty dumpsters on a schedule that prevents accumulation of debris around dumpsters. 4. Keep grounds free of litter. 5. Storm Water Pollution Prevention Plan (SWPPP) must be strictly adhered to. 6. Do not store anything outside at the Facility without written approval of the County. 7. Do not place structures such as storage sheds on the Facility grounds without written approval from the County. 8. Do not place exterior signs at the Facility without written approval of the County.

F. Security System

1. Report maintenance problems with card access to County in a timely manner to ensure site security. 2. Maintain and repair video surveillance system.

G. Data/Telecom

1. Maintain IT infrastructure and connected components for licensee IT equipment..

H. Equipment Repair

1. Unless otherwise provided herein or otherwise agreed to by the parties, the County will make all necessary repairs, including replacements, to the Facility and county provided equipment. If, in the sole opinion of the County, repairs or replacements are required due to negligence or misconduct by the Licensee, or its agents, employees and contractors or failure to maintain by the Licensee, the cost of any repairs and replacement shall be withheld from payments due to the Licensee under the Agreement for Service.

ATTACHMENT #1, EXHIBIT C County’s Responsibilities

A. Buildings Generally

1. Inspect buildings quarterly or when deemed necessary by the County. 2. Provide routine, emergency and preventive maintenance of the buildings (roof, walls, and foundation) and systems (HVAC, life-safety, electrical, plumbing and security, bus wash). 3. Replace or renovate building systems as needed and at County’s sole discretion. 4. Pay for utilities. 5. Repaint interior, at County’s discretion. 6. Replace flooring, at County’s discretion.

B. Installed Equipment

1. Inspect equipment condition quarterly or when deemed necessary by County. 2. Replace equipment at the end of its useful life or at County’s discretion.

C. Furnishings

1. Inspect furnishings quarterly or when deemed necessary by County. 2. Replace or repair furnishings when needed or at County’s discretion.

D. Parking Areas and Sidewalks

1. Repair, resurface, restripe and replace as needed, at County’s sole discretion. 2. Maintain parking lot lights.

E. Grounds

1. Repair or replace fencing, gates and gate controllers as needed. 2. Maintain installed systems that support the operation of the buildings (i.e. rainwater harvesting system). 3. Ensure compliance with the Storm Water Pollution Prevention Plan. 4. Inspect, maintain, and repair the oil/water separator.

F. Security System

1. Maintain card access system; issue access cards 2. Retain key control and issue replacement keys and cores.

G. Data/Telecom

1. Maintain telephone system. 2. Issue phone numbers for the commuter bus operation and retain those phone numbers at the end of the Agreement. 3. Maintain IT infrastructure and connected components for county owned IT equipment..

H. Equipment Repair and Replacement

1. Unless otherwise provided herein or otherwise agreed to by the parties, the County will make all necessary repairs, including replacements, to the Facility. If, in the sole opinion of the County, repairs or replacements are required due to negligence or misconduct by the Licensee, or its agents, employees and contractors or failure to maintain by the Licensee, the cost of any repairs and replacement shall be withheld from payments due to the Licensee under the Agreement for Service.

ATTACHMENT 2 - COMMUTER BUS SCHEDULE

AM Schedule Route # 400 100 400 200 300 200 100 400 400 400 200 200 200 400 100 400 400 Pattern ID 4017 1017 4019 2019 3021 2020 1021 4020 4018 4021 2022 2021 2013 4028 1022 4022 4029 Run # 1 4 2 8 18 12 15 5 7 14 17 19 21 29 24 20 34 Block # 1a 4a 2a 8a 18a 12a 15a 5a 7a 14a 17a 19a 21a 29a 24a 20a 34a Trip # 401W 101W 402E 201E 301E 202W 103W 403E 404W 405 203E 204E 251E 406W 104W 407 408 Leesburg Bus Yard 4:08 4:38 4:10 4:45 5:15 4:53 5:09 4:40 4:42 4:55 5:05 5:20 5:30 5:50 5:44 5:15 6:00 Purcellville 4:38 4:40 5:10 5:12 5:25 5:45 Harmony 4:55 5:58 Leesburg 5:03 5:10 5:35 5:37 5:50 6:00 6:10 Goose Creek Village Stone Ridge - New Lot 5:20 5:28 5:40 5:55 Stone Ridge - Small lot East Gate Brambleton 6:00 Ashburn North 5:03 5:34 6:09 Loudoun Station 6:21 DNTC 5:20 5:45 5:45 5:51 5:57 6:00 6:15 6:20 6:30 Broad Run Farms

Rosslyn (AM Stop) 6:00 6:10 6:20 6:25 6:40 6:35 6:58 7:05 Army Navy & Fern St 6:09 6:19 6:44 Pentagon 6:11 6:21 6:48 ` ` 18th St (RT 1 Overpass) 6:30 6:35 6:55 Crystal Dr & 23rd St ` 6:32 6:37 6:58 ` ` ` ` Eads St & 12th St 6:35 6:40 Pentagon 6:43 6:48 ` ` State Dept. 5:48 5:54 6:21 6:25 6:31 6:46 6:54 6:55 7:04 7:11 18th & E St., NW 5:52 5:58 6:25 6:29 6:35 6:50 6:58 6:59 7:08 7:15 18th & G 5:53 5:59 6:26 6:31 6:37 6:52 7:00 7:01 7:10 7:17 18th & K 5:55 6:01 6:28 6:33 6:39 6:54 7:02 7:03 7:12 7:19 K & 17th 5:57 6:03 6:30 6:35 6:41 6:56 7:04 7:05 7:14 7:21 K & 15th 5:58 6:04 6:31 6:36 6:42 6:57 7:05 7:06 7:15 7:22 K & 14th 5:59 6:05 6:32 6:37 6:43 6:58 7:06 7:07 7:16 7:23 14th & F 6:00 6:06 6:33 6:38 6:44 6:59 7:07 7:08 7:17 7:24 14th & Con, NW (Reagan Build) 6:01 6:07 6:34 6:39 6:45 7:00 7:08 7:09 7:18 7:25 Ind & 12th St, SW 6:03 6:09 6:17 6:27 6:49 6:54 6:47 7:02 6:45 6:55 7:20 7:27 Ind & 9th 6:04 6:10 6:18 6:28 6:50 6:55 6:48 7:03 6:46 6:56 7:21 7:28 Ind & 6th St. 6:08 6:14 6:20 6:30 6:54 6:59 6:52 7:07 6:50 7:00 7:25 7:32 Ind & 3rd St. 6:09 6:15 6:53 Navy Yard Metro 6:16 6:22 7:00 Waterfront Metro 6:19 6:25 7:03 3rd & C St, NW 6:24 6:34 6:58 7:03 7:11 6:54 7:04 7:29 7:36 E & NJ 6:29 6:39 7:03 7:08 7:16 6:59 7:09 7:34 7:41 N Cap & Mass 6:30 6:40 7:04 7:09 7:17 7:00 7:10 7:35 7:42 H & N. Capitol 6:33 6:43 7:07 7:12 7:20 7:03 7:13 7:38 7:45 H and 4th 6:36 6:46 7:10 7:15 7:23 7:06 7:16 7:41 7:48 H & 9th St 6:39 7:18 7:09 7:19 NTD Revenue Hours 1:41 1:22 1:59 1:26 1:25 1:06 1:05 2:08 1:51 1:58 1:18 1:14 1:19 1:08 1:00 1:56 1:38 Billable Dead Head Hours 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05

ATTACHMENT 2 - COMMUTER BUS SCHEDULE (continued)

AM Schedule Route # 400 200 100 300 300 100 400 200 400 200 400 400 100 200 400 400 300 100 200 Pattern ID 4030 2024 1019 3022 3025 1023 4024 2014 4023 2026 4031 4025 1025 2017 4027 4032 3017 1026 2015 Run # 37 28 31 36 39 35 26 33 25 61 42 30 41 38 40 48 45 46 43 Block # 37a 28a 31a 36a 39a 35a 26a 33a 25a 61a 42a 30a 41a 38a 40a 48a 45a 46a 43a Trip # 409E 205W 105E 302E 303W 106W 410E 252 411W 210W 412 413 107W 206 415 414 304 108W 253 Leesburg Bus Yard 6:05 5:40 6:01 6:05 6:10 6:11 5:35 6:00 5:35 5:55 6:20 5:50 6:18 6:10 5:57 6:45 6:35 6:33 6:30 Purcellville 6:27 Harmony 6:05 6:05 6:20 6:40 Leesburg 6:15 6:25 6:25 6:30 6:40 6:55 Goose Creek Village Stone Ridge - New Lot 6:15 6:30 6:45 Stone Ridge - Small lot East Gate 6:24 Brambleton 6:30 7:00 Ashburn North 6:26 6:36 6:43 6:58 Loudoun Station 6:48 DNTC 6:43 6:35 6:40 7:00 7:05 7:15 Broad Run Farms

Rosslyn (AM Stop) 7:10 7:10 7:20 7:15 7:30 7:35 7:35 7:40 7:45 7:45 7:55 7:55 Army Navy & Fern St 7:00 7:15 7:19 Pentagon 7:04 7:19 7:23 18th St (RT 1 Overpass) 7:11 7:26 7:20 Crystal Dr & 23rd St 7:14 7:29 7:22 Eads St & 12th St 7:25 Pentagon 7:33 State Dept. 7:05 7:16 7:25 7:26 7:15 7:21 7:20 7:36 7:41 7:41 7:46 7:51 7:51 8:01 8:01 18th & E St., NW 7:09 7:20 7:29 7:30 7:19 7:25 7:24 7:40 7:45 7:45 7:50 7:55 7:55 8:05 8:05 18th & G 7:11 7:22 7:31 7:32 7:21 7:27 7:26 7:42 7:47 7:47 7:52 7:57 7:57 8:07 8:07 18th & K 7:13 7:24 7:33 7:34 7:23 7:29 7:28 7:44 7:49 7:49 7:54 7:59 7:59 8:09 8:09 K & 17th 7:15 7:26 7:35 7:36 7:25 7:31 7:30 7:46 7:51 7:51 7:56 8:01 8:01 8:11 8:11 K & 15th 7:16 7:27 7:36 7:37 7:26 7:32 7:31 7:47 7:52 7:52 7:57 8:02 8:02 8:12 8:12 K & 14th 7:17 7:28 7:37 7:38 7:27 7:33 7:32 7:48 7:53 7:53 7:58 8:03 8:03 8:13 8:13 14th & F 7:18 7:29 7:38 7:39 7:28 7:34 7:33 7:49 7:54 7:54 7:59 8:04 8:04 8:14 8:14 14th & Con, NW (Reagan Build) 7:19 7:30 7:39 7:40 7:29 7:35 7:34 7:50 7:55 7:55 8:00 8:05 8:05 8:15 8:15 Ind & 12th St, SW 7:21 7:39 7:32 7:33 7:42 7:31 7:36 7:52 7:57 8:02 8:07 8:07 8:17 Ind & 9th 7:22 7:40 7:33 7:34 7:43 7:32 7:37 7:53 7:58 8:03 8:08 8:08 8:18 Ind & 6th St. 7:26 7:44 7:37 7:38 7:47 7:36 7:41 7:57 8:02 8:07 8:12 8:12 8:22 Ind & 3rd St. 7:27 7:38 7:37 Navy Yard Metro 7:34 7:45 7:44 Waterfront Metro 7:37 7:48 7:47 3rd & C St, NW 7:48 7:42 7:51 7:45 8:01 8:06 8:11 8:16 8:16 8:26 E & NJ 7:53 7:47 7:56 7:50 8:06 8:11 8:16 8:21 8:21 8:31 N Cap & Mass 7:54 7:48 7:57 7:51 8:07 8:12 8:17 8:22 8:22 8:32 H & N. Capitol 7:57 7:51 8:00 7:54 8:10 8:15 8:20 8:25 8:25 8:35 H and 4th 8:00 7:54 8:03 7:57 8:13 8:18 8:23 8:28 8:28 8:38 H & 9th St 8:03 7:57 NTD Revenue Hours 0:59 1:22 1:03 1:28 1:08 1:03 1:52 1:33 1:42 1:05 1:27 1:53 1:12 1:33 1:56 1:33 1:23 1:17 1:38 Billable Dead Head Hours 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05

