HomeMy WebLinkAbout1998-06-23 - AGENDA REPORTS - CONTR WITH MOTOR COACH INDUSTR (2)CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR --
DATE: June 23, 1998
City Manager Approval:
Item to be presented by:
SUBJECT: ASSIGNMENT AGREEMENT WITH LAKETRAN AND CONTRACT
WITH MOTOR COACH INDUSTRIES; INC.
DEPARTMENT: Transportation & Engineering Services
RECOMMENDED ACTION
City Council approve the Assignment Agreement with Laketran of Ohio and the contract with Motor
Coach Industries, Inc. (MCI), authorize the City Manager to execute the Assignment Agreement and
negotiate and execute the contract with MCI.
BACKGROUND
On January 13, 1998, the City Council authorized the acquisition of four new commuter coaches and
the issuance of a Request for Proposals (RFP) for the acquisition of six additional commuter buses.
The four new commuter coaches were acquired and have been in passenger service since
February 1998. The six additional buses will result in full City ownership of all commuter buses.
As a result, the contractor will reduce the cost per revenue vehicle hour to account for lower
maintenance costs and the residual value of the contractor -owned buses being disposed.
Staff proposes that, in lieu of issuing an RFP, Council approve the Assignment Agreement with
Laketran. Laketran, a transit agency based in Painesville Township, Ohio, provides commuter
service to and from Cleveland. This agreement assigns to the City the rights under the option
provision of Laketran's existing contract to purchase six 40 -foot commuter buses. Subsequent to
this approval, staff recommends approval of a contract with Motor Coach Industries, Inc., for the
manufacture of these buses.
By assuming the option of an existing contract, the City realizes considerable time and cost savings.
The RFP process, which can consume three to six months, is averted. The price paid by the City is
based upon the price negotiated by Laketran in March 1997. In addition, staff has conducted a price
analysis to ensure the most advantageous offer to the City. Finally, the option approach to
acquisition is prevalent within the transit industry and is commonly accepted by the Federal Transit
Administration (FTA).
APPIOVEp A�enda Ite�:1L
ASSIGNMENT AGREEMENT WITH LAKETRAN AND
CONTRACT WITH MOTOR COACH INDUSTRIES, INC.
June 23, 1998
Page 2
ALTERNATIVE ACTIONS
Direct staff to pursue the Request for Proposal (RFP) procedure.
Other action as determined by City Council.
FISCAL IMPACT
The City would finance the purchase of these buses in a similar manner by which the City acquired
all of its new equipment in 1991. The estimated net annual capital cost will be $270,000 for the
remaining six buses. Projections indicate sufficient funds available to cover this increased expense
utilizing Proposition A, Proposition C, and Transportation Development Act (TDA) funds. This
amount is included in the Transit Division budget for FY 1998-99. FTA capital funds will also be
pursued to fund up to 80 percent of the cost, although financial projections assume 100 percent use
of local funds.
ATTACHMENTS
Assignment Agreement with Laketran of Ohio
Contract with Motor Coach Industries, Inc.
S ATRANSrMGENDA\ncipwch.dm
ASSIGNMENT AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA
AND
LAKETRAN
THIS ASSIGNMENT AGREEMENT, made this day of
1998, between Laketran, having its principle office at 555 Lakeshore Boulevard, Painsville
Township, Ohio 44077, and the City of Santa Clarita (CITY), having its principle office at
23920 Valencia Boulevard, Santa Clarita, California 91355
WITNESSETH, THAT:
WHEREAS, CITY wishes to acquire six (6) 40 x 102 3 -axle commuter buses; and
WHEREAS, Laketran holds an option for the purchase of this type of bus under a
contract with the Motor Coach Industries, Inc. (MCI), dated July 17, 1997; and
WHEREAS, Motor Coach Industries, Inc. has consented to the assignment to
CITY by Laketran of its rights under the option provision in said contract with respect to six (6)
40 x 102 3 -axle commuter buses;
NOW THEREFORE, for and in consideration of the premises and the mutual
covenants hereinafter contained, Laketran and CITY hereby agree as follows:
SECTION 1. ASSIGNMENT
Laketran hereby assigns all of its rights and interest in the purchase of six (6) 40 x 102 3 -axle
commuter buses from Motor Coach Industries, Inc. pursuant to the Laketran/Motor Coach
Industries, Inc. contract to CITY.
The sole obligations of Laketran hereunder are to assign its rights to acquire six of
these buses under its option with Motor Coach Industries, Inc. to CITY, to provide CITY with all
procurement documentation and information produced in connection with the advertisement and
1
award of its contract with Motor Coach Industries, Inc. and to provide reasonable assistance to
CITY in the event that the latter is called upon to defend (in a legal action or otherwise) its
actions in purchasing these buses from Motor Coach Industries, Inc. Laketran shall have no
other obligation to or interest in the six buses assigned hereunder or in any resultant contract
between CITY and Motor Coach Industries, Inc.. All payments for the six buses to be assigned
shall be the sole obligation of CITY who shall make such payments directly to Motor Coach
Industries, Inc.
SECTION 2. WARRANTIES
Laketran makes no warranties or representations whatsoever, either express or
implied, as to the fitness, design, or condition of, or as to the quality of the material, equipment,
or workmanship in or on the buses being assigned, it being agreed that all such risk are to be
borne by CITY.
SECTION 3. DELIVERY
No portion of the six buses to be assigned hereunder shall be delivered by Motor
Coach Industries, Inc. to CITY until Laketran has first received its entire order under its contract
with Motor Coach Industries, Inc. CITY shall accept, as between it and Laketran, all risk for the
failure of Motor Coach Industries, Inc, to meet its contractual obligations to Laketran, and
Laketran shall not be liable for any delays that CITY may suffer as the result of Motor Coach
Industries, Inc.'s failure to timely deliver the buses to be assigned. CITY maintains all rights
possessed by Laketran to enforce delivery.
