Loading...
HomeMy WebLinkAbout04-12.docJANUARY 27, 2004 04-12 RESOLUTION (CARRIED 7-0 LOST LAID OVER WITHDRAWN .)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.