HomeMy WebLinkAboutFLEET MAINTENANCE SERVICE TELCON
Augusta Richmond GA
DOCUMENT NAME: ~Lee;T fllA I(\Vf-e:NA(Vll,~ ~/;:R" Ie,;:$;
DOCUMENT TYPE: A) (l~ 6r'" ~'"
YEAR: ,~q <is
BOX NUMBER: le
FILE NUMBER: \ :, <61 \
NUMBER OF PAGES:
ti3
c?.J, -# /38' /' /
March 21,1998
AG"REEMENT FOR FLEET MAINTENANCE SERVICES
FOR AUGUSTA, GEORGIA
WITH TECOM FLEET SERVICES
March 21. 1998
AGREEMENT FOR FLEET MAINTENANCE SERVICES
FOR AUGUSTA, GEORGIA
THIS AGREEMENT is made and entered into as of this 1st day of January, 1998, by and between
Augusta, Georgia, a political subdivision of the state of Georgia, (hereinafter referred to as "City"), and
TECOM Fleet Services, Inc. (hereinafter referred to as "Contractor").
The City and Contractor, for the consideration stated herein, agree as follows:
1. CONTRACT TERM AND TERMINATION
The duration of the Contract will be for twenty-four (24) months from January 1, 1998, to December
31, 1999. Further, this Contract may be renewed by mutual agreement in annual increments,
provided that the funds for subject contract are available and an operating budget is approved by the
Augusta-Richmond County Commission and that the Contractor has established a satisfactory record
of performance. Except as provided elsewhere in this Agreement, this Agreement may be cancelled
or terminated in whole or in part at any time without cause upon the giving of at least ninety day's
written notice to the other party.
2. DESCRIPTION OF SERVICES
Contractor shall provide fleet maintenance services to City as set forth in "Statement of Work"
attached hereto and incorporated herein by reference.
3. DEFINITIONS
Where the following terms occur herein, the intent and meaning shall be as follows:
3.1 Contractor
Contractor shall mean Tecom Fleet Services, Inc.
3.2 Cost Target
Cost Target shall meant the sum of $2,695,273 for the calendar year 1998, as
adjusted, if applicable, pursuant to section 6 hereof.
3.2 Surety
Surety shall mean the party who is bound with and for the Contractor to ensure the payment
of all lawful debts pertaining to and for this Agreement.
3.3 Performance Bond
Performance Bond shall mean the fonn of security approved by the City and furnished by
the Contractor as a guarantee that the Contractor will execute the work in accordance with
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21, 1998
the terms ofthis Agreement and will pay all lawful claims.
3.4 Fleet Manager
Fleet Manager shall mean the designated representative of the City with the authority to
direct the Contractor in the daily performance requirements of the Contract Agreement, but
shall have no authority to direct the time, manner, or method of performance.
3.5 Fleet
Fleet shall mean all or such portion of the units listed in Appendix I and units that may be
added to or deleted from the such fleet.
3.6 Downtime
Downtime shall mean the percentage oftime a piece of equipment is unavailable for use due
to a need for repair or preventive maintenance work. Downtime is calculated as follows:
Number of hours unit is not available for use, divided by 24 hours per day.
Downtime begins when a unit is brought to the garage or upon receipt of notification that a
unit requires towing (during normal business hours) to the garage for authorized repair work.
Downtime ends when the department to which the unit is assigned is notified that the unit
is available for service. Downtime does not include the time to make repairs necessary as
a result of vehicle abuse, accidents, warranty, vandalism, or Acts of God.
4. CONTRACTOR'S RELATIONSHIP TO THE CITY
4.1 Contractor as Independent Contractor
It is expressly agreed and understood that the Contractor is in all respects an Independent
Contractor as to the work, and that the Contractor is in no respect an agent, servant or
employee of the City or the Augusta~Richmond County Commission. This Agreement
specifies the work to be done by the Contractor, but the time, manner, and method utilized
to accomplish the work shall be the responsibility of the Contractor.
4.2 Subcontracting
Contractor may subcontract services to be performed hereunder with the prior approval of
the City, which shall not unreasonably withhold approval. No such approval will be
construed as making the City a party of, or to, such subcontract, nor shall approval be
construed as subjecting the City to liability of any kind to any Subcontractor. No
subcontract shall, under any circumstances, relieve the Contractor of its liability and
obligation under this Contract; and despite such subcontracting the City shall deal through
the Contractor, and Subcontractors will be dealt with as workmen and representatives ofthe
Contractor.
2
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21, 1998
4.3 City Representative
Unless provided otherwise elsewhere in this Agreement, the City authorizes the City Fleet
Manager as the representative to act on behalf of the City on all matters relating to this
Contract and/or services being performed hereunder. The Fleet Manager shall decide all
questions, which may arise as to the quantity and character of services performed or to be
performed pursuant to this Agreement.
4.4 Inspection of Work
The Contractor shall furnish the City's authorized representative with every reasonable
opportunity to determine whether the work is performed in accordance with the requirements
of this Agreement. The City may appoint qualified persons to inspect the Contractor's
operations and equipment, and Contractor shall permit these authorized representative(s) to
make such inspections at a reasonable time and place.
5. PAYMENT METHODOLOGY
City shall pay Contractor in accordance with the procedures and schedules contained herein.
5.1 Labor Costs
Personnel costs will include wages, salaries, fringe benefits, payroll taxes, mechanic and
management incentive program costs and other direct cost. For contract purposes, the
Contractor will charge an hourly labor rate agreed upon by the Contractor and the City Fleet
Manager. This rate will be used to calculate repair order labor cost.
5.2 Parts/Supplies/Outside Services
The Contractor will charge the City for parts, supplies, and outside services as the items or
services are used, as reflected in the Contractor's repair orders. No markup will be added to
Contractor's net costs for the items or services charged to the City.
5.3 Administrative Costs and Management Fees
Line items in the approved budget for administrative costs and management fees will be
charged to the City for each accounting period on a pro rata basis. These items will not be
subject to documentation in the monthly invoice.
5.3.1 Overhead Expenses
Overhead expenses will include such items as office supplies, uniforms, bonding
costs, copying costs and insurance. All over-head expenses will be calculated as
they are expected to be incurred monthly at the Contractor's net cost without
markup. These charges are considered to be Administrative Costs.
3
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21, 199R
5.4 Cost Incentives
In addition to the Contractor's cost and fee, the Contractor will receive 40 % percent of any
aggregate annual savings for the City on the fixed price Cost Target (excluding
Administrative and Management Pees) for each fiscal year.
Aggregate annual savings shall be defined as the difference between the lower twelve (12)
month actual cost to the Augusta-Richmond County Commission and the amount of the Cost
Target (based on the audited financial statement of the Contractor). Aggregate costs that
exceed the maximum amount of$ 2,695,273 (100%) of the operating target shall be borne
totally by the Contractor.
5.5 Additional Costs
The additional cost items are described herein.
5.5.1 Capital Expenditures
Any and all capital expenditures of the Contractor for equipment or other capitalized items
(i.e., engine analyzer) approved in writing by the City, in connection with the services and
work to be provided by the Contractor hereunder, shall not be included in the approved
target, but such expenditures shall be depreciated over the terms ofthe Contract.
5.5.2 Extra Work
Overtime and other City approved labor and material cost incurred by the Contractor in
performance of emergency or other directed work shall not be included in the approved
target, pursuant to the terms ofthis Agreement. The City will not approve or reimburse the
Contractor for overtime charges for work included in the Cost Target. The City will NOT
approve or reimburse Contractor for items related to transition or start-up costs, excepting
those vehicles or equipment that were awaiting City decision to proceed with non-targeted
repairs. The Contractor will accept the complete vehicle and equipment list of the City "as-
is".
5.5.3 Additional Reimbursable Items
Costs incurred for unit repairs necessitated as a result of user abuse, vandalism, and accident
damage during the life of the contract will not be included in the computation of the cost of
performance incentives, and will not be included in the approved target, and will be directly
reimbursable by the City to the Contractor.
5.6 Invoices
. Payment to the. Contractor will be made monthly in arrears at the rates specified in the
contract provided that the Contractor is not in default under any provision of the Agreement,
4
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21, 1998
and an accurate statement of payment due IS submitted, with documentation attached
supporting the statement of payment due.
The City will accept invoices submitted by the Contractor each month at 1/12th of the fixed
cost price of the contract.
A second invoice may be issued each month that invoices the City for reimbursable charges,
and any adjustments for credits or penalties. Reimbursable items shall be individually
delineated on the invoice as separate line items by category, with copies of the appropriate
back-up invoices and the City authorization documents attached.
Invoices shall be submitted in duplicate to the City.
The Contractor's invoice will be delivered to the City Fleet Manager for review and
processmg.
The Contractor shall prepare verification data of any items questioned for the amount
claimed and provide complete cooperation during such investigation of any areas in the
invoice subject to question.
Invoices shall be paid completely by the City and the processing of payment will be within
thirty (30) working days of receipt of the Contractor's approved billing.
The City may delay the last payment due hereunder until six (6) months after termination of
this contract. The Contractor shall be liable for payment on thirty (30) days written notice
of any liquidated damages or other offset authorized by the Agreement not deducted from
any payment made by the City to the Contractor.
6. ADJUSTMENTS TO THE COST TARGET
6.1 Changes in the Size or Mix,of the Fleet
The Cost Target shall be adjusted to correspond to increases or decreases in the fleet size or
the type of equipment by class, i.e. sedans, vans, dump trucks, etc. Cost adjustments will be
based upon vehicle class and type. Adjustments shall be made on a semi-annual basis when
changes are at least five (5%) percent. The Contractor and the Fleet Manager will negotiate
cost based upon the above criteria. Vehicle equivalents will be used to determine cost
adjustments.
6.2 Unusual Costs
The Contractor may petition the City for an adjustment to the approved budget at reasonable
times based on unusual changes in the Contractor's cost of doing business. For purposes of
this Section, "Unusual Changes" shall mean items not covered by this Contract, which occur
through no fault of the Contractor. The term shall not include price increases arising in the
ordinary course of business. The amount of any adjustment pursuant to this paragraph shall
5
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21. 1998
be determined by mutual agreement.
6.3 Annual Adjustments
The Cost Target, including the Contractor's fee, shall be adjusted for any subsequent years
of the Contract in accordance with the Annual Meeting. During the Annual Meeting
between the City and the Contractor, the Contractor's performance will be reviewed. The
City will present a report card that includes the Council-Commission Governments
assessment of Contractor performance in the areas of fleet maintenance, operations,
cost/performance, target incentives, and other issues. The meeting shall also include a
review of the Contractor's cost of doing business. With the exception of labor, escalation of
the Cost Target for the ensuing year shall not exceed the Cost/Price Index (CPI) for all urban
consumers in the Transportation Category for the State of Georgia for the prior year. Labor
costs shall be negotiated separately. Changes to the Contract resulting from the Annual
Meeting shall be documented in a Contract Amendment
7. STAFFING PROVISIONS
7.1 GENERAL
The Contractor shall have the responsibility for selecting personnel to perform the services
to be provided hereunder. No applicant with a record of arrest involving a crime of moral
turpitude will be hired within two years of the date of that arrest, unless such person is found
not guilty of such offense. No applicant with a felony conviction will be hired to provide
repair services to public safety equipment. The City reserves the right to request the
dismissal of any Contractor employee whose performance or actions are considered
detrimental to the program or to the City.
