Loading...
HomeMy WebLinkAboutKeolis Transit America ADA Paratransit Services Handy RideTHIS CONTRACT is made and entered into by and between the CITY OF FRESNO, a California municipal corporation (hereinafter referred to as "City"), and Diversified Transportation, LLC, a California limited Iiability company, dba Keolis Transit America, (hereinafter referred to as "Contractor") as follows: 1. CONTRACT DOCUMENTS. The "Notice lnviting Proposals," "lnstructions to Proposers," "Proposal" and the "Specifications" including "General Conditions," "Special Conditions" "Scope of Work" "Participation by Disadvantaged Business Enterprises" and "Federal Requirements" for the following: REQUEST FOR PROPOSAL FOR ADA PARATRANSIT SREVICES No. 9202 copies of which are annexed hereto, together with all the documents specifically referred to in said annexed documents, including the Performance Bond, if required, and Exhibits, are hereby incorporated into and made a part of this Contract, and shall be known as the Contract Documents. 2. PRICE. For the monetary consideration of SIXTEEN MILLION EIGHT HUNDRED AND EIGHTY THOUSAND TWENTY EIGHT DOLLARS AND ZERO CENTS, as Set forth in the Proposal, Contractor promises and agrees to perform or cause to be performed, in a good and workmanlike manner, and to the satisfaction of City, and in strict accordance with the Specifications, all of the work as set forth in the Contract Documents. 3. PAYMENT. City accepts Contractor's Proposal as stated and agrees to pay the consideration stated, at the times, in the amounts, and under the conditions specified in the Contract Documents. 4. INDEMNIFICATION: Contractor shall indemnify, hold harmless and defend City and each of its officers, officials employees, agents and volunteers from any and all loss, liability, fines, penalties, forfeitures, costs and damages (whether in contract, tort or strict liability, including but not limited to personal injury, death at any time and property damage) incurred by City, Contractor or any other person, and from any and all claims, demands and actions in law or equity (including attorney's fees and litigation expenses), arising or alleged to have arisen directly or indirectly out of performance of this Contract. Contractor's obligations under the preceding sentence shall apply regardless of whether City or any of its officers, officials, employees, agents or volunteers are actively or passively negligent, but shall not apply to any loss, liability, fines, penalties, forfeitures, costs or damages caused solely by the gross negligence, or caused by the willful misconduct, of the City or any of its officers, officials, employees, agents or volunteers. lf Contractor should subcontract all or any portion of the work to be performed under this Contract, Contractor shall require each subcontractor to indemnify, hold harmless and defend City and each of its officers, officials, employees, agents and volunteers in accordance with the terms of the preceding paragraph. This section shall survive termination or expiration of this Contract. ililt ililt lN WITNESS WHEREOF, the parties have executed this Contract on the day and year here below written, of which the date of execution by City shall be subsequent to that of Contractor's, and this Contract shall be binding and effective upon execution by both parties. DIVERSI FI ED TRANSPORTATION, LLC, A California Limited Liability Company dba KEOLIS TRANSIT AMERICA tlräf¿s (Type or print written signature.) Title: Qr.r,ÐEñt t èEo Title: CITY OF FRESNO, a California municipal corporation Finance Department Dated: Z-7 -/3 ATTEST: WONNE SPENCE City Clerk Dated: ot lzl ( z ,.tr. APPROVED AS TO FORM: Francine M. Kanne, lnterim City Attorney Deputy/ Deputy By: Name: 14 t¿qøê. t- nt written signature.) Villzn-A+ 9ta,xnp f(f^l¿A.,t City of =O-=GlllSl/z--f flE-Ði-E=-z¿lr=-REPORT TO THE CITYCOUNCIL January 24,2013 FROM: BY: SUBJECT: SERVTCES (HANDY R|DE) tN THE CtTy OF FRESNO: 1. AWARD A THREE-YEAR CONTRACT IN THE AMOUNT OF $16,880,028.93 TO KEOLIS TRANSIT AMERICA FOR THE PROVISION OF DEMAND RESPONSIVE PARATRANSIT (HANDY RtDE) SERVTCES WITH THE OpTtON OF FOUR ONE-YEAR EXTENSIONS 2. APPROVE THE 35th AMENDMENT TO AAR NO. 2012-125 IN THE AMOUNT OF $194,700 FOR THE PURPOSE OF FUNDING THE HANDY RIDE PROGRAM FOR THE REMAINDER OF THE FISCAL YEAR 3. AUTHORIZE THE DIRECTOR OF TRANSPORTATION TO NEGOTIATE AN INTERIM CONTRACT FOR DEMAND RESPONSIVE PARATRANSIT SERVICES WITH MV TRANSPORTATION, INC. RECOMMENDATION The Department of Transportation/FAX recommends that the Council: 1. Award a three-year contract in the amount of $16,880,028.93 to Keolis Transit America for the provision of demand responsive paratransit (Handy Ride) services with the option of four one-year extensions 2. Approve