ATTACHMENT 2 - COMMUTER BUS SCHEDULE (continued)

AM Schedule Route # 200 300 200 400 300 100 300 100 400 400 200 100 300 300 400 400 200 Pattern ID 2025 3020 2027 4036 3018 1024 3019 1020 4034 4033 2018 1027 3023 3024 4035 4026 2023 Run # 44 47 62 50 49 9 53 51 54 4 1 56 24 37 12 52 17 Block # 44a 47a 62a 50a 49a 9a 53a 51a 54a 4a 1a 56a 24a 37a 12a 52a 17a Trip # 207W 305 211E 416 306 109W 307 110E 417E 418W 208 111W 308 309E 419W 420 209W Leesburg Bus Yard 6:35 6:45 6:40 6:50 6:50 6:56 7:00 6:57 7:10 7:26 6:55 Purcellville Harmony 7:25 Leesburg 7:00 7:20 7:20 7:45 7:45 Goose Creek Village Stone Ridge - New Lot 7:10 7:15 Stone Ridge - Small lot 7:35 8:00 East Gate 7:19 7:24 Brambleton Ashburn North 7:21 7:22 7:51 Loudoun Station 7:33 8:03 DNTC 7:15 7:20 7:30 7:39 7:40 8:05 8:05 8:05 8:35 Broad Run Farms

Rosslyn (AM Stop) 7:55 7:55 8:00 8:10 8:19 8:20 8:40 8:45 8:45 8:40 Army Navy & Fern St 8:28 Pentagon 8:32 18th St (RT 1 Overpass) 8:39 8:30 Crystal Dr & 23rd St 8:42 8:32 Eads St & 12th St 8:35 Pentagon 8:43 State Dept. 8:06 8:01 8:01 8:06 8:20 8:16 8:20 8:49 8:51 8:46 8:46 8:46 9:20 18th & E St., NW 8:10 8:05 8:05 8:10 8:24 8:20 8:24 8:53 8:55 8:50 8:50 8:50 9:24 18th & G 8:12 8:07 8:07 8:12 8:26 8:22 8:26 8:55 8:57 8:52 8:52 8:52 9:26 18th & K 8:14 8:09 8:09 8:14 8:28 8:24 8:28 8:57 8:59 8:54 8:54 8:54 9:28 K & 17th 8:16 8:11 8:11 8:16 8:30 8:26 8:30 9:00 9:02 8:57 8:57 8:56 9:31 K & 15th 8:17 8:12 8:12 8:17 8:31 8:27 8:31 9:02 9:04 8:59 8:58 8:58 9:32 K & 14th 8:18 8:13 8:13 8:18 8:32 8:28 8:32 9:03 9:05 9:00 8:59 8:59 9:33 14th & F 8:19 8:14 8:14 8:19 8:33 8:29 8:33 9:04 9:06 9:01 9:00 9:00 9:34 14th & Con, NW (Reagan Build) 8:20 8:15 8:15 8:20 8:34 8:30 8:34 9:05 9:07 9:02 9:01 9:01 9:35 Ind & 12th St, SW 8:17 8:08 8:17 8:22 8:32 8:53 9:07 9:04 8:57 9:03 Ind & 9th 8:18 8:09 8:18 8:23 8:33 8:54 9:08 9:05 8:58 9:04 Ind & 6th St. 8:22 8:13 8:22 8:27 8:37 8:58 9:12 9:09 9:02 9:08 Ind & 3rd St. Navy Yard Metro 8:42 9:09 Waterfront Metro 3rd & C St, NW 8:26 8:17 8:26 8:31 8:41 9:02 9:16 9:13 9:06 9:12 E & NJ 8:31 8:22 8:31 8:36 8:46 9:07 9:18 9:15 9:08 9:14 N Cap & Mass 8:32 8:23 8:32 8:37 8:47 9:08 9:19 9:16 9:09 9:15 H & N. Capitol 8:35 8:26 8:35 8:40 8:50 9:11 9:22 9:19 9:12 9:18 H and 4th 8:38 8:29 8:38 8:43 8:53 9:14 9:25 9:22 9:15 9:21 H & 9th St 9:17 NTD Revenue Hours 1:10 1:23 1:14 1:38 1:23 1:13 1:23 1:20 1:57 1:22 1:50 1:16 1:17 1:10 1:24 1:56 1:35 Billable Dead Head Hours 0:55 1:16 0:56 0:51 1:11 1:02 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05 1:05

AM Schedule Route # Pattern ID Run # 47 Block # Trip # 53 Leesburg Bus Yard Purcellville Harmony Leesburg Goose Creek Village Stone Ridge - New Lot Stone Ridge - Small lot East Gate Brambleton Ashburn North Loudoun Station DNTC Broad Run Farms

Rosslyn (AM Stop) Army Navy & Fern St Pentagon 18th St (RT 1 Overpass) Crystal Dr & 23rd St Eads St & 12th St Pentagon State Dept. 18th & E St., NW 18th & G 18th & K K & 17th K & 15th K & 14th 14th & F 14th & Con, NW (Reagan Build) Ind & 12th St, SW Ind & 9th Ind & 6th St. Ind & 3rd St. Navy Yard Metro Waterfront Metro 3rd & C St, NW E & NJ N Cap & Mass H & N. Capitol H and 4th H & 9th St NTD Revenue Hours 77:12:00 Billable Revenue Hours Billable Dead Head Hours 6:11:00 Billable Dead Head Hours 50:55:00 Billable Dead Head Hours

ATTACHMENT 2 - COMMUTER BUS SCHEDULE (continued)

PM Schedule Route # 400 200 100 300 400 100 200 400 400 300 400 100 400 400 200 200 400 Pattern ID 4102 2111 1104 3004 4110 1101 2103 4111 4125 3101 4103 1105 4115 4109 2107 2117 4114 Run # 132 148 139 149 143 142 102 106 166 157 109 104 117 107 108 164 119 Block # 132p 148p 139p 149p 143p 142p 102p 106p 166p 157p 109p 104p 117p 107p 108p 164p 119p Trip # 800D 601D 501 701 801 502D 602 802 823 702 803 503 804D 805 604B 611 806 Leesburg Bus Yard Bus Yard 23:35 2:02 1:55 2:10 2:15 2:05 2:43 2:15 2:20 2:20 2:25 2:22 3:09 2:28 2:50 2:25 2:53 H & 8th St H & 8th 3:38 H and 4th H & 4th 0:45 3:15 3:30 3:35 3:40 3:35 H & N. Capitol St. H & N Cap 0:49 3:19 3:34 3:39 3:44 3:39 N Cap & Mass NCap& Mass 0:51 3:21 3:36 3:41 3:46 3:41 E & NJ E & NJ 0:53 3:23 3:38 3:43 3:48 3:43 3rd & Penn, NW 3rd & Penn 0:57 3:29 3:44 3:49 3:54 3:49 Ind. & 6th St. Ind & 6th 1:00 3:32 3:47 3:52 3:57 3:54 Ind. & L'Enfant Promenade L'Enfant 1:02 3:34 3:49 3:54 3:59 3:56 Ind & 12th St. Ind & 12th 1:03 3:35 3:50 3:55 4:00 3:57 Navy Yard Metro Navy Yard 3:35 3:40 3:42 Waterfront Metro Waterfront 3:39 3:44 3:46 14th & Con., NW (Reagan Build) Reagan 1:06 3:00 3:15 3:20 3:38 3:48 3:48 3:53 3:53 3:58 3:55 4:00 14th & F St. 14th & F 1:07 3:02 3:17 3:22 3:39 3:49 3:49 3:54 3:54 3:59 3:56 4:01 I & 15th St. I & 15th 1:13 3:06 3:21 3:26 3:43 3:52 3:52 3:57 3:57 4:02 4:00 4:04 I & Conn I & Conn 1:16 3:09 3:24 3:29 3:46 3:55 3:55 4:00 4:00 4:05 4:03 4:07 I & 19th St. I & 19th 1:19 3:11 3:26 3:31 3:48 3:57 3:57 4:02 4:02 4:07 4:05 4:09 19th & H 19th & H 1:22 3:14 3:29 3:34 3:51 4:00 4:00 4:05 4:05 4:10 4:08 4:09 4:12 19th & E, NW 19th & E 1:24 3:16 3:31 3:36 3:53 4:02 4:02 4:07 4:07 4:12 4:10 4:11 4:14 18th St (RT 1 Overpass) Crys&26th 3:02 Crystal Dr & 23rd ST Crys&20th 3:05 Eads St & 12th St Eads&12th 3:10 4:08 Pentagon Pentagon 3:13 4:16 Rosslyn (PM Stop) Rosslyn 1:34 3:24 3:43 4:12 4:19 4:26 DNTC DNTC 2:09 4:03 4:01 4:16 4:37 4:52 4:55 4:54 Loudoun Station **** 4:43 Ashburn North Ash North 4:18 4:55 5:12 Brambleton Brambleton 4:59 East Gate East Gate 4:57 Stone Ridge - New lot Stone Rdge 4:33 5:02 5:14 5:02 Stone Ridge - Small lot Stone Rdge 4:34 5:03 5:15 5:03 East Gate East Gate 5:07 5:19 Goose Creek Village Goose Crk Leesburg Leesburg 2:29 4:33 4:57 5:07 5:14 5:00 5:16 Harmony Harmony 2:44 5:02 5:22 5:29 5:15 5:31 Purcellville Purcellville 5:15 5:32 5:39 5:25 5:41 Leesburg Bus Yard Bus Yard NTD Revenue Hours 1:59 1:32 1:18 1:01 1:13 1:40 1:19 1:22 1:35 1:22 1:57 1:30 1:30 1:47 1:19 1:28 1:33 Billable Dead Head Hours

1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 ATTACHMENT 2 - COMMUTER BUS SCHEDULE (continued)

