HomeMy WebLinkAbout04-12.docJANUARY 27, 2004 04-12 RESOLUTION
(CARRIED 7-0 LOST LAID OVER WITHDRAWN .)
PURPOSE:
INITIATED BY:
APPROVE AGREEMENTS FOR TRANSPORTATION SERVICES
WITH WINNEBAGO COUNTY; LAKESIDE PACKAGING PLUS, INC.,
ZION ELDERCARE AND RED CROSS
TRANSPORTATION DEPARTMENT
WHEREAS, the City of Oshkosh Transportation Department has recommended
approval of the above agreements;
(Agreements - As on file in the City Clerk's Office)
NOW, THEREFORE, BE IT RESOLVED by the Common Council of the City of
Oshkosh that the agreements between the City of Oshkosh, Winnebago County,
Lakeside Packaging Plus, Inc., Zion Eldercare and Red Cross for transportation
services are hereby approved and directed to enter into same.
Money for this purpose is hereby appropriated from:
Acct. No. 511-1728-6449-00000 -- Purchased Transportation
GRANT AGREEMENT BETWEEN THE CITY OF OSHK
AND WINNEBAGO COUNTY: PROVISION OF INTER-CITY SERVICE
WHEREAS, Winnebago County desires to provide financial assistance to the City of
Oshkosh in providing transportation services to citizens within the City of Oshkosh and Winnebago
County: and
VCHEREAS, the provision of a Grant to the City of Oshkosh by Winnebago County will
enable the City of Oshkosh to provide transportation services to citizens within the City of Oshkosh
and Winnebago County.
NOW, THEREFORE, IT IS AGREED between Winnebago County and the City of
Oshkosh as follows:
That Winnebago County agrees to provide a Grant to the City Of OshkOsh in the
amount of $29,000 during the calendar year 2004 for the purpose of enabling the City
of Oshkosh to provide public transportation services between Oshkosh and Neenah.
That Winnebago County shall be provided access to the records of the City of
Oshkosh upon request so as to verify by audit or other means, that the Grant monies
provided herein are being utilized for the propose of providing transportation services
to citizens within the City of Oshkosh and Winnebago County.
The City of Oshkosh agrees to indemnify and hold harmless Winnebago County,
including its directors, officers, employees, insurers and successors, from and against
any and ail claims, demands, penalties, frees, causes of action, liabilities, settlements,
damages, costs, and expenses including, without limitation, attorney's and.
consultants! fees, investigation fees, court costs and litigation expenses, and other
costs of defense, known or unknown, contingent or otherwise, arising out of or in any
way related to the provision of transportatinn services under this agreement including
but not limited to:
Any personal injury or bodily injury (including wrongful death) or property
damage (real or personal);
Any lawsuit brought or threatened, settlement reached or local, state, or
federal goverrm~ent or agency order, including, but not limited to claims,
costs, liabilities, or expense~ arising from federal, state, or local law;
Any violation of laws, orders, regulations, requirements, or demands of any
governmental authorities; and
-1-
Any breach or violation of any contractual provision of whatever kind with
any third party.
That W/unebago County agrees to indemnify and hold harmless, the City of Oshkosh,
including its directors, officers, employees, insurers, amd successes from and against
any and all claims, demands, penalties, fines causes of action, liabilities, settlements,
damages, costs, and expense, including, withoul limitation, attorney's and
consultants' fees, investigation fees, court costs and litigation expenses, and other
costs of defense, known or unknown, contingent or otherwise, arising out of or in any
way related to the provision of transportation services under this agreement including
but not limited to:
Any personal injury or bodily injury (including wrongful death) or property
damage (real or personal);
Any lawsuit brought or tltreatened, settlement reached or local, state, or
federal government or agency order, including, but not limited to claims,
costs, liabilities, or expenses arising from federal, state, or local law;
Any violation of laws, orders, regulations, reqmrements, or demands of any
governmental authorities; and
Any breach or violation of any contractual provision of whatever kind with
any third party.
The intention of paragraphs 3 and 4 above is that each party shall be responsible for the actions of
its own employees and agents. Further this paragraph shall be construed liberally in favor of the
party seeldng indemnification hereunder.
-2-
IN WITNESS THEREOF, the parties have caused this agreement to be executed by their
respective proper officers and affixed their corporate seals hereto this day of ,
20
CITY OF OSHKOSH
WINNEBAGO COUNTY
Richard A, Wollangk
City Manager
Jane VandeHey
County Executive
Pamela Ubrig
City Clerk
Sue Ertmer
County Clerk
APPROVED BY:
APPROVED BY:
Warren P. Kraft
City Attorney
City of Oshkosh
John A. Bodnar
Corporation Counsel
Wiunebago County
I hereby certify that the necessary
provisions have been made to pay
the liability which will accrue
under this contract.
Edward A. Nokes
Director of Finance
City of Oshkosh
-3-
AGREEMENT BETWEEN THE CITY OF OSHKOSH
AND WINNEBAGO COUNTY: PROVISION OF CABULANCE SERVICE
WHEREAS, Winnebago County desires to provide financial assistance to the City of
Oshkosh in providing ~ransportation services to disabled citizens within the City of Oshkosh and
Winnebago County: and
WHEREAS, the promsion of a Grant to the City of Oshkosh by Winnebago County will
enable the City of Oshkosh to provide transportation services to disabled citizens within the City of
Oshkosh and Winnebago County.
NOW, THEREFORE, IT IS AGREED between Winnebago County and the City of
Oshkosh as follows:
That Winnebago County agrees to provide a Grant to the City of Oshkosh in the
amount of $38,400 during the 2004 calendar year for the purpose of enabling the City
of Oshkosh to provide disabled transportation (Cabulance) services within the City
of Oshkosh during 2004.
That Winnebago County shall be provided access to the records of the City of
Oshkosh upon request so as to verify by audit or other means, that the Grant monies
provided herein are being utilized for the purpose of providing transportation
services to disabled citizens within the City of Oshkosh and Winnebago County
during 2004.
The City of Oshkosh agrees to indemnify and hold harmless Winnebago County,
including its d/rectors, officers, employees, insurers and successors, from and against
any and all claims, demands, penalties, fines, causes of action, liabilities, settlements,
damages, costs, and expenses including, without limitation, a~tomey's and
consultants' fees, investigation fees, court costs and litigation expenses, and other
costs of defense, known or unknown, contingent or otherwise, arising out of or in any
way related to the provision of transportation services under this agreement including
but not limited to:
Any personal injury or bodily injury (including wrongful death) or property
damage (real or personal);
Any lawsuit brought or threatened, settlement reached or local, state, or
federal government or agency order, including, but not limited to claims,
costs, liabilities, or expenses arising from federal, state, or local law;
Any violation of laws, orders, regulations, requirements, or demands of any
_ governmental authorities; and
Any breach or violation of any contractual provision of whatever kind with
any third party.
That Winnebago coUnty agrees to indemnify and hold harmless, the City of Oshkosh,
including its directors, officers, employees, insurers, and successes from and against
any and all claims, demands, penalties, fines causes of action, liabilities, settlements,
damages, costs, and expense, including, without limitation, attorney's and
consultants' fees, investigation fees, court costs and litigation expenses, and other
costs of defense, known or uaimown, contingent or otherwise, arising out of or in any
way related to the provision of transportation services under this agreement including
but not limited to:
Any personal injury or bodily injury (including wrongful death) or property
damage (real or personal);
Any lawsuit brought or threatened, settlement reached or local, state, or
federal government or agency order, including, but not limited to claims,
costs, liabilities, or expenses arising from federal, state, or local law;
Any violation of laws, orders, regulations, requirements, or demands of any
governmental authorities; and
Any breach or violation of any contractual provision of whatever kind with
any third party.
The intention of paragraphs 3 and 4 above is that each parry shall be responsible for the actions of
its own employees and agents. Further this paragraph shall be construed liberally in favor of the
parry seeking indemnification hereunder.
-2-
IN WITNESS THEREOF, the parties have caused this agreement to be executed by their
respective proper officers and affixed their corporate seals hereto this day of
20
CITY OF OSHKOSH
WINNEBAGO COUNTY
Richard A. Wollangk
City Manager
Jane VandeHey
County Executive
Pamela Ubrig
City Clerk
Sue Ertmer
County Cleric
APPROVED BY:
APPROVED BY:
Warren P. Kraft
City Attorney
City of Oshkosh
John A. Bodnar
Corporation Counsel
Winnebago County
I hereby certify that the necessary
provisions have been made to pay
the liability which will accrue under
this contract.