the 35th Amendment to AAR NO 2012-125 in the amount of $194,700 for the purpose of funding the Handy Ride program for the remainder of the fiscal year. 3. Authorize the Director of Transportation to negotiate an interim contract for demand responsive paratransit services with MV Transportation, lnc EXECUTIVE SUMMARY The Transportation Department solicited proposals through the Request for provision of demand responsive paratransit service (Handy Ride) within Proposal (RFP) process for the Comparable public transportation services for individuals with disabilities is mandated in order to receive Federal Transit Administration funding. the Fresno-Metropolitan area. required by Federal Law and KENNETH P. HAMM, Director Department of Transportation GREG EISNER, Manager Support Services Division AGENDA |TEM NO. 2F COUNCIL MEETING 1-24-13 i neponrro rHE ctrY couNctl October 18,2012Page l2 The Requests for Proposals (RFP) for Handy Ride Paratransit Service were released on August 18,2012 and sent to 32 potential bidders. Proposals were due on September 18, 2012 and revealed in a public bid opening. Proposals were received from Keolis Transit America, First Transit, National Express, and MV Transportatioñ, lnc. These bids are scheduled to expire 120 days afterthe bid opening (February, 18, 2013). The Proposal Evaluation Committee was comprised of four City Staff and a member of the community. Additionally, the committee was assisted by Roy E. Glauthier, a Transportation Planning and Policy consultant, who was hired by the Transportation department to assist in the development of RFP. The Committee's evaluation determined that Keolis Transit America presents the best value for the public and City. Keolis meets the stated goals and will create a solid foundation for providing the high quality paratransit service for Fresno's ADA citizens. The current contract for Handy Ride service is held by MV Transportation, lnc. and is scheduled to expire on December 17tt',2012. On August 30,2OO5 Council approved a five year contract with two one-year extensions. ln order to ensure uninterrupted Handy Ride services and provide a smooth transition between old and new service providers, the Department of Transportation is recommending that the City Council authorize the Director of Transportation to negotiate an interim contract extension with the current service provider, not to exceed 90 days. The proposed amendment to the AAR increases the Transportation budget by $t 94,700 and allows the paratransit services contract to be funded through FY2013. BACKGROUND Handy Ride is a demand-responsive, curb-to-curb transit service for those individuals with mobility impairments and/or disabilities that prevent them from using regular fixed route bus services. As required by the Americans with Disabilities Act (ADA) of 1990, the service area and hours of service must be comparable to the city's fixed route bus service. The current service area is generally Copper Avenue to the North, Willow/Temperance Avenues to the East, Central Avenue to the south, and Polk Avenue to the West. Operation hours are seven days per week and start and ending times are comparable to the fixed route system. Handy Ride provided approximately 209,500 trips during FY2012 and it is anticipated that demand will grow with the number of trips increasing to 215,000 during the term of the contract, The goal of this Request for Proposal (RFP) was to solicit proposals to provide demand-responsive service (Handy Ride) within the Fresno-Metropolitan area. Services include, but are not limited to, day{o-day operation of service, executive and management, employment, training of all employees, maintenance and repair of equipment, customer relations, preparation of financial and productivity reports, and other actions as necessary to comply with the contract specifications. The proposed contract under this solicitation is for three years from the date of the Notice to Proceed and contains provisions for four one-year extensions. Specifications were prepared for the RFP in June and July, 2012. The service parameter was based on 100,000 annual revenue hours. Based on the 100,000 hours, proposers were required to provide separate fixed costs and a variable cost per revenue hour over the term of the proposed contract. A Notice lnviting Proposers was published in the Business Journal on August 17, 2012 and posted on the City's website on August 18,2012. The proposal specifications were distributed to 32 prospective bidders. The City conducted a Pre-Proposal Conference and a Handy Ride Facilities Tour on August 23,2012. Four sealed proposals were received and opened on September 18, 2012. Proposers and their three year proposal prices were as follows: REPORTTO THE CITY