SECTION 4. SUB -ASSIGNMENT
CITY shall not sell, assign, transfer, or in any way encumber this Assignment
Agreement or the six buses to be assigned hereunder without the prior written consent of
Laketran, which consent shall not unreasonably withheld.
2
SECTION 5. INDEMNIFICATION
CITY shall indemnify and hold harmless Laketran, its subsidiaries, and their
directors, officers, employees, agents, and servants (collectively, "Laketran") from all losses,
damages, injuries, liabilities, claims, and demands of whatsoever kind or nature, including but
not limited to those for wrongful death, for personal injuries, or for property damages, regardless
of the cause thereof and whether arising or alleged to arise from acts or omissions of CITY or
Laketran, or whether arising or alleged to arise out of a default of Laketran under this
Assignment Agreement, or out of or in connections with the design, manufacture, and purchase
of the buses to be assigned, or out of the ownership of the buses by CITY, or out of the use,
operation, maintenance, and repair of the buses, or out of the condition of the buses (including
without limitation thereto latent or other defects, whether or not discoverable). CITY shall, at its
own expense, defend any suit against Laketran based upon such losses, damages, injuries,
liabilities, claims, and demands (even if such suit, claim, or demand is or appears to be
groundless, false, or fraudulent). CITY shall bear all costs and expenses and reimburse Laketran
for any costs or expenses it may incur for costs of investigation, hiring of expert witnesses, court
costs, and reasonable counsel fees. In furtherance of these obligations, the parties agree to
cooperate fully with each other and to furnish each with such papers, records, and other
documents pertaining to any of the foregoing as the other may from time -to -time request.
SECTION 6. GOVERNING LAW
This Assignment Agreement shall be governed by and construed in accordance
with the Laws of the State of Ohio. Any actions brought by CITY against Laketran under this
Assignment Agreement shall be in the Court of Common Pleas in Lake County, Ohio.
3
SECTION 7. ENTIRE AGREEMENT
This Assignment Agreement constitutes the entire agreement of the parties on the
subject matter hereof and may not be changed, modified, discharged, or extended except by
written instrument duly executed by Laketran and CITY.
IN WITNESS WHEREOF, the parties hereto each pursuant to due authority, have .
caused these presents to be executed, and their respective corporate seals to be hereunto
impressed by their duly authorized officers as of the day and year first above.written.
WITNESS THE EXECUTION of this Agreement on the day and year first written
above.
Attest: THE CITY OF SANTA CLAIRTA
By:
City Clerk
Date:
Approved as to form:
Carl K. Newton, City Attorney
Date:
\transit\contracNake=tr.doc
IM
George A. Caravalho, City Manager
Date:
Laketran
By:
Frank J. Polivka, Laketran General Manager
Date:
Cl
AGREEMENT BETWEEN
THE CITY OF SANTA CLARITA
AND
MOTOR COACH INDUSTRIES, INC.
This AGREEMENT BETWEEN THE CITY OF SANTA CLARPPA AND MOTOR
COACH INDUSTRIES, INC. (Agreement) is entered into. this day of
, 1998, by the City of Santa Clarita, (City), and, Motor Coach Industries,
Inc. (SELLER).
RECITALS
WHEREAS, City has a desire to purchase a quantity of six 40 -foot buses; and
WHEREAS, City desires to engage the services of SELLER;
WHEREAS, SELLER has represented to City that it has the requisite personnel
and experience, and is capable of building and delivering such buses;
WHEREAS, SELLER wishes to build and deliver these buses;
NOW, THEREFORE, THE PARTIES AGREE AS FOLLOWS:
SECTION 1. SCOPE OF WORK
SELLER shall perform the work specified in EXHIBIT A, entitled Scope of Work,
and in accordance with ATTACHMENT A, entitled Buy America; ATTACHMENT B, entitled
Faithful Performance Bond; ATTACHMENT C, entitled Certification of Primary Participant
Regarding Debarment, Suspension, and Other Responsibility Matters; ATTACHMENT D, entitled
Certification of Lower -Tier Participant Regarding Debarment, Suspension, and Other Ineligibility
and Voluntary Exclusion; ATTACHMENT E, entitled Certification of Compliance with Bus
Testing Requirements; and ATTACHMENT F, entitled Certification Regarding Lobbying.
SECTION 2. TERM OF AGREEMENT
The term of this Agreement shall be from the date of execution of this Agreement,
until final acceptance of all buses has been accomplished unless earlier terminated as provided in this
Agreement.
Page 1
SECTION 3. SCHEDULE OF PERFORMANCE
The work of SELLER is to be completed according to the schedule set out in
EXHIBIT B, entitled Schedule of Performance. Time is of the essence in this Agreement.
SECTION 4. COMPENSATION AND METHOD OF PAYMENT
Subject to the limitations contained in SECTION 9, TERMINATION, EXHIBIT
A (Scope of Work) and EXHIBIT B (Schedule of Performance), SELLER shall be paid the
amounts identified in EXHIBIT C (Compensation and Methods of Payment).
SECTION 5. INDEPENDENT CONTRACTOR
SELLER is an independent contractor and not an agent or employee of the City of
Santa Clarita. As an independent contractor, SELLER shall obtain no rights to retirement, health
care, or any other benefits which accrue to City of Santa Clarita employees. SELLER expressly
waives any claim SELLER may have to any such rights.
SECTION 6. ASSIGNABILITY
The expertise and experience of SELLER are material considerations for this
Agreement. SELLER shall not assign or transfer any interest in this Agreement or the performance
of any of SELLER's obligations without the prior written consent of City. Any attempt by SELLER
to assign or transfer any of SELLER's rights, duties, or obligations arising under this Agreement
shall be void. City acknowledges its understanding that SELLER, in the performance of its duties
pursuant to this Agreement, may utilize subcontractors.