PM Schedule Route # 400 400 200 300 200 100 100 200 200 100 300 400 100 400 200 200 400 100 400 Pattern ID 4124 4104 2102 3103 2112 1109 1107 2104 2118 1110 3102 4112 1106 4120 2110 2108 4105 1102 4113 Run # 115 121 110 145 112 113 111 114 165 132 105 127 118 126 124 122 116 125 131 Block # 115p 121p 110p 145p 112p 113p 111p 114p 165p 132p 105p 127p 118p 126p 124p 122p 116p 125p 131p Trip # 807D 808 651 703 603D 504 505 605 612 506 704 809D 507 810 606 652D 811 508D 812D Leesburg Bus Yard 2:53 2:37 2:40 2:36 3:12 3:29 3:28 3:11 2:56 2:47 2:48 3:15 2:57 3:08 3:05 3:07 3:03 3:40 H & 8th St 4:06 4:13 H and 4th 3:47 3:50 3:46 4:10 3:57 4:07 4:15 4:17 4:17 H & N. Capitol St. 3:51 3:54 3:50 4:14 4:01 4:11 4:19 4:21 4:21 N Cap & Mass 3:53 3:56 3:52 4:16 4:03 4:13 4:21 4:23 4:23 E & NJ 3:55 3:58 3:54 4:18 4:05 4:15 4:23 4:25 4:25 3rd & Penn, NW 4:01 4:04 4:00 4:24 4:11 4:21 4:29 4:31 4:31 Ind. & 6th St. 4:04 4:07 4:03 4:29 4:16 4:24 4:32 4:34 4:34 Ind. & L'Enfant Promenade 4:06 4:09 4:05 4:31 4:18 4:26 4:34 4:36 4:36 Ind & 12th St. 4:07 4:10 4:06 4:32 4:19 4:27 4:35 4:37 4:37 Navy Yard Metro 4:08 4:18 Waterfront Metro 4:12 4:22 14th & Con., NW (Reagan Build) 4:10 4:13 4:21 4:10 4:23 4:23 4:25 4:30 4:33 4:38 4:40 4:40 14th & F St. 4:11 4:14 4:22 4:11 4:24 4:24 4:26 4:31 4:34 4:39 4:41 4:41 I & 15th St. 4:16 4:19 4:27 4:16 4:29 4:29 4:31 4:36 4:39 4:44 4:46 4:46 I & Conn 4:19 4:22 4:30 4:19 4:32 4:32 4:34 4:39 4:42 4:47 4:49 4:49 I & 19th St. 4:23 4:26 4:34 4:23 4:36 4:36 4:38 4:43 4:46 4:51 4:53 4:53 19th & H 4:26 4:29 4:37 4:26 4:39 4:39 4:41 4:46 4:49 4:54 4:56 4:56 19th & E, NW 4:29 4:32 4:39 4:28 4:42 4:42 4:43 4:48 4:51 4:56 4:58 4:58 18th St (RT 1 Overpass) 3:53 4:29 4:40 Crystal Dr & 23rd ST 3:56 4:32 4:43 Eads St & 12th St 4:12 4:28 4:48 Pentagon 4:20 4:33 4:55 Rosslyn (PM Stop) 4:39 4:42 4:30 4:41 4:52 4:58 5:01 5:06 5:08 5:08 DNTC 4:36 4:51 5:05 5:16 5:13 5:22 5:22 5:41 5:43 5:35 Loudoun Station 5:13 5:28 5:49 Ashburn North 5:33 5:30 5:25 5:40 6:01 Brambleton 5:32 5:53 East Gate 5:32 Stone Ridge - New lot 5:20 5:34 5:37 5:51 Stone Ridge - Small lot 5:21 5:35 5:38 5:52 East Gate 5:39 Goose Creek Village Leesburg 4:56 5:29 5:42 5:43 5:55 5:55 Harmony 5:11 5:44 5:57 5:58 6:10 Purcellville 5:21 5:54 6:07 6:08 6:20 Leesburg Bus Yard NTD Revenue Hours 1:28 2:07 1:42 1:05 1:09 1:04 1:02 1:18 1:32 1:15 1:25 1:59 1:15 2:01 1:34 1:38 1:38 1:48 1:40 Billable Dead Head Hours 1:26

1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10

ATTACHMENT 2 - COMMUTER BUS SCHEDULE (continued)

PM Schedule Route # 400 300 200 400 300 400 400 400 100 200 300 100 200 400 300 400 200 Pattern ID 4106 3108 2114 4107 3106 4119 4122 4123 1108 2113 3105 1111 2115 4108 3107 4121 2116 Run # 129 153 130 120 123 138 141 144 139 135 128 140 150 147 134 152 149 Block # 129p 153p 130p 120p 123p 138p 141p 144p 139p 135p 128p 140p 150p 147p 134p 152p 149p Trip # 813 705 607 814 706 816 817 818D 509 653D 707 510 608 819 708 820 654D Leesburg Bus Yard 3:15 3:15 3:20 3:20 3:25 3:27 3:33 4:00 3:38 3:35 3:55 3:45 3:43 3:57 4:01 H & 8th St 4:53 H and 4th 4:25 4:25 4:30 4:30 4:35 4:37 4:48 4:55 4:57 5:07 5:21 5:22 H & N. Capitol St. 4:29 4:29 4:34 4:34 4:39 4:41 4:52 4:59 5:01 5:11 5:25 5:26 N Cap & Mass 4:31 4:31 4:36 4:36 4:41 4:43 4:54 5:01 5:04 5:14 5:28 5:29 E & NJ 4:33 4:33 4:38 4:38 4:43 4:45 4:56 5:03 5:06 5:16 5:30 5:31 3rd & Penn, NW 4:39 4:39 4:44 4:44 4:49 4:51 5:02 5:09 5:12 5:22 5:36 5:37 Ind. & 6th St. 4:42 4:42 4:47 4:47 4:52 4:54 5:05 5:12 5:15 5:25 5:39 5:40 Ind. & L'Enfant Promenade 4:44 4:44 4:49 4:49 4:54 4:56 5:07 5:14 5:17 5:27 5:41 5:42 Ind & 12th St. 4:45 4:45 4:50 4:50 4:56 4:58 5:08 5:15 5:18 5:28 5:42 5:43 Navy Yard Metro 4:43 4:45 Waterfront Metro 4:47 4:49 14th & Con., NW (Reagan Build) 4:48 4:53 4:53 4:59 5:01 4:58 5:11 5:00 5:15 5:18 5:21 5:31 5:45 5:46 14th & F St. 4:49 4:54 4:54 5:01 5:03 5:00 5:13 5:02 5:17 5:20 5:23 5:33 5:47 5:48 I & 15th St. 4:54 4:59 4:59 5:06 5:08 5:05 5:18 5:07 5:22 5:25 5:28 5:38 5:52 5:53 I & Conn 4:57 5:02 5:02 5:09 5:11 5:08 5:22 5:11 5:26 5:29 5:32 5:42 5:55 5:56 I & 19th St. 5:01 5:06 5:06 5:13 5:15 5:12 5:26 5:15 5:30 5:33 5:36 5:46 5:59 6:00 19th & H 5:04 5:09 5:09 5:16 5:18 5:15 5:30 5:19 5:34 5:37 5:40 5:50 6:03 6:04 19th & E, NW 5:07 5:12 5:12 5:19 5:21 5:18 5:33 5:22 5:37 5:40 5:43 5:53 6:06 6:07 18th St (RT 1 Overpass) 5:10 5:15 Crystal Dr & 23rd ST 5:13 5:18 Eads St & 12th St 5:18 5:23 Pentagon 5:24 5:29 Rosslyn (PM Stop) 5:17 5:22 5:34 5:37 5:40 5:50 5:53 6:01 6:13 6:14 DNTC 5:30 5:59 6:09 6:17 6:20 6:04 6:33 6:49 Loudoun Station 6:22 Ashburn North 6:34 6:34 Brambleton 6:32 7:04 East Gate Stone Ridge - New lot 6:12 6:40 Stone Ridge - Small lot 6:13 6:41 East Gate Goose Creek Village Leesburg 6:02 6:11 6:08 6:29 6:43 7:03 Harmony 6:09 6:26 6:23 6:44 6:58 7:18 Purcellville 6:19 6:36 6:33 6:54 7:08 7:28 Leesburg Bus Yard NTD Revenue Hours 1:54 1:05 1:43 1:32 1:24 1:59 1:50 1:44 1:19 1:44 1:19 1:19 1:46 2:15 1:26 2:07 1:42 Billable Dead Head Hours 0:57 1:06

1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10 1:10

ATTACHMENT 2 - COMMUTER BUS SCHEDULE (continued) PM Schedule Route # 200 100 400 200 200 400 Pattern ID 2109 1103 4117 2105 2106 4118 Run # 142 145 154 148 148 157 51 Block # 142p 145p 154p 148p 148p 157p Trip # 609 511 821D 610 610 822D 59 Leesburg Bus Yard 4:07 53

H & 8th St ***** ***** ***** 610 will run, 609D pick the will The Fridays not - = Only H and 4th 5:42 5:55 5:55 6:12 H & N. Capitol St. 5:46 5:59 5:59 6:16 N Cap & Mass 5:49 6:02 6:02 6:19 E & NJ 5:51 6:04 6:04 6:21 3rd & Penn, NW 5:57 6:10 6:10 6:27 Ind. & 6th St. 6:00 6:13 6:13 6:30 Ind. & L'Enfant Promenade 6:02 6:15 6:15 6:32 ** = Fridays Only Fridays ** =

Ind & 12th St. 6:03 6:16 6:16 6:33 up in Rosslyn Navy Yard Metro Waterfront Metro 14th & Con., NW (Reagan Build) 5:50 6:01 6:06 6:19 6:19 6:36 14th & F St. 5:52 6:03 6:08 6:21 6:21 6:38 I & 15th St. 5:57 6:08 6:13 6:26 6:26 6:43 I & Conn 6:00 6:11 6:16 6:29 6:29 6:46 I & 19th St. 6:04 6:15 6:20 6:33 6:33 6:50 19th & H 6:08 6:19 6:24 6:37 6:37 6:54 19th & E, NW 6:11 6:22 6:27 6:41 6:41 6:57 18th St (RT 1 Overpass) Crystal Dr & 23rd ST Eads St & 12th St Pentagon Rosslyn (PM Stop) 6:18 6:29 6:34 6:48 7:04 DNTC 6:53 7:07 7:16 7:21 7:39 Loudoun Station 7:04 Ashburn North 7:16 Brambleton East Gate Stone Ridge - New lot 7:08 7:31 7:36 Stone Ridge - Small lot 7:09 7:32 7:37 East Gate Goose Creek Village Leesburg 7:22 7:59 Harmony 7:37 8:14 Purcellville 7:47 8:24 Leesburg Bus Yard NTD Revenue Hours 1:19 1:15 2:05 1:37 2:12 90:41:00 Billable Revenue Hours Billable Dead Head Hours 0:55 1:10 1:21 1:20 8:15:00 Billable Dead Head Hours 1:42 89:27:00 1:21 7:20:00 1:10 59:30:00 Billable Dead Head Hours 182:19:00 167:53:00 Billable Revenue Hours 124:51:00 Billable Dead Head Hours

ATTACHMENT 3 - METRO CONNECTION BUS SCHEDULE

AM Schedule Route 901 901 901 901 901 901 901 901 901 925 921 923 925 923 925 921 923 925 923 925 921 925 923 Pattern ID 9101 9102 9101 9103 9102 9105 9104 9104 9101 9501 9701 9702 9501 9702 9501 9701 9702 9501 9702 9501 9701 9501 9702 Run # 6 16 23 6 16 23 6 16 23 3 10 13 11 55 3 22 13 11 55 3 10 11 13 Block # G3 G4 G5 G3 G4 G5 G3 G4 G5 G1 10a 13a G2 55a G1 22a 13a G2 55a G1 10a G2 13a Trip # 901 901 901 901 901 901 901 901 901 925 921 923 925 923 925 921 923 925 923 925 921 925 923 Leesburg Bus Yard 4:40 5:05 5:30 4:15 4:16 4:50 4:52 5:15 5:00