Edward A. Nokes
Director of Finance
-3-
AGREEMENT BETWEEN THE CITY OF OSHKOSH AND WINNEBAGO COUNTY:
PROVISION OF RURAL TRANSPORTATION SERVICES
WHEREAS, Winnebago County desires to provide financial assistance to the City of
Oshkosh in providing transportation services to disabled citizens within rural Winnebago County:
and
WHEREAS, the provision of a Grant to the City of Oshkosh by Winnebago County will
enable the City of Oshkosh to provide transportation services to disabled citizens within rural
Winnebago County.
NOW, THEREFORE, IT IS AGREED between Winnebago County and the City of
Oshkosh as follows:
That Winnebago County agrees to provide a Grant to the City of Oshkosh to provide
rural transportation services to disabled persons residing within rural areas of
Winnebago County (including the townships of Neenah and Menasha) during the
calendar year 2004.
That pursuant to this agreement, Winnebago County shall provide a Grant to the City
of Oshkosh in the amount of 40.09% of operating costs during the 2004 calendar year
for the purpose of enabling the City of Oshkosh to provide rural disabled
transportation within Winnebago County during 2004. Expenses are budgeted not to
exceed $14,980. If the total cost exceeds $18,725, the City and Winnebago County
will negotiate a new funding formula for the remainder of the conucact period.
That Winnebago County shall be provided access to the records of the City of
Oshkosh upon request so as to verify by audit or other means, that the Grant monies
provided herein are being utilized for the purpose of providing transportation
services to disabled citizens of rural Winnebago County during 2004.
The City of Oshkosh agrees to indemnify and hold harmless Winnebago County,
including its directors, officers, employees, insurers and successors, from and against
any and all claims, demands, penalties, fines, causes of action, liabilities, settlements,
damages, costs, and expenses including, without limitation, attorney's and
consultants' fees, investigation fees, court costs and litigation expenses, and other
costs of defense, known or unlmown, contingent or otherwise, arising out of or in any
way related to the provision of transportation services under this agreement including
but not limited to:
Any personal injury or bodily injury (including wrongful death) or property
damage (real or personal);
-1-
Any lawsuit brought or threatened, settlement reached or local, state, or
federal government or agency order, including, but not limited to claims,
costs, liabilities, or expenses arising from federal, state, or local law;
Any violation of laws, orders, regulations, requirements, or demands of any
governmental authorities; and
Any breach or violation of any contractual provision of whatever kind with
any third party.
That Winnebago County agrees to indemnify and hold harmless, the City of Oshkosh,
including its directors, officers, employees, insurers, and successes from and against
any and all claims, demands, penalties, fines causes of action, liabilities, settlements,
damages, costs, and expense, including, without limitation, attorney's and
consultants' fees, investigation fees, court costs and litigation expenses, and other
costs of defense, known or unknown, contingent or otherwise, arising out of or in any
way related to the provision of transportation services under this agreement including
but not limited to:
Any personal injury or bodily injury (including wrongful death) or property
damage (real or personal);
Any lawsuit brought or threatened, settlement reached or local, state, or
federal government or agency order, including, but not limited to claims,
costs, liabilities, or expenses arising from federal, state, or local law;
Any violation of laws, orders, regulations, requirements, or demands of any
governmental authorities; and
Any breach or violation of any contractual provision of whatever kind with
any third party. '
The intention of paragraphs 4 and 5 above is that each party shall be responsible for the actions of
its own employees and agents. Further this paragraph shall be construed liberally in favor of the
party seeking indemnification hereunder.
-2-
IN WITNESS THEREOF, the parties have caused this agreement to be executed by their
respective proper officers and affixed their corporate seals hereto this day of
20 ._
CITY OF OSHKOSH
WINNEBAGO COUNTY
~h~dA. Wollangk
C~ M~ager
Jane VandeHey
County Executive
Pamela Ubrig
City Clerk
Sue Ertmer
County Cleric
APPROVED BY:
APPROVED BY:
Lynn A. Lorenson
Asst. City Attorney
City of Oshkosh
Jolm A. Bodnar
Corporation Counsel
Winnebago County
I hereby certify that the necessary
provisions have been made m pay
the liability which will accrue under
this contract.
Edward A. Nokes
Director of Finance
AGREEMENT BETWEEN THE CITY OF OSHKOSH. WINNEBAGO COUNTY
AND LAKESIDE PACKAGING PLUS FOR PROVISION OF LAKESIDE
PACKAGING PLUS INC TRANSPORTATION SERVICES
WltEREAS, Winnebago County has previously entered into agreements with Lakeside
Packaging Plus Inc. for the provision of transportation services for its Oshkosh facility and other
sites of client service within the City of Oshkosh; and
WHEREAS, it has been determined to be beneficial to the City of Oshkosh and Winnebago
County, to have the City of Oshkosh assume the responsibility for the payment of transportation
services provided for by Lakeside Packaging Plus, Inc.
NOW, THEREFORE, IT IS AGREED between Winnebago County and the City of
Oshkosh, that the City of Oshkosh will accept billing from Lakeside Packaging Plus, Inc. for
calendar year 2004 and will provide payment to Lakeside Packaging Plus, [nc. for transportation
services performed.
1) Winnebago County agrees to pay the City of Oshkosh 70.0% of the transportation costs
provided for and by Lakeside Packaging Plus, Inc. If the total cost of transportation services
provided by or for Lakeside Packaging Plus. [nc. in 2004 exceeds $150,380, Winnebago County
shall pay 100% of the transportation costs up to a limit of $187,975. This agreement shall remain
in effect during the calendar year 2004.
2) That Winnebago County agrees to indemnify and hold harmless the City of Oshkosh,
including its directors, officers, employees, insurers and successors, from and against any and all
claims, demands, penalties, frees, causes of action, liabilities, settlements, damages, costs, and
expense, including, without limitation, attorney's and consultants' fees, investigation fees, Court costs
and litigation expenses, and other costs of defense, known or unknown, contingent or otherwise,
arising out of or in may way related to the provision of transportation services under this agreement
including but not limited to:
Any personal injury or bodily injury (including wrongful death) or property damage (real or
personal);
Any lawsuit brought or threatened, settlement reached or local, state, or federal government
or agency order, including, but not limited to claims, costs, liabilities, or expenses arising
from federal, state, or local law;
Any violation of laws, orders, regulations, requirements, or demands of any governmental
authorities; and
D. Any breach or violation of any contractual provision of whatever kind with any third party.
-1-
3] The City of Oshkosh agrees to indemnify and hold harmless Winnebago County, including
its directors, officers, employees, insurers and successors, from and against any and all claims,
demands, penalties, fines causes of action, liabilities, settlements, damages, costs, and expense,
including, without limitation, attorney's and consultants' fees, investigation fees, court costs and
litigation expenses, and other costs of defense, known or unknown, contingent or otherwise, arising
out of or in any way related to the provision of transportation services under this agreement
including but not limited to:
Any personal injury or bodily injury (including wrongful death) or property damage (real or
personal);
Any lawsuit brought or threatened settlement reached or local, state, or federal government
or agency order, including, but not limited to claims, costs, liabilities, or expenses arising
from federal, state, or local taw;
Any violation of laws, orders, regulations, requirements, or demands of any governmental
authorities; and
D. Any breach or violation of any contractual provision of whatever kind with any third party.
4) Lakeside Packaging Plus, Inc. agrees to maintain worker's compensation insurance in
accordance with the statutory requirements of the State of Wisconsin.
5) Lalceside Packaging Plus, Inc. agrees to maintain during the life of its agreement such public
liability, vehicle liability and property damage insurance as shall protect the City of Oshkosh and
Lakeside Packaging Plus, Inc. from all claims for damages, personal injury, including accidental
death, as well as claims for property damages which may arise from operations under this agreement
whether such operations be by Lakeside Packaging Plus, Inc. by others directly or indirectly
employed by either of them, by naming them as additionally insured with respect to this program.
The minimum of insurance shall be:
$350,000 combined single limit per accident, as well as the required workman's
compensation insurance with the City named as additional insured.
The insurance specified above shall be an acceptable insurance company authorized to do business
in the State of Wisconsin, and shall be taken out before work is commenced and kept in effect until
all work is completed. The City shall be given a minimum of 30 days notice in the event of clqhnge
or cancellation Of any insurance requirements. The City shall be named "additionally insured" on
all policies.
6) Lakeside Packaging Plus, Inc. agrees to be subject to the rules and regulations of the
Wisconsin Department of Transportation (WISDOT) and the Federal Transportation Administration
(FTA) under the provision of the Urban Mass Transportation Act of 1964, as amended. Federal
guidelines are specified in Appendix A, "Applicable Federal Regulations".