COUNCIL October 18,2012!)age l3 Total Three Year Proposed Estimated Costs First Transit Keolis Transit America MV Transportation National Express $17,028.513.84 $16,880,028.93 $17,922,413.00 s17,192.903.17 lnterviews were conducted with each proposer by the Proposal Evaluation Committee. Keolis Transit America rated the highest based on the proposal evaluation criteria, the interviews, and total price. The proposed three year contract with Keolis Transit America meets the stated goals of the RFP and is a solid foundation for providing the high quality paratransit service for Fresno's citizens. The proposed contract incorporates improved performance standards, including incentives and disincentives, for productivity thresholds. Keolis has pledged to retain the majority of the workforce with the exception of possible changes at the management and supervisory levels. Keolis has also committed to provide a comparable wage and benefit structure to all transitioning employees and has provided a transition plan that commences their operation of the Handy Ride service thirty (30 days) after award by Council. Paratransit services for FY2013 were budgeted at $4,999,700. The new contract with Keolis is estimated to be $5,424,586 in year one, which is an 8.5% increase when compared to current contract costs. For the period between Keolis' start-up and the end of FY2013, an additional $194,700 will be needed to fund this service. The additional revenue needed for FY13 will be funded an increase in State Transportation Development Act (TDA) revenues. The new contract will be fully incorporated into the FY2014 Budget. ln order to ensure uninterrupted Handy Ride services and provide a smooth transition between old and new service providers, the Department of Transpoftation also requests that City Council authorize the Director of Transportation to negotiate an interim contract extension with the current service provider, MV Transportation, not to exceed 90 days from December 17,2012. Kevin Klika, President of MV Transportation, has pledged to provide the smoothest transition possible with no breaks to service until the new contractor can initiate start-up. Mr. Klika has asked for a 2o/o increase in their rate for the extended transition period. FISCAL IMPACT Funds for paratransit services are included in the Department of Transportation FY2013 budget at a level of $4,999,700. Approval of this 35th Amendment to the AAR will appropriate $194,700 from prior year Transit Operating revenues. The $425,000 needed to support FY14 costs will be derived from State transportation funds. Attachments: A. Bid Evaluation Form B. Report From Evaluation Committee C. 35th Amendment to the AAR No. 2012-125 for $194,700 LISTING OF PROPOSERS FOR: REOUEST FOR PROPOSALS FORADA PARATRANSIT SERVICES Page 1 RFP No.9202 RFP Opening: gt18t12 PROPOSER'S TOTAL PROFOSAL AIIOUNT (ln alphabetical order) 1, FirstTraneit, Inc. $17,028,512,00 600 Vlne Street Suite 1400 Gincinnati, OH45202 2. Keolis Transit America $16,880,028.00 6053 West Gentury Boulevard gh Floor Los Angeles, CA 90045 $17,922,413.00 3. MV Transportetion 360 Campus Lane Suite 201 Fairfield, CA 94534 4. National Express Trangit Corporation $17,192,904.00 8041 Hosbrook Road, Suite 330 Cincinnati, OH 45236 Each proposer has agreed to allow the City one hundred twenty (120) days from date proposals were opened to accept or reject their proposal. DEPARTMENT CONCLUSIONS AND RECOMMENDATION: The goal of this Request for Proposal (RFP) was to solicit proposale to provide demand responsive paratranEit service (Handy Ride) within he Fresno-Metropolitan area. Handy Ride is a demand responsive, curÞb+urb service that provides service to the dlEabled. Serulce lg avallable seven days e week during the same hours as the flxed-route service. All vehicles are lift equipped and comply with the American's with Disabilities Act. The Request for Proposals (RFP) for Handy Ride Paratransit Service was released on August 18, 2012 and sent to 32 potentlal bldders. Proposals were due on Septembêr 18, 2012 and revealed in a public bid openlng. Proposals were recEived from Keolis Transit Arnerica, First Transit, Natlonal Express, and MV Transportation, lnc. These bids will expire 120 days after the bid opening (February, 18, 2013). The proposal evaluation committee was c-omprised of four City Staff and a member of the community. The committee was assisted by a consultant with expertise in Traneporùation Planning and Policy, The Commitee's evaluation determlned that Keolis Transit America presenb the best value for the public and Clty. Keolis meets the stated goals and willcrsate a solid foundation br providing the high quality paratransit service br Fresno's ADA citìzens. ThE Department of Transportation/FÐ( recommends