Wiehle-Reston East Metro Connect Harmony 4:46 5:30 6:11 Leesburg 5:01 5:45 6:26

Goose Creek Village 5:05 5:30 5:57 6:21 6:48 Broadlands P&R 5:14 5:38 6:05 6:29 6:56 Loudoun Station 4:40 5:17 5:42 6:07 6:32 6:55 StoneSpring H'ptl Stone Ridge I East Gate Dulles TC Mall DTC P&R Potomac Falls Service Broad Run 5:05 5:30 5:55 6:57 7:30 9:00 Cascades 5:14 5:39 6:04 6:29 7:06 7:39 7:50 8:26 9:09 Our Lady of Hope 5:18 6:08 6:33 7:43 7:54 8:30 9:13 Lowes Island Front 5:46 6:37 7:13 Lowes Island Back 7:48 7:59 8:36 Dulles North Reverse Commute Service West Falls Church Metro 5:51 6:19 6:41 7:12 7:48 8:23 8:34 9:11 9:48 Wiehle Ave Metro 4:58 5:26 5:32 5:35 5:56 6:00 6:10 6:23 6:25 6:47 6:50 6:51 7:13 7:14 Verizon CFC AOL

Broderick & Dresden Dulles North Middleburg Bank Leesburg 1:24 1:27 1:35 1:21 1:29 1:30 0:44 0:45 0:48 1:02 1:25 0:52 0:50 0:51 0:50 1:25 0:51 0:48 0:51 0:48 1:25 0:50 0:51

ATTACHMENT 3 - METRO CONNECTION BUS SCHEDULE (continued)

AM Schedule Route 921 925 923 925 923 921 925 923 923 921 925 925 925 87 87 87 87 Pattern ID 9701 9501 9702 9501 9702 9701 9501 9702 9702 9701 9502 9502 9502 9871 9871 9871 9871 Run # 22 3 55 11 13 10 3 55 13 22 11 3 11 57 57 57 57 Block # 22a G1 55a G2 13a 10a G1 55a 13a 22a G2 G1 G2 G6 G6 G6 G6 Trip # 921 925 923 925 923 921 925 923 923 921 925 925 925 87X 87X 87X 87X Leesburg Bus Yard 4:15

Wiehle-Reston East Metro Connect Harmony 6:55 7:36 8:20 Leesburg 7:10 7:51 8:35

Goose Creek Village 7:12 7:39 8:03 8:30 Broadlands P&R 7:20 7:47 8:11 8:38 Loudoun Station 7:20 7:45 8:10 8:35 9:00 9:25 StoneSpring H'ptl Stone Ridge I East Gate Dulles TC Mall DTC P&R 4:40 5:20 6:00 6:40 Potomac Falls Service Broad Run Cascades Our Lady of Hope Lowes Island Front Lowes Island Back Dulles North 8:43 9:08 9:33 Reverse Commute Service West Falls Church Metro Wiehle Ave Metro 7:35 7:38 7:38 8:03 8:05 8:16 8:28 8:29 8:56 9:00 9:01 9:26 9:51 4:56 5:36 6:16 6:56 Verizon CFC AOL

Broderick & Dresden Dulles North Middleburg Bank Leesburg 1:25 0:50 0:51 0:50 0:51 0:40 0:50 0:26 0:26 0:40 0:50 0:26 0:26 0:40 0:40 0:40 0:44

ATTACHMENT 3 - METRO CONNECTION BUS SCHEDULE (continued)

AM Schedule Route 87 87 87 88 88 88 88 88 88 88 88 88 88 88 Pattern ID 9871 9871 9871 9881 9881 9881 9882 9882 9882 9882 9882 9882 9882 9882 Run # 57 57 57 59 60 63 59 60 63 59 60 63 59 60 13 Block # G6 G6 G6 G8 G9 G7 G8 G9 G7 G8 G9 G7 G8 G9 Trip # 87X 87X 87X 88X 88X 88X 88X 88X 88X 88X 88X 88X 88X 88X 54 Leesburg Bus Yard 4:15 4:35 4:55 13

Wiehle-Reston East Metro Connect Harmony Leesburg

Goose Creek Village Broadlands P&R Loudoun Station StoneSpring H'ptl 5:40 6:06 6:23 6:48 7:23 7:41 8:09 8:56 Stone Ridge I 4:50 5:10 5:30 5:55 6:25 6:40 7:05 7:45 7:55 8:25 9:05 East Gate 4:59 5:20 5:40 6:05 6:35 6:51 7:16 7:56 8:06 8:35 9:17 Dulles TC Mall 7:24 8:06 8:48 DTC P&R 7:30 8:12 8:54 Potomac Falls Service Broad Run Cascades Our Lady of Hope Lowes Island Front Lowes Island Back Dulles North Reverse Commute Service West Falls Church Metro Wiehle Ave Metro 7:46 8:28 9:10 5:16 5:38 5:58 6:22 6:54 7:14 7:41 8:28 8:36 9:03 9:45 Verizon CFC AOL

Broderick & Dresden Dulles North Middleburg Bank Leesburg 0:42 0:42 0:22 0:50 0:56 0:53 1:08 1:17 1:18 1:21 1:33 0:55 0:54 0:49 50:37:00

ATTACHMENT 3 - METRO CONNECTION BUS SCHEDULE (continued)

PM Schedule Route 922 924 926 924 926 922 924 926 922 924 926 926 924 922 926 924 926 922 924 926 924 922 926 Pattern ID 9707 9706 9503 9706 9503 9707 9706 9503 9707 9706 9503 9503 9706 9707 9503 9706 9503 9707 9706 9503 9706 9707 9503 Run # 133 103 158 136 159 137 103 158 133 136 159 158 103 137 159 136 158 133 103 159 136 137 158 Block # 133a 103a G101 136a G102 137a 103a G101 133a 136a G102 G101 103a 137a G102 136a G101 133a 103a G102 136a 137a G101 Trip # 922 924 926 924 926 922 924 926 922 924 926 926 924 922 926 924 926 922 924 926 924 922 926 Leesburg Bus Yard 2:35 2:45 2:50 3:10 3:15 3:15 Reverse Commute Service Dulles North

Broderick & Dresden AOL CFC Verizon Run # Potomac Falls Service Loudoun Station Service Leesburg Reverse - govt center West Falls Church Metro Station Wiehle Ave 3:15 3:25 3:30 3:50 3:55 3:55 4:19 4:20 4:40 4:44 4:45 5:10 5:13 5:20 5:35 5:38 6:00 6:05 6:07 6:25 6:32 6:45 6:50 Dulles North Loudoun Station 3:48 4:13 4:38 5:03 5:35 6:00 6:25 6:50 7:15 Dulles Town Center Dulles TC P&R East Gate Stone Ridge I StoneSpring H'ptl Lowes Island - Both Lots Our Lady of Hope Cascades Broad Run Farms

Broadlands P&R 3:50 4:15 4:44 5:09 5:38 6:03 6:32 6:57

Goose Creek Village 3:57 4:22 4:51 5:16 5:45 6:10 6:39 7:04 Leesburg 3:45 4:25 5:10 5:50 6:35 7:15 Harmony 4:05 4:45 5:30 6:10 6:55 7:35 St Andrew 1:25 0:54 0:50 0:54 0:50 1:25 0:54 0:50 1:25 0:54 0:50 0:50 0:54 1:25 0:50 0:54 0:50 0:50 0:32 0:50 0:32 0:50 0:55

ATTACHMENT 3 - METRO CONNECTION BUS SCHEDULE (continued)

PM Schedule Route 926 926 926 926 902 902 902 902 902 902 902 902 902 902 87 87 87 Pattern ID 9504 9505 9505 9505 9001 9001 9001 9001 9001 9001 9001 9001 9001 9001 9872 9872 9872 Run # 159 158 159 155 156 151 155 156 151 155 156 151 155 156 160 160 160 Block # G102 G101 G102 G105 G103 G104 G105 G103 G104 G105 G103 G104 G105 G103 G106 G106 G106 Trip # 928 927 927 927 902 902 902 902 902 902 902 902 902 902 87X 87X 87X Leesburg Bus Yard 3:05 3:30 3:55 3:20 Reverse Commute Service Dulles North

Broderick & Dresden AOL CFC Verizon Run # Potomac Falls Service Loudoun Station Service Leesburg Reverse - govt center West Falls Church Metro Station 3:45 4:10 4:35 5:05 5:30 6:05 6:30 6:55 7:30 7:55 Wiehle Ave 7:15 7:45 8:10 8:40 4:00 4:51 5:47 Dulles North 7:30 8:00 8:25 8:55 Loudoun Station 7:38 8:08 8:33 9:03 Dulles Town Center 4:25 5:21 6:17 Dulles TC P&R 4:29 5:25 6:21 East Gate Stone Ridge I StoneSpring H'ptl Lowes Island - Both Lots 4:15 4:40 5:05 5:35 6:00 6:35 7:00 7:25 8:00 8:25 Our Lady of Hope 4:20 4:45 5:10 5:40 6:05 6:40 7:05 7:30 8:05 8:30 Cascades 4:25 4:50 5:15 5:45 6:10 6:45 7:10 7:35 8:10 8:35 Broad Run Farms 4:34 4:59 5:24 5:54 6:19 6:54 7:19 7:44 8:19 8:44

Broadlands P&R 8:10 8:35 9:05

Goose Creek Village 8:17 8:42 9:12 Leesburg 8:24 8:49 9:19 Harmony 8:39 9:04 9:34 St Andrew 8:49 9:14 9:44 0:55 1:04 1:04 1:04 1:20 1:20 1:30 1:25 1:25 1:25 1:25 0:49 1:10 0:49 0:51 0:56 0:56

ATTACHMENT 3 - METRO CONNECTION BUS SCHEDULE (continued)

PM Schedule Route 87 87 88 88 88 88 88 88 88 88 88 88 88 Pattern ID 9872 9872 9883 9883 9883 9883 9883 9883 9883 9883 9882 9884 9884 Run # 160 160 167 162 163 167 162 163 167 162 163 167 162 Block # G106 G106 G107 G108 G109 G107 G108 G109 G107 G108 G109 G107 G108 Trip # 87X 87X 88X 88X 88X 88X 88X 88X 88X 88X 88X 88X 88X Leesburg Bus Yard 2:20 2:40 3:05 Reverse Commute Service Dulles North

Broderick & Dresden AOL CFC Verizon Run # Potomac Falls Service Loudoun Station Service Leesburg Reverse - govt center West Falls Church Metro Station Wiehle Ave 6:43 7:39 3:00 3:20 3:45 4:16 4:40 5:05 5:44 6:10 6:35 7:07 7:30 Dulles North Loudoun Station Dulles Town Center 7:13 8:04 Dulles TC P&R 7:17 8:08 East Gate 3:25 3:48 4:11 4:48 5:16 5:42 6:20 6:36 7:01 7:32 7:54 Stone Ridge I 3:37 3:59 4:23 5:01 5:29 5:55 6:33 6:49 7:12 7:43 8:05 StoneSpring H'ptl 3:51 4:15 4:38 5:15 5:44 6:10 6:43 7:04 7:17 7:47 8:09 Lowes Island - Both Lots Our Lady of Hope Cascades Broad Run Farms