-2-
Lakeside Packaging Plus, Inc. agrees to be subject to Oshkosh Transit's. drug and alcohol policy
which is effective January 1, 1996 that is described in Attachment B.
The intention of paragraphs 3 and 4 above is that each party shall be responsible for the actions of
its own employees and agents. Further this paragraph shall be construed liberally in favor of the
party seeking indemnification hereunder.
IT IS FURTHER AGREED by and between parties hereto that in consideration of the costs paid
by the County, that Winnebago County shall collect and retain ail user fees and fares which may be
derived through the use of these, routes.
IN WITNESS THEREOF, the parties have caused this agreement to be executed by their
respective proper officers and affixed their corporate seals hereto this day of
20
CITY OF OSttKOSFI
WINNEBAGO COUNTY
Richard A. Wollangk
City Manager
Jane VandeHey
County Executive
Pamela Ubrig
City Clerk
APPROVED BY:
Sue Ertmer
County Clerk
LAKESIDE PACKAGING PLUS, 1NC.
Lynn A. Lorenson
Asst. City Attorney
Dr. David Brotski
Executive Director
I hereby certify that the necessary
provisions have been made to pay
the liability which will accrue under
this contract.
WITNESS
Edward A. Nokes
Director of Finance
-3-
APPL'rCABLE FEDERAL REGULATI'ONS
(APPENDIX A)
FEDERALLY REQUIRED CONTRACT CLAUSES
To be includedin third party, transit contracts
APPENDIX A
1. Charter Bus &: School Bus Requiremems
The Recipient agrees that it will not engage in charter or sightseeing services provided with FTA
funded equipment or facilities, except in compliance with 49 CFR Part 604. The Recipient also
agrees that it will not engage m school bus operations exclusively for the transportation of students
and school personnel in competition with private school bus operators, in accordance with 49 CFR
Part 605. Ail vehicles operated by the transit system will remain open to the public at all times and
will be clearly marked for public use.
2. Energy Conservation Requirements
The Recipient agrees that it will comply with 42 USC § 6321 et seq. and 49 CFR Part 18; U.S.
Department of Transportation regulations relating to energy conservation.
3. Clean Water Reqmrements'
The Recipient agrees that it will comply with U.S.'Depmtment of Transportation regulations relating
to the Federal Water Pollution Control Act, as amended, 33 USC § 1251 et seq.
4. Lobbcng
The Recipient, in compliance with 49 CFR Parts 19 and 20, hereby assures and certifies that for any
application for a Federal assistance exceeding $100,000: (I) No Federal appropriated funds have
been paid or will be paid, by or on behalf of the Recipient, to any person for influencing or
~ttempting to influence an officer or employee of an agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection with the awarding of
any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering
into of any cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan or cooperative agreement. (2) If any funds other
than Federal appropriated funds have been paid or will be paid to any person for'making lobbying
contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of
Congress, or an employee cfa Member of Congress in connection with this Federal contract or
grant, the Recipient shall complete and submit Standard Form-LLL, "Dis-closure Form to Report
Lobbying," in accordance with its instructions. (3) The Recipient shall require that the language of
this certification will be included in the a{vard documents for all subawards at all tiers (including
subcontracts, subgrants, and contracts under grants, loans and cooperative agreements) and that all
subrecipienm shall certify and disclose accordingly.
This assurance is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of the assurance and certification is a prerequisite
for making or entering into this transaction, as imposed by 31 U.S.C. 1352. Any person who makes
a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be
subject to a civil penalty of not less than $t0,000 and not more than $100,000 for each such
expenditure or failure.
5. Access to Records & Reports
It is the policy of the Department to maintain an open and public process in the solicitation,
submission, review, and approval of procurement activities related to this contract. Bid/proposal .
openings are public ualess otherwise specified. Records may not be available for public inspection
prior to issuance of the notice of intent to award or the award of the contract.
6. Federal Changes
The Recipient agrees that it will comply with 49 CFR Part 18; U.S. Department of Transportation
regulations relating to applicable FTA regulations, policies, procedures, and directives, including
those directly listed or included by reference in Form FTA MA (7~ dated October, 2000, as they may
be amended or promulgated fi.om time to time during the term of this Contract. Recipient's failure
to so comply shall constitute a material break of this Contract.
7. Clean Air
The Recipient agrees that it will comply with 42 USC § 7401 et seq., 40 CFR Part 15.6t, and 49
CFR Part 18; U.S. Department of Transportation regulations relating to clean air. This requirement
applies m all contracts exceeding $I00,000, including indefinite quantifies where the mount is
expected to exceed $100,000 in any year.
8. Recycled Products
The Recipient agrees that it will comply with 42 USC § 6962 et seq., 40 CFR Part 247, and
Executive Order 12873; U.S. Department of Transportation regulations relating to recy~cled products.
This requirement applies to all contracts designated by the EPA, when the purchaser or contractor
procures $10,000 or more of such items in fiscal year, or when the cost of such items purchased
during the previous fiscal year Was $10,000, using federal funds.
9. No Government Obligation to Third Parties
The Recipient agrees that it will comply the U.S. Department of Transportation regulations r~lsting
to contractual liability of the Federal Government to third parties as follows:
The Recipient and contractor acknowledge and agree that, notwithstanding any concun~nce by the
Federal Government in or approval of the solicitation or award of the underlying contract, absent the
express consent by the Federal Government, the Federal Government is not a party to this contract
and shall not be subject to any obligations or liabilities to the Recipient, contractor, or any other
party (whether or not party to that contract) pertaining to any matter resulting fi:om the underlying
contract.
The Recipient agrees to include the above clause in each subcontract fmance in whole or in part with
Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except
to identify the subcontractor who will be subject to its provisions.
10. Program Fraud & False or Fraudulent Statements & Related Acts
A. The Recipient acknowledges that the provisions of the Program Fraud Civil Remedies Act of
1986, as amended, 31 USC § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil
Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution
of the underlying contract, the Recipient certifies or affirms the truthfulness and accuracy of
any statement it has made, it makes, it may make, or causes to be made, pertaining to the
underlying contract or the FTA assisted project for which this contract work is being
performed. In addition to other penalties that may be' applicable, the Recipient further
agkn0wledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim,
statement, submission, or certification, the Federal Government reserves the-right to impose
the penalties of the Program Fraud Civil Remedies Act of 1986 on the P~ecipient to the extent
the Federal Government deems appropriate.
The Recipient also acknowledges that if it makes, or causes to be made, a false, fictitious, or
fraudulent claim, statement, submission, or certification to the Federal Government under a
contract connected with a project that is financed in whole or in part with Federal assistance
originally awarded by FTA under the authority of 49 USC § 5307, the Government reserves
the right to impose the penalties of 18 USC ~ 1001 and 49 USC § 5307(n)(I) on the
Recipient, to the extent the Federal Government deems appropriate.
The Recipient agrees to include the above two clauses in each subcontract financed in whole
or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall
not be modified, except to identify the subcontractor who will be subject to the provisions.
11. Termination
A. The Department may terminate this Contract at any time that the Secretary determines that
the Recipient or their subcontractor has failed to perform in the manner called for in the
contract or has failed to fulfill contract obligations. Failure of the Recipient or theft
subcontractor to comply with the terms and conditions of its grant application and/or ihe
provisions of this Contract shall be considered cause for termination.
B. The Recipient may terminate this Contract if so directed by appropriate local government
bodies for whatever reason such request to terminate is made.
Both parties agree that notice of intent to tenninate the contract shall be made in writing
through "return-receipt certified mail," at least 30 calendar days prior to the proposed
termination date.
In the event that this Contract is terminated, the Department shall be liable only for payment
under the payment provisions of this contract for services rendered before the effective date
of termination.
12. Government-wide Debarment & Suspension Nonprocurement
Executive Order' 12549, as implemented by 49 CFR Part 29, prohibits FTA recipients and
sub-recipients from contracting for goods and services from organizations that have been suspended
or debarred from receiving Federally-assisted contracts. Recipient agrees to submit a certification to
the effect that it will not enter into contracts over $100,000 with suspended or debarred contractors
and that it will require their contractors (and their subcontractors) to make the same certification.
Contractors are required to pass this requirement on to subcontractors seeking subcontracts over
$100,000. Thus, the terms "lower tier covered participant" and "lower tier covered transaction"
include both contractors and subcontractors and con~acts and subcontracts over $100,000.The
certification and instruction language is contained at 29 CFR Part 29, Appendix B, and must be
included in IFB's and RFP's [for inclusion by contractors in their bids or proposals] for all contracts
over gl00,000, regardless of the type of contract to be awarded.
13. Privacy Act
When a Recipient maintains files on drug and alcohol enforcemem activities for FTA compliance,
and those files are organized so that information could be retrieved by personal identifier, the
Privacy Act requirements apply to all contracts.