SECTION 7. INSURANCE
General Liability and Property Damage Insurance. During the entire term of this
Agreement, SELLER agrees to procure and maintain general liability and property damage insurance
at its sole expense to protect against loss from liability imposed by law for damages on account of
bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons
whomsoever, resulting directly from any act or activities of City, or SELLER, its subcontractors or
any person acting for City, or SELLER, or under its control or direction, and also to protect against
loss from liability imposed by law for damages to any property of any person caused directly or
indirectly by or from acts or activities of City, or SELLER, or its subcontractors, or any person acting
for City or SELLER, or under its control or direction. Such public liability and property damage
insurance shall also provide for and protect City against incurring any legal cost in defending claims
for alleged loss. Such general liability and property damage insurance shall be maintained in full
force and effect throughout the term of the Agreement and any extension thereof in the following
minimum limits: A combined single limit policy with coverage limits in the amount of $5,000,000
per occurrence will be considered equivalent to the required minimum limits.
Page 2
All of such insurance shall be primary insurance and shall name City of Santa Clarita
as an additional insured. If the operation under this Agreement results in an increased or decreased
risk in the opinion of the City Manager, then SELLER agrees that the minimum limits herein above
designated shall be changed accordingly upon request by the City Manager.
SELLER agrees that provisions of this paragraph as to maintenance of insurance shall
not be construed as limiting in any way the extent to which SELLER may be held responsible for the
payment of damages to persons or property resulting from SELLER's activities, the activities of its
subcontractors, or the activities of any person or persons for which SELLER is otherwise
responsible.
Worker's Compensation Insurance. SELLER shall procure and maintain, at its sole
expense, Worker's Compensation Insurance in such amount as will fully comply with the laws of
the State of California and which shall indemnify, insure, and provide legal defense for both
SELLER and City against any loss, claim, or damage arising from any injuries or occupational
diseases happening to any worker employed by SELLER in the course of carrying out the within
Agreement.
Automotive Insurance. SELLER shall procure and maintain, at its sole expense,
throughout the term of this Agreement any extension thereof public liability and property damage
insurance. coverage for automotive equipment with coverage limits of not less $1,000,000 combined
single limit, and include automotive insurance as part of the $5,000,000 general liability coverage.
All such insurance shall be primary insurance and shall name City of Santa Clarita as an additional
insured. If SELLER does not own automobiles, SELLER shall provide a waiver releasing City from
all liability resulting from SELLER's use of personal vehicles on project.
Professional Liability Insurance. SELLER shall maintain professional liability
insurance which provides coverage for negligent professional acts, errors, or omissions for which
SELLER is legally liable, in the amount of $1,000,000 per claim and in aggregate which arises from
the performance of professional Work by SELLER under this Agreement. The policy shall provide
for coverage of claims occurring during the term of the warranties provided.
Miscellaneous Insurance Requirement. A Certificate of Insurance, or an appropriate
insurance binder accompanied by an endorsement naming the City as an additional insured,
evidencing the above insurance coverage with a company acceptable to the City's Risk Management
Officer shall be submitted to City prior to execution of this Agreement on behalf of the City.
The terms of the insurance policy or policies issued to provide the above insurance
coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-
payment of premiums otherwise, without 30 days prior written notice of amendment or cancellation
to City. In the event the said insurance is canceled, SELLER shall, prior to the cancellation date,
submit new evidence of insurance in the amounts heretofore established.
If SELLER at any time during the term of this Agreement should fail to secure or
maintain any insurance required under this Agreement, City shall be permitted to obtain such
Page 3
insurance in SELLER's name and shall be compensated by SELLER for the cost of the insurance
premiums upon receipt of SELLER of written notice that the premiums have been paid.
The naming of an additional insured shall not affect any recovery to which such
additional insured would be entitled under the policy if not named as an additional insured, and an
additional insured shall not be held liable for any premium or expense of any nature on the policy
or any extension thereof solely because they are as additional insured thereon.
Santa Clarita's Risk Manager is hereby authorized to reduce the requirements set
forth above in the event he or she determines that such reduction is in Santa Clarita's best interest.
SECTION 8. INDEMNITY
SELLER agrees to indemnify, defend and hold harmless City and all of its officers,
agents, and employees from any and all liability, claims, damages, or injuries to any person,
including injury to SELLER's employees and all claims which arise from or are connected with the
performance of or failure to perform the work or other obligations of this Agreement, or are caused
or claimed to be caused by the acts or omissions of SELLER, its agents or employees, and all
expenses of investigation and defending against same; provided, however, that this indemnification
and hold harmless shall not include any claim arising from the active negligence or willful
misconduct of the City, its agent or employees.
SECTION 9. TERMINATION
A. City may terminate this Agreement at any time by giving ten days' written notice of
termination to SELLER. If City gives such notice of termination, SELLER shall cease immediately
all work in progress.
B. If SELLER or City fails to perform any material obligation under this Agreement,
then, in addition to all other remedies, City or SELLER may terminate this Agreement immediately
upon written notice.
C. Upon termination by either City or SELLER, SELLER shall deliver to City all
property of the City in SELLER's possession and copies of all reports, documents, and other work
prepared by SELLER under this Agreement. SELLER shall furnish to City a final statement of the
work performed for compensation. The statement shall indicate the task to which the work
performed is to be charged, according to the categories shown in EXHIBIT A of this Agreement.
Such statement shall also include a detailed record of actual reimbursable expenses, such as but not
limited to copying costs, long distance telephone charges and computerized research. City will
prepare a warrant payable to SELLER in the amount approved by City. City will then make final
payment to SELLER for Work performed and reimbursable expenses incurred, subject to the
limitation on reimbursement set forth in this Agreement.