All contractor employees will have a valid drivers license in performance of their job
responsibilities. The Contractor will review drivers license semi-annually and dismiss any
employee who fails this requirement. The Fleet Manager will be provided a list of all
employee driver license classifications and endorsements.
7.2 MANNING CHANGES
The Contractor's General Manager shall have proven technical and managerial experience
in the field of light vehicle; law enforcement, fire rescue and fire fighting equipment; heavy
fleet maintenance and management. Nominee(s) for General Manager shall be presented to
the City for specific approval.
The Contractor shall provide all present contractor employees a "first right of refusal" of a
position and a wage as determined suitable by the Contractor. Minimum employment for
present contractor personnel shall be 90 days from the date of the contract.
The Contractor shall offer employment to ALL present City fleet employees at their current
wage. Minimum employment shall be one year from date of contract, provided their
6
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21, 1998
performance meets the goals and expectations established by the Contractor for contract
satisfaction.
ln all cases, there shall be no disruption of services to the City.
All employees hired by the Contractor will be subject to a 90 day probationary period. The
employees will be evaluated on performance and will receive evaluations each month during
the probation period.
7.3 CONTRACTOR BENEFITS
The,Contractor shall have sole responsibility for determining and providing benefits for the
Contractor employees provided that the benefits offered will be essentially equivalent to or
will exceed those offered by the present Contractor/City to its employees. These costs will
be included as part of the target price. Employee welfare items, such as flowers, gifts and
donations, are the sole responsibility of the Contractor and are not to be considered in the
Cost Target.
8. PERFORMANCE
8.1 RIGHT TO REQUIRE PERFORMANCE
The City's failure at any time to require performance of any provisions thereof by the
Contractor shall in no way affect the right of the City thereafter to enforce same; nor shall
any waiver by the City of any breach of any provision hereof be taken or held to be waiver
of any succeeding breach of such provision or as a waiver of any provision itself.
8.2 BONDS
8.2.1 Performance Bond
The Contractor shall also furnish a Performance Bond executed by a Surety
Company duly authorized to do business in the State of Georgia, in an amount equal
to at least one hundred-ten percent (110%) of the Cost Target, as security for the
faithful performance of the contract.
No Contract shall exist until the City receives a duly executed Performance Bond
(Section I 0.6.l) made payable to the Augusta-Richmond County Commission.
It will be the responsibility of the Contractor to deliver the proper documentation to
the City Fleet Manger annually.
9. INSURANCE
9.1 MANDATORY INSURANCE REQUIREMENTS
Prior to the commencement of the Agreement, the Contractor shall obtain and keep in full
7
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21,199&
force and effect until the termination of the Agreement, the following insurance with an
insurance company licensed and qualified to do business in the State of Georgia, as
evidenced by a Certificate of lnsurance and/or certified copies of the insurance policy(ies).
l. Worker Compensation - Statutory minimum limits
Employers' Liability with a minimum of $1,000,000 combined single limit.
2. Comprehensive General liability
Minimum $1,000,000 combined single limit of Bodily Injury and Property Damage
per occurrence including the following coverage:
a. Contractual liability
b. Premises and Operations
c. Independent Contractors
d. Completed Operations and Product Liability
e. Personal Injury
3. Automobile Liability
Minimum $1,000,000 combined single limit of Bodily Injury and Property
Damage per occurrence including the following:
a. Owned automobiles
b. Hired automobiles
c. Non-owned automobiles
Garage Keepers Legal Liability
Minimum Limits - $1,000,000 per occurrence
5. Additionallnsured
Augusta, Georgia, the Augusta-Richmond County Commission, its officers,
employees and elected officials, shall be named as an additional insured on all
liability policies.
It will be the responsibility of the Contractor to deliver the proper documentation to the City
Fleet Manger annually.
9.2- POLICY CANCELLATION
Sixty (60) days written notice of cancellation or of any material change in the policy(cies)
is required.
8
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
Mard121.1998
9.3 CERTIFICATE HOLDER
Augusta-Richmond County .Commission.
10. WORKING CONDITIONS
In the performance of the Agreemen~, the Contractor shall adopt working conditions, and other
employment policies which meet the approval of the City, provided however, that the Contractor will
not be required to violate any applicable federal or State statutory provisions.
11. JOB SAFETY COMPLIANCE
It shall be the responsibility of the Contractor to comply with all the provisions applicable to the
Occupational Safety and Health Act as enforced by the U.S. Department of Labor and to require all
employees to comply with this law and all regulatory State or local laws affecting job safety.
It shall be the Contractor's responsibility to maintain throughout the contract period a safety and
accident prevention program, which meets requirements of Federal, State and local codes and all
other authorities having jurisdiction over this work. .
At a minimum, Contractor will provide a written Safety Program, a "Lock out/Tag out" Program, and
a safety training program for maintenance facility employees. A copy of the Safety Program will be
provided to the Fleet Manager for review and approval prior to City acceptance of the plan.
12. ACCIDENT PROVISION
In the event of any personal injury accident in connection with the work, the Fleet Manager and the
Risk Management Department of the City shall be immediately notified and given all known facts
regarding the accident.
13. EQUAL OPPORTUNITY COMPLIANCE
The Augusta-Richmond County Commission and the Contractor (hereinafter jointly referred to as
"contractor" for the purpose of this Agreement) are subject to the requirements of Executive Order
11246, Section 202, Equal Opportunity; Executive Order 11625; Section 402 of the Vietnam Era
Veterans Readjustment Act of 1972, as amended; Section 503 of the Rehabilitation Act of 1973, as
amended; and related rules and regulations of the Department of Labor and the Office of Federal
Contract Compliance Programs.
14. CONTROLLING LAW
The substantive law of Georgia shall govern the validity of this Agreement, its interpretation and
performance, and any other claims related to it.
15. VENUE
9
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21, 1998
All claims, disputes and other matters in question between the City and the Contractor arising out of
or relating to this Agreement, or the breach thereof, shall be decided in the Superior Court of
Richmond County, Georgia. Contractor, by executing this Agreement, specifically consents to venue
in Richmond County and waives any right to contest such venue.
IN WITNESS WHEREOF Augusta, Georgia, acting by and through the Augusta-Richmond
County Commission and the Contractor have affixed their signatures as ofthe dates indicated below.
)~
Y7 'IJM1W
~
Title: Mavor
~
Date:
/~J/?111
, I' I
Attest:
,INe.
By:
Name: \/\// '- L Rt:'.5t:--
Title: .::5' e'A// b/Z 1/ ?
7-~?--7'8
Date:
10
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21. 1998
STATEMENT OF WORK
1. GENERAL REQUIREMENTS
The Contractor shall use its best efforts to maintain and repair the City fleet of approximately
2,000 vehicles and pieces of equipment to support all aspects of the City.
2. INTENT
It is the intent for the Contractor to assume responsibility for management of fleet repair and
maintenance operations and to perform preventive maintenance, and other functions associated
with the City's fleet.
The goals of this contract include:
Improve the cost-effectiveness of the fleet.
Reduce the overall fleet maintenance cost.
c. lmprove fleet availability.
d. Insure compliance with Federal, State, and local mandates governing fleet
operations.
e. Provide responsive maintenance costing through the implementation of an
effective fleet Management Information System (MI).
f. Improve services offered to the City's departments utilizing fleet vehicles.
The goals listed above are based upon Augusta-Richmond County establishing a standardized
replacement policy.
3. STATEMENT OF WORK
3.1 GENERAL
The contractor shall perform to the standards specified in this Contract and must
demonstrate the competence and experience required in providing fleet maintenance
services for vehicle fleets containing over 1,500 vehicles and/or equipment.
3.1.1 Key City Personnel
The City Fleet Manager will have full authority to oversee the Contractor's
performance in the daily operation of the contract, and shall provide direction to
Contractor in areas relating to City policy, information and procedural
requirements. The Fleet Manager is not authorized to make any changes in the
terms and conditions of the contract without the approval of the City
Administrator and the Augusta-Richmond County Council-CommIssion.
3.1.2 Key Contractor Personnel
II
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21, J998
The Contractor will designate whom the following Contractor personnel will be:
3.1.2.1 Contract Manager
Contractor shall provide a Contract Manager who will liaise with the City's Fleet
Manager and have full authority to act for the Contractor on all contract matters
relating to the daily operation of the contract.
The Contract Manager shall have at least five (5) years experience in
fleet maintenance and management services.
The Contract Manager or alternate shall be available between 8:00 a.m.
and 5:00 p.m. Monday through Friday, except City recognized
holidays. , The Fleet Manager will be notified in writing when the
Contract Manager will not be in the City and available to
respond to the City's needs.
The Contract Manager and alternate must be able to fluently read, write,
speak and understand English.
The Contractor shall submit resumes of Contract Manager and one
alternate to City for review and approval. The Contract Manager
and any designated alternate shall be adjudged acceptable by the
Augusta-Richmond County Commission.
.-
Any changes in the Contract Manager and designated alternate shall be
subject to advance, written approval ofthe Augusta-Richmond
County Commission. Such approval shall not be withheld
unreasonably or for an unreasonable length of time.
The Contractor shall provide the Fleet Manager with an after- hours
emergency telephone number and pager number roster for use in
emergency situations.
3.1.2.2 Maintenance and Management Staff
Contractor shall provide a staff with proper training in providing the required
fleet maintenance and management services. Continuous improvement in the
capability of the maintenance and management staff is the responsibility of the
Contractor to ensure personnel stay abreast of ever-changing technology.
3.1.2.3 Staffing Changes
Contractor shall be responsible for removing and replacing any Contractor
employee performing services hereunder, when reasonably requested to do so by
the City.
12
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
M.arch 21. 1998
3.2 SCOPE OF WORK
The Contractor shall provide preventive maintenance, proactive and reactive remedial
repairs, overhaul services, fleet in-processing and decommissioning, towing, fleet
maintenance management, and such other associated services as may be required to
assure the continuity of effective and economical operation of the City vehicles and
equipment.
The Contractor shall furnish all necessary supervision, labor, technical service manuals,
parts, supplies and sub-contract work required to maintain the fleet in a state-of-repair
and service consistent with generally accepted fleet practices and as defined in this
Statement of Work.
In addition, the Contractor shall provide and maintain a permanent, detailed, automated
record system for each vehicle and vehicle category in order to provide a basis for
optimum fleet management and provide detailed maintenance and operating information
for the City.
3.3 FACILITIES
3.3.1 Location
Work will be performed at the facilities located at 1568 Broad Street 402 Walton Way,
1561 White Road, 2314 Tobacco Road, 1820 Doug Bernard Highway and 1535 Fenwick Street.
The facilities will remain the property ofthe City.
The Contractor shall not use the facilities for work on vehicles or equipment not owned
or leased by the City unless otherwise directed in writing by the City Fleet Manager.
3.3.2 Utilities
The City will supply natural gas, water and electricity. The facilities will include
telephones on the City network. Only long distance telephone calls associated with the
management and maintenance of vehicles and/or equipment for the City are authorized.
City will require a telephone usage log to be compiled for all long distance calls to ensure
compliance.
The Contractor shall ensure cost efficient energy utilization by taking appropriate energy
saving measures and managing the energy consumption of its work force. Such measures
shall be reported quarterly to the City Fleet Manager.
3.3.3 Equipment
The City shall also provide Government-owned fleet maintenance equipment
(compressors, lifts, etc.) and certain specialty tools and furniture (not to include
13
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
M~rch 21, 199R
computers, printers, fax machines, photocopiers) located in/at the Vehicle Maintenance
Facilities.