The following requirements apply to the Recipient and its employees that admirdster any system of
records on behalf of the Federal Govermuen~ under any contract:
The Recipient agrees to corhply with, and assures the compliance of its employees with, the
information restrictions and other applicable requirements of the Privacy Act of 1974, 5 USC
§ 552a. Among other things, the Recipient agrees to obtain the express consent of the Federal
Government before the Recipient or its employees operate a system of records on behalf of
the Federal Government. The Recipient understands that the requirements of the Privacy Act,
including the civil and crirriinal penalties for violation of that Act, apply to those individuals
involved, and that failure to comply with the terms of the Privacy Act may result in
termination of the underlying contract.
The Recipient also agrees to include these requirements in each subcontract to administer any
system of records on behalf of the Federal Government financed in whole or in part with
Federal assistance provided by FTA.
14. Civil Rights Requirements
The Recipient agrees that it will comply with Title VI of the Civil Rights Act of 1964 and all U.S.
Depmtment of Transportation regulations relating to enforcement of that Act.
15. Breaches & Disputes Resolution
All contracts in excess of $100,000 shall contain provisions or conditions which will allow for
administrative, contractual, or legal remedies in instances where contractors violate or breach
contract terms, and provide for such sanctions and penalties as may be appropriate. This may include
provisions for bonding, penalties for late or inadequate performance, retained earnings, liquidated
damages or other appropriate measures. Disputes arising in the performance of this contract which
are not resolved by agreement of the parties shall be decided in writing by the authorized
representative of the State of Wisconsin, the Chief of Public Transit. Th/s decision shall be final and
conclusive unless within 10 days fi:om the date of receipt of its copy, the Recipient malls or
otherwise furnishes a written appeal to the Chief of the Public Transit Section. In connection with
any such appeal, the Recipient shall be afforded an opportunity to be heard and to offer evidence in
support of its position. The decision of the Chief of Public Transit shall be binding and the
Recipient will abide by the decision.
16. Transit Employee Protective A~reements
The Recipient agrees that as a condition to receiving federal financial assistance fi:om the
Department of Transportation, as authorized under Section 5311 of the Federal Transit Act, it will
comply with the terms and conditions of the Special Section 5333Co) Warranty for Application to
the Small Urban and Rural Program. The recipient further agrees that it will assume all legal and
financial responsibility relative to compliance with the terms and conditions of the Warranty.
17. Disadvantaged Business Enterprises (DBE)
(1) Policy. It is the policy of the U.S..Department of Transportation that disadvantaged business
enterprises as defined in 49 CFR Part 23 shall have the opportunity to participate in the
performance, of contracts financed in whole or in. part with Federal funds under this
Agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this
Agreement.
(2)
DBE Obligation. The Recipient or its contractor agrees to en~ure that disadvantaged business
enterprises as defined in 49 CFR Part 23 have the opportunity to participate in-'the
· performance of contracts and subcontracts financed in whole or in part with Federal funds
provided under this Agreement. In this regard,, all recipients or contractors shall take all
necessary and reasonabl~ steps in accordance with 49 CFR Part 23 to ensure
nondiscrimination in the award and administration of all contracts and sub agreements
supported with Federal assistance from the U.S.D.O.T.
18. Incorporation of Federal Transit Administration (FTA) Terms
All contractual provisions required by the USDOT, as set forth in FTA C/rcular 4220.1D, dated
April 15, 1996 or any subsequent amendments, are hereby incorporated by reference. Anything to
the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event
of a conflict with other provisions contained in this Agreement. The Recipient shall not perform any
act, fail to perform any act, or refuse to comply with any WisDOT requests which would cause
WisDOT to be in violation of the FTA terms and conditions.
19. Drag & Alcohol Testing
The Recipient hereby assures and certifies that it will comply with all requirements of 49 CFR Part
654; U.S. Department of Transportatipn .regulations relating to Alcohol Testing. The
Recipient also assures and certifies that it will comply with ail requirements .of 49 CFR Part 653;
U.S. D~partment of Transportation regulations relating to establishment and implementation of an
anti-drug program.
APPENDIX B
THE OSHKOSH TRANSIT SYSTEM DRUG AND ALCOHOL TESTiNG PROGRAM
Effective January 1, 1996, Oshkosh Transit is required to implement a comprehensive drug and
alcohol program that includes random testing. Ali employees of Oshkosh Transit and ali safety-
sensitive employees of companies that provided contracted transk and paratransit services for
Oshkosh Transit ~vill be included in this program.
The company providing paratransit service will be required to participate fully in Oshkosh Transit's
drug and alcohol program. Any company employees or officials who perform safety-sensitive duties
will be required to participate in the program. Safety-sensitive individuals include those who drive,
dispatch or repair transit and/or paratransit vehicles.
Oshkosh Transit will provide all training associated with this program. A new employee or an
employee who becomes involved in a safety-sensitive function will be required to take a pre-
employment drug test and undergo Oshkosh Transit drag and alcohol training before beginning their
safety-sensitive duties. All individuals in the drug and alcohol program who are instructed to take
a drag and/or alcohol test will promptly comply. Oshkosh Transit will pay the cost of: pre-employ-
ment tests, suspicion testing, post-accident testing and random testing. The cost of split drug tests
will be in accordance with the written policy of Oshkosh Transit. Safety-sensitive personnel or
officials of the Contractor who test positive for either drugs or alcohol (and the positive test
is confirmed as valid by the Medical Review Officer) will be removed from their safety-
sensitive position. They will be prohibited from worldng in any safety-sensitive transit or paratransit
position that is involved in a contractual relationship with Oshkosh Transit.
The Contractor will be required to provide Oshkosh Transit a list of all safety-sensitive and non
safety-sensitive employees on a regular basis. The initial list needs to be submitted to Oshkosh
Transit no later than December 15, 1995. It will include the official or employee's name and social
security number. Updates will be due monthly for the term of the contract. The Contractor will also
promptly provide upon request any other employee information required for Oshkosh Transit to
administer this program.
The Contractor agrees to abide by the conditions and guidelines spelled out in the Oshkosh Transit
System Drug and Alcohol Policy. I,f the Contractor wishes to have drag and alcohol policies different
from Oshkosh Transit, it must submit these policies in writing to Oshkosh Transit for approval.
Oshkosh Transit reserves the right to accept or decline such changes.
AGREEMENT BETWEEN THE CITY OF OSHKOSH AND
ZION ELDERCARE FOR THE PROVISION OF
ELDERCARE TRANSPORTATION SERVICES
WHEREAS, it has been determined to be beneficial to the City of Oshkosh and Zion
Eldarcare to have the City of Oshkosh assume the responsibility for the payment of transportation
services provided for by Zion Eldercare.
NOW, THEREFORE, IT IS AGREED by and between Zion Eldercare and the City of
Oshkosh, that the City of Oshkosh will accept billing from Zion Eld~rcare for calendar year 2004
and will provide payment to Zion Eldercare for transportation services performed.
Zion Eldercare agrees to pay the City of Oshkosh 70.0% of the transportation costs provided
for and by Zion Eldercare. If the total cost of transportation services provided by or for Zion
Eldercare InC. in 2004 exceeds $45,000, Zion Eldercare shall pay 100% of the transportation costs
up to a limit of $56,250. Tiffs agreement shall remain in effect during the calendar year 2004.
That Zion Eldercare agrees to indemnify and hold harmless the City of Oshkosh, including
its directors, officers, 'employees, insurers and successors, from and against any and all claims,
demands, penalties, fines causes of action, liabilities, settlements, damages, costs, and expense,
including, without limitation, attorney's and consultants' fees, investigation fees, court costs and
litigation expenses, and other costs of defense, known or unknown, contingent or otherwise, arising
out of or in any way related to the provision of transportation services under this agreement
including but not limited to:
Any personal injury or bodily injury (including wrongful death) or property damage
(real or personal);
Any lawsuit brought or threatened, settlement reached or local, state, or federal
government or agency order, including, but not limited to claims, costs, liabilities,
or expenses arising from federal, state, or local law;
Any violation of laws, orders, regulations, requirements, or demands of any
governmental authorities; and
Do
Any breach or violation Of any contractual provision of whatever kind with any third
party.