SECTION 10. LAW TO GOVERN, VENUE
The law of the State of California shall govern this Agreement. In the event of litigation
between the parties, venue in state trial courts shall lie exclusively in the county of Los Angeles. - In
Page 4
the event of litigation in a U.S. District Court, exclusive venue shall lie in the Central -District of
California, in Los Angeles.
SECTION 11. COMPLIANCE WITH LAWS
SELLER shall comply with all applicable laws, ordinances, codes and regulations of the
federal, state. and local government.
SECTION 12. NONDISCRIMINATION
SELLER shall not discriminate, in any way, against any person on the basis of age, sex, race,
color, religious creed, national origin, ancestry, physical handicap, medical condition or marital
status in connection with or related to .the performance of this Agreement.
SECTION 13. CONFIDENTIAL INFORMATION
SELLER shall treat all material marked as "CONFIDENTIAL" as such.
SECTION 14. OWNERSHIP OF MATERIALS
All reports, documents, floppy disks, diskettes or other materials developed or discovered
by SELLER during the course of this Agreement shall be solely the property of City.
SECTION 15. WAIVER
Waiver by City or SELLER of any breach of any of the provisions of this Agreement shall
not constitute a wavier of any other provision nor a waiver of any subsequent breach or violation of
the same or any other provision of this Agreement. Acceptance by City of any work by SELLER
shall not be a waiver of any of the provisions of this Agreement.
SECTION 16. CONFLICT OF INTEREST
SELLER shall at all times avoid conflict of interest or. appearance of conflict of interest with
the interests of the City in the performance of this Agreement. SELLER's right to engage in other
employment is subject to the provisions of EXHIBIT A of this Agreement.
SECTION 17. EXHIBITS INCORPORATED
EXHIBITS A through D are attached to and incorporated in this Agreement by this
reference. Additional language describing specific duties and responsibilities are outlined in the
exhibits and are inclusive to contract.
Page 5
SECTION 18. NOTICES
All notices required or permitted to be given under this Agreement shall be in writing and
shall be personally delivered, or sent by telecopier or certified mail, postage prepaid and return
receipt requested, addressed as follows:
To CITY: City Manager
City of Santa Clarita
23920 Valencia Boulevard, Suite 300
Santa Clarita, California 91355
Tel: (805) 294-2500
Fax: (805) 294-2517
and to: City Attorney
City of Santa Clarita
611 West Sixth Street, Suite 2500
Los Angeles, California 90017
Tel: (213) 236-0600
Fax: .(213)236-2700
1WIWNQ 0:111
Notice shall be deemed effective on the date delivered or transmitted by, facsimile or, if
mailed, three (3) days after deposit in the mail.
SECTION 19. DISPUTE RESOLUTION: PERFORMANCE AFTER DISPUTE
A. All disputes concerning the interpretation, performance, breach or termination of this
Agreement shall be decided by binding arbitration before a retired federal or California judge,
according to the provisions of Section 1280 et seq. Of the California Code of Civil Procedure,
through the Los Angeles County offices of the Judicial Arbitration and Mediation Service (JAMS).
The parties shall attempt to agree upon a retired judge from the JAMS panel, but if they are unable
to agree within thirty (3) days after commencement of a proceeding, JAMS will provide alist of three
available judges and each party may strike one. If for any reasons JAMS is unavailable, the dispute
shall be decided by a retired federal or California judge, sitting as an arbitrator, and selected by the
parties. If the parties are unable to agree upon a retired judge within 30 days after receipt of written
notice, a retired judge shall be appointed by the Presiding Judge of the Los Angeles County Superior
Court. The arbitrator shall render a written decision stating reasons therefor in reasonable detail
within sixty (60) days after his appointment. The arbitrator's award shall be final and enforceable
and maybe confirmed by the judgment of a court of competent jurisdiction. The prevailing party
shall be entitled to recover its costs of arbitration, as well as costs and attorneys' fees, and expert
Page 6
witness fees, as determined b the arbitrator, as well as costs and attorneys' fees in any proceedings
to enforce an award. The parties reserve their rights to obtain provisional remedies from the courts,
and no application for any such remedy shall be deemed inconsistent with the obligation to arbitrate
disputes.
B. Except for nonpayment of any portion of a statement presented to City by SELLER,
if any dispute arises between the parties to this Agreement, SELLER shall continue to perform
pending resolution of the dispute.
SECTION 20. PRIOR AGREEMENTS AND AMENDMENTS
This Agreement, including the EXHIBITS, embodies the entire understanding of the parties
with respect to the matters addressed in this Agreement and the EXHIBITS and supersedes all other
agreements entered into between the parties prior to the execution of this Agreement. No
amendment of this Agreement shall be valid unless in writing duly executed by the parties or their
authorized representatives.
SECTION 21. BUY AMERICA REOUIREMENTS
Pre -Award and Post -Delivery Audit Requirements. The SELLER agrees to comply with 49
U.S.C. 3 5323(1) and FTA's implementing regulation at 49 C.F.R. Part 663 and to submit the
following certifications:
A. Buy America Requirements: The SELLER shall complete and submit a declaration
certifying either compliance or noncompliance with Buy America. If the Bidder/Offeror certifies
compliance with Buy America (ATTACHMENT A), it shall submit documentation which lists:
(1) Component and subcomponent parts of the rolling stock to be purchased identified
by manufacturer of the parts, their country of origin and costs; and
(2) The location of the final assembly point for the rolling stock, including a description
of the activities that will take place at the final assembly point and the cost of final
assembly.
B. Federal Motor Vehicle Safety Standards (FMVSS): The SELLER shall submit:
(1) Manufacturer's FMVSS self -certification sticker information that the vehicle
complies with relevant FMVSS; or
(2) Manufacturer's certified statement that the contracted buses will not be
subject to FMVSS regulations.
SECTION 22. PERFORMANCE BOND
By submitting ATTACHMENT B, entitled Faithful Performance Bond, SELLER shall
satisfy City's requirements that SELLER deposit with City a bond with values in the sum of ten
percent (10%) of this Agreement's price to cover SELLER's failure to fully perform hereunder.