The following units will be assigned for the Contractor use at the facilities:
Asset #
34055
34056
34240
34090
341568
53046
870270
880160
34005
34035
34034
820099
890398
880258
890317
940391
34050
860 II
86012
Type of Equipment
1950 Toyota Forklift 3,000 Ib, cap,
1994 Mitsubishi FG30 6,000 lb. cap.
1977 Tennant 240 Floor Sweeper
1990 6x10 Utility Trailer
1997 Motorcycle Trailer
1991 Ford Ranger Pickup Truck
1988 Chevrolet 2500 Pickup Truck
1988 Ford F150 Pickup Truck
1981 Ford F250 U/B Truck w/Welder
1983 Ford F250 U/B Truck w/Air Compressor
1984 Ford F250 U/B Truck w/Air Compressor
1982 Ford F350 U/B Truck
1980 Ford F350 U/B Truck w/Air Compressor & Torch
1988 Ford F350 VlB Truck w/Air Compressor & Torch
1989 Ford F350 VlB Truck w/Air Compressor &Torch
1995 International Fuel/Lubrication Truck
\980 Lincoln Arc Welder (attached to 34005)
1992 Miller Millermatic 130 Mig Welder (attached to 34005)
1993 Powergard W40 Portable Generator (attached to 34005) ,
The following equipment may only at the Transit Department:
1992 Ford Ranger Pickup Truck
1996 Ford F150 Pickup Truck
1992 International 4600LP Service Truck
\979 Caterpillar T60B Forklift
By supplying the above listed equipment to the Contractor, the City in no way accepts the
responsibility for providing equipment on a continuing basis. When the above equipment becomes
uneconomical to repair, the City may not have replacement equipment or funds available and in no
way does this limit the Contractor from perfonning to the contract requirements.
The Contractor shall assume the risk of loss, damage, or destruction of all City furnished
equipment/tools.
All equipment added during the term of the Contract, and approved by the City prior to
acquisition, will become the property of the City.
City approved replacement equipment/tools which are to be acquired by purchase or lease
for the performance of services herein, which will be paid for by the City, shall be
acquired after competitive bidding through the Contractor's purchasing agency with
consideration to the policies and procedures of the Augusta-Richmond County
Commission.
14
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21, 1998
The cost of the added special equipment will be billed to the City with the monthly
invoice. The City may establish an amortization schedule for major equipment purchase,
whereby the Contractor ~iII invoice only the scheduled amount monthly, if mutually
agreed to by the Contractor.
3.3.4 Inspection
A complete physical inventory of office and shop equipment will be taken by
representatives of the City and the Contractor annually.
The physical facilities, office and shop equipment provided to the Contractor for the term
of the Contract will become the responsibility of the Contractor and will be returned to
the City upon completion of the Contract in the same condition they were provided to the
Contractor, except for normal wear and tear. The Contractor will accept the facilities in
their present state and condition and waives any and all demand upon the City for
alterations, repairs, or improvements thereof, excepting those items which do not meet
local, state and federal laws. The cost to improve the facilities to meet local, state or
federal laws will be the responsibility of the City.
3.3.5 Maintenance
The physical facilities will be maintained by the City, including repairs, maintenance
and/or renovations with the Contractor being responsible for informing the City of
degraded conditions.
The Contractor shall maintain equipment used by the Contractor during the performance
of the contract such as: compressors, lifts, etc., to the required standards of the original
equipment manufacturer (OEM), ANSl, OSHA and DOT.
The Contractor shall be responsible for interior housekeeping such as general cleaning,
(including but not limited to sweeping, mopping, dusting, disposal of accumulated waste
materials and rubbish), minor plumbing (such as stopped-up toilet or sink), janitorial
maintenance and supplies as required to maintain a safe environment.
The Contractor shall make no alterations or improvements to the facilities without prior
written approval from the City. All such fixtures and/or personal property shall be
removed by the Contractor within ten working days after expiration, termination, or
cancellation of the contract. in the event of the failure to do so, title thereto shall vest in
the City. All betterment's to the' facilities shall become the property ofthe City upon
termination of this contract.
The Contractor shall insure that the Augusta-Richmond County repair facilities utilized
by the Contractor receive zero (0) environmental or OSHA violations.
3.3.6 Damages
15
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21, 1998
The Contractor shall be responsible for all damages to persons and/or property that occur
as a result of the Contractor's fault or negligence in connection with the performance of
work.
3.3.7 Permits
The Contractor shall, without additional expense to the City, obtain all licenses and
permits required for the performance of work.
3.4 SECURITY
The Contractor shall ensure the security and confidentiality of all facilities and
documents provided by the City and all such measures must be approved by the City.
The Contractor may change the locks on any or all the maintenance facilities and
equipment leased for the duration of the contract. The Contractor shall provide duplicate
keys to the City Fleet Manager.
The Contractor is responsibility for vehicles and equipment accepted for service at the
repair facilities. Although all of the maintenance facilities are fenced, responsibility
entails insuring reasonable steps are taken to secure vehicles and equipment from theft or
vandalism.
The Contractor must inspect all incoming vehicle for damage and/or missing equipment
and the owning department must notified when discrepancies are found.. The Contractor
will notify the City Risk Management Department on all accident damage discovered.
Incidents of theft or vandalism to City vehicles and equipment left in the Contractor's
care must be reported to the Fleet Manager and the appropriate law enforcement
personnel.
The Contractor may be held liable for the replacement/repair of vehicles and equipment
damaged while under the control of the Contractor due to negligence or poor security
measures.
3.5 HOURS OF SERVICE
The Contractor using the City repair facilities shall be open and operating every
scheduled City work day. TDe Contractor will observe holidays in accordance with the
City's holiday schedule: The Contractor may work on scheduled holidays, but must not
expect delivery ofvehicIes scheduled for PM or other maintenance services.
At a minimum, the Contractor shall receive maintenance and repair work requests during
the hours from 7:00 A.M. to 4:00 P.M., Monday through Friday. The Contractor has
discretion over shop and shift hours as long as vehicle availability remains at acceptable
16
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21. 1998
levels and the Fleet Manager concurs. The Fleet Manager and the Contractor shall
determine if alternatives for additional shifts are required to support after-hours
preventive maintenance and/or repair services. The City may require additional service
hours in order to meet specific needs as situations occur. In addition, refer to Section 9.1,
regarding emergency situations and Contractor responsibilities.
Vehicles shall be accepted for PM or repair from throughout the normal work hours,
including Contractor's break or lunch times.
3.5.1 Holidays
The Contractor is not required to provide regular services of City recognized holidays.
These holidays may vary from year to year. The Fleet Manager will provide the
Contractor with a list of holidays for the succeeding year as soon as they are available. In
1.998 the holidays are:
New Year's Day
Martin L. King's Day
Good Friday
Memorial Day (Observed)
Independence Day
Labor Day
Thanksgiving Day
Day after Thanksgiving
Day before Christmas
Christmas Day
The time allocated by the Contractor for the celebration of such events during workdays,
shall not reduce the reasonable level of service expected for by the City. Such events
should t~ke place during normal, established lunch hours.
3.6 WASTE
The Contractor shall be responsible for disposal of all trash and oth,er wastes generated
during the course of the Contract. The Contractor may tie in with the City's current
contracts for hazardous waste disposal, but billing for these services are the responsibility
of the Contractor and this portion ofthe billing must be invoiced in the name of the
Contractor.
The Contractor shall provide good environmental management to prevent pollution,
encourage recycling and meet all laws and regulations pertaining to:
Handling and disposal of asbestos brake and clutch pads
Disposal and recycling of used antifreeze
Disposal and recycling of used oil and filters
Capture and reuse of refrigerant from air conditioners
17
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21, 1998
Use and disposal of solvents deemed hazardous
Storage, recycling and disposal of used batteries
Compliance with storage tank laws
Use products not classified as hazardous materials
Utilize remanufactured parts as appropriate
The Contractor shall be responsible for the disposal of all used tires and parts resulting
from the maintenance of the City fleet, in accordance with all applicable Federal, State
and local rules and regulations. Revenues acquired from the disposal of City property
will be reimbursed to the City. Records shall be maintained on the sell of scrap materials
for City review as required.
The Contractor shall maintain records on all hazardous chemicals and other hazardous
waste. The records shall contain the materials origin, use, transportation, and ultimate
distribution and disposaL All waste disposals shall be in accordance with current City-
County, State and Federal laws and EPA regulations. Failure to follow handling and
reporting procedures will be cause for the Contractor to absorb all costs related to waste
product disposal.
The Contractor shall provide training and management for employees working with and
handling hazardous materials, in accordance with City, State and Federal laws and EP A
regulations. The Contractor will prepare a written Hazard Communication Program and
provide a copy to the Fleet Manager.
The Contractor shall hold the City free of liability for all actions of the Contractor
relating to waste disposal.
4. .PREVENTIVE MAINTENANCE
4.1 DEFINITION
A Preventive Maintenance Inspection (PMI) program is a systematic approach to
inspecting a vehicle at planned intf?rvals. This scheduled maintenance is a planned
servicing of equipment to maximize vehicle efficiency and to ensure compliance to the
established standards set forth by equipment manufacturers and to meet Federal, State
and local regulations. The primary goal of preventive maintenance is to maximize the
equipment availability ?fthe fleet by taking a proactive approach in minimizing
unscheduled repairs.
4.2 POLICY.
The PMI program will be an active part oftl1e Contractor's computerized Maintenance
Management System and schedules will be set up based on miles, hours, days, months, or
18
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21, 1998
any other required capturing periods to ensure services are performed at intervals that
best fit each type of equipment.
The following schedules will be established for all vehicles and equipment that are the
responsibility of the Contractor. The PMI program shall be designed in accordance with
recognized good fleet management practices and shall meet the terms and conditions
necessary to comply with the original equipment manufacturer's (OEM) specifications, or
stricter warranties and recommendations, but may be modified by the Fleet Manager.
The Contractor shall be required to perform certain preventive maintenance services in
the field, due to configuration and design of equipment, which precludes the equipment
being removed from the work site.
Although subject to change as required or suggested by the Contractor and approved by
the City Fleet Manager, the PMI schedule generally will be as follows:
4.2.1 Light Vehicles (Up to and including 1 ton trucks)
Emergency Vehicles
PMA - 3,000 miles.or 3 months, whichever comes first.
PMB - 12,000 miles or 12 months, whichever comes first;
service includes PMA plus transmission service, fuel filter
change, repack wheel bearings and tire rotation,
PMC - 24,000 miles or 24 months, whichever comes first;
service includes PMAplus transmission service, fuel filter
change, tire rotation, cooling system flush, air filter change and
spark plug replacement.
B. General Administrative Vehicles
PMA - 5,000 miles or 6 months, whichever comes first.
PMB - 15,000 miles or 18 months, whichever comes first;
service includes PMA plus fuel filter change and tire rotation.
PMC - 30,000 miles or 30 months, whichever comes first;
service includes PMA & B plus repack wheel bearings, tire
rotation, cooling system flush, air filter change and spark plug
replacement.
PMD - 45,000 miles or 45 months, whichever comes first;
service includes PMA & B plus transmission service.
C. The typical services expected to be performed are as follows:
Road test vehicle and determine needed repairs
Check drive train and engine performance.
Check interior electrical and mechanical functions.
Check AIC and heater performance.