Broadlands P&R

Goose Creek Village Leesburg Harmony St Andrew 0:56 0:29 1:16 1:20 1:20 1:28 1:30 1:30 1:23 1:20 0:42 0:40 0:39 55:24:00 26818 106:01:00 ATTACHMENT 4 – LOCAL FIXED ROUTE BUS SCHEDULE

Daily Operations Report Thursday, September 26, 2019 Non Revenue Non Service Revenue Loudoun County Routes Miles Revenue Hours per Miles Passenger Fares Paying Pass Children Students- Service Hours per day - before Miles Bus # Driver Duration counts Collected Pass punches Free Rides Under 10 yr GW U W/C Transfer day /60 Hours Start Time End Time run after run (55) Exeter/Tuscarora (7am-6:59pm) 7am-6:59pm 0 11:59 11.98 7:00 18:59 (56) Rust Library/County Complex (7am-7pm) 7am-7pm 0 12:00 12.00 7:00 19:00 (57) Village at Leesburg (7am-7pm) 7am-7pm 0 12:00 12.00 7:00 19:00 (70) 7 on 7 1A and 1B (7am-10pm) 7am-10pm 0 15:00 15.00 7:00 22:00 (70) 7 on 7 2A and 2B (7am-10pm) 7am-10pm 0 15:00 15.00 7:00 22:00 (70) 7 on 7 3A and 3B (7:30am-7:28pm) 7:30am-7:28pm 0 11:58 11.97 7:30 19:28 (70) 7 on 7 4A and 4B (7:30am-7:28pm) 7:30am-7:28pm 0 11:58 11.97 7:30 19:28 (62) Ashburn Connector (7am-6:58pm) 7am-6:58pm 0 11:58 11.97 7:00 18:58 (82) Sterling Connector (7am-10pm) 7am-10pm 0 15:00 15.00 7:00 22:00 (80) Sugarland Run Connector (7:00am-7:00pm) 7:00am-7:00pm 0 12:00 12.00 7:00 19:00 (81) Countryside Connector (6:55am-6:55pm) 6:55am-6:52pm 0 11:57 11.95 6:55 18:52 (72) Wiehle Express 1 am peak (6:05am-8:58am) 6:05am-8:58am 0 2:53 2.88 6:05 8:58 (72) Wiehle Express 2 (6:29am-9:21am) 6:29am-9:21 am 0 2:52 2.87 6:29 9:21 (72) Wiehle Express 3 (7:01am-8:04pm) 7:01am-8:04pm 0 13:03 13.05 7:01 20:04 (72) Wiehle Express 4 pm peak (3:41pm-7:20pm) 3:41pm-7:20pm 0 3:39 3.65 15:41 19:20 (72) Wiehle Express 5 pm peak (4:13pm-7:54pm) 4:13pm-7:54pm 0 3:41 3.68 16:13 19:54 (84) Atlantic Connector (7am-8:14pm) 7am-8:14pm 0 13:14 13.23 7:00 20:14 (985) Sterling to Wiehle (7:20am-7:18pm) 7:20am-7:18pm 0 11:58 11.97 7:20 19:18 (70) 7 on 7 Saturday 1 (9am-9:42pm) interline 9am-9:42pm 0 (70) 7 on 7 Saturday 2 (8:00am-10pm) interline 8:00am-10:00pm 0 (82) Sterling Connector Saturday (8:05am-9:52pm) int. 8:05am-9:52pm 0 (84 Saturday) DTC to Wiehle/ 84 Return (8:00am-8:55pm) 8:00am-8:55pm 0 Leesburg Routes (57) Village at Leesburg (10am-9pm) SATURDAY 10am-9pm 0 (54) Safe-T-Ride (7am-7pm) M-F 7am-7pm 0 12:00 12.00 7:00 19:00 (54) Safe-T-Ride (9am-6pm) SATURDAY 9am-6pm 0 (54) Safe-T-Ride (9am-6pm) SUNDAY 9am-6pm 0 Loudoun County ADA Routes Central Loudoun ADA (7am-7pm) Available7am-7pm 0 12:00 12.00 7:00 19:00 Northeast Loudoun ADA (7pm-10pm) PM Only Available7pm-10pm 0 3:00 3.00 19:00 22:00 Northeast Loudoun ADA (7am-7pm) Available7am-7pm 0 12:00 12.00 7:00 19:00 Loudoun ADA 2 (7am-7pm) Available7am-7pm 0 12:00 12.00 7:00 19:00 Loudoun ADA Service (8am-10pm) SATURDAY Available 8am-10pm 0 Leesburg ADA Routes Leesburg ADA Service (10am-9pm) SATURDAY Available10am-9pm 0

Loudoun Metro Connect 990/992/993/994 (990) Wiehle Metro Station to Loudoun (6:20am-7:11am) 6:20am-7:11am 0 0:51 0.85 6:20 7:11 (990) Wiehle Metro Station to Loudoun (7:11am-8:02am) 7:11am-8:02am 0 0:51 0.85 7:11 8:02 (990) Wiehle Metro Station to Loudoun (8:02am-8:53am) 8:02am-8:53am 0 0:58 0.97 8:02 9:00 (990) Wiehle Metro Station to Loudoun (9:00am-9:37am) 9:00am-9:37am 0 0:37 0.62 9:00 9:37 (990)B Wiehle Metro Station to Loudoun (6:41am-7:32am) 6:41am-7:32am 0 0:51 0.85 6:41 7:32 (990)B Wiehle Metro Station to Loudoun (7:32am-8:23am) 7:32am-8:23am 0 0:53 0.88 7:32 8:25 (990)B Wiehle Metro Station to Loudoun (8:25am-9:02am) 8:25am-9:02am 0 0:37 0.62 8:25 9:02 (993) Wiehle Metro Station to LC Gvt. Ctr. (8:00am-8:30am) 8:00am-8:30am 0 0:30 0.50 8:00 8:30 (992) Loudoun to Wiehle Metro Station (3:30pm-3:55pm) 3:30pm-3:55pm 0 0:25 0.42 15:30 15:55 (992) Loudoun to Wiehle Metro Station (3:55pm-4:40pm) 3:55pm-4:40pm 0 0:45 0.75 15:55 16:40 (992) Loudoun to Wiehle Metro Station (4:40pm-5:25pm) 4:40pm-5:25pm 0 0:45 0.75 16:40 17:25 (992) Loudoun to Wiehle Metro Station (5:25pm-6:10pm) 5:25pm-6:10pm 0 0:45 0.75 17:25 18:10 (992)B Loudoun to Wiehle Metro Station (3:50pm-4:15pm) 3:50pm-4:15pm 0 0:25 0.42 15:50 16:15 (992)B Loudoun to Wiehle Metro Station (4:15pm-5:00pm) 4:15pm-5:00pm 0 0:45 0.75 16:15 17:00 (992)B Loudoun to Wiehle Metro Station (5:00pm-5:45pm) 5:00pm-5:45pm 0 0:45 0.75 17:00 17:45 (994) Wiehle Metro Station to LC Gvt. Ctr. (5:05pm-5:35pm) 5:05pm-5:35pm 0 0:30 0.50 17:05 17:35 Purcellville Metro Connect 931/932 (931/932) Purcellville to Wiehle Metro (4:45am-5:30am) #1 4:45am-5:30am 0 1:30 1.50 4:45 6:15 (931/932) Purcellville to Wiehle Metro (6:15am-7:00am) #1 6:15am-7:00am 0 1:30 1.50 6:15 7:45 (931/932) Purcellville to Wiehle Metro (7:45am-8:30am) #1 7:45am-8:30am 0 0:45 0.75 7:45 8:30 (931/932) Purcellville to Wiehle Metro (5:15am-6:00am) #2 5:15am-6:00am 0 1:30 1.50 5:15 6:45 (931/932) Purcellville to Wiehle Metro (6:45am-7:30am) #2 6:45am-7:30am 0 1:30 1.50 6:45 8:15 (931/932) Purcellville to Wiehle Metro (8:15am-9:00am) #2 8:15am-9:00am 0 0:45 0.75 8:15 9:00 (931/932) Purcellville to Wiehle Metro (5:45am-6:30am) #3 5:45am-6:30am 0 1:30 1.50 5:45 7:15 (931/932) Purcellville to Wiehle Metro (7:15am-8:00am) #3 7:15am-8:00am 0 1:30 1.50 7:15 8:45 (931/932) Purcellville to Wiehle Metro (8:45am-9:30am) #3 8:45am-9:30am 0 0:45 0.75 8:45 9:30 (932/931) Wiehle Metro to Purcellville (3:00pm-3:45pm) #1 3:00pm-3:45pm 0 1:30 1.50 15:00 16:30 (932/931) Wiehle Metro to Purcellville (4:30pm-5:15pm) #1 4:30pm-5:15pm 0 1:30 1.50 16:30 18:00 (932/931) Wiehle Metro to Purcellville (6:00pm-6:45pm) #1 6:00pm-6:45pm 0 0:45 0.75 18:00 18:45 (932/931) Wiehle Metro to Purcellville (3:30pm-4:15pm) #2 3:30pm-4:15pm 0 1:30 1.50 15:30 17:00 (932/931) Wiehle Metro to Purcellville (5:00pm-5:45pm) #2 5:00pm-5:45pm 0 1:30 1.50 17:00 18:30 (932/931) Wiehle Metro to Purcellville (6:30pm-7:15pm) #2 6:30pm-7:15pm 0 0:45 0.75 18:30 19:15 (932/931) Wiehle Metro to Purcellville (4:00pm-4:45pm) #3 4:00pm-4:45pm 0 1:30 1.50 16:00 17:30 (932/931) Wiehle Metro to Purcellville (5:30pm-6:15pm) #3 5:30pm-6:15pm 0 1:30 1.50 17:30 19:00 (932/931) Wiehle Metro to Purcellville (7:00pm-7:45pm) #3 7:00pm-7:45pm 0 0:45 0.75 19:00 19:45 Loudoun Reg Total 0 $ - 0 0 0 0 0 0 0 192:10:00 192.17 Loudoun Sat Total 0 $ - 0 0 0 0 0 0 0 0:00:00 - Leesburg Reg Total 0 $ - 0 0 0 0 0 0 0 12:00:00 12.00 Leesburg Sat Total 0 $ - 0 0 0 0 0 0 0 0:00:00 - Leesburg Sun Total 0 $ - 0 0 0 0 0 0 0 0:00:00 - Loudoun ADA Total 0 $ - 0 0 0 0 0 0 0 39:00:00 39.00 Loudoun Sat ADA 0 $ - 0 0 0 0 0 0 0 0:00:00 - Leesburg Sat ADA 0 $ - 0 0 0 0 0 0 0 0:00:00 - Loudoun Metro 990-994 0 $ - 0 0 0 0 0 0 0 11:13:00 11.22 Purcellville Metro 931-2 0 $ - 0 0 0 0 0 0 0 22:30:00 22.50 ATTACHMENT 4 – LOCAL FIXED ROUTE BUS SCHEDULE (continued)