Page 7
SECTION 23. GOVERNMENT WIDE DEBARMENT AND SUSPENSION
Executive Order 12549, as implemented by 49 CFR Part 29, prohibits the City from
contracting for goods and services from organizations that have been suspended or debarred from
receiving Federally -assisted contracts. The City has submitted a certification to the effect that they
will not enter into contracts over $100,000 with suspended or debarred contractors and that they will
require their contractors (and their subcontractors) to make the same certification to them.
Therefore, ATTACHMENT C, entitled Certification of Primary Participant Regarding Debarment,
Suspension, and Other Responsibility Matters; and ATTACHMENT D, entitled Certification of
Lower -Tier Participant Regarding Debarment, Suspension, and Other Ineligibility and Voluntary
Exclusion; are required to be completed.
SECTION 24. BUS TESTING
The SELLER agrees to comply with 49 U.S.C. 3 5323(c) and FTA's implementing regulation
at 49 CFR Part 665 and shall perform the following:
A. A manufacturer of a new bus model or a bus produced with a major change in
components or configuration shall provide a copy of the final test report to the recipient at a point
in the procurement process specified by the recipient which will be prior to the recipient's final
acceptance of the first vehicle.
B. A manufacturer who releases a report under paragraph 1 above shall provide notice
to the operator of the testing facility that the report is available to the public.
C. If the manufacturer represents that the vehicle was previously tested, the vehicle
being sold should have the identical configuration and major components as the vehicle in the test
report, which must be provided to the recipient prior to recipient's final acceptance of the first
vehicle. If the configuration or components are not identical, the manufacturer shall provide a
description of the change and the manufacturer's basis for concluding that it is not a major change
requiring additional testing.
D. If the manufacturer represents that the vehicle is "grandfathered" (has been used in
mass transit service in the United States before October 1, 1988, and is currently being produced
without a major change in configuration or components), the manufacturer shall provide the name
and address of the recipient of such a vehicle and the details of that vehicle's configuration and
major components.
E. SELLER shall•complete ATTACHMENT E, entitled Certification of Compliance
With Bus Testing Requirements.
SECTION 25. RESTRICTIONS ON LOBBYING
As a recipient of federal funds, the City is required to certify compliance with the influencing
restrictions and efforts of the SELLER to influence federal officials regarding specific procurements
in excess of $100,000 that must be disclosed pursuant to section 1352, Title 31, U.S. Code.
Page 8
The SELLER is required to complete and submit to the City the certification form
(ATTACHMENT F), entitled Certification Regarding Lobbying, whether or not any lobbying
efforts took place. If the SELLER did engage in lobbying activities, OMB Standard Form LLL,
Disclosure of Lobbying Activities, must also be completed and submitted to the City.
SECTION 26. CARGO PREFERENCE REQUIREMENTS
As a recipient of federal funds, the City is required to enforce the regulations at 46 CFR
381.7, which require the SELLER:
A. to use privately owned United States -Flag commercial vessels to ship at least 50
percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers)
involved, whenever shipping any equipment, material, or commodities pursuant to the underlying
contract to the extent such vessels are available at fair and reasonable rates for United States -Flag
commercial vessels;
B. to furnish within 20 working days following the date of loading for shipments
originating within the United States or within 30 working days following the date of leading for
shipments originating outside the United States, a legible copy of a rated, on -board commercial
ocean bill -of -lading in English for each shipment of cargo described in the preceding paragraph to
the Division of National Cargo, Office of Market Development, Maritime Administration,
Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a
subcontractor's bill -of -lading.)
C. to include these requirements in all subcontracts issued pursuant to this contract when
the subcontract may involve the transport of equipment, material, or commodities by ocean vessel.
SECTION 27. ENERGY CONSERVATION
The SELLER agrees to comply with mandatory standards and policies relating to energy
efficiency which are contained in the state energy conservation plan issued in compliance with the
Energy Policy and Conservation Act, 42 U.S.C. 6200 et seq.
SECTION 28. CLEAN WATER
The SELLER agrees to comply with all applicable standards, orders or regulations issued
pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seg. The
SELLER agrees to report each violation and understands that the City will meet all of its reporting
requirements to the extent required by law to assure notification to FTA and the appropriate EPA
Regional Office.
The SELLER also agrees to include these requirements in each subcontract exceeding
$100,000 financed in whole or in part with Federal assistance provided by FTA.
Page 9
SECTION 29. ACCESS TO RECORDS
A. The SELLER agrees to provide the City, the FTA Administrator, the Comptroller
General of the United States or any of their authorized representatives access to any books,
documents, papers and records of the SELLER which are directly pertinent to this Agreement for
the purposes of making audits, examinations, excerpts, and transcriptions.
B. The SELLER agrees to maintain all books, records, accounts and reports required
under this contract for a period of not less than three years after the date of termination or expiration
of this contract, except in the event of litigation or settlement of claims arising from the performance
of this contract, in which case SELLER agrees to maintain same until.the City, the FPA
Administrator, the.Comptroller General, or any of their duly authorized representatives, have
disposed of all such litigation, appeals, claims or exceptions related thereto.
SECTION 30. FEDERAL CHANGES
SELLER shall at all times comply with all applicable FTA regulations, policies, procedures
and directives, including without limitation, those listed directly or by reference in the Agreement
(FTA Master Agreement) between the City and FIA, as they may be amended or promulgated from
time to time during the term of this contract. SELLER's failure to so comply shall constitute a
material breach of this contract. A copy of the Agreement between the City and FTA is on file for
the SELLER's review.
SECTION 31. CLEAN AIR
The SELLER agrees to comply with all applicable standards, orders or regulations issued
pursuant to the Clean Air Act, as amended, 42 U.S.C. 33 7401 et sea. The SELLER agrees to report
each violation to the City and understands and agrees that the City will, in tum, report each violation
as required to assure notification to FIA and the appropriate EPA Regional Office.