19
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21. 1998
Check steering, suspension and braking performance.
Engine compartment service and inspection
Change oil and filter. Check all fluid levels and fluid conditions.
Inspect condition of air filter, breather elements and PCV filter.
Check charging and cranking system, service battery, tray and cables
as necessary.
Inspect all hoses, belts, wiring and moving components.
3. Steering, suspension, brake and tire inspection and lubrication service
Lubricate all fittings, hinges and cables.
Check parking brake, inspect brake lining condition and condition and
operation of brake system. Record percentage of brake lining
remanding.
Check all steering and suspension components for wear and proper
operation.
Inspect tire condition and for proper inflation replace at 3/32" thread
depth).
4. Chassis, exhaust, exterior service and inspection.
Inspect frame and mount brackets for cracks and condition.
lnspect exhaust for leaks, mountings and condition.
Inspection condition of body, doors and lights.
4.2.2 Medium, Heavy Trucks and Buses
PMA - 10,000 miles or 6 months, whichever comes first.
PMB - 50,000 miles or 24 months, whichever comes first;
service includes PMA plus transmission service, steering and
suspension service, cooling system flush and differential gear oil
change.
PMC - 100,000 miles or 48 months, whichever comes first;
service includes PMA plus power steering line.fi1ter change, air
suspension filter change and cooling system flush.
A. The typical services expected to be performed are basically the same as
for light vehicles, plus as follows:
I. Check operation and condition of all warning and lifting devices.
2. Check operation and condition of all bodies, tarps, boxes, chains and
locks.
3. Check governor (min 85 PSI/max l30 PSI) and perform leak test.
4. Test brake system warning lights, drain air tanks and adjust parking
brake,
5. Check all safety labels, anti-skid equipment, glad hands, fifth wheel
connections and perform break-away test.
20
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21, 1998
4.2.3 Hourly Inspec~ions _
Maintain hourly equipment within compliance ofthe OEM specifications or as
necessary, based on historical data.
4.2.4 Annual Inspections
A. Inspect and test all required vehicles and power operated equipment on an
annual basis in accordance with Federal, State and City-County laws.
Inspections and tests shall be performed by the Contractor in the City-
owned Maintenance Facilities by properly authorized and trained
mechanic(s), or by authorized inspectors from outside sources. The
Contractor shall perform these inspections within the fixed price of the
contract.
B. Perform other statutory inspections and tests that may be
required by Federal or State of Georgia laws.
4.3 FLEET PREVENTIVE MAINTENANCE ASSESSMENT
Within six (6) months after the starting date of the Agreement, the Contractor shall have
performed a PM service on every-piece of equipment in the fleet, made deliverable by the
City. The Contractor will report to the Fleet Managerany vehic1e(s) or equipment that
do not meet normal fleet standards.
4.4 SCHEDULING
It is the Contractor's responsibiljty to develop and provide a PM schedule, notify the
user, and perform required maintenance, preventive maintenance, or inspections without
requiring any other authority.
Preventive maintenance activities should interfere minimally with normal work
schedules; therefore, preventive maintenance should be targeted at times mutually agreed
upon by the Contractor and the City. . The Contractor shall allow to the Cityal
Departments with sufficient lead-time that the Government can give ten (10) working
days notice to the vehicle user.
The Contractor will be responsible for all contact with departments regarding vehicle PM
scheduling. Contractor shall also notify the user/department of scheduled completion of
servIce.
When a user fails to respond to a second notification from the Contractor to deliver the
vehicle for planned maintenance services; the Contractor shall advise the Fleet Manager
in the Monthly Report ofthe vehicle and department involved. The assignee's name and
unit of assignment, if known, shall also be furnished.
21
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 2t, 1998
4.5 SMOG INSPECTIONS
If required, the Contractor shall be licensed by the State for smog inspections and shall
satisfy all local, State and Federal regulations and conditions.
4.6 ANNUAL INSPECTION
The Contractor shall inspect every piece of equipment in the fleet annually. At the
Contractor's option, this can be completed at the Maintenance Facilities during the
normal PM cycle (excepting mandated annual inspections) but documentation of an
annual inspection must be maintained in the Maintenance Management Information
System.
4.6.1 Mandated Annual Inspections
a. Dielectric testing
b. Aerial boom and bucket testing
c. Fire truck pump flow testing
d. Fire truck aerial ladder testing
e. Crane and derrick testing
5. REPAIRS
5.1 DEFINITION
The Contractor shall make specific repairs to vehicles and equipment that have been
identified through PM services, annual inspections, by the Department users, and/or by
breakdown or malfunction. Repairs shall be made as required, limiting the nature and
extent of repairs that are consistent with age, mileage, and cost to repair criteria of good
fleet maintenance.
The Contractor shall be required to complete service within normal expected repair
cycles (normally five or less days) after a vehicle has been brought to a Contractor's
repair location. If the Contractor does not complete work within the normal time frames,
it will be assumed as approval for the City to repair the vehicle or obtain repairs form'
component manufacturers or outside vendor repair facilities. The City shall be
reimbursed at an area average houfly rate for labor inclusive of transportation and parts
replaced one for one.
Whenever a unit requires any type of maintenance services, the Contractor will also
perform a general safety inspection to ensure that the general condition of the equipment
meets normal fleet requirements. This checklist will inspect the operation the lights, horn,
steering, braking and general operation of the equipment, at a minimum. All City
equipment, whenever feasible, will have a City-provided mounted fire extinguisher as a
standard safety feature. The City expects that this inspection be performed in all
22
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21, 1998
instances and that a copy of the inspection will be filed in the equipment folder.
The Contractor will provide a copy of a repair order of each completed service or repair
to the equipment user. The Contractor will provide monthly reports, as requested by
departments, of all repairs to. said department's equipment.
The Contractor will be tasked, at times, to perform fabrication and modification services
in the performance of fleet maintenance.
Fabrication is defined as the construction of a vehicle or equipment component.
Fabrication includes, but is not limited to City-provided or directed purchase of
security screens, security bars, light bars, panels and switches, body modifications,
ventilators, racks, bodies, bumpers, mounting racks, customization and reinforcing.
Modification is defined as the minimal alteration of vehicle or equipment components.
Modifications include, but are not limited to lights, locks utility boxes, transmission
coolers, engine plants and platforms. All components will be furnished to the
Contractor by the City.
The City will procure all new equipment, such as police cars, fire trucks dump trucks,
etc., with all normal anticipated equipment
5.1.1 Emergency Support
In addition to normal hours of operation, upon one-hour notification, during normal
business hours, the Contractor shall repair equipment seven days a week, 24 hours a day
at any location designated by the Fleet Manager.
During non-business hours, the Contractor shall repair emergency vehicles as
expeditiously as possible. At no time shall the period between notification and
commencement of repair exceed two hours.. The Contractor shall provide the Fleet
Manager with an after hours emergency telephone number and pager number roster for
use in emergency situations.
5.1.2 Senrice Interruptions
Should services be interrupted or reduced during the term of the contract by work stoppages or
slow downs, the Contractor shaH continue services by whatever means available, and shaH incur
aH reasonable related costs associated with the alternate system.
If the Contractor fails to supply an alternate system, the City shaH have the right to continue
services by whatever means available and charge any reasonable costs associated with the
alternate system to the Contractor. Further, such services interruptions shaH be grounds for
termination of the contract.
5.2 LIMITATIONS
23
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21. 1998
REPAIR LIMITATIONS
The Contractor will provide a notification flag in their MIS system for repairs estimated
in excess of below established benchmarks. These costs must be analyzed by the
Contractor and the Fleet Manager to determine if the repairs are cost effective.
Vehicle Type
Patrol vehicles
Mileage Range
75,000 - 90,000
90,000 - 95,000
Over 95,000
Repair Costs
Exceeds $ 1,000
Exceeds $ 750
Exceeds $ 500
Solid (Police)
80,000 - 100,000
100,000 - 110,000
Over 110,000
Exceeds $ 1,000
Exceeds $ 750
Exceeds $ 500
All Other Autos
Over 75,000
Exceeds $ 750
Light Trucks
Over 75,000
Exceeds $ 750
Passenger Vans
Over 75,000
Exceeds $ 750
Other Equipment
Mileage and/or hours and repair costs based on reasonable
fleet practices for equipment type and condition.
REPLACEMENT LIMIT A nONS
The Contractor shall make replace versus repair recommendations when equipment
requires repairs estimated to exceed established repair limits or when the Contractor
believes the equipment is uneconomical to repair.
Replace versus repair analyses should include, but not be limited to:
Vehicle repair estimate
Equipment replacement cycles
Equipment condition
Equipment life-cycle cost
When equipment replacement appears to be more cost-effective than repair, a written
recommendation, utilizing a City approved estimate form, will be completed and
delivered to the City Fleet Manager. . The City reserves the right to repair versus replace,
based of budgetary funding availability.
The Contractor shall complete repair estimates within eight hours after receipt of vehicles
submitted for mechanic repair. (Exception: Quick Fix Repairs, Section 5.4)
24
AUGUSTA-R[CHMOND COUNTY FLEET MAINTENANCE
March 21, 1998
The Contractor shall not have the right to deem equipment or vehicles out of life-cycle
without written approval by the Council~Commission Government's Fleet Manager.
The Fleet Manager and the Contractor understand that a equipment replacement guideline
will be established within ninety (90) days, pending approval of the Augusta-Richmond
Council Commission. The cost for the repair of vehicles which exceed the equipment life
cycle set forth in the guidelines will be a negotiated Non-Cost Target.
The Contractor may submit alternatives to the repair/replace limitations for review by the
City Fleet Manager.
5.3 ROAD CALLS
The Contractor shall provide emergency road service calls, including towing service for
vehicles in the vehicle fleet on a twenty-four (24) hour, seven (7) day per week basis..
During normal business hours, the Contractor shall have persons on call to expeditiously
handle equipment breakdowns and the targeted response time shall be less than 60
minutes.
After normal business hours, the Contractor shall have persons on call to handle
equipment breakdowns, with a targeted response time of no more than 120 minutes.
The Contractor shall tow any City-owned or leased vehicle requiring this service,
regardless of whether or not the cause is an authorized repair, tire service or another
incident, without regard to location. Tows for unnecessary services, such as out of fuel,
lock outs, or mechanical noises not effecting equipment operation will be non-targeted
cost. Any other tows considered as not associated with the fixed price portion of the
contract will be addressed to the Fleet Manager for consideration.
If the Contractor selects to perform this service with outside vendors, the related services
will be awarded annually.
The Contractor wiH providea telephone number to aH departments utilizing City
vehicles, for road calVtowing services.
The Contractor shall provide the Fleet Manager with the telephone numbers relative to
towing services and notify any changes is in the telephone numbers within 24 hours.
The Contractor's fleet Maintenance Management Information system shall track vehicle
breakdowns and towing expenses for informational retrieval by the Fleet Manager.
5.4 QUICK FIX REPAIRS
The Contractor shall provide a Quick Fix function for minor repairs of less than a one-
hour duration, at all repair facilities, when the vehicle operator chooses to wait for the
service.
25
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21, 1998
Equipment capable of being repaired under the Quick Fix function shaH maintain a top
priority for the Contractor, but shall not reduce the level of support for normal shop work
(the priority for repairs to Public Safety equipment or other priority-established
equipment repairs shall not be reduced by the quick fix option).
The Contractor shall record Quick Fix repairs, and their associated cost in the fleet
Management Information System (MIS).