The City of Oshkosh agrees to indemnify and hold harmless Zion Eldercare, including its directors,
officers, employees, insurers and successors, from and against any and all claims, demands,
penalties, fines causes of action, liabilities, settlements, damages, costs, and expense, including,
without limitation, attorney's and consultants' fees, investigation fees, court costs and litigation
expenses, and other costs of defense, known or unknown, contingent or otherwise, arising out of or
in any way related to the provision of transportation serv/ces under this agreement including but not
limited to:
Any personal injury or bodily injury (including wrongful death) or property damage
(real or personal)~
Any lawsuit brought or threatened settlement reached or local, state, or federal
governmcmt or agency order, including, but not limited to claims, costs, liabilities,
or expenses arising from federal, state, or local law;
Any violation of laws, orders, regulations, requirements, or demands of any
governmental authorities; and
Any breach or violation of any contractual provision of whatever kind with any third
party.
Zion Eldercare agrees to maintain worker's compensation insurance in accordance with the statutory
requirements of the State of Wisconsin.
Zion Eldercare agrees to maintain during the life of its agreem*nt such public liability, vehicle
liability and property damage insurance as shall protect the City of Oshkosh and Zion Eldercare from
all claims for damages, personal injury, including accidental death, as well as claims for property
damages which may arise from operations under this agreement whether such operations be by Zion
Eldercare or by others directly or indirectly employed by either of them, by naming thom as
additionally insured with respect to this program. The minimum of insurance shall be:
$350,000 combined single limit per accident, as well as the required workman's
compensation insurance with the City named as additional insured.
The insurance specified above shall be an acceptable insurance company authorized to do business
in the State of Wisconsin, and shall be taken out before work is commenced and kept in effect until
'all work is completed. The City shall be given a minimum of 30 days notice in the event of change
or cancellation of any insurance requirements. The City shall be named "additionally insured" on
all policies.
Zion Eldercare agrees to be subject to the rules and regulations if the Wisconsin Department of
Transportation (WISDOT) and the Federal Transportation Administration (FTA) under the provision
of the Urban Mass Transportation Act of 1964, as amended. It includes the attachment "Supplement
- Federal Regulations" except the term listed in paragraph 2 is amended to run concurrently with the
term of this agreement.
Zion Etdercare agrees to be subject to Oshkosh Transit's drug and alcohol policy that is effective
January 1, 1996 that is described in Attachment B.
IT IS FURTHER AGREED by and between parties hereto that in consideration of the costs paid
by the County, that Zion Eldercare shall collect and retain all user fees and fares which may be
derived through the use of these routes.
IN WITNESS THEREOF, the parties have caused this agreement to be executed by their
respective proper officers and affixed their corporate seals hereto this day of ,
20
CITY OF OSHKOSH
Richard A. Wollangk
City Manager
Pamela Ubrig
City Clerk
ZION ELDERCARE
APPROVED BY:
I hereby certify that the necessary
provisions have been made to pay
the liability which will accrue
under this contract.
Warren P. Kraft Edward A. Nokes
City Attorney Director of Finance
' · To be included in third party, transit contracts
APPENDIX A
1. Charter Bus & School Bus Requirements
The Recipient agrees that it will not engage in charter or sightseeing services provided with FTA
funded equipment or facilities, except in compliance with 49 CFR Part 604. The Recipient also
agrees that it will not engage in school bus operations exclusively for the transportation of students
and school personnel in competition with private school bus operators, in accordance with 49 CFR
Part 605. All vehicles operated by the transit system will remain open to the public at all times and
· will be clearly marked for public use.
2. Energy Conservation Requirements
The Recipient agrees that it will comply w/th 42 USC § 6321 et seq. and 49 CFR Part 18; U.S.
Depm anent of Transportation regulations relating to energy conservation.
3. Clean Water Requirements'
The Recipient agrees that it will comply with U.S. Department of Transportation regulations relating
to the Federal Water Pollution Control Act, as amended, 33 USC § 1251 et seq.
4. Lobbying
The Recipient, in compliance with 49 CFR Parts 19 and 20, hereby assures and certifies that for any
application for a Federal assistance exceeding $100,000: (1) No Federal appropriated funds have
been paid or will be paid, by or on behaif of the Recipient, to any person for influencing or
attempting to influence an officer or employee of an agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection with the awarding of
any Federal contract, the making of any Federal grant, thq making of any Federal loan, the entering
into of any cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any Federal contract} grant, loan or cooperative agreement. (2) If any funds other
than Federal appropriated funds have been paid or will be paid to any person for'making lobbying
contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with this Federal contract or
grant, the Recipient shall complete and submit Standard Form-LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions. (3) The Recipient shall require that the language of
this certification will be included in the award documents for ail subawards at all tiers (including
subcontracts, subgrants, and contracts under grants, loans and cooperative agreements) and that all
subrecipients shall certify and disclose accordingly.
This assurance is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of the assurance and certification is a prerequisite
for making or entering into this transaction, as imposed by 31 U.S.C. 1352. Any person who makes
a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be
subject to a civil penalty of not less than $I0,000 and not more than $100,000 for each such
expenditure or failure.
5. Access to Records & Reports
submission, review, and approval of procurement activities related to this ~ontract. Bid/proposal
~)penings are public mdess otherwise specified. Records may not be available for public inspection
prior to issuance of the notice of intent to award or the award of the contract.
6. Federal Changes
The Recipient agrees that it will comply with 49 CFR Part 18; U.S. Department of Transportation
regulations relating to applicable FTA regulations, policies, procedures, and directives, including
those directly listed or included by reference in Form FTA MA (7) dated October, 2000, as they may
be amended or promulgated f~om time to time during the term of this Contract. Recipient's failure
to so comply shall constitute a material break of this Contract.
7. Clean Air
The Recipient agrees that it will comply with 42 USC § 7401 et seq., 40 CFR Part 15.61, and 49
CFR Part 18; U.S. Depa~'hnent of Transportation regulations relating to clean air. This requirement
applies to all contracts exceeding $100,000, including indefinite .quantities where the mount is
expected to exceed $100,000 in any year.
8. Recycled Products
The Recipient agrees that it will comply .with 42 USC § 6962 et seq., 40 CFR Part 247, and
Executive Order 12873; U.S. Department of Transportation regulations relating to recycled products.
This requirement applies to all contracts designated by the EPA, when the purchaser or contractor
procures $10,000 or more of such items in fiscal year, or when the cost of such items purchased
during the previous fiscal year was $I0,000, using federal funds.
9. No Government Obligation to Third Parties
The Recipient agrees that it will comply the U.S. Depmhuent of Transportation regulations relating
to contractual liability of the Federal Government to third parties as follows:
The Recipient and contractor acknowledge and agree that, notwithstanding any concurrence by the
Federal Gbvernmegt in or approval of the solicitation or award of the underlying contract, absent the
express consent by the Federal Government, the Federal Government is not a party to this contract
and shall not be subject to any obligations or liabilities to the Recipient, contractor, or any other
party (whether or not party to that contract) pertaining to any matter resulting fi:om the underlying
contract.
The Recipient agrees to include the above clause in each subcontract finance in whole or in part with
Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except
to identify the subcontractor who will be subject to its provisions.
10. Program Fraud & False or Fraudulent Statements & Related Acts
A. The Recipient acknowledges that the provisions of the Program Fraud Civil Remedies Act of
1986, as amended, 31 USC § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil
Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to th/s Project. Upon execution
of the underlying contract, the Recipient certifies or affirms the tmtlffulness and accuracy of
any statement it has made, it makes, it may make, or causes to be made, pertaining to the
underlying contract or the FTA assisted project for which this contract work is being
performed. In addition to other penalties that may be applicable, the Recipient further
acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim,
statement, submission, or certification, the Federal Government reserves the-fight to impose
the penalties of the.Program Fraud Civil Remedies Act of 1986 on the Recipient to the extent
the Federai Government deems appropriate.
The Recipient also acknowledges that if it makes, or causes to be made, a fa/se, fictitious, or
fraudulent claim, statement, submission, or certification to the Federal Government muder a
contract connected with a project that is financed in whole or in part w/th Federal assistance
originally awarded by FTA under the authority of 49 USC § 5307, the Government reserves
the right to impose the penalties of 18 USC § 1001 and 49 USC § 5307(n)(I) on the
Recipient, to the extent the Federal Government deems appropriate.
The Recipient agrees to include the above two clauses in each subcontract financed in whole
Or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall
not be modified, except to identify the subcontractor who will be subjeqt to the provisions.
1 I. Termination
A. The Department may terminate this Contract at any time that the Secretary determines that
the Recipient or their subcontractor has failed to perform in the manner called for in the
contract or has failed to fulfill contract obligations. Failure of the Recipient or their
subcontractor to comply with the terms and conditions of its grant application and/or ~he
provisions of this Contract shall be considered cause for termination.
B.. The Recipient may tennlnate this Contract if so directed by appropriate local government
bodies for whatever mason such request to terminate is made.