The SELLER also agrees to include these requirements in each subcontract exceeding
$100,000 financed in whole or in part with Federal assistance provided by FTA.
SECTION 32. CONTRACT WORK HOURS
A. Overtime Requirements. Contracting for any part of the contract work which may
require or involve the employment of laborers or mechanics shall not require or permit any such
laborer or mechanic in any workweek in which he or she is employed on such work to work in
excess of forty hours in such workweek unless such laborer or mechanic receives compensation at
a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of
forty hours in such workweek.
B. Violation; Liability for Unpaid Wages;Liquidated Damages. In the event of any
violation of the clause set forth in paragraph (a) of this section the SELLER and any subcontractor
responsible therefor shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages
Page 10
shall be computed with respect to each individual laborer or mechanic, including watchmen and
guards, employed in violation of the clause set forth in paragraph (a) of this section, in the sum of
$10 for each calendar day on which such individual was required or permitted to work in excess of
the standard workweek of forty hours without payment of the overtime wages:required by the clause
set forth in paragraph (a) of this section.
C. Withholding for Unpaid Wages and Liquidated Damages. The SELLER shall upon
its own action or upon written request of an authorized representative of the Department of Labor
withhold or cause to be withheld, from any money payable on account of work performed by the
contractor or subcontractor under any such contract or any other Federal contract with the same
prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and
Safety Standards Act, which is held by the same prime contractor, such sums as may be determined
to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and
liquidated damages as provided in the clause set forth in paragraph (b) of this section.
D. The SELLER or subcontractor shall inset in any subcontracts the clauses set forth in
this section and also a clause requiring the subcontractors to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or
lower tier subcontractor with the clauses set forth in this section.
E. Payrolls and basic records relating thereto shall be maintained by the SELLER during
the course of the work and preserved for a period of three years thereafter for all laborers and
mechanics. Such records shall contain the name, address, and social security number of each such
worker, his or her correct classification, hourly rates of .wages paid (including rates of contributions
or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described
in section 1(b)(2)(B) of the Davis -Bacon Act, 40 U.S.C. 276(a)), daily and weekly number of hours
worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under
29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs
reasonable anticipated in providing benefits under a plan or program described in section l(b)(2)(B)
of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to
provide such benefits is enforceable, that the plan or program is financially responsible, and that the
plan or program has been communicated in writing to the laborers or mechanics affected, and records
which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors
employing apprentices or trainees under approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of trainee programs, the registration of the
apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.
SECTION 33. NO GOVERNMENT OBLIGATION
The City and SELLER acknowledge and agree that, notwithstanding any concurrence by the
Federal Government in or approval of the solicitation or award of the underlying Agreement, absent
the express written consent by the Federal Government, the Federal Government is not a party to this
Agreement and shall not be subject to any obligations or liabilities to the City, SELLER, or any other
party (whether or not a party to that contract) pertaining to any matter resulting from the underlying
contract.
Page 11
The SELLER agrees to include the above clause in each subcontract financed 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.
SECTION 34. FRAUD/FALSE STATEMENTS
A. The SELLER acknowledges that the provisions of the Program Fraud Civil Remedies
Act of 1986, as amended, 31 U.S.C. 333801 et sen. and U.S. DOT regulation, AProgram Fraud Civil
Remedies,_ 49 C.F.R. Part 31, apply to its actions pertaining to this Agreement. Upon execution
of the underlying contract, the SELLER 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
Agreement or the FTA assisted project for which this contract work is being performed. In addition
to other penalties that may be applicable, the SELLER 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 right to impose the penalties of the Program Fraud Civil Remedies
Act of 1986 on the SELLER to the extent the Federal Government deems appropriate.
B. The SELLER 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 U.S.C. 35307, the Government reserves the
right to impose the penalties of 18 U.S.C. 31001 and 49 U.S.C. 35307(n)(1) on the SELLER, to the
extent the Federal Government deems appropriate.
C. The SELLER 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.
SECTION 35. CIVIL RIGHTS
The following requirements apply to this Agreement:
A. Nondiscrimination. In accordance with Title VI of the Civil Rights Act, as amended,
42 U.S.C. 3 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C.
36102, section 202 of the Americans with Disabilities Act of 1990,42 U.S.C. 3 12132, and Federal
transit law at 49 U.S.C. 3 5332, the SELLER agrees that it will not discriminate against any
employee or applicant for employment because of race, color, creed, national origin, sex, age, or
disability. In addition, the SELLER agrees to comply with applicable Federal implementing
regulations and other implementing requirements FTA may issue.
B. Equal Employment Opportunity. The following equal employment opportunity
requirements apply to the underlying Agreement:
(1) Race. Color, Creed, National Origin, Sex. In accordance with Title VH of the
Civil Rights Act, as amended, 42 U.S.C. 3 2000e, and Federal transit laws at 49
U.S.C. 3 5332, the SELLER agrees to comply with all applicable equal employment
Page 12
opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations,
Office of Federal Contract Compliance Programs, Equal Employment Opportunity,
Department of Labor, 41 C.F.R. Parts 60 et seq., (which implement Executive Order
No. 1122246, Equal Employment Opportunity, as amended by Executive Order No.
11375, Amending Executive Order 11246 Relating to Equal Employment
Opportunity, 42 U.S.C. 3 2000e note), and with any applicable Federal statutes,
executive orders, regulations, and Federal policies that may in the future affect
construction activities undertaken in the course of the Project. The SELLER agrees
to take affirmative action to ensure that applicants are employed, and that employees
are treated during employment, without regard to their race, color, creed, national
origin, sex, or age. Such action shall include, but not be limited to, the following:
employment, upgrading, demotion or transfer, recruitment or recruitment advertising,
layoff or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. In addition, the SELLER agrees to comply with
any implementing requirements FTA may issue.