5.5 WARRANTY
The Contractor shall administer all warranties, for both vehicles and parts, associated with
management of this fleet. The Contractor will seek authorization from various vehicle and
equipment manufacturers to perform warranty work on City-owned equipment. Such work will be
reimbursed directly to the Contractor by the equipment manufacturer and the City will be held
harmless from payment for such work. Payments and adjustments received by the Contractor for
warranty work shall be credited to the City account.
The Contractor's fleet MIS shall track the status of all warranty claims and reimbursements for
both parts and equipment.
The Contractor shall include in the Monthly Report all revenue received from warranty
reimbursements. Warranty reimbursements shall be categorized by type of warranty claim (i.e.
parts or equipment).
The Contractor shall submit warranty claims for at least 90% of the parts replaced, due to failure,
during their warranty period.
The Contractor shall submit warranty claims for at least 90% of the vehicle warranty work
performed at City-owned repair facilities.
The Contractor shall receive at least 85% of the total dollar amount submitted in warranty claims.
5.6 RECALLS .
The Contractor will assist the City in the identification and notification to departments of all
equipment recalls received from manufacturers.
5.7 _ RE-REPAIR (Comebacks)
The Contractor shall track and identify.multiple repairs for the same deficiency on the
same vehicle re-repairs (comebacks) and shall not include in the monthly statement, all
costs for re-repairs occurring before the scheduled time after the original repair.
Generally a "comeback" is defined as any repair-that is required to correct the same noted
deficiency within 30 days, I ,000 miles or50 hours (off-highway) of repair completion (whichever
occurs first). "Comebacks" apply to both scheduled and unscheduled repairs.
The Contractor shall incur all expenses, including transportation, for "comeback" repairs.
26
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21. 1998
In the incident of second or subsequent "comebacks" for the same problem, the
Contractor shall be held financially responsible for downtime compensation at a
negotiated rate. Additionally, the Fleet Manager may, at his discretion, outsource the
equipment for repair and the Contractor will be held responsible for payment of such out-
sourced repair.
The Contractor shall achieve less than a 5 % "comeback" rate for all scheduled and
unscheduled repairs. The comeback rate does not include warranty repair returns to
original equipment manufacturer's dealerships.
The Contractor shall report its "comeback" percentage in the Monthly Report.
5.8 OUTSIDE REPAIRS
The Contractor shall be responsible for arranging and managing the conduct of outside
repairs that cannot be performed economically in-house; and shall be responsible for
continued review of the need for specific outside repairs as opposed to performing in-
house repairs. These outside repairs may include bodywork and painting, glass
replacement, transmission rebuilding, radiator work, and such other work that can be
performed at minimum cost to the City.
The Contractors plan for outside repairs shall be stated in the proposal and included in the
Cost Target with exceptions as noted in the document. The plan shall be periodically and
informally reviewed by the Augusta-Richmond County Council/Commission
Government Fleet Manager and the Contractor to ensure that the outside repair versus in-
house repair decision remains justified. The Contractor will ensure all documentation
evaluating the selection of one outside vendor versus another is maintained for review by
the City Fleet Manager.
All responsibility for the paperwork, invoicing, quality control, vehicle movement,
vehicle security, etc. shall be that of the Contractor. Subcontractor invoices will be
accepted solely by the Contractor and must be addressed to the Contractor, not the City.
5.9 VEHICLE PREPARATION
5.9.1 Seasonal Equipment Preparation
The Contractor shall coordinate with the Fleet Manager to setup a program to ensure
seasonal equipment is fully serviceable at the start of the season. Requirements include
annual inspections and operational maintenance of air conditioning and winterization of
vehicles, as applicable. Charges for seasonal preparation should be included in the Cost
Target and shall be recorded on work orders in MIS.
5.9.2 New Vehi<;le Preparation
The Contractor is responsible for all vehicle preparation on equipment brought into the
fleet by the Fleet Manager. Preparation shall include, but not be limited to:
27
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21, 1998
Cleaning
Installation of required equipment such as, but not limited to:
Lighting, locks, utility boxes
Security equipment
Special equipment or bodies, provided adequate shop equipment is available to
accomplish the installation
Install decals and numbers
Recording vehicle information into the MIS.
The Contractor will not install radio equipment.
The City retains the right to perform independent outfitting of their respective fleet
vehicles at their discretion.
5.9.3 Vehicle Disposal Preparation
Vehicles to be removed as excess from the City fleet shaH be prepared for disposal by the
Contractor. Preparation shall include, but not be limited to:
Removal of all emergency equipment (spotlights, light bars, security screens, sirens,
brackets, radios, etc.).
Removal of insignias and lettering.
Transport to storage facilities as determined by Fleet Manager.
AH such paper work deemed appropriate by Fleet Manager.
In all cases, ,disposal preparation shall be accomplished within five days of notification by
the City Fleet Manager.
5.10 ACCIDENTS
The Contractor shall be responsible for working with the City Risk Management
Department for the processing of accident repairs. The Risk Management Department
will coordinate all aspects of the equipment accidents including appraisals, obtaining
repair bids, transportation of vehicle to and from repair site, repair quality and timeliness,
and shaH be responsible all administration functions, including the processing and
payment of invoices.
On occasion, the Risk Management Department will task the Contractor to perform
minor accident repairs, such as mirror replacement, etc.. In all cases, the Risk
28
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 11. 199R
Management Department shall grant authority for repair to be accomplished.
All estimates by the Contractor must be realistic and in accordance with the accepted
industry standards for each repair. Accident repairs shall not be included in the Cost
Target but will be recorded in as separate repair orders in the MIS.
5.11 DOCUMENTING OPERATOR ABUSE
The Contractor wi1\ advise the City Fleet Manager, in writing, whenever a particular
vehicle is discovered to s~ow abuse by the user in excess of normal wear and tear or
when a particular vehicle incurs excessive or an unusual number of repairs.
The Contractor shall identify repairs caused by suspected operator abuse and sha1l record
. such abuse in the fleet MIS, if the City Fleet Manger concurs with the abuse claims.
5.12 VEHICLE AND EQUIPMENT MAINTENANCE BENCHMARKS
5.12.1 Availability
The Contractor shall insure that the City experiences the greatest amountofvehicle
availability possible. Vehicles are determined to be available if they are mechanically fit
to perform their designated missions. Vehicles that are not available for service are
defined as being "out-of-service". The Contractor sha1l categorize vehicle out-of-service
time and record in the Fleet MIS, at a minimum:
Repair time
Sublet time
Parts delay time
Labor delay time
Bay delay time
Decision delay time (Fleet Manager)
The Contractor shall insure that vehicles achieve the following availability benchmarks:
Vehicles less than three years old - 97 %
Vehicles three to five years old :. 93 %
Vehicles five or more years old - 90 %
The percentage of availability will be calculated against those vehicles that met the
established vehicle replacement policy.
The Contractor shall report vehicle availability percentages as part of the Monthly
Report. Availability shall be reported by vehicle age category.
5.12.2 Re-repairs (comebacks)
29
AUGUSTA-RJ[CHMOND COUNTY FLEET MAINTENANCE
March 21, 1998
The Contractor shall achieve less than a 5 % "comeback" rate for all repairs, excluding
dealer warranty items.. The Contractor shall report the comeback rate percentage as part
of the Monthly Report.
5.12.3 Maintenance and Repair (M&R) Cost per Mile
M&R Cost per Mile is defined as the dollar amount - fully allocated labor, parts and
vendor cost spent during the year divided by average annual mileage. This measure
excludes costs associated with make-ready work, accident repairs, and warranty repair
work. ("Benchmarking for Quality in Public Service Fleets", NAFA Foundation), 1993,
pp. 18 and 29)
The Contractor shall report M&R cost per mile performance for automobiles and light
trucks, in the Annual Report.
The Fleet Manager and the Contractor will establish an acceptable M&R cost per mile for
each vehicle class, based on age and mileage, within 30 days of City approved
replacement life expectancy cycles.
5.12.4 Miles between Breakdowns (excluding accidents)
The Contractor shall report the miles between breakdown for automobiles and light
trucks in the Annual Report. (Benchmarking for Quality in Public Service Fleets, pp24
and 35)
The Fleet Manager and the Contractor will establish an acceptable miles between
breakdown for each vehicle class, based on age and mileage, within 30 days of City
approved replacement life expectancy cycles.
5.12.5 Preventive Maintenance (PM) Compliance Rate
The PM Compliance Rate is the percentage ofPMs performed during the month the PM
is scheduled.
The Contractor shall achieve a PM Compliance rate of97 % rate for all PMs on vehicles
made available to the Contractor for service.
_ The Contractor shall report the PM compliance percentage as part of the Monthly Report.
5.12.6 Downtime Percentages
The Downtime Percentage (excluding accidents) of the fleet shall be less than the
-following:
Administrative automobiles and trucks 5 %
30
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
Mart:h 21. 1998
. Law Enforcement automobiles
Fire Protection equipment
Medium/Heavy trucks
Construction equipment
3%
3%
7%
7%
The Downtime percentage will be calculated against those vehicles that met the
established vehicle replacement policy.
The Contractor shall report the downtime percentages as part of the Monthly Report.
6. VEHICULAR SERVICES
6.1 MOTOR POOL
The Contractor shall assist in the monitoring and administration of all Motor Pool
vehicles, if provided by the City.. This assistance will include all tasks associated with
equipment dispatching, PM and repair scheduling. Motor Pool(s) may be located in
various locations throughout the City. It is the City's intention of maintaining a singular
motor pool for inter-departmental use, controlled and operated by a single dispatcher,
familiar with the operation and use of the equipment in the pool. Motor pool equipment
is considered to be automobiles, all size and types of trucks, heavy and specialty
equipment utilized in a typical governmental operation.
6.2 FUEL
The City has the responsibility to fuel all vehicles and equipment, excepting Contractor
owned equipment.
The City currently utilizes the "Fuelman" and/or Exxon credit card system to fuel all
vehicles and equipment. Fuel management shall not be the responsibility of the
Contractor. This shall not relieve the Contractor, however; from the responsibility of
notifYing appropriate City personnel when the system is discovered to have faults.
7. PARTS
7.1 PARTS SUPPLY
The Contractor shall procure repair parts at its discretion, utilizing best business
judgement, to provide the City with products of the best pricing and highest quality. Use
of local vendors for all such procurement is preferred, excepting specialty items that
require purchase by other means.
a. Parts installed by the Contractor shall meet or exceed the original equipment
manufacturer's (OEM) specifications and must meet the equipment manufacturer's
requirements for coverage under their equipment warranty programs.
31
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21, 1998
b. Use of retread tires is only approved for use on the rear axles ofmediumlheavy
trucks and construction type equipment in the Augusta-Richmond City fleet. Retreads may
not be used for any reason on equipment-hauling trailers or public safety vehicles (automobiles,
vans, fIre fIghting equipment).
The Contractor shall have the option to request, from the Fleet Manager, a limited
number of the accident-damaged or salvaged vehicles be made available for parts
removal and reuse. The removed part may, if condition of used part can be determined
that it is safe and serviceable, be utilized on other fleet vehicles. All requests must be
forwarded, in writing to the Fleet Manager, and no removal of material is authorized until
such time that proper documentation is received from the Fleet Manager. The acquisition
price for the component or whole vehicle will be assessed to the Contractor, as mutually
agreed upon by the City Fleet Manager and the Contractor. All such charges will be
deducted from the monthly invoice. Any vehicle approved for cannibalization will be
stored in a selected location and no other vehicles or equipment will be parked near such
equipment, to avoid the unauthorized removal of parts.