Both parties agree that notice of intent to terminate the contract shall be made in writing
through "return-receipt certified mail," at least 30 calendar days prior to the proposed
termination date.
In the event that this Contract is terminated, the Depart~nent shall be liable only for payment
under the payment provisions of this contract for services rendered before the effective date
of termination.
12. Government-wide Debarment & Suspension Nonprocurement
Executive Order' 12549, as implemented by 49 CFR Part 29, prohibits FTA recipients and
sub-recipients from contracting for goods and services from organizations that have been suspended
or debarred from receiving Federally-assisted contracts. Recipient agrees to submit a certification to
the effect that it will not enter into contracts over $100,000 with suspended or debarred .contractors
and that it will require their contractors (and their subcontractors) to make the same certification.
Contractors are required to pass this requirement on to subcontractors seeking subcontracts over
$ 100,000. Thus, the terms "lower tier covered pa_vdaipant" and "lower tier covered transaction"
include both contractors and subcontractors and contracts and subcontracts over $100,000.The
certification and instruction language is contained at 29 CFR Part 29, Appendix B, and must be
included in IFB's and RFP's [for inclusion by contractors in their bids or proposals] for ail contracts
over $100,000, regardless of the type of contract to be awarded.
13. Privacy Act
When a Recipient maintains files on drug and alcohol enforcement activities for FTA compliance,
and those files are organized so that information could be retrieved by personal identifier, the
Privacy Act requirements apply to all contracts.
The following requirements apply to the Recipient and its employees that administer any system of
records on behalf of the Federal Government under any contract:
The Recipient agrees to corhply with, and assures the compliance of its employees with, the
information restrictions and Other applicable requirements of the Privacy Act of 1974, 5 USC
· § 552a. Among other things, the Recipient agrees to obtain the express consent of the Federal
Govermment before the Recipient or its employees operate a system of records on behalf of
the Federal Government. The Recipient understands that the requirements of the Privacy Act,
including the civil and criniinal penalties for violation oftfiat Act, apply to those individuals
involved, and that failure to comply with the terms of the Privacy Act may result in
termination of the under, lying contract.
The Recipient also agrees to include these requirements in each subcontract to administer any
system of records on behalf of the Federal Government financed in whole or in part with
Federal assistance provided by FTA.
14. Civil Rights Requirements
The Recipient agrees that it will comply with Title VI of the Civil Rights Act of 1964 and all U.S.
Department of Transportation regulations relating to enforcement of that Act.
15. Breaches & Disputes Resolution
All contracts in excess of $I00,000 shall contain provisions or conditions which will allow for
administrative, contractual, or legal remedies in instances where contractors violate or breach
contract terms, and provide for such sanctions and penalties as may be appropriate. This may include
provisions for bonding, penalties for late or inadequate performance, retained earnings, liquidated
damages or other appropriate measures. Disputes arising in the performance of this contract which
are not resolved by agreement of the parties shall be decided in writing by the authorized
representative of the State of Wisconsin, the Chief of Public Transit. This decision shall be final and
conclusive unless within 10 days from the date of receipt of its copy, the Recipient mails or
otherwise furnishes a written appeal to the Chief of the Public Transit Section. In connection with
any such appeal, the Recipient shall be afforded an opportunity to be heard and to offer evidence in
support of its position. The decision of the Chief of Public Transit shall be binding and the
Recipient will abide by the decision.
16. Transit Employee Protective Agreements
The Recipient agrees that as a condition to receiving federal fmancial assistance from the
Department of Transportation, as authorized under Section 5311 of the Federal Transit Act, it will
comply with the terms and conditions of the Special Section 5333Co) Warranty for Application to
the Small Urban and Rural Program. The recipient further agrees that it will assume all legal and
financial responsibility relative to compliance with the terms and conditions of the Warranty.
17. Disadvantaged Business Enterprises (DBE)
(1) Policy. It is the policy of the U.S. Department of Transportation that disadvantaged business
enterprises as defined in 49 CFR Part 23 shall have the opportunity to participate in the
performance of cunrracts financed in whole or in part with Federal funds under this
Agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this
Agreement.
· enterprises as defined in 49 CFR Part 23 have the opportunity to participate in .the
performance of contracts and subcontracts financed in whole or in part with Federal funds
provided Under this Agreement. In this regard,, all recipients or contractors shall take all
necessary and reasonabl~ steps in accordance with 49 CFR Part 23 to ensure
nondiscrimination in the award and administration of all contracts and sub agreements
supported with Federal assistance from the U.S.D.O.T.
18. Incorporation of Federal Transit Administration (FTA) Terms
All contractual provisions required by the USDOT, as set forth in FTA Circular 4220.1D, dated
April 15, 1996 or any subsequent amendments, are hereby incorporated by reference. Anything to
the contrary herein notwithstanding,, all FTA mandated terms shall be deemed to control in the event
of a conflict with other provisions contained in this Agreement. The Recipient shall not perform any
act, fail to perform any act, oF refuse to comply with any WisDOT requests which would cause
WisDOT to be in violation of the FTA terms and conditions.
19. Drag & Alcohol Testing
The Recipient hereby assures and certifies that it will comply with all requirements of 49 CFR Part
654; U.S. Department of Transportat&on regulations relating to Alcohol Testing. The
Recipient also assures and certifies that it will comply with all requirements of 49 CFR Part 653;
U.S. Ddpartment of Transportation regulations relating to establishment and implementation of an
anti-drug program.
APPENDIX B
THE OSHKOSH TRANSIT SYSTEM DRUG AND ALCOHOL TESTING PROGRAM
Effective January 1, 1996, Oshkosh Transit is required to implement a comprehensive drag and
alcohol program that includes random testing. All employees of Oshkosh Transit and all safety-
sensitive employees of companies that provided contracted transit and paratrensit services for
Oshkosh Transit will be included in this program. ~,
The company providing paratransit service will be required to participate fully in Oshkosh Transit's
drag and alcohol program. Any company employees or officials who perform safety-sensitive duties
will be required to participate in the program. Safety-sensitive individuals include those who drive,
dispatch or repair transit and/or paratransit vehicles.
Oshkosh Transit will provide all training associated with this program. A new employee or an
employee who becomes involved in a safety-sensitive function will be required to take a pre-
employment drag test end undergo Oshkosh Transit drag and alcohol mining before beginning their
safety-sensitive duties. All individuals in the drug and alcohol program who are instructed to take
a drug and/or alcohol test will promptly comply. Oshkosh Transit will pay the cost of pre-employ-
ment tests, suspicion testing, post-accident testing and random testing. The cost of split drug tests
'will be in accordance with the written policy of Oshkosh Transit. Safety-sensitive personnel or
officials of the Contractor who test positive for either drugs or aleohol (and the positive test
is confirmed as valid by the Medical Review Officer) will be removed from their safety-
sensitive position. They will be prohibited t~om working in any safety-sensitive transit or
paratransit position that is involved in a contractual relationship with Oshkosh Transit.
The Contractor will be required to provide Oshkosh Transit a list of ail safety-sensitive and non
safety-sensitive employees on a regular basis. The initial list needs to be submitted to Oshkosh
Transit no later than December 15, 1995~ It will include the official or employee's name and social
security number. Updates will be due every month for the term of the contract. The Contractor will
also promptly provide upon request any other employee information required for Oshkosh Transit
to administer this program.
The Contractor agrees to abide by the conditions and guidelines spelled out in the Oshkosh Transit
System Drug and Alcohol Policy. If the Contractor wishes to have drag and alcohol policies different
from Oshkosh Transit, it must submit these policies in writing to Oshkosh Transit for approval.
Oshkosh Transit reserves the right to accept or decline such changes.
AGREEMENT BETWEEN THE CITY OF OSHKOSH AND
RED CROSS FOR THE PROVISION OF
TRANSPORTATION SERVICES
WHEREAS, it has been determined to be beneficial to the City of Oshkosh and Red Cross
to have the City of Oshkosh assume the responsibility for the payment of transportation services
provided for by Red Cross.
NOW, THEREFORE, IT IS AGREED by and between Red Cross and the City of
Oshkosh that the City of Oshkosh will aCcept billing from Red Cross for calendar year 2004 and will
provide payment to Red Cross for transportation services performed.
Red Cross agrees to pay the City of Oshkosh 70.0% of the transportation costs provided for
and by Red Cross. If the total cost of transportation services provided by or for Red Cross Inc. in
2004, exceeds $45,000, Red Cross shall pay 100% of the transportation costs. This agreement shall
remain in effect during the calendar year 2004.