Local Fixed Route Schedule Saturday

Daily Operations Report Saturday, September 3, 2016 Passenger Fares Paying Pass Children Students- Hours per Loudoun Routes Bus # Driver Duration counts Collected Pass punches Free Rides under 10 yr GW U W/C Transfer day (70) 7 on 7 Saturday 1 (9am-9:42pm) interline 9am-9:42pm 0 12:42 12.70 (70) 7 on 7 Saturday 2 (8:00am-10pm) interline 8:00am-10:00pm 0 14:00 14.00 (82) Sterling Connector Saturday (8:05am-9:52pm) int. 8:05am-9:52pm 0 13:47 13.78 (965 Saturday) DTC to LDN Gateway/ 965 Return (8:00am-8:55pm) 8:00am-8:55pm 0 12:55 12.92 Passenger Fares Paying Pass Children Students- Hours per Leesburg Routes Bus # Driver Duration counts Collected Pass punches Free Rides under 10 yr GW U W/C day (57) Village at Leesburg (10am-9pm) 10am-9pm 0 11:00 11.00 (54) Safe-T-Ride (9am-6pm) 9am-6pm 0 9:00 9.00 Loudoun ADA Routes Loudoun ADA Service (8am-10pm) Available 8am-10pm 0 7:00 7.00 Leesburg ADA Routes - Leesburg ADA Service (10am-9pm) Available10am-9pm 0 7:00 7:00 Track Loudoun & Leesburg ADA passengers seperately Loudoun Reg Total 0 $ - 0 0 0 0 0 0 0 53:24:00 53.40 Leesburg Reg Total 0 $ - 0 0 0 0 0 0 0 20:00:00 20.00 Loudoun ADA Total 0 $ - 0 0 0 0 0 0 0 7:00:00 7.00 Leesburg ADA Total 0 $ - 0 0 0 0 0 0 0 7:00:00 7.00

Local Fixed Route Schedule Sunday

Daily Operations Report Sunday, September 4, 2016 Service Passenger Fares Paying Pass Children Students- Hours Leesburg Routes Bus # Driver Duration counts Collected Pass punches Free Rides under 10 yr GW U W/C Transfer per day (54) Safe-T-Ride (9am-6pm) 9am-6pm 0 9:00 9.00 (70) 7 on 7 (8:00am-10pm) interline 8:00am-8:00pm 0 12:00 12.00 (82) Sterling Connector (8:05am-9:52pm) int. 8:00am-8:00pm 0 12:00 12.00

Leesburg ADA Routes 0

Leesburg Reg Total 0 $ - 0 0 0 0 0 0 0 33:00:00 33.00 ADA Total 0 $ - 0 0 0 0 0 0 0 0:00:00

Attachment 5 Fleet Inventory Report

Loudoun County Fleet as of January 21, 2020 Odometer VIN Manufacturer Model Year Reading MCI - Motor Coach Industries 1M8PDMPA84P056338 International (DINA) # 71010 - MCI D4500 2004 713,687 MCI - Motor Coach Industries 1M8PDMPA24P056349 International (DINA) # 71021 - MCI D4500 2004 730,717 MCI - Motor Coach Industries 1M8PDMPA45P056712 International (DINA) # 71023 - MCI D4500 2005 689,118 MCI - Motor Coach Industries 1M8PDMPA65P056713 International (DINA) # 71024 - MCI D4500 2005 711,327 MCI - Motor Coach Industries 1M8PDMPA07P057410 International (DINA) # 71025 - MCI D4500 2006 652,802 MCI - Motor Coach Industries 1M8PDMPA27P057411 International (DINA) # 71026 - MCI D4500 2006 656,980 MCI - Motor Coach Industries 1M8PDMPA47P057412 International (DINA) # 71027 - MCI D4500 2006 671,638 MCI - Motor Coach Industries 1M8PDMPA67P057413 International (DINA) # 71028 - MCI D4500 2006 705,864 MCI - Motor Coach Industries 1M8PDMPA87P057414 International (DINA) # 71029 - MCI D4500 2006 696,456 MCI - Motor Coach Industries 1M8PDMPAX7P057415 International (DINA) # 71030 - MCI D4500 2006 662,783 MCI - Motor Coach Industries 1M8PDMPA17P057416 International (DINA) # 71031 - MCI D4500 2006 650,531 MCI - Motor Coach Industries 1M8PDMPA27P057876 International (DINA) # 71032 - MCI D4500 2006 657,459 MCI - Motor Coach Industries 1M8PDMPA47P057877 International (DINA) # 71033 - MCI D4500 2006 663,931 MCI - Motor Coach Industries 1M8PDMHA18P058534 International (DINA) # 71034 - MCI D4500 2008 566,756 MCI - Motor Coach Industries 1M8PDMHA38P058535 International (DINA) # 71035 - MCI D4500 2008 586,182 MCI - Motor Coach Industries 1M8PDMHAX9P058887 International (DINA) # 71036 - MCI D4500 2009 506,426 MCI - Motor Coach Industries 1M8PDMHA19P058888 International (DINA) # 71037 - MCI D4500 2009 524,575 MCI - Motor Coach Industries 1M8PDMHA39P058889 International (DINA) # 71038 - MCI D4500 2009 556,504 MCI - Motor Coach Industries 1M8PDMHA8AP059346 International (DINA) # 71039 - MCI D4500 2010 534,113 MCI - Motor Coach Industries 1M8PDMHAXAP059347 International (DINA) # 71040 - MCI D4500 2010 441,683 MCI - Motor Coach Industries 1M8PDMHA1AP059348 International (DINA) # 71041 - MCI D4500 2010 458,160 MCI - Motor Coach Industries 1M8PDMHA3AP059349 International (DINA) # 71042 - MCI D4500 2010 448,381 MCI - Motor Coach Industries 1M8PDMHAXAP059350 International (DINA) # 71043 - MCI D4500 2010 418,077 MCI - Motor Coach Industries 1M8PDMHA1AP059351 International (DINA) # 71044 - MCI D4500 2010 456,090 MCI - Motor Coach Industries 1M8PDMHA3AP059352 International (DINA) # 71045 - MCI D4500 2010 453,623 MCI - Motor Coach Industries 1M8PDMHA8BP059719 International (DINA) # 71046 - MCI D4500 2011 467,444 MCI - Motor Coach Industries 1M8PDMHA4BP059720 International (DINA) # 71047 - MCI D4500 2011 468,934 MCI - Motor Coach Industries 1M8PDMBAXCP012606 International (DINA) # 71048 - MCI D4500 2012 329,160 MCI - Motor Coach Industries 1M8PDMBA1CP012607 International (DINA) # 71049 - MCI D4500 2012 350,258 MCI - Motor Coach Industries 1M8PDMBA3CP012608 International (DINA) # 71050 - MCI D4500 2012 402,161 MCI - Motor Coach Industries 1M8PDMBA8DP012959 International (DINA) # 71051 - MCI D4500 2013 277,000 MCI - Motor Coach Industries 1M8PDMBA4DP012960 International (DINA) # 71052 - MCI D4500 2013 303,478 YE2CC2ABOB2047736 VAN - Van Hool N.V. # 71053 - Vanhool 2011 543,998 YE2CC2AB2B2047737 VAN - Van Hool N.V. # 71054 - Vanhool 2011 567,016 YE2CC2AB4B2047738 VAN - Van Hool N.V. # 71055 - Vanhool 2011 547,985 MCI - Motor Coach Industries 1M8PDMBA0HP014551 International (DINA) # 71056 - MCI D4500 2017 97,270 MCI - Motor Coach Industries 1M8PDMBA2HP014552 International (DINA) # 71057 - MCI D4500 2017 105,433 MCI - Motor Coach Industries 1M8PDMBA4HP014553 International (DINA) # 71058 MCI D4500 2017 117,047 MCI - Motor Coach Industries 1M8PDMBA6HP014554 International (DINA) # 71059 MCI D4500 2017 96,202 MCI - Motor Coach Industries 1M8PDMBA8HP014555 International (DINA) # 71060 MCI D4500 2017 108,772 MCI - Motor Coach Industries 1M8PDMBAXHP014556 International (DINA) # 71061 MCI D4500 2017 108,682 MCI - Motor Coach Industries 1M8PDMBA1HP014557 International (DINA) # 71062 MCI D4500 2017 110,065 MCI - Motor Coach Industries 1M8PDMBA3HP014558 International (DINA) # 71063 MCI D4500 2017 99,293 MCI - Motor Coach Industries 1M8PDMBA5HP014559 International (DINA) # 71064 MCI D4500 2017 110,565 MCI - Motor Coach Industries 1M8PDMBA1HP014560 International (DINA) # 71065 MCI D4500 2017 83,696 MCI - Motor Coach Industries 1M8PDMBA3HP014561 International (DINA) # 71066 MCI D4500 2017 84,188 MCI - Motor Coach Industries 1M8PDMBA5HP014562 International (DINA) # 71067 MCI D4500 2017 110,947 MCI - Motor Coach Industries 1M8PDMBA7HP014563 International (DINA) # 71068 MCI D4500 2017 97,615 MCI - Motor Coach Industries 1M8PDMBA9HP014564 International (DINA) # 71069 MCI D4500 2017 88,345 MCI - Motor Coach Industries 1M8PDMBA0HP014565 International (DINA) # 71070 MCI D4500 2017 109,123 MCI - Motor Coach Industries 1M8PDMBA2HP014566 International (DINA) # 71071 MCI D4500 2017 74,361 MCI - Motor Coach Industries 1M8PDMBA8JP015016 International (DINA) # 71072 MCI D4500 2018 60,180 MCI - Motor Coach Industries 1M8PDMBAXJP015017 International (DINA) # 71073 MCI D4500 2018 62,515 MCI - Motor Coach Industries 1M8PDMBA1JP015018 International (DINA) # 71074 MCI D4500 2018 60,358 MCI - Motor Coach Industries 1M8PDMBA3JP015019 International (DINA) # 71075 MCI D4500 2018 50,147 MCI - Motor Coach Industries 1M8PDMBAXJP015020 International (DINA) # 71076 MCI D4500 2018 60,360 MCI - Motor Coach Industries 1M8PDMBA1JP015021 International (DINA) # 71077 MCI D4500 2018 51,047 MCI - Motor Coach Industries 1M8PDMBA3JP015022 International (DINA) # 71078 MCI D4500 2018 49,242 MCI - Motor Coach Industries 1M8PDMBA5JP015023 International (DINA) # 71079 MCI D4500 2018 54,615 MCI - Motor Coach Industries 1M8PDMBA6KP015467 International (DINA) # 71080 - MCI D4500 2019 31,707 MCI - Motor Coach Industries 1M8PDMBA8KP015468 International (DINA) # 71081 - MCI D4500 2019 31,438 MCI - Motor Coach Industries 1M8PDMBAXKP015469 International (DINA) # 71082 - MCI D4500 2019 31,338 MCI - Motor Coach Industries 1M8PDMBA6KP015470 International (DINA) # 71083 - MCI D4500 2019 28,887 MCI - Motor Coach Industries 1M8PDMBA8KP015471 International (DINA) # 71084 - MCI D4500 2019 31,512 15GGD2714E1184124 GIL - Gillig Corporation # 73000 - Gillig 2014 289,164 15GGD2716E1184125 GIL - Gillig Corporation # 73001 - Gillig 2014 260,459 15GGD2718E1184126 GIL - Gillig Corporation # 73002 - Gillig 2014 283,997 15GGD271XE1184127 GIL - Gillig Corporation # 73003 - Gillig 2014 267,914 15GGD2711E1184128 GIL - Gillig Corporation # 73004 - Gillig 2014 318,243 15GGD2719G1186325 GIL - Gillig Corporation # 73005 - Gillig 2016 225,767 15GGD2710G1186326 GIL - Gillig Corporation # 73006 - Gillig 2016 184,813 15GGD2712G1186327 GIL - Gillig Corporation # 73007 - Gillig 2016 186,018 15GGD2714G1186328 GIL - Gillig Corporation # 73008 - Gillig 2016 187,592 15GGD2716G1186329 GIL - Gillig Corporation # 73009 - Gillig 2016 216,364 15GGD2719G1186227 GIL - Gillig Corporation # 73010 - Gillig 2016 173,020 15GGD2710G1186228 GIL - Gillig Corporation # 73011 - Gillig 2016 171,658 15GGD2712G1186229 GIL - Gillig Corporation # 73012 - Gillig 2016 146,315 15GGD2719G1186230 GIL - Gillig Corporation # 73013 - Gillig 2016 183,432 # 74000 Starcraft Starlite 1FDES8PM9KKA96351 FRD - Ford Motor Corporation Transit 2019 832 # 74001 Starcraft Starlite 1FDES8PM9KKA96348 FRD - Ford Motor Corporation Transit 2019 702 # 74002 Starcraft Starlite 1FDES8PM7KKA96350 FRD - Ford Motor Corporation Transit 2019 861 # 74003 Starcraft Starlite 1FDES8PM9KKA96349 FRD - Ford Motor Corporation Transit 2019 731 # 74004 Starcraft Starlite 1FDES8PM0KKA96352 FRD - Ford Motor Corporation Transit 2019 685 1FDFE4FS5KDC3511 FRD - Ford Motor Corporation # 74005 Starcraft Allstar 2019 735 1FDFE4FS0KDC35114 FRD - Ford Motor Corporation # 74006 Starcraft Allstar 2019 753 1FDFE4FS9KDC35113 FRD - Ford Motor Corporation # 74007 Starcraft Allstar 2019 674 1FDFE4FS2KDC35115 FRD - Ford Motor Corporation # 74008 Starcraft Allstar 2019 763 1FDFE4FS3KDC35110 FRD - Ford Motor Corporation # 74009 Starcraft Allstar 2019 777 1FDFE4FS7KDC35112 FRD - Ford Motor Corporation # 74010 Starcraft Allstar 2019 708 1FDAF5GY4KEE76507 FRD - Ford Motor Corporation # 74011 Starcraft Allstar XL 2019 655 1FDAF5GY6KEE76511 FRD - Ford Motor Corporation # 74012 Starcraft Allstar XL 2019 683 1FDAF5GY7KEE76503 FRD - Ford Motor Corporation # 74013 Starcraft Allstar XL 2019 673 1FDAF5GY8KEE76509 FRD - Ford Motor Corporation # 74014 Starcraft Allstar XL 2019 693 1FDAF5GY0KEE76505 FRD - Ford Motor Corporation # 74015 Starcraft Allstar XL 2019 684 1FDAF5GY9KEE76504 FRD - Ford Motor Corporation # 74016 Starcraft Allstar XL 2019 690 1FDAF5GY5KEE76502 FRD - Ford Motor Corporation # 74017 Starcraft Allstar XL 2019 674 1FDAF5GY2KEE76506 FRD - Ford Motor Corporation # 74018 Starcraft Allstar XL 2019 715 1FDAF5GY5KEF71349 FRD - Ford Motor Corporation # 74019 Starcraft Allstar XL 2019 657 1FDAF5GY2KEF71356 FRD - Ford Motor Corporation # 74020 Starcraft Allstar XL 2019 657 1FDAF5GY4KEE76510 FRD - Ford Motor Corporation # 74021 Starcraft Allstar XL 2019 664 1FDAF5GY1KEF71350 FRD - Ford Motor Corporation # 74022 Starcraft Allstar XL 2019 659 1FDAF5GY6KEF71358 FRD - Ford Motor Corporation # 74023 Starcraft Allstar XL 2019 697 1FDAF5GY4KEF71343 FRD - Ford Motor Corporation # 74024 Starcraft Allstar XL 2019 714 1FDAF5GY6KEF71344 FRD - Ford Motor Corporation # 74025 Starcraft Allstar XL 2019 679 1FDAF5GY0KEF71355 FRD - Ford Motor Corporation # 74026 Starcraft Allstar XL 2019 660 1FDAF5GY4KEF71357 FRD - Ford Motor Corporation # 74027 Starcraft Allstar XL 2019 691 1FDAF5GY5KEF71352 FRD - Ford Motor Corporation # 74028 Starcraft Allstar XL 2019 763 1FDAF5GY6KEE76508 FRD - Ford Motor Corporation # 74029 Starcraft Allstar XL 2019 734 1FDAF5GY7KEF71353 FRD - Ford Motor Corporation # 74030 Starcraft Allstar XL 2019 819 1FDAF5GYXKEF71346 FRD - Ford Motor Corporation # 74031 Starcraft Allstar XL 2019 727 1FDAF5GY8KEF71345 FRD - Ford Motor Corporation # 74032 Starcraft Allstar XL 2019 735 1FDAF5GY3KEF71351 FRD - Ford Motor Corporation # 74033 Starcraft Allstar XL 2019 703 1FDAF5GY1KEF71347 FRD - Ford Motor Corporation # 74034 Starcraft Allstar XL 2019 735 1FDAF5GY3KEF71348 FRD - Ford Motor Corporation # 74035 Starcraft Allstar XL 2019 824 1FDAF5GY9KEF71354 FRD - Ford Motor Corporation # 74036 Starcraft Allstar XL 2019 675