The Contractor may suggest (at time of proposal) alternative parts supply options such as
but not limited to, single source suppliers (NAPA, etc.) Just-In-Time (JIT) purchasing,
Electronic Data Interface (EDI), etc..
The Contractor's MIS shall contain parts usage history information for 100 % of stocked
and non-stocked parts utilized on City vehicles and equipment.
7.2 INVENTORY
Within thirty (30) days after the commencement ofthe contract period, the Contractor
shall purchase, at cost, the City's active parts and supplies assigned to the City's fleet.
The Contractor shall pay for the inventory within six (6) months of the contract start date.
A complete physical inventory will be taken by representatives of the City and the
Contractor at the beginning of the Contract. Upon completion of the joint inventory, the
Contractor will be totally responsible for parts accountability and security. The
Contractor will administerdisposal of any inactive, excess and obsolete parts in the City
stock.
a.The Contractor shall purch<:lse and maintain an adequate parts inventory that will
be charged back to the City on an "as-used" basis. The Contractor shall maintain a ninety
(90) percent fill rate for commonly used repair parts.
b. The Contractor shall make special provisions for stocking of sufficient quantities
of spare parts for emergency vehicles and shall insure that zero (0) "stock-outs" occur
during emergency situations.
c. All parts installed on vehicles and equipment shall be identified by a part number and
charged on work orde5rs for the appropriate assignment.
32
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21, 1998
d. The Contractor shall insure an electronic system shall be used to monitor and control the
inventory. At a minimum, the electronic system shall be capable of generating a complete
inventory by part number and part cost, and a usage rate history for each part normally stocked.
Such inventories and usage reports shall be made available to the Fleet Manager upon request.
e. The Contractor will establish a procedure to document the historical demand of non-
inventory parts to ensure that repeated demand for these items warrant addition of the item(s) to
the inventory.
f. The Contractor will ensure that appropriate quantities of "seasonal" parts are maintained
in the inventory as appropriate, prior to climatic changes, to limit equipment downtime.
g. The Contractor will insure that warranty information regarding parts is managed by the
fleet MIS.
The City will purchase at cost from the Contractor all of the active parts in inventory
upon completion or terminations ofthe Contract.
8. REPORTING
8.1 RECORDS
Upon prior notice to the Contract General Manager, the Contractor shall provide the
City's authorized representative(s) access at all reasonable times to all electronic and hard
data, books, records, correspondence, instructions, plans, drawings, receipts, vouchers,
and memoranda of every description, and shall provide to the authorized representative(s)
cost verification for work.
The Contractor will develop, implement and maintain software for an electronic record
keeping and reporting system for all services being contracted. The information system
shall provide records of all repairs and servicing activities performed for each vehicle or
piece of equipment.
8.1.1 Fleet Record Management
The Contractor shall provide and maintain a permanent, detailed automated record
system that provides a basis for optimum fleet management and provides detailed
maintenance and operating information for the City.
The Contractor's fleet MlS shall provide, at a minimum, the following data elements and
capab ilities:
City vehicle asset number
Vehicle manufacturer
Vehicle model
33
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21.1998
Vehicle description
Vehicle year
Vehicle identification number (VTN)
Vehicle fuel type
Vehicle license number
Vehicle gross weight
Detail and summary of vehicle work orders
Detail of road calls
Detail of outside vendor work
Capability of schedule PM and inspections
Exception reports for overdue PMs
Capability of tracking vehicle performance against benchmarks
Warranty tracking
Repair parts inventory
Repair parts usage
Capability to interface with automated fuel system
Capability to download to Lotus, D-Base, etc.
8.1.2 Management Information System Capabilities
The Contractor shall provide and maintain a maintenance MIS system that provides a
basis for fleet management information gathering for the City.
The system must be capable of having repair information entered by each repair facility,
with each site having a terminal. The contractor will provide all necessary hardware to
allow the City Fleet Manger with on-line access to the Contractor MIS for review and
reporting purposes, but no edit capabilities.
The Contractor shall insure that fleet MIS records are protected for destruction and/or
viruses by a systematic virus detection, data backup and backup tape storage procedures.
The Contractor's automated record protection procedures must be approved by the City
Fleet Manager.
8.2 FILES
The Contractor shall maintain a complete file of service manuals, service and technical
bulletins, lubrication charts and other information needed to properly service and repair
the fleet of the City.
A hard copy history folder shall be maintained by the Contractor for each vehicle. This
folder will contain, in chronological order, all work orders generated on the vehicle. The
folder shall also contain the vehicle's make, model, year and serial number along with
other pertinent information. Vehicle history will be supplied to the Contractor by the
City.
8.3 MONTHLY REPORT
34
AUGUSTA-R[CHMOND COUNTY FLEET MAINTENANCE
Marcb 21. 1998
The Contractor shall provide a monthly management report to be delivered to the City
Fleet Manager on or before the 10th calendar day of the month following the reporting
period. The report shall include, but not be limited to:
A status report on vehicles out of service for more than seven (7) days.
Number of shop orders.
Number of service calls.
Number of vehicle PMs scheduled/completed (Compliance Rate).
Number of work orders processed (totals by facility of all PM's, repairs, quick fixes and
comebacks,.if requested).
Delinquent PMs (by department and vehicle asset number).
Comeback percentage
Downtime by category and totals.
Accident repair costs.
Operator abuse costs.
Vandalism costs.
Warranty recovery.
Total labor hours expended.
Total parts cost.
Summary Work Order with detailed cost figures for each vehicle repaired.
Problem/accident summary.
Equipment purchases
Facility improvements
The Contractor will, as requested, provide monthly maintenance cost reports to each
Department requesting such information. The reports will include all repair parts and
labor for all work performed.
8.4 ANNUAL REPORT
35
AUGUSTA-R[CHMOND COUNTY FLEET MAINTENANCE
March 21,1998
The Contractor shall provide the Augusta-Richmond County Commission with a written
annual report. The annual report shall contain a summary ofthe years' activity and will
include the following:
Combined total data from the Monthly Reports.
Maintenance and Repair Cost per Mile (CPM) report.
Miles between Breakdown report.
a. Warranty recovery report.
b. Status of Clean Fleet assistance.
c. Recommendations to the City.
8.5 CONTRACTOR ALTERNATIVE REPORTS
The Contractor may propose a reporting system that meets the needs of the City for
timely, complete information similar to the reports described in sections 8.3 through 8.4.
8.6 QUALITY CONTROL PLAN
The Contractor shall establish and maintain a Quality Control Plan to assure the
requirements of the contract are met. The plan shall be submitted as part ofthe proposal.
An updated copy must be provided to the Fleet Manager as the start of the contract and as
changes occur. The plan shall include but not be limited to the following:
8.6.1 Monitoring System
The Contractor will provide a monitoring system covering all services. It must specify
the methods for identifying and preventing deficiencies in the quality of services
performed before the level of performance becomes unacceptable.
The plan must include the following:
a. Specific activities to be monitored
b. Methods of monitoring, to include but not limited to; methods of verifying
authenticity of reports, methods to ensure quality of services, etc..
c. Frequency of monitoring
d. Samples offorms to be used in monitoring
e. Title and level of personnel performing monitoring functions
36
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21, 1998
8.6.2 Inspection Records
A record of all inspections conducted by the Contractor, the corrective action taken, and
the time elapsed between identification of a problem and the completed corrective action.
8.7 Quality Assurance
The Fleet Manager shall monitor the Contractor's performance under the contract using
the quality assurance procedures, or any other such procedures as may be necessary to
ascertain that the Contractor is in compliance with the contract.
8.7.1 Performance Meetings
Performance evaluation meetings shall be held with the Contractor and the Fleet
Manager. Usually these meetings will not be held more often than once a month
and will not be for a period of more than one hour, absent exigent or unusual
circumstances. The Fleet Manager reserves the right to schedule more frequent
and/or longer meetings if the Contractor's performance does not meet acceptable
quality levels as specified in this contract.
8.7.2 Contract Discrepancy Reports
Verbal notification of a contract discrepancy will be made to the Contract
Manager or designee as soon as possible whenever a contract discrepancy is
identified. The problem shall be immediately resolved by the Contract Manager.
a. The Fleet Manager shall determine whether a formal Contract
Discrepancy Report shall be issued.
If a Contract Discrepancy Report is issued, it will be mailed or hand delivered to
the Contract Manager.
Upon receipt of a Contract Discrepancy Report, the Contractor is required to
respond in writing to the Fleet Manager within the time period specified,
acknowledging the reported discrepancy or presenting contrary evidence, and
presenting a program for immediate correction of all failures of performance
identified in the Contract Discrepancy Report.
9. OTHER SERVICES
9.1 EMERGENCIES
The Contractor shall mobilize the shop and provide repair and maintenance services for
the duration of emergency situations. Emergency situations include, but are not limited
to major fires, floods, earthquakes, civil disturbances and disaster emergencies. Such
37
AUGUSTA-RICHMOND COUNTY FLEET MAINTENANCE
March 21, 1998
service shall include adequate staffing to ensure continued vehicle operations at a level
determined by the City. Such circumstances may occur during hours outside normal
hours of operation and can involve any number of employees, equipment and vehicles.
Should an emergency require performance of services beyond the capability of the
Contractor, the City may perform or supplement performance of contract services with
City personnel or non-contract vendors. Such performance shall not constitute a breach
of contract by the City.
Based upon the nature of the emergency, the Contractor personnel may be required
temporarily to perform repairs at sites other than those designated within the proposal.
Costs incurred during emergency situations are not to be included in the Cost Target and
shall be billed to the City.
9.2 VEHICLEIEQUIPMENT PURCHASES
The Contractor shall assist, when requested, the City in preparing purchase specifications
for additional or replacement vehicles and service equipment.
In addition, the Contractor shall assist the City with inspections and assessments of used
vehicles and equipment under consideration for purchase or lease.
The Contractor shall identify and nominate for the City's purchase, other equipment that
will reduce the cost of maintenance and/or improve the quality of vehicular services.
Contractor must be able to offer government financial rates to the City for the lease or
purchase of vehicles and equipment.
9.3 INVESTIGATIONS
The Contractor shall support the City with technical investigations related to the
automotive fleet. Such investigations may support accidents, fire, or other issues of a
technical nature.
9.4 CLEAN FUEL FLEET PROGRAM ASSISTANCE
The City's Clean Fuel fleet Program Assistance requirements include:
a. Planning - The Contractor shall assist the Fleet Manager in developing, a plan to
insure compliance with all Clean Fuel Fleet Program mandates. The intent is to insure
compliance without dedicating excessive financial investment to a single alternative fuel.
b. Vehicle Acquisition - Assist the City Fleet Manager with direction in acquiring
the appropriate quantities and types of alternative fuel vehicle by taking advantage of all
available Clean Fuel Assistance Programs.
38
AUGUSTA-R[CHMOND COUNTY FLEET MAINTENANCE
Mllrch 21,1998
c. Reporting - The Contractor shall include in the Annual Report, the advantages
and disadvantages for each type of altemative fuel being used. Recommendations and
adjustments to the Clean Fuel Fleet Program shall be based on the Annual Report.
9.5 DIRECTED WORK
The City or its designee may direct the Contractor to perform additional tasks under this
Contract. No such work shall commence without the Contractor receiving a written
"authorization to proceed" document that has the concurrence of the City Fleet Manager.