That Red Cross agrees to indemnify and hold harmless the City of Oshkosh, including its
directors, officers, employees, insurers and successors, from and against any and all claims,
demands, penalties, fines causes of action, liabilities, settlements, damages, costs, and expense,
including, without limitation, attorney's and consultants' fees, investigation fees, court costs and
litigation expenses, and other costs of defense, known or unka~own, contingent or otherwise,' arising
out of or in any way related to the provision of transportation services under this agreement including
but not limited to:
Any personal injury or bodily injury (including wrongful death) or property damage
(real or personal);
Any lawsuit brought or threatened, settlement reached or local, state, or federal
government or agency order, including, but not limited to claims, costs, liabilities,
or exp~nses ar/sing from federal, state, or local law;
Any violation of laws, orders, regulations, requirements, or demands of any
governmental authorities; and
Any breach or violation of any contractual provision of whatever kind with any third
party.
The City of Oshkosh agrees to indemnify and hold harmless Red Cross, including its directors,
officers, employees, insurers and successors, from and against any and all claims, demands,
penalties, fines causes of action, liabilities, settlements, damages, costs, and expense, including,
without limitation, attorney's and consultants' fees, investigation fees, court costs and litigation
e:~penses, and other costs of defense, known or unknown, contingent or otherwise, arising out of or
in any way related to the provision of transportation services under this agreement including but not
limited to:
Any personal injury or bodily injury (including wrongful death) or property damage
(real or personal);
Any lawsuit brought or threatened settlement reached or local, state, or federal
government or agency order, including, but not limited to claims, costs, liabilities,
or expenses arising from federal, state, or local law;
Any violation Of laws, orders, regulations, requirements, or demands of any
governmental authorities; and
D. ' Any breach or violation of any contractual provision of whatever kind with any third
party.
Red Cross agrees to maintain worker's compensation insurance in accordance with the statutory
requirements of the State of Wisconsin.
Red Cross agrees to maintain during the life of its agreement such public liability, vehicle liability
and property damage insurance as shall protect the City of Oshkosh and Red Cross from all claims
for damages, personal injury, including accidental death, as well as claims for property damages
which may arise from operations under this agreement whether such operations be by Red Cross or
by others directly or indirectly employed by either of them, by naming them as additionally insured
with respect to this program. The minimum of insurance shall be:
$350,000 combined single limit per accident, as well as the required workman's
compensation insurance with the City named as additional insured.
The insurance specified above shall be an acceptable insurance company authorized to do business
in the State of Wisconsin, and shall be taken out before work is commenced and kept in effect until
all work is completed. The City shall be given a minimum of 30 days notice in the event of change
or cancellation of any insurance requirements. The City shall be named "additionally insured" on
all policies.
Red Cross agrees to be subject to the roles and regulations if the Wisconsin Department of
Transportation (WlSDOT) and the Federal Transportation Admiuistration (FTA) under the provision
of the Urban Mass Transportation Act of 1964, as amended: It includes the attachment "Supplement
- Federal Regulations" except the term listed in paragraph 2 is amended to nm concurrently with the
term of this agreement.
Red Cross agrees to be subject to Oshkosh Transit's drug and alcohol policy that is effective May
8, 2001 that is described in Attachment B.
IN WITNESS TitEREOF, the parties have caused this agreement to be executed by their respective
proper officers and affixed their corporate seals hereto this day of ,
20
CITY OF OSHKOSH
RED CROSS
Richard A. Wollangk
City Manager
Pamela Ubrig
City Clerk
WITNESS
APPROVED BY:
Warren P. Kraft
City Attorney
I hereby certify that the necessary
provisions have been made to pay
the liability which will accrue
under this contract.
Edward A. Nokes
Director of Finance
City of Oshkosh
I~'L~LHi;FuAL, L Y Ie, JS~UIF~D UUI~I 1 F~xL. 1
To be included in third party, transit contracts
APPENDIX A
l. Cheer Bus ~ School Bus Requirements
The Recipient agrees that it will not engage in charter or sightseeing services provided wSth FTA
funded equipment or facilities, except in compliance with 49 CFR Part 604. The Recipient also
agrees that it will not engage in school bus operations exclusively for the transportation of students
and school personnel in competition with private school bus operators, in accordance with 49 CFR
Part 605. All vehicles operated by the transit system will remain open to the public at ail times and
will be clearly marked for public use.
2. Energy Conservation Requirements
The Recipient agrees that it will comply with 42 USC ~ 6321 et seq. and 49 CFR Part 18; U.S.
Department of Transportation regulations relating to energy conservation.
3. Clean Water Requirements'
The Recipient agrees that it will comply with U.S. Department of Transportation regulations relating
to the Federal Water Pollution Control Act, as amended, 33 USC § 1251 et seq.
4. Lobbying
The Recipient, in compliance with 49 CFR Parts 19 and 20, hereby assures and certifies that for any
application for a Federal assistance exceeding $100,000: (1) No Federal appropriated funds have
been paid or will be paid, by or on behalf of the Recipient, to any person for influencing or
attempting to influence an officer or employee of an agency, a Member of Congress, an officer or
employee of Congress, or an employee ora Member of Congreas in connection with the awarding of
any Federai contract, the making of any Federal grant, the making of any Federal loan, the entering
into of any cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan or cooperative agreement. (2) If any funds other
than Federal appropriated funds have been paid or will be paid to any person for'making lobbying
contacts to an officer or employee of any agency, a Member.of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with this Federal contract or
grant, the Recipient shall complete and submit Standard Form-LLL, "Disclosure Form to Report
Lobbying," in accordance with iB instructions. (3) The Recipient shail require that the language of
this certification will be included in the award documents for all suhawards at all tiers (including
subcontracts, subgrants, and contracts under grants, loans and cooperative agreements) and that all
subrecipients shail certify and disclose accordingly.
This assurance is a material representation of fact upon which reliance was placed when this
~ransaction was made or entered into. Submission of the assurance and certification is a prerequisite
for making or entering into this transaction, as imposed by 31 U.S.C. 1352. Any person who makes
a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be
subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such
expenditure or failure.
5. Access to Records & Reports
submission, review, and approval of procurement activities related to this contract. Bi,proposal
· openings are public urdess otherwise specified. Records may not be available for public inspection
prior to issuance of the notice of intent to award or the award of the contract.
6. Federal Changes
The Recipient agrees that it will comply with 49 CFR Part 18; U.S. Department of Transportation
regulations relating to applicable FTA regulations, policies, procedures, and directives, including
those directly listed or included by reference in Form FTA MA (7) dated October, 2000, as they may
be amended or promulgated from time to t/me during the term of this Contract. Recipient's failure
to so comply shall constitute a material break of this Contract.
7. Clean Air
The Recipient agrees that ir'will comply with 42 USC § 7401 et seq., 40 CFR Part 15.61, and 49
CFR Part 18; U.S. Department of Transportation regulations relating to clean air. This requirement
applies to all contracts exceeding $I00,000, including indefinite-quantities where the amoum is
expected to exceed $100,000 in any year.
8. Recycled Products
The Recipient agrees that it will comply with 42 USC § 6962 et seq., 40 CFR Part 247, and
Executive Order 12873; U.S. Department of Transportation regulations relating to recycled products.
This requirement applies to all contracts designated by the EPA, when the purchaser or contractor
procures $10,000 or more of such items in fiscal year, or when the cost of such items purchased
during the previous fiscal year was $10,000, using federal funds.
9. No Government Obligation to Third Parties
The Recipient agrees that it will comply the U.S. Department_of Transportation regulations r~lating
to contractual liability of the Federal Government to third parties as follows:
The Recipient and contractor acknowledge and agree that, notwithstanding any concurrence by the
Federal Gbvemment in or approval of the solicitation or award of the underlying contract, absent the
express consent by the Federal Government, the Federal Government is not a party to this contract
and shall not be subject to any obligations or liabilities to the Recipient, contractor, or any other
party (whether or not party to that contract) pertaining to any matter resulting from the underlying
contract.
The Recipient agrees to include the above clause in each subcontract finance in whole or in part with
Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except
to identify the subcontractor who will be subject to its provisions.
10. Program Fraud & False or Fraudulent Statements & Related Acts
A. The Recipient acknowledges that the provisions of the Program Fraud Civil Remedies Act of
1986, as amended, 31 USC § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil
Remedies," 49 C.F.R. Part 31, apply to its actions pert2fining to this Project. Upon execution
of the underlying contract, the Recipient certifies or affirms the truthfulness and accuracy of
any statement it has made, it makes, it may make, or causes to be made, pertaining to the
underlying contract or the FTA assisted project for which this contract work is being
performed. In addition to other penalties that may be applicable, the Recipient further
the penalties of the Program Fraud Civil Remedies Act of 1986 on the Recipient to the extem
the Federal Government deems appropriate.