ATTACHMENT 6

Loudoun County Drug-Free Workplace Policy

DRUG-FREE WORKPLACE 2 Revised April 1, 2008 In an effort to provide a drug-free workplace and to comply with Federal and State regulations, the County prohibits employee consumption of alcohol and the use, distribution, manufacture or possession of illegal controlled substances in the workplace (any County worksite or work location) or during working hours. Violation of this policy may result in immediate dismissal. a. To promote employee awareness, the County through the Employee Assistance Program (EAP) provides an ongoing “Drug-Free Workplace” program which includes employee training. The training provides information on: • Dangers of drug abuse in the workplace • County policy for maintaining a drug-free workplace • Signs and symptoms of alcohol and drug abuse • Treatment approaches to chemical dependency • Economic costs of alcohol and drug abuse to the workplace • Deductions which may be imposed for violation of the County’s Drug-Free Workplace Policy • Available alcohol and drug counseling, rehabilitation, and the Employee Assistance Program (EAP). b. As a condition of employment with Loudoun County, employees agree to abide by the terms of this policy and agree to notify their supervisor if convicted of any criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction. c. If an employee is convicted of a drug or alcohol related misdemeanor or felony, the County, in accordance with Federal regulations, will take appropriate personnel action up to and including termination or requiring satisfactory participation in a drug abuse assistance or rehabilitation program. Action taken by the County will occur within thirty (30) calendar days of the employee’s notice to the County. d. If an employee is convicted under a criminal drug law for violations occurring in the workplace, the County will notify the applicable contracting Federal agency from which it is receiving grant funds of this fact within ten (10) calendar days of receiving notice of the conviction from the employee. e. Required Actions for Suspicion of Use of Controlled Substances or Alcohol

1. If you suspect an employee of being under the influence of controlled substances or alcohol at work, report the situation to your supervisor. 2. Supervisors should contact your HR Analyst for guidance regarding the determination of reasonable suspicion and notify your department’s liaison in County Administration. 3. If two or more supervisory employees have reasonable cause to believe an employee is under the influence of alcohol or a controlled substance at work, the Department Head or designee will follow these steps (please also refer to administrative guideline HR-29): a. Question the employee (with another supervisor or witness present who has observed the behavior in question) about the reasonable suspicion and evaluate the situation. b. Arrange for transport of the employee to the designated Occupational Health Facility under contract for alcohol and controlled substance testing at the County’s expense. If there is any question as to whether the behavior may be due to a serious medical condition, or if the employee is exhibiting threatening behavior, the supervisor should call 911 for assistance. c. Ensure the employee is safely transported to their residence once testing is completed. d. If positive test results occur, initiate a level of disciplinary action that is appropriate in consultation with Human Resources. This step should be taken after positive results of the test. e. Refer the employee to the Employee Assistance Program (EAP). This step should be taken only after a positive test is confirmed. EAP participation is voluntary on the part of the employee. ATTACHMENT 7 CONTRACT DEFICIENCY DEDUCTIONS

Amount of Infraction Deduction Deduction Issue Service Delivery Related Deductions Departing designated boarding location more than one minute in advance of scheduled departure time $50 per occurrence Loss of Ridership Departing from first boarding location more than 5 minutes, but less than 15 minutes following the scheduled departure time $50 per occurrence Loss of Ridership Departing from bus yard location more than 5 minutes, but less than 15 minutes following the scheduled departure time $50 per occurrence Safety Concern Departing from first boarding location more than 15 minute, but less than 60 minutes following the scheduled departure time $100 per occurrence Loss of Ridership Departing from bus yard location more than 15 minute, but less than 60 minutes following the scheduled departure time $100 per occurrence Safety Concern Failure to begin trip within 60 minutes of schedule, or to make scheduled trip $500 per occurrence Loss of Ridership Failure to dispatch, within 15 minutes of Loss of Ridership; notification , replacement bus to breakdown jeopardizing safety of with passengers $500 per occurrence passengers

Failure to comply with driver uniform standards $50 per occurrence Loss of Ridership Failure properly log-in to the appropriate run in Clever Devices $50 per occurrence Loss of Ridership Operating a bus in revenue service without a functioning Clever Device system $100 per occurrence Loss of Ridership Failure to properly complete and document Damage or Loss of pre-trip inspections $100 per occurrence Equipment Failure to collect and correctly record the appropriate fare/route per fare collection procedures, after one documented occurrence $100 per occurrence Loss of Fares Failure to properly screen and train drivers per Loss of Ridership; the hiring and training standards prior to jeopardizing safety of participation in revenue service $100 per occurrence passengers Involvement in an avoidable accident, after Damage or Loss of first occurrence $250 per occurrence Equipment Loss of operational supervision, jeopardizing safety of Supervisors driving in Revenue Service $100 per occurrence passengers Failure to stop at a designated stop $50 per occurrence Loss of Ridership Failure to stop at a major stop $100 per occurrence Loss of Ridership Waste of County Failure to adhere to the idle policy $100 per occurrence Resources Failure to properly secure a county-owned vehicle, or leaving a county-owned vehicle Damage or Loss of unattended $500 per occurrence Equipment Reporting Requirements Related Damages Failure to comply with County reporting Loss of Fares and requirements, including deadlines and damage or loss of accuracy $50 per occurrence equipment Failure to report an accident or incident as $1000 per Damage or Loss of defined in contract occurrence Equipment Maintenance Related Damages Failure to adhere to restroom standards $50 per occurrence Loss of Ridership Failure to adhere to standards of bus cleanliness $50 per occurrence Loss of Ridership Failure to maintain complete and current vehicle maintenance records and to enter this same information into the DOSSIER system $50 per occurrence Damage or Loss of within 8 hours of repair per day Equipment Failure to complete general repairs within five $100 per day business days of notification of problem overdue Loss of Ridership Failure to comply with County fluid analysis Damage or Loss of program $250 per occurrence Equipment Operating vehicle without heating or A/C per standards $250 per occurrence Loss of Ridership Damage or Loss of Failure to maintain buses per PM standards $500 per occurrence Equipment Failure to maintain County-Owned vehicles Jeopardizing free of safety defects $500 per occurrence Passenger Safety Failure to properly maintain wheelchair lifts per manufacturer guidelines resulting in a failure of $1000 per Compliance with ADA the lift while in revenue service occurrence requirements $100 per day Loss of sale Failure to have a bus ready for sale within two overdue per value/waste of county weeks of designation for sale by county. occurrence resources