The Contractor shall perform such directed work assignments in accordance with an
agreed to schedule and level of effort.
Directed work can include, but is not limited to, the welding and fabrication of signs/
gates/post, repair services to other than fleet equipment, repairs or rebuilding of
equipment classified by the Fleet Manager as overage/overmileage, etc.
It is the intent of the City that all such work does not reduce the level of service provided
for in the fixed price portion of the contract. At times, directed work may be
accomplished after normal business hours.
Cost of such assignments shall not be included in the Cost Target and shall be invoiced to
the City.
The Contractor will invoice the City for all labor and material cost to accomplish
additional tasks as directed by the Fleet Manager.
39
'TI
'''U
mm
~;o
~'T1
)>0
-;0
Z~
-f)>
mz
Zo
)>m
ZC/)
O-f
m)>
Oz
00
z)>
-f;o
~o
oC/)
-f
~
C/)
^
C/)
;o)>;oo"U;o"U;o;;uoenC/)~~"U"U "U"U~o~o~o;oo;o)>~m~"U"Um~smC/)o
CD 0 CD 0 CD CD ..... CD mom ... 0 III ..... ..... c: ..... ..... III -' e C" m 0 (1) 0 CD Ul .... ::J III CD CD ::J .... Ul ::J (1) 0
"0 :7 0 0 ~ 0 0 "0 ~ ::J ;;u III -. 0 0 0 0 -..{g ... ;;u 3 0 0 ... Ul 0 Ul ~ ~ ~ Ul 0 C Ul 0
o~OCOO~lll_~<~C:~~~~~~~o ~~_(1)""'3cC_C(1)00C_~ccZ
.....<.....3..........~-....::J ::J;;uw~~,~~w ::J~--~ 3,..... ...............,_..........-f
"'(1)~ 3~(1)Cil~c-o~~-CD(1)-CDCD-~;;U -(1)~~ CD-(1)::J33CD_::J(1)~~
< CD _ "'CD v.::J ::J lll.....~ III 0 NO 0 0 III
!~~aC/)6dgenUlm@o@@O~I~@qg~en~1ll~0~~CDlll"O~0~CD=~o
~~gOm~~3 CD~~'TIot~o~~o~c:~ ~~(1)~~mar@~~~~3~.....
~Q3"OUloO"O ?.....CDOQ-=O~~Q:7enCD C".....::J~oOCD.....~3CDmCD~~o
lllCD~!g;~1 ~ml~i~~~~~i~~~ ~~i(1)isiti~~otig;;u
~~~~~~~& C"~~~@~~;;u~o@~~~ ~~R~gJ~a::J~3~S::J::Jw~
=. !!!. ~ ..... (1)..... - <: '< c: III ~ ~ ::J 0 3 CD ~ Ul en "0 .......... (1) '6' - 3 ~ III a ~ co III :,.. ;;u
g~o~~~@~ s~="",1ll:f~'33111~""'~ ~~33~mzCD~~~CD3:~R-O
;:+ = t:r -. - "0:7 ~ ..... III - a.. CD - ~ "0 a.. m 3 ~ ..... CD CD III ::J ~ CD ::J m - CD <
~~1~~!;~ 15~~~O~~~f~~ ~ ~~aa~""'g~@~~z CD 6
(1) C"lll (1) (1) Ul~ <za ~Clll~O(1)~lll CD::JO- 0<"O::J~"'" 3 m
::JCD~-::J~I~ CD~~~:f~::JZlllCD~R @ 3~-::J~ .....CDlllO'<3: "0 0
o ::J ..... !Ie "'".' ..... V. Ul. (1).::t: - ~ Ul III 0 .0 CD < (1) 0 0 3 :::;0.(1) C _ 0' _
:70 '''3::::'' ~ 3 ~m ,<Ul O:7Ul..... C ::J ~::!oO CD ~.... '< --'
3 :7 ~ 0 - -. III CD ~ 0 0 (1) ::J III ... ~ -. ... CD Ul' ~ - en 3 0 = ~ CD -,
3t:r~~C/)::J'< CD Ul~ 0 "O::J(1)1ll @ ~.o~~lll Ialll~N CD m
III C 0 ::J _ 0 Ul III _. m C 0 ~ ..... ~ ~ ::J ~ .0 5. ::J III = )> Ul -. III ~ ..... 3:
..... III Ul ::J ... Ul ::J ::J ~;;u !!!. ::J 0 0 - _. 0 "0 ~ - ~ <: ::J::J . m ~ en
ilf ~ CD (1l ~ CD CD ~ Ul iil (i) ~ g::J <g:r.{g CD ~ .g: 3 CD 0 E; s. ~ ~ 5' g Z CD
~Ul~~llla:7~ ~ ~m -~ 1ll~0~ ~ 3CD.oga ~:7iil~lll~ ~
~i~~Rg~g ~ ~z~~s !~I~ g ~ai~! ~~Ra~~ ~
gg~ ~~~~ ~ ~Qi::J !Ie'~~!!!.::J =~3g& glll(1)~@m ~o'
~~_ Ul~--' - ~ 0- -CDCD- W-.oCD::J Ul"OOO
~::JUl CD-~~ CD ~~-~ g~o~ ~ 2~a~~ 0~::J~~ ~
'< ~ ~ g, g - ~ ~ ..... ~ g g CD g: ~ ~ 5. ~ I ~. C R ~ 0 CD' ::+ Ul
;0.... ~ 0::J ~ 3 C:::J o' s.::J _ - !!!. o' . Ul.::J C III 0 Ul S
~Ng ::J (1l ~ (1)~1ll::J ~~WUl ~::J ~.~ .....-5~
0-(1l ~:,.. 0 ~o~::J~ S::Jm~ ::J~~re~ ii~~~
::+ ~ 0 - ~ w ~m ~-~ UlCDCD.....C 0 CD~CD
- __ ...... 3 Z S' - m 0 -. (") t'b -. c::t. g..c 0 ....
Ul _ - CD CD en Ul _::J ~ cr. ... gJ "0 o' o' C ::J s:
~ III Ul "0 W 0 g ~ ~ 3 ::J::J '6' W III
a Ul (1) . ~ III CD 3'
o' 0 "0 0 mow ::J ~ ::J ~ ~ w::J
::J ::J ~ ~ - ::J~llllll... WWCD~~
o -. 0 W' ~ ..... ~ ~ ~ a - CD
~ 0 ;;> ;;! . w ~ - CD ___ .....
- Ul ,. - W-Ulo Ul-
N ~ ~ ~ ~ ~CD~ CD Ul
- _ ~ CD - CD&O 0 ~
Ul CD 0 00::J ~ ~
CD 0 ~ g:::Jw g ~
a g g ::Jw~ w::J
g ::J ~ ~~~ ~ ~
(1l ~ m WN ~ ~
~ = N w~ - ~
- -
N
-
"U
m
(f) ;0
'-1 'TI
:~ 0
;Z ;0
~~
0"" )>
.ou Z
00
m
--....
000
000
?F.?F.?F.
.-.. ...... ...... ....... --
00000
00000
?F.?F.?F.?F.?F.
....... ...... ...... ....... --
00000
00000
?F.?F.?F.?F.?F.
-
o
o
?F.
...... ...... ...... ......
0000
0000
?F.?F.?F.?F.
-........
000
000
?F.?F.?F.
....
o
o
?F.
....
o
o
~
o
cococo--cococo
(1l(1l(1l00(1l(1l(1l
00000000
~~~?F.?F.~~~
.... 0
tn "U m
.+ m 'TI
rnz-
<)>9
rn,m
';1' ..... Z
::j -< 0
-<
(1l
o
+
III
o
E:
(1l(1l111
00-
~
III
3
III
~
CD
Ul
~
::J
CD
III
Ul(1l(1l(1l(1l
~oooo
Ul
Ul
CD
~
(1l (1l (1l (1l (1l
o 0 00 ,0
(1l
o
(1l(1l(1l(1l
0000
e
(1l(1l(1l
000
N
(1l
o
o
o
::J
~
g.
-f
CD
~
5'
III
~
o
::J
(1l
o
CD
III
o
:7
....(1l........(1l....(1l~
ooooooo~
~
CD
~
'<
(1)
~
o
"Um
m'TI
z-
)>Q
,m
~.~
-<
t..>
=,
Cl.
,...
Cf)
c:
to
(I)
rn
(,)
c:
m
z
--i
m
c'
rii
-..
~-
-oj
en
-
o
o
+
III
o
--E:
001ll
00-
~
III
3
III
~
CD
Ul
~
::J
CD
~........................
UlOOOO
CDOOOO
gJ
CD
~
...... ...... ...... ...... ......
00000
ooo~~
-
o
o
...... ...... ...... ......
0000
9000
---
000
000
(1l
o
o
-
o
o
(1)
III
o
:7
Nc;NNc;Nc;~
ooooooo~
~
CD
~
'<
CD
~
"'T1
'iJ
mm
~:;u
~"'T1
)>0
-:;u
Zs::
-t)>
mZ
Zo
)>m
Zc/)
O-t
m)>
Oz
00
Z)>
-t:;u
$!O
oc/)
-t
)>:E:;u:;u~~~m~~m~iJ:;u:;u:;u(/)z~m:;UiJro:;U)>c/)~~iJiJ)>)>)>)>)>)>:;U:;U:;U)>
~)>~~~DlO~(l)~~~am~~mgDl30(l)!~~~~:;u~aO~~~~~(l)(l)(l)~
3-00:J~~CaDlC::J0~000~0(l))>~-0-(l)::Jm oO-----~~~-
-- -(l)~~-=~-c- c:~~~Coo (l) -<O(l)-(l)(l)(l) (l)(l) 000(l)
~:;uaa~~~(l)<,~(l)~@~::+::+:;u"'T1~~ ~(l)::+I~~m~g!C<<<<<::+::+::+<
~)>__::JDlDl~~DlN::J~:;u~~_~@g~ ~iJ ~::JZ~ m(l)(l)(l)(l)(l)~~~!