(2) Age. In accordance with Section 4 of the Age Discrimination in Employment
Act of 1967, as amended, 29 U.S.C. 33 623 and Federal transit law at 49 U.S.C.3
5332, the SELLER agrees to refrain from discrimination against present and
prospective employees for reason of age. In addition, the SELLER agrees to comply
with any implementing requirements FTA may issue.
(3) Disabilities. In accordance with section 102 of the Americans with
Disabilities Act, as amended, 42 U.S.C. 3 12112, the SELLER agrees that it will
comply with the requirements of U.S. Equal Employment Opportunity Commission,
Regulations to Implement the Equal Employment Provisions of the Americans with
Disabilities Act, 29 C.F.R. Part 1630, pertaining to employment of persons with
disabilities. In addition, the SELLER agrees to comply with any implementing
requirements FTA may issue.
C. The SELLER also agrees to include these requirements in each subcontract financed
in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify
the affected parties.
SECTION 36. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION TERMS
The preceding provisions include, in part, certain Standard Terms and Conditions required
by the Department of Transportation (DOT), whether or not expressly set forth in the preceding
contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular
4220.1D, dated April 15, 1996 (EXHIBIT D), 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 SELLER shall not perform any
act, fail to perform any act, or refuse to comply with any the City requests which would cause the
City to be in violation of the FTA terms and conditions.
Page 13
WITNESS THE EXECUTION of this Agreement on the day and year first written above.
Attest: THE CITY OF SANTA CLARTTA
City Clerk
Date
Approved as to form:
BURKE, WILLIAMS & SORENSEN
By:
Carl K. Newton, City Attorney
Date:
By:
George Caravalho, City Manager
Date:
COMPANY NAME
IM
Date:
Page 14
AGREEMENT BETWEEN
THE CITY OF SANTA CLARITA
AND MOTOR COACH INDUSTRIES, INC.
Scope of Work
SELLER shall furnish all materials and perform all of the work for the procurement of diesel buses
and related equipment, in accordance with the Agreement Documents, and specifications for the
Laketran Request for Proposals for Up To 15 40x102 3 -Axle Commuter Buses issued January 22,
1997, including variances and warranties shown below.
Variances
From Laketran
Request for Proposal
Engine
Starter
Engine Filter Minder
Engine Titan Probalizer
Transmission Titan Probalizer
Fuel Tank
Rear Run — Voltmeter
Throttle Control
Transmission Temperature .
Engine Hour Meter
Towing -7 Pt Elect. Connection
HVAC Motors
Rear Door
Tires
Wheels
Wheel Hub/Lug Covers
Drivers Seat
Drivers Barrier
Passenger Window
Interior Trim — AntiGraffiti
Farebox
Destination Sign
Destination Sign/UV Protection
Annunciator
MT Units/Destination Signs (2)
HVAC — Intelligaire
Training
Addtl Decals Spanistvvetnam
Increased Corrosion Package
Pass. Windws/ Vandal Shields
Fuel Prime Pump
PA System - Lapel Mic
Ext. Decals -Sealed
Pass Chime - Front & Rear (2)
Remote Cont Roadside Mirror
Flashing Blue Light— Pass Stop
Request System
Air Starter Gauge — Dash
Passenger Seats
End of Variances
EXHIBIT A
AGREEMENT BETWEEN
THE CITY OF SANTA CLARITA
AND MOTOR COACH INDUSTRIES, INC.
Schedule of Performance
SELLER shall deliver six (6) coaches by XXXXXXX. Coaches shall be delivered at a rate not to
exceed three (3) per day. Delivery shall occur only on weekdays from 7:00 a.m. to 2:00 p.m.,
excluding holidays. All deliveries shall be made by appointment with the Transportation Manager,
at:
City of Santa Clarita
25663 Avenue Stanford
Santa Clarita, CA 91355
EXHIBIT B
AGREEMENT BETWEEN
THE CITY OF SANTA CLARITA
AND MOTOR COACH INDUSTRIES, INC.
Compensation and Method of Payment
SECTION 1. For SELLER's full and complete performance of its obligations under this Agreement,
City shall pay SELLER the firm -fixed sum of XXXXXXXXXXXXXXXX, said sum to include
SELLER's total direct costs, indirect costs and profit and to be paid in accordance with the following
provisions.
SECTION 2. The following schedule shall establish the firm -fixed payment to SELLER by City.
Payment shall be made within 30 days after:
TASK
Formal acceptance of buses
ordered
Completion of any required
correction after acceptance
Total firm -fixed price
DOLLAR AMOUNT
XXXXXXXXXXX
XXXXXXXXXXX
PERCENT OF TOTAL
90%
10%
100%
SECTION 3. SELLER shall invoice City on a per bus basis and each invoice shall include:
Agreement number; model and serial number of the bus; City -designated bus number; unit and total
price; total invoice amount; weight of bus being invoiced (net curb weight); odometer reading at time
of delivery. Final acceptance of the buses shall occur only upon City's release of the retention
described in SECTION 2.
SECTION 4. As partial security against SELLER's failure to satisfactorily fulfill all of its
obligations under this Agreement, City shall retain ten percent (10%) of the amount of each invoice
submitted for payment by SELLER. All retained funds shall be released by City and shall be paid
to SELLER within thirty (30) days of completion of any required corrections after initial acceptance,
per SECTION 2.
SECTION 5. Unless otherwise provide in this Agreement, SELLER shall have title to and bear the
risk of loss of or damage to the items purchased hereunder until they are delivered in conformity with
this Agreement at the F.O.B. point specified herein, and upon such delivery title shall pass from
SELLER and SELLER's responsibility for loss or damage shall cease, except for loss or damage
resulting from SELLER's negligence.