Attachment 8

LISTING OF PARK AND RIDE LOTS

Lot Name Location Parking Fee Spaces Provided Ashburn North Russell Branch Parkway and Richfield Free 190 Way (near Strayer University) Brambleton 42790 Creighton Road, Ashburn (east of Free 100 Route 659) Broadlands South Pick up is on Old Ryan Rd at the Free 160 Second Lot entrance to the park & ride lot, near the intersection of Ashburn Village Blvd & Old Ryan Rd Broad Run Farms Galilee Methodist Church Free 48 45425 Winding Road, Sterling VA Cascades Palisades Parkway and Community Free 55 Lutheran Church, Potomac Falls, VA Dulles North Transit Route 606 and Moran Rd, next to the Free 750 Center Dulles Greenway

Dulles South Stone Ridge Village Center, 42015 Free 250 Village Center Plaza, Aldie Stone Ridge II 24281 Millstream Drive, Aldie VA Free 300

Stone Ridge I 24499 Millstream Drive, Aldie VA Free 100

Goose Creek 20785 Century Corner Dr, Ashburn VA Free 83 Village 20147

Harmony (Hamilton)* 39464 East Colonial Highway, East of Free 250 Hamilton Leesburg 19730 Sycolin Road Free 691

Lowes Island* Great Falls Plaza- front and rear parking Free 65 spaces as signed Our Lady of Hope 46639 Algonkian Pkwy, Sterling VA Free 120 Potomac Station Potomac Station Drive and River Creek Free 50 Parkway, Leesburg VA Purcellville Virginia Regional Transit Lot, Free 150 412 Browning Ct

ATTACHMENT 9 PRICING PROPOSAL

Category 1 Category 2 Category 2 Category 2 Category 3 Category 3 Category 3 Estimated Estimated Estimated Estimated Billable Maintenance Maintenance Maintenance Billable Service Service Hour Billable Service Bus Type Fixed Costs miles Mileage Rate Cost Hours Rate Hour Cost Period 1 Commuter Bus $ - 3337302 $ - $ - 61440 $ - $ - 01/01/21-06/30/22 Transit Bus 0 1531377 $ - $ - 45617 $ - $ - Body on Chassis Bus 0 1525761 $ - $ - 88611 $ - $ - Paratransit Bus 0 179994 $ - $ - 0 $ - $ - Period 1 Totals 6574434 $ - 195668 $ -

Period 2 Commuter Bus $ - 2,308,968 $ - $ - 42,508 $ - $ - 07/01/22-06/30/23 Transit Bus 0 1,059,509 $ - $ - 31,561 $ - $ - Body on Chassis Bus 0 1,055,623 $ - $ - 61,307 $ - $ - Paratransit Bus 0 124,532 $ - $ - - $ - $ - Period 2 Totals 4548632 $ - 135376 $ -

Period 3 Commuter Bus $ - 2,332,058 $ - $ - 42,933 $ - $ - 07/01/23-06/30/24 Transit Bus 0 1,070,104 $ - $ - 31,876 $ - $ - Body on Chassis Bus 0 1,066,179 $ - $ - 61,920 $ - $ - Paratransit Bus 0 125,777 $ - $ - - $ - $ - Period 3 Totals 4594118 $ - 136730 $ -

Period 4 Commuter Bus $ - 2,355,378 $ - $ - 43363 $ - $ - 07/01/24-06/30/25 Transit Bus 0 1080805 $ - $ - 32195 $ - $ - Body on Chassis Bus 0 1076841 $ - $ - 62539 $ - $ - Paratransit Bus 0 127035 $ - $ - 0 $ - $ - Period 4 Totals 4640059 $ - 138097 $ -

Period 5 Commuter Bus $ - 2,378,932 $ - $ - 43,796 $ - $ - 07/01/25-06/3026 Transit Bus 0 1,091,613 $ - $ - 32,517 $ - $ - Body on Chassis Bus 0 1,087,610 $ - $ - 63,165 $ - $ - Paratransit Bus 0 128,305 $ - $ - - $ - $ - Period 5 Totals 4686460 $ - 139478 $ -

Category 4 Category 4 Category 4 Category 5 Category 5 Category 5 Estimated Billable Estimated Billable Estimated Billable Estimated Billable Estimated Billable Estimated Billable Paratransit Paratransit Service Paratransit Service Special Event Special Event Special Event Bus Type Service Hours Hour Rate Hour Costs Service Hours Service Hour Rate Service Hour Costs Period 1 Commuter Bus 50 $ - $ - 01/01/21-06/30/22 Transit Bus Body on Chassis Bus Paratransit Bus 10,609 $ - $ - Period 1 Totals 0 50 0 $ -

Period 2 Commuter Bus 50 $ - $ - 07/01/22-06/30/23 Transit Bus Body on Chassis Bus Paratransit Bus 10,715 $ - $ - Period 2 Totals 0 50 0 $ -

Period 3 Commuter Bus 50 $ - $ - 07/01/23-06/30/24 Transit Bus Body on Chassis Bus Paratransit Bus 10,822 $ - $ - Period 3 Totals 0 50 0 $ -

Period 4 Commuter Bus 50 $ - $ - 07/01/24-06/30/25 Transit Bus Body on Chassis Bus Paratransit Bus 10,930 $ - $ - Period 4 Totals 0 50 0 $ -

Period 5 Commuter Bus 50 $ - $ - 07/01/25-06/3026 Transit Bus Body on Chassis Bus Paratransit Bus 11,040 $ - $ - Period 5 Totals 0 50 0 $ -

ATTACHMENT 9A - ALTERNATIVE PRICING PROPOSAL

Category 1 Category 2 Category 2 Category 2 Category 3 Category 3 Category 3

Estimated Estimated Estimated Estimated Billable Billable Maintenance Maintenance Maintenance Billable Service Service Hour Service Hour Bus Type Fixed Costs miles Mileage Rate Cost Hours Rate Cost Period 1 Commuter Bus $ - 2336111 $ - $ - 43008 $ - $ - 01/01/21-06/30/22 Transit Bus 0 1071964 $ - $ - 31932 $ - $ - Body on Chassis Bus 0 1068033 $ - $ - 62028 $ - $ - Paratransit Bus 0 125996 $ - $ - 0 $ - $ - Period 1 Totals 4602104 $ - 136967 $ -

Period 2 Commuter Bus $ - 1,616,278 $ - $ - 29,756 $ - $ - 07/01/22-06/30/23 Transit Bus 0 741,656 $ - $ - 22,092 $ - $ - Body on Chassis Bus 0 738,936 $ - $ - 42,915 $ - $ - Paratransit Bus 0 87,172 $ - $ - - $ - $ - Period 2 Totals 3184042 $ - 94763 $ -

Period 3 Commuter Bus $ - 1,632,440.38 $ - $ - 30,053 $ - $ - 07/01/23-06/30/24 Transit Bus 0 749,073 $ - $ - 22,313 $ - $ - Body on Chassis Bus 0 746,326 $ - $ - 43,344 $ - $ - Paratransit Bus 0 88,044 $ - $ - - $ - $ - Period 3 Totals 3215883 $ - 95711 $ -

Period 4 Commuter Bus $ - 1648765 $ - $ - 30354 $ - $ - 07/01/24-06/30/25 Transit Bus 0 756563 $ - $ - 22536 $ - $ - Body on Chassis Bus 0 753789 $ - $ - 43777 $ - $ - Paratransit Bus 0 88924 $ - $ - 0 $ - $ - Period 4 Totals 3248041 $ - 96668 $ -

Period 5 Commuter Bus $ - 1,665,252 $ - $ - 30,657 $ - $ - 07/01/25-06/3026 Transit Bus 0 764,129 $ - $ - 22,762 $ - $ - Body on Chassis Bus 0 761,327 $ - $ - 44,215 $ - $ - Paratransit Bus 0 89,814 $ - $ - - $ - $ - Period 5 Totals 3280522 $ - 97634 $ -

Category 4 Category 4 Category 4 Category 5 Category 5 Category 5

Estimated Billable Estimated Billable Estimated Billable Estimated Billable Estimated Billable Estimated Billable Paratransit Paratransit Paratransit Service Special Event Special Event Special Event Bus Type Service Hours Service Hour Rate Hour Costs Service Hours Service Hour Rate Service Hour Costs Period 1 Commuter Bus 50 $ - $ - 01/01/21-06/30/22 Transit Bus Body on Chassis Bus Paratransit Bus 10,609 $ - $ - Period 1 Totals 0 50 0 $ -

Period 2 Commuter Bus 50 $ - $ - 07/01/22-06/30/23 Transit Bus Body on Chassis Bus Paratransit Bus 12,000 $ - $ - Period 2 Totals 0 50 0 $ -

Period 3 Commuter Bus 50 $ - $ - 07/01/23-06/30/24 Transit Bus Body on Chassis Bus Paratransit Bus 12,120 $ - $ - Period 3 Totals 0 50 0 $ -

Period 4 Commuter Bus 50 $ - $ - 07/01/24-06/30/25 Transit Bus Body on Chassis Bus Paratransit Bus 12,241 $ - $ - Period 4 Totals 0 50 0 $ -

Period 5 Commuter Bus 50 $ - $ - 07/01/25-06/3026 Transit Bus Body on Chassis Bus Paratransit Bus 12,364 $ - $ - Period 5 Totals 0 50 0 $ -

ATTACHMENT 10 - APPROXIMATED COST PER YEAR

Period 1 Period 2 Period 3 Period 4 Period 5 (18 Months) (12 Months) (12 Months) (12 Months) (12 Months)

Category 1 Category 2 Category 3 Category 4 Category 5 Total – All Categories

HOURLY RATES FULLY BURDENED RATES Year 1 Year 2 Year 3 Year 4 Year 5

GENERAL MANAGER ASSISTANT GM OPERATIONS MANAGER MAINTENANCE MANAGER SAFETY & TRAINING MANAGER VEHICLE OPERATOR MECHANIC A MECHANIC B MECHANIC C MECHANIC D MECHANIC E

ATTACHMENT 11

SAMPLE SURETY STATEMENT

THIS IS A SAMPLE SURETY STATEMENT. SURETY STATEMENT IS TO BE PROVIDED WITH BID ON THE SURETY COMPANY’S LETTERHEAD.

(Name of Bidder) has been a client of (Name of Surety Company) for over (XX) years. During that time, we have supported this firm in their pursuit of projects in the $______range and total programs in excess of $______. We are prepared to provide a Performance Bond on the aforementioned project, provided (Name of Bidder) accepts an award of the contract and makes application to us prior to the time the work is to commence, and we are satisfied with the prevailing underwriting conditions, including but not limited to, acceptable contract terms and job specifications, acceptable bond forms, and confirmation of full financing.

We also possess certificates of authority as an acceptable surety authorized to do business in the Commonwealth of Virginia as published annually in the Federal Register, Department of Treasurer, Fiscal Service, Department Circular 570 and have a Best’s Key Rating of Level A or better and in a financial size category of Class VIII or higher.

Sincerely,

Attorney-In-Fact (Name of Surety Company)

Name of Surety

Signature

Print Name

Date

Address

Phone Number