that the Council: a,vard a three-year contract in the amount of $16,880,028.93 to Keolis Transit America for the provision of demand responsive paratranslt (Handy Ride) servlces wlth the optlon of bur on+year extenslons. IIFORMS\EVATIIATIONFORMRFP LISTING OF PROPOSERS FOR: REQUEST FOR PROPOSALS FOR ADA PARATRANSIT SERVICES Page2 RFP No. 9202 RFP Opening: gl18112 The first year service cost estimate provlded by the new service provider (Keolis) is $5,424,586. Funds for paratransit services were included in the Department of TransporÞtion FY2013 budget at a level of $4,999,700. This figure was based on a full year of cost equal to the expiring MV Transportation, lnc. contract. The new contract with Keolis is estimated to be in place by February or March of FY2013, requiring an additional $194,000 to fund this service. An amendment to the AAR will be requested as part of the Report to Council forthis ewerd to appropriate $194,000 from prior year Transit Operating revenue. LX]Award a contract in the amount of $16.880.028 to Keolls Translt Amerlca of Los Anoeles CA in accordance with the Selection Committee recommendation. t_] Reject all proposals. Reason: Remarks: Title Directo[. Department of Transportation Date /''7*/3 tJ t_l Approve Dept. Recommendation Recommendation Disapprove See Attachment FINANCE DEPARTMENT Approve Finance/Purchasing L_l Disapprove CITY MANAGER K:\FORMS\EVALUATIONFORMRFP REPONT FROM EI/AIUAT¡ON COMM]TTEE 9202 REqUEST FOR PROPOSAIS FOR ADA PARATRANSIT SERVICES COMM|TTEE MEMBERS: Greg Eisner, Transit Operatíons Manager, Department of Transportatlon/FAX Dena Kalar, Management Analyst ll, Department of Transportation/FAX Joseph Oldham, Houslng & Neighborhood Revitalization Manager, Development Department/Sustainable Fresno Gary Watah i ra, Adm i nistratlve Manager, I nformation Services Department Mark G. Harold, Architect, Harold & Davis Architecture Diana Reynolds, Buyer ll, Purchasing Division -facllitator A'AIUATION BY COMMITTEE: The RFP for paratransit service was rcleased on August 8, 20L2, and proposals were submitted and opened and publicly recorded in a public opening on Tuesday, September L8,20L2. Proposals were received from 4 firms which included Keolis Transit America, First Transit National Express, and MV Transportation, lnc, lnterviews were held in the Purchasing Division otfices for all four (4) companies on Thursday, September 27, 20L2. The committee reviewed and scored each proposal based on the following criteria, which are listed in order of their relative importance, from most important to less important: a. Abl¡lty to meet the stated service requirements; b. Cost as shown on the proposalforms; c. Past Performance and Experlence based on references and experience shown in Statement of Qualificatlons and Experience and other sources; d. Quallflcatbns of key perconnel; e. Employee Recrultment/Retention Program; f. Conformance to the terms and conditions of the RFP; g. Flnancirl Stablllty as demonstrated by the Financial Statement and other sources; h. Evaluatlon of Preventive Malntenance Program; l. Employee Selection, training and superuislon; J. Quallficatþns of subcontractors, if applicable; and k. Other related lnformatlon. All four companies pledged to keep as many of the veteran staff as possible, wlth the only staffing changes occurring at the management level. PROPOSED COSTS: The following table summarizes the proposed costs from each firm for the three- year base term and the total possible term, with option yeers, of seven (7) years. the four, one year options (allowable under this agreement) are also included based on an assumed inflatíon rate of 3/o, Year One Cost Per VSH Monthly Fixed Costs AnnualVSH Cost Annual Fixed Costs TotalYearl Gost Proposed Escalation Total Year 2 Gost Total Year 3 Gost Total 3-Year Proposed Cost TotalOption Year I Cost Total Option Year 2 Cost Total Option Year 3 Gost Total Option Year 4 Cæt 7-Year Proposed Gost First Transft Keolis Transit Amedca MV Transportation National Exprcss $33.33 $183,261 $3,332,507 $2,199,126 $32.37 $182,305 $3,236,932 $2.187.655 $37.66 $163,394 $3,7ô5,593 $1,960,730 $33.43 $179,823 $3,342,538 $2,157,872 $5,531,ô34 $5,648,970.00 $5,847,910.00 $5,424,587 $5,630,332.00 s5,825,110.00 $5,726,323 $5,990,532.00 $ô,205,558.00 $5,500,410 $5,726,144.00 $5,96ô,349.00 $17.028.513.84 $16.880.028.93 $17.922.413.00 $17.192.903.17 $6,023,347.30 fi,204,0/.7.72 $6,390,169.15 $6,581,874.23 $5,999,863.30 $6,179,859.20 $6,365,254.97 $6,556,212.62 $6,391,724.74 $6,583,476.48 $6,780,980.78 $6,984,410.20 $6,145,339.47 $6,329,699.65 $6,519,590.6¿1 $6,715,178.36 $/;2.727.952,23 $41.981.219.03 $¿14.663.005.20 Mz902.711.30 lnflation% 3% 3% 3% 3o/o E\|ALUATION COMMITTEE CONCTUSIONS: A final recommendation was made