EXHIBIT C
FTA Circular 4220.1]), dated April 15, 1996
Third Party Contracting Requirements
It should be noted that FTA Program Guidance Circulars are revised over time. To confirm the most
current version of any Circular contact the FTA at the address below, indicate Circular numbers
required, and send $1.00 per copy:
Federal Transit Administration
Office of Administration
Administrative Service Division, Room 7427
400 - 7th Street, S.W.
Washington, D.C. 20590
You may also find selected Circulars on FTA's Home Page on the Internet at:
http://www.fta.dot,gov
EXHH9IT D
BUY AMERICA CERTIFICATE OF COMPLIANCE WITH FTA REQUIREMENTS
FOR BUSES, OTHER ROLLING STOCK, OR ASSOCIATED EQUIPMENT
Certificate of Compliance
The SELLER hereby certifies that it will comply with the requirements of 49 U.S.C. Section
53230)(2)(C), Section 165(b)(3) of the Surface Transportation Assistance Act of 1982, as amended,
and the regulations of 49 C.F.R. 661.11:
Date
Signatu*P
Company Name
Title
ATTACHMENT A
FAITHFUL PERFORMANCE BOND
(10% Of Agreement Price)
KNOW ALL MEN BY THESE PRESENTS:
That we,
hereinafter referred to as SELLER, as principal, and
as surety, are held and firmly bound unto the City of Santa
Clarita, State of California, in the sum of XXXXXXXXXXXXXXXXXXXXXXXXXXXXXX,
lawful money of the United States of America, for the payment of which sum, well and truly to be
made, we bind ourselves, jointly and severally, firmly by these presents.
The condition of the foregoing obligation is such that,
WHEREAS, said SELLER has been awarded and is about to enter into an Agreement with the City
of Santa Clarita for the purchase of six (6) 40 -foot buses, as specified in said Agreement, and is
required under the terms of said Agreement to give this bond in connection with the execution
thereof;
NOW THEREFORE, if said SELLER shall well and truly do and perform all of the covenants and
obligations of said Agreement on his part to be done and performed at the times and in the manner
specified therein, then this obligation shall be null and void, otherwise it shall be and remain in full
force and effect;
Should the SELLER fail to fully perform all requirements in accordance with the terms and
conditions of the Agreement this bond shall be and remain in full force and effect; and the surety or
sureties shall insure performance or shall pay to the City for the same an amount not exceeding the
amount specified in this bond;
Should a suit be brought against the City for any other matter concerning performance under
the Agreement, surety or sureties shall undertake the defense of same on behalf of the City.
PROVIDED, that any alterations in the work to be done, or the material to be furnished, which may
be made pursuant to the terms of said Agreement, shall not in any way release either the SELLER
or the surety thereunder, nor shall any extensions of time be granted under the provisions of said
Agreement release either the SELLER or the surety, and notice of such alterations or extensions of
the Agreement is hereby waived by the surety.
ATTACHMENT B
WITNESS our hands this day of 19_.
(SEAL)
Approved:
SELLER
By:
Title
Surety
NOTE: The Performance Bond shall be issued by a corporate surety (not an individual surety)
registered in the State of California and registered to do business in Los Angeles County.
CERTIFICATION OF PRIMARY PARTICIPANT
REGARDING DEBARMENT, SUSPENSION, AND OTHER
RESPONSIBILITY MATTERS
(fmnnamn/priwipal)
certifies to the best of its knowledge and belief, that it and its principals:
1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any federal department or agency;
2. Have not within a three-year period preceding this bid been convicted of or had a civil judgment
rendered against them for commission of fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or
contract under a public transaction; violation of federal or state antitrust statutes or commission
of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false
statements, or receiving stolen property;
3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (federal, state or local), with commission of any of the offenses enumerated in paragraph
(2) of this certification; and
4. Have not within a three-year period preceding this Agreement had one or more public
transactions (federal, state or local) terminated for cause or default.
If unable to certify to any of the statements in this certification, the participant shall attach an
explanation to this certification.
THE PRIMARY PARTICIPANT,
CERTIFIES OR
(firm namelprindpal)
AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE
STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION AND
UNDERSTANDS THAT THE PROVISIONS OF 31 U.S.C. SECTIONS 3801 ET SEQ. ARE
APPLICABLE THERETO.
Signature and Title of Authorized Official
The undersigned Chief Legal Counsel for the SELLER hereby certifies that .the
has authority under state and local law to comply with the subject
assurances and that the certification above has been legally made.
Signature of Attorney Date
ATTACHMENT C
CERTIFICATION OF PRIMARY PARTICIPANT
REGARDING DEBARMENT, SUSPENSION, AND OTHER
RESPONSIBILITY MATTERS
The
(firm nam/principal)
certifies to the best of its knowledge and belief, that it and its principals are presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation
in this transaction by any federal department or agency.
If unable to certify to any of the statements in this certification, the participant shall attach an
explanation to this certification.
THE , CERTIFIES OR AFFIRMS THE
(firm mmrlprincipap
TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS
SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS THAT THE
PROVISIONS OF 31 U.S.C. SECTIONS 3801 ET SEO. ARE APPLICABLE THERETO.
Signature and Title of Authorized Official
The undersigned Chief Legal Counsel for the SELLER hereby certifies that the
has authority under state and local law to comply with the subject
assurances and that the certification above has been legally made.
Signature of Attorney Date
ATTACHMENT D
CERTIFICATION OF COMPLIANCE WITH
BUS TESTING REQUIREMENTS
The SELLER certifies that the vehicle offered in this procurement complies with 49 U.S.C. 3 5323(c)
and Federal Transit Administration's implementing regulation at 49 CFR Part 665.
The SELLER understands that misrepresenting the testing status of a vehicle acquired with Federal
financial assistance may subject the undersigned to civil penalties as outlined in the Department of
Transportation's regulation on