~ZOO~::+::JDlDl::+(l)Dl(l)~~~~(l)DlOC~(l)~iJ- Dl~ODlZ~~S::~~=DlO(l)
<~OO<~~::+::+~a~~)>~~~-~~ -~ S::::J::J-~g-t(l)(l)Dl Dl(l)~311l
(l) ~ ~ ~ (l) C 0 ~ ~ S (l) Dl _ (l) (l) 0 ~ ~ ~ m 3 - 00 0 0 Dl < 0 -. (/) ~ ~ 5' Qo 5' III _ III
~ OO:JIIlO~O~~~~-:J:J OO(/)DlO d:cm(l)~ DlDl_:;u_~(l)(l)9'
~~~~gDl::JDl:J~0~~-t~~"'T1~SDlm::J~3~<,g ~(l) ~~(l) (l)(l)::JiDl
~~DlDl<~g~~~~~Dl~00m<~5~:;U~~~~63~1~ 3(l)3(l)~8~~~~:J
::+::+0 Dl -- 031 ::+"",-- .... Dl (l) ....._-Dl =V. Dl -- (l) - III - (l) 0 _O'l
~ ,. ~ ~ -::J ~ :J ~ 0 5' ~ )> 9' 9' ::J: (l) :J "":1 .;::l (l) ~ :J Dl (l) _ Z c.. ~ = = 0 - 0 (l) (l) - ~
~ C) C C III ~ Dl ~ ~ :g So < en Z (l) (l) 0 :; ~ s. 0 ~ 3 ~ 5 ;;;. ~ -t 0 . Dl ~ ~ (l) al (l) :J Qo al 0_
~ m &l &l ~ -. f;} 5' ~ - III g (l) ,. = = , <. g ~ m 5' III (l):J m ~ ::;. Qo ~ Qo ro ~ 0-1
Dl ~ ~ ~ ~. ~ _. 0' g- ~ So g a C) ~ ~ m ~ ~. Dl go {g 3 i w ~ ~ ~ 8: g- g- :;u 3 :;u @ ~ ~ 03 I
::+m Dlw::J~~(l)~<om (/):J:JIIl-t(l)O(l)_~~~1Il1ll ~~(l)=(l)Dl~:J
~ Z a: a: = a I 3 <JJ X (l) _ ::J ~ ~ ~ )> N ~ !!!. 0 0 ~ -. (l) (l) ~ Z ~ ~ ~ ~ ~ (l) ~ ~ !!!. iit (l)'
~~~~~~::J~~Q30~m::J:Jz~(l)B<g~::Joiao-~ (l)(l)~O'~~~~i
Dl OO~~- '~WDl~ z~~ ~XDl<:JIIls::-~~mlll(l) :J:J ~ ~O(l)o
~ <<_~~g~~::Jo -t~aCo~:J~1Il~0~3w-~a ~~8~8:J~~~
Dl w (l) ~ Dl ~ ~ -. -. m c (l) 0 (l) :J "'" Z d: (l) ~ ~ - _ -
E: 0' O'.g ~ 5' (ii' ::+ 0 ;::;: ~ 3 3 Cil ill (l) C) 3l 0 9' ~ iJ 3 (/) o' ~ (l) (l) ~ ~ ~ 5' ~ s:: W
(l) ~~~!Dl3:Jm(l)Dl C:O(l)Dl ~g~_S::~~:J_ 11~(l)~)>(l)0_
III :J1Il311l~DlCs::3d: gg__-~ (l):J 1Il_ mO'lIll ~~(l):J(l):J~~(l)-t
_ og _~:J3 III 0 ~_:J ~1Il:;U(l):J~o~(l) 00~0'~:J3~-)>
~ ~ag~30Dl~{g0'~ J~~~~g i~~ad:3.~-toa ss~a~~~~~C/)
1Il~_ ~(l)(l) - <wm<-~ (l)v, 0 --0 55-(l)-_w ~^
a 5~~~a~;~~Qo (l)~Z~C/)~ ~~!:J~enO :J ::~3~i~f~C/)
g ~~!:g~~:J~&(l) a~-t~en~ ~gen~~~~ ~ OO~(l)Q(l)b~~
(l)DlIll- ~~Dl-3 ODl ~(l)"", ~:J N3d: ~ ~~ :J ~~o~
; :a-enfi~8g~~ ~~ [~J f~~-~~~ s ~~~i~!~~i
~~~:J~C/)~illa(l) 3i (1):J~ _sg ~~- ~~~530en-(l)~
-~d:Dl3_-_(1):J (1)~:JO'l III ~N III 3 (1):;U0_
III ~ 0 co III ~ III ~ 0 :J _ ~. ~ (1) <>> _ - - en en 0 0 (l) g o'
~~:J~en~o~(1)~ ~~ 3~0 a ~ ~ ~(1)(1)ggg~:J:J
~en~3l~ggg3~ ~a g- ~ g a a~~~~~!~~
~~-:Jg::J::J::J~~ ag ~ _ ~ g g::J:J~en~enNN
~d: (l)::J~~~~1Il 0.. ~ ~ m ~ O'lO'lO'lIll(1)N(1)'NN
v.o (1) NN w_:J..... ..... ..(1)0.0
(l):J ~~_-::J~ w~ ~ a ~ ~ ~~~od:~d:--
a"", (l)N ~o .- co d - - N~Nd:O-O
O' . ~ - (1) d: ~ (1)::J ~ ~ w O:J :J
::J~ en ~o _ O'l ___::J~ ~
"'" (l) 1Il:J III . ~~ ~
. 0 (1)"'" (1) ~ ~N N
N d: O' 0 N' .
- O' d: N d: . W W
:J O' - 0 W - -
"'" :J:J -
. "'" O'l
~ N W
- -
N
iJ
:1; O)~
.-t "'T1
- ~~-~~~~--~~ ~~ -~~ -t.(Dco<a-a....... ~~ ~~~~~~~~~~I>o
0 0'l0'l00'l00'l0'l0000'l 00 00'l0 o~ 0'l0'l00 00 O'l O'l O'l O'l O'l O'l O'l O'l 0 .~ :;u
0 00000000000 00' 000 Oc 0000 00 ~~~~~~~~~C::l~
~ ef:.ef:.~ef:.~ef:.ef:.~~~ef:. ~~ ~ef:.~ ~::;.ef:.ef:.~~ ~~.
0 o 0 0 0 0 0 0 0 ~ ~
(l) ~tl )>
~ bZ
0
m
~
0
0
+ CJ
Dl -... iJ m
0 ~~ m "'T1
- rnzo
O'l NNO'lO'lOO'lO'l~O'lO'lO'l O'l O'l ~N~ OO'l~~NO'l O'l O'l -a.........................................N
0 0'l0'l00000_000 00 gO'lg 00000'l0 00 000000000'l c" )> -
rii , m
~ -~ ~ Z
Dl ~ 0
3
Dl -<
co
(l)
III
I'J
:1
,1..
N 1(0
0 en
0 c:
+ 000
Dl Ci? iJ m
a mm"'T1
~ O'IO'I............N............c................. ~~ NO'lN N~NNO'l~ ~~ NNNNNNNNO'l "zo
0 ooggggg~ggg 00 gog ggooog 00 000000000 c-)>-
0 00 00 -, m
~ ~~Z
Dl
3 ~- 0
Dl --i -<
~ m
(1) <:
III m
-~
~-
1--1
(J)
"
'"tl
mm
~;u
~"
~o
-;u
Z~
-i~
mZ
Zo
~m
Zen
O-i
m~
Oz
00
Z~
-i;u
~o
Oen
-i
enenen,,;u(')"tl"tl"~;UO<"tl~;;U;U~~~oozenen;uo
~~~r-Cllr-~~r- CllOm~mmCllm~C/lO-m~~Cll~
~~~m~m~~m~33~~~~0~~~om<~~~!
~ ~ ~ m 0 )> -. -. m C/I 0 ~ - m Cll )> g - '< = a. ::J < 3 3 0 ;:+
'<'<'<-t~zii-t~<~(')~~-o.~<m~::J<;:+;:+~~
?i'2f~~"o.~;;u~!~~ot;;U~~!ga~m~~~~
::J m ::J m e c: a 3 m < ~ ~. c 0 -. c;i ;;r ::J 0 Cll Cll 2: -. -. ~ 3
~~~;;UC/lmmm(')~~~-.~ ~Cll~~C/I~(')33@Cll
~Cll-" r-~-O-::J~enCllC/l;;U~C/I::JO~;;rr-C/lC/I::J::J
;u ~ '< 0 g, " m a ;;U Q. ill' m "'C C/I ~ m ::tl ~ ~ ::l. ~ ()' m 0' 0' ~ ~
Cll "TO ~ ~ (') m' ~ ~. c ~ C/I@g 3 ~ !;"'C ~ 0 3 t!l ill' ~ ~ ~ . ~ ~ m
~~ ~- ~-~o~~~ - _-~ -C/l-~~<o.
OCll~)>Cllm~o.~ o)>mm ::J~CllmCll_m~OO_-
~~o m _)>"-::J_~o(')__~C/I~C/I oow~
o~z::J-tm~z-Cll I ~Cll O<C/lo.~Cll~~~::JC/I
~~~('),,"'C~~)>~i~~~~m~C/lm~'~g)>oo~~
g -w g ~ [ ~ g [ ~ ~~. S' ~ ~ 8 ~ ~ ~ ~ ~ ~ g' ~ ~ i ~ a
00 ,o"Ci)om~m "'C::J3(')OCllo. ::J(J'I-t;;r... rn
::J ~ 0 - ~ ~ ~::J - (J'I )> 0 ::J m Cll 0. -. - -. - 0
O::JzCll;;U~~mmC/lo. Cll3 ~ o~-~OOC/l<O'
~::Jm~~)>~30z~~m~~Cll:!:::J~~,<~-z~~~~
~m~o~:!:- -t~~'<-t~::J:!:~<C/I,,~ ~~Cll~
.~_ ~ mm OC/l_ o.m-CllO-- m-o.m
..:::: ;;u 0 ~ (i) C/I::J 0 0 ;;r m en ;;r ::J Cll ill ... m -. ...
~~ Cllo. i(J'l-zggz_~<~~ @~::J@-t
Ci)m .... Q~~ ~::J~~~Cll~g ::Jo.~::J~
3 g~ ::tlWCll _C/l-o_~m_ ~o.o~en
- mo ~-~ C/lS~~o.~Q.::JC/I ~~a~~
::J ~ ~.... Cll 0 w Cll m Cll < -. ;;r en
~ Cllo. !e. ~ o~z::Jg_~g g~<Q
:, ~ C/I 0 ~ g. Cll en ~ 0 ~ ~ o' ~;u ~
~ o~ ; ~ ::J~ ~::Jo_::J o.~Cllg
~ Oro ~ ~ ~~ ~~g:~~ g~-go
!3 Cll ~ ~m ~::Jo~ Cllm~o
;u ~C/I '< ::J -::J ~(J'Ig~ m::J_~
4!l (i; 'Cii" el g ~ - ~ ::J - - ~Ul ~
o UlCD o.:ri CD NU'I ()~~
~ ~o ~ 0 ... _~ g~~~
_ w ~ Cll m - -. 0 CD
C/I CllO 0 ~ ~ N ~o::Jo
Cll O::J ~ 0 w - ~o. a-
o ~ m 0'::J g _ - ~ o'
g: g~ ::J ~ d ~~S::J
::J m' (J'I Cll::J 0 0 (J'I
~ ~~ ~ ~ ~ ~~o' ~
~ N W ~ ~ g::J -
~ ~ ~ ~ ~~
(J'I . .
. (J'I (J'I
~ --
w
-
"tl
C/)m
-{~
...... ...... ...... ~ ~ ~ ~~~ ~~ ...... ...... ..... ...... ...... ...... ~~~~~o
000 0 00 000 00 000000 ggggz;u
000 0 00 000 00 000000
'$.'$.'$. ~ '$.'$. '$.'$.'$. '$.'$. '$.'$.'$.'$.'$.'$. ~~~~~~
0 0000 ~
;Uz
00
m
0
-""tlm
~m"
U'I (J'I (J'I (J'I (J'I (J'I (J'I (J'I (J'I (J'I (J'I (J'I (J'I U'I U'I U'I U'I ~~U'IU'1mzo
000 0 00 000 00 000000 oooo<~-
m,m
:Z~Z
.-f 0
-<
t,..)
1'->
::7
I:l.
!20
en
1-
6i 0
O)"tlm
~~~~rnm"
oooo/OZO
oo(-~-
Iii ~' m
z Z
.~ 0
rn -<
.'
....
rn
;z
.~
('f)
..... ...... ...... ...... ...... ......
00-0000
000000
~~
00
00
~~~
000
000
~~
00
00
~
o
o
~~~
000
000