based on each proposal, references, and interviews. As this contract will be funded in part by FTA funds, cost may not be the main determining factor in making the award. Keolls Transit America Keolis Transit America was independently and unanimously selected by the entire committee as the best value to be awarded a contract to assume management of the Handy Ride services effiective December L8, 20L2. Keolis Transit America demonstrated a wealth of knowledge regarding ADA paratransit management and operations, a project approach which is responsive to City concerns and príorities, strong technical support and hlghly qualified people to manage the program. Their proposed cost was the lowest of the four at 516,880,028.93. The committee all recognized the proposed General Manager, Thomas Stringer, and his knowledge and experience in paratransit services and Trapeze reservations and scheduling software used by Handy Ride, as clearly the most qualified in comparison to the other bidders' proposed General Managers. Most impressive and most compelling was the organizational structure that Keolis would use in Fresno. Executive Vice President Dwight Brashear, would serve as the prímary and direct contact to the onsite General Manager, Thomas Stringer. Thls organizational structure wlll bypass extra layers of bureaucracy resulting in quicker decisions and responses to our Handy Ride concerns. Dwight Brashear is a resident of Fresno, enabling him to offer this unprecedented "hands on" service unmatched by any of the other bidders of this project. Keolis also had a good trainlng program, emphasizing safety, customer service (including an after-hours call center enabling customers to always be able to reach a "live person") and sensítiviÇ training for all their employees. Keolís sollclts customer and public feedback to help improve their service through a variety of methods including the availability of a "hotline' number to report driver/vehicle issues, email, customer comment input via web site, telephone surveys, written surveys end customer comment cards on vehicles. Another highlight of their proposal (not included ln the three other proposals) was a detailed fare collection procedure including armored truck service at no additional cost to the city. This is ¡mportant as fare revenue directly impacts bottom line costs of the Handy Ride program. Keolls was selected as the'best valuel for the Cilty of Fresno, FAtqffransportat¡on Department by the evaluat¡on commlttee. F¡rst Trans¡t lnc, First Transit lnc. had a well written proposal, however, their expertise and qualifications were not demonstrated in the interview. They did not demonstrate an understanding of changes which have occurred in Fresno since they last operated Handy Ride in 2006, First Transit's proposal was the second lowest of the four at $t2,029,519.84 and 5248,485 higher than the lowest proposal for the three-year base term. The committee felt that First Transit appeared to have a good maintenance program but was concerned that there was not a disclosure of how they proposed to overcome high mileage vehicles, as other proposers did. The committee was also very concerned that they propose to provide new drivers with only a minimum 50 hours of tralning when the industry standard is 80 hours. First Transit has a long history of providing transportation services and has a good working knowledge of the Trapeze scheduling progrâm and a good program that will work with Trapeze to provide data to First Transit as well as to City Staff, but they did not provlde anything extra that could have helped the committee balance their proposal's shortcomings in the various areas of concern. Their regional manager was based in Oregon and oversees properties in 4 other states. The committee was concerned he may not be available to provide timely assistance to the onsite General Manager to the degree they would like to see. Firct Translt was ranked as the second best value by the evaluatlon comm¡ttee. MV Tt:ansportation lnc, MV Transportation lnc's proposed cost of 5L7,922,413.00 was the hi8hest of the four received and $1,042,384 above the recommended proposer over the three-year base term. ln the committee's evaluation, their approach to thís request for proposals was to continue their current operation of the past 6+ years without any slgnificant improvements or re-assessment of the status quo. MV's current operating data indicates they have enhanced performance over the last few years of operating Handy Ride by becoming more efficient and reducing Vehicle Service Hours and decreasing the percentage of "No-Shows." The committee, however, was concerned that the financial audit that was provided included some qualifying statements from the auditor. Further