The Recipient also acknowledges that if it makes, or causes to be made, a false, fictitious, or
fraudulent claim, statement, submission, or certification to the Federal Government under a
conu'act connected with a project that is financed in whole or ~n part with Federal assistance
originally awarded by FTA under the authority of 49 USC § 5307, the Government reserves
the right to impose the penalties of 18 USC § 1001 and 49 USC § 5307(n)(1) on the
Recipient, to the extent the Federal Government deems appropriate.
The Recipient agrees to include the above two clauses in each subcontract financed in whole
or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall
not be modified, except to identify the subcontractor who will be subject to the provisions.
11. Termination
A. The Department may terminate this Contract at any time that the Secretary determines that
the Recipient or their subcontractor has failed to perform in the manner called for in the
contract or has failed to fulfill contract obligations. Failure of the Recipient or their
subcontractor to comply with the terms and conditions of its grant application and/or the
provisions of this Contract shall be considered cause for termination.
B. The Recipient may terminate this Contract if so directed by appropriate local government
bodies for whatever reason such request to terminate is made.
Both parties agree that notice of intent to terminate the contract shall be made in writing
through "return-receipt certified mail," at least 30 calendar days prior to the proposed
termination date.
In the event that this Contract is terminated, the Department shall be liable only for payment
under the payment provisions of this contract 'for services rendered before the effective date
of termination.
12. Government-wide Debarment & Suspension Nonprocurement
Executive Order' 12549, as implemented by 49 CFR Part 29, prohibits FTA recipients and
sub-recipients from conu'a¢fing for goods and services from organizations that have been suspended
or debarred from receiving Federally-assisted contracts. Recipient agrees to submit a certification to
the effect that it will not enter into contracts over $100,000 with suspended or debarred contractors
and that it will require their contractors (and their subcontractors) to make the same certification.
Contractors are required to pass this requirement on to subcontractors seeking subcontracts over
$100,000. Thus, the terms "lower tier covered participant" and "lower tier covered transaction'~
include both contractors and subcontractors and contracts and subcontracts over $100,000.Tbe
certification and instruction language is contained at 29 CFR Part 29, Appendix B, and must be
included in IFB's and RFP's [for inclusion by contractors in their bids or proposals] for all contracts
over $100,000, regardless of the type of contract to be awarded.
13. Privacy Act
When a Recipient maintains files on drug and alcohol enforcement activities for FTA compliance,
and those flies are organized so that information could be retrieved by personal identifier, the
Privacy Act requirements apply to all contracts.
The following requirements apply to the Recipient and its employees that administer any system of
records on behalf of the Federal Government under any contract:
Ao
The Recipient agrees to cofi~ply with, and assures the compliance of its employees with, the
information restrictions and other applicable requirements of the Privacy Act of 1974, 5 USC
§ 552a. Among other things, the Recipient agrees to obtain the express consent of the Federal
Government before the Recipient or its employees operate a system of records on behalf of
the Federal Government. The Recipient understands that the requirements of the Privacy Act,
including the civil and crirriinal penalties for violation of that Act, apply to those individuals
involved, and that failure to comply with the terms of the Privacy Act may result in
termination of the underlying contract.
The Recipient also agrees to include these requiremenls in each subcontract to administer any.
system of records on behalf of the Federal Government financed in whole or in part with
Federal assistance provided by FTA.
14. Civil Rights Requirements
The Recipient agrees that it will comply with Title VI of the Civil Rights Act of 1964 and all U.S.
Department of Transportation regulations relating to enforcement of that Act.
15. Breaches & Disputes Resolution
All contracts in excess of $100,000 shall contain provisions or conditions which will allow for
administrative, contractual, or legal remedies in instances where contractors violate or breach
contract terms, and provide for such sanctions and penalties as may be appropriate. This may include
provisions for bonding, penalties for late or inadequate performance, retained earnings, liquidated
damages or other appropriate measures. Disputes arising in the performance of this contract which
are not resolved by agreement of the parties shall be decided in writing by the authorized
representative of the State of Wisconsin, the Chief of Public Transit. This decision shall be final and
conclusive unless within 10 days from the date of receipt of its copy, the Recipient mails or
otherwise furnishes a written appeal to the Chief of the Public Transit Section. In connection with
any such appeal, the Recipient shall be afforded an opportunity to be heard and to offer evidence in
support of its position. The decision of the Chief of Public Transit shall be binding and the
Recipient will abide by the decision.
16: Transit Employee Protective Agreements
The Recipient agrees that as a condition to receiving federal financial assistance from the
Department of Transportation, as authorized under Section 5311 of the Federal Transit Act, it will
comply with the terms and conditions of the Special Section 5333Co) Warranty for Application to
the Small Urban and Rural Program. The recipient further agrees that it will assume all legal and
financial responsibility relative to compliance with the terms and conditions of the Warranty.
17. Disadvantaged Business Enterprises (DBE)
(l) Policy. It is the policy of the U.S. Department of Transportation that disadvantaged business
enterprises as defined in 49 CFR Part 23 shall have the opportunity to participate in the
performance of contracts financed in whole or in. part with Federal funds under this
Agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this
Agreement.
enterpr/ses as defined in 49 CFR Part 23 have the opportunity to participate in .the
performance of contracts and subcontracts financed in whole or in part with Federal funds
provided under this Agreement. In this regards all recipients or contractors shall take all
necessary and reasonabl~ steps in accordance with 49 CFR Part 23 to ensure
nondiscrimination in the award and administration of all contracts and sub agreements
supported with Federal assistance from the U.S.D.O.T.
18. Incorporation of Federal Transit Administration (FTA) Terms
All contractual provisions required by the USDOT, as set forth in FTA Circular 4220.1D, dated
April 15, 1996 or any subsequent amendments, are hereby incorporated by reference. Anything to
the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event
of a conflict with other provisions contained in this Agreement. The Recipient shall not perform any
act, fail to perform any act, or refuse to comply with any WisDOT requests which would cause
WisDOT to be in violation of the FTA terms and conditions.
19. Drug & Alcohol Testing
The Recipient hereby assures and certifies that it will comply w/th all requirements of 49 CFR Part
654; U.S. Department of Transportatipn regulations relating to Alcohol Testing. The
Recipient also assures and certifies that it will comply with all requirements of 49 CFR Part 653;
U.S. Dipartment of Transportation regulations relating to establishment and implementation of ar,
anti-drug program.
APPENDIX B
THE OSHKOSH TRANSIT SYSTEM DRUG ANT) ALCOHOL TESTING PROGRAM
Effective January 1, 1996, Oshkosh Transit is required to implement a comprehensive drug and
alcohol program that includes random testing. Ail employees of OshkoSh Transit and all safety-
sensitive employees of companies that provided contracted transit and paratransit services for
Oshkosh Transit will be included in this program.
The company providing paratransit service will be required to participate fully in Oshkosh Transit's
drag and alcohol program. Any company employees or officials who perform safety-sensitive duties
will be required to participate in the program. Safety-sensitive individuals include those who drive,
dispatch or repair transit and/or paratransit vehicles.
Oshkosh Transit wilt provide all training associated with this program. A new employee or an
employee who becomes involved in a safety-sensitive function will be required to take a pre-
employment drug test and undergo Oshkosh Transit drag and alcohol training before beginning their
safety-sensitive duties. All individuals in the drug and alcohol program who are instructed to take
a drag and/or alcohol test will promptly comply. Oshkosh Transit will pay the cost of: pre-employ-
ment tests, suspicion testing, post-accident testing and random testing. The cost of split drag tests
will be in accordance with the written' policy of Oshkosh Transit. Safety-sensitive personnel or
officials of ihe Contractor who test positive for either drugs or alcohol (and the positive test
is confirmed as valid by the Medical Review Officer) will be removed from their safety-
sensitive position. They will be prohibited from working in any safety-sensitive transit or
paratransit position that is involved in a contractual relationship with Oshkosh Transit.
The Contractor will be required to provide Oshkosh Transit a list of all safety-sensitive and non
safety-sensitive employees on a regular basis. The initial list needs to be submitted to Oshkosh
Transit no later than Decmuber 15, 1995. It will include the official or employee's name and social
security number. Updates will be due every month for the term of the contract. The Contractor will
also promptly provide upon request any other employee information required for Oshkosh Transit
to administer this program.
The Contractor agrees to abide by the conditions and guidelines spelled out in the Oshkosh Transit
System Drug and Alcohol Policy. If the Contractor wishes to have drag and alcohol policies different
from Oshkosh Transit, it must submit these policies in writing to Oshkosh Transit for approval.
Oshkosh Transit reserves the fight to accept or decline such changes.