research would be needed to consider this a true negative. MV Transportation also stated during the interview thatthey had found several areas in their costs that they could cut back and come in at a lower price if there was going to be a Last, Best and Final offer. The committee was uncomfortable wlth this remark and obviously questioned why MV's proposal hadn't been submitted wíth their best prlce. ln contrast to Keolis, their proposed regional manager does not live in Fresno, and oversees approximately 6 other properties and is at least a layer of bureaucracy below the primary decision maker. MV Transportatfon was selected as fourth best value by the evaluatlon committee. NationalExoress ln the U.S. market, National Express has only existed since March 2012. References are from firms that they have purchased since March 2012, which concerned the committee as they had no record of experience as this newly formed firm, National Express, in successful management of ADA paratransit services. National Express did conduct a solid interview and their proposed General Manager was positively received by committee members. Because of their few projects in the full service paratransit industry, National Express indicated that every level of management would be working on the transition (if they were selected) to ensure they were successful. However, Management and Technical support for the Handy Ride program is located outside California, with most support presently located in the firm's Cincinnati OH national office. This would make support of Handy Ride difficult when an unexpected event occurs. National Express' proposed cost of $17,192,903.17 was third lowest of the four proposers and was $312,874 higher than the lowest cost for the three-year base term. During the committee interview, National Express responded wellto questÍons about their ability to handle maintenance and did remark that the high mileage vehicles may be a challenge but felt they could handle it with a hands-on maintenance menager. National Express was selected as th¡rd best value by the evaluation committee. COMPI.AINTS IN OTHER MARKETS The Purchasing Department called the three references provided by each bidder and asked the followíng question: Have there been many customer complaints about this company? Types of complaints? Keolis Transit America 1. No, not aboutthe company 2. A few, not really concerned. Nothing earth shatteríng. 3. No, nothing out of the ordinary. Not enough people answering phones, but that is to be expected. First Transit 1. No 2. No 3. No, low. Maybe 1 or 2 per month. Good overall not necessarily valid complaints, maybe 1 or 2 valid. MV 1. No, they are part of a user/advocate group that meets monthly to go over issues if any, 2. No 3. No 4. No N?tional Express 1. No 2, Yes, but no íncrease since their takeover it's the nature of the business 3. Some have decreased since National took over - most were time delays but Arlington does the scheduling so that accounts for some of the delays CONTINGENCY PI.ANS The day before the interviews occurred the Handy Ride building lost access to phones and data lines for several hours. As there had not been a contingency plan in place and manifests are printed in the morning, there were a large number of people that were picked up late and had difficulty getting to work. ln the end, Fresno Area Express personnel were able to come up with a contíngency plan and get manifests printed to get drivers out the door and set Handy Ride dispatchers up at the Manchester Transit Center to take calls. Due to this incident each bidder was asked what they would do if they walked in and systems were down. Kqo!is Tfansit America Keolis stated that they would always have a paper backup of driver manifests printed and ready from the night before for both the schedulers and the drivers to utilize. They also stated that they had experienced similar situations in other cities and there were no delays to service, First Transit Fírst Transit stated that they would always print the manifests the night before and ensure that the díspatch area backup generator was in working order. They also stated they would save all information offsite as a PDF to ensure it could be retrieved and be readily available for dispatch. MV MV stated that when this had occurred, City staff was right there solving the problem and did a great job of gettíng the problem fixed. Saíd that in the future they could possible print manifests the night before or keep a back up PDF somewhere. National Express NE stated that they would make sure that there was always a backup including, backing up data every few hours. They also stated they would print manifests the night before and ensure the backup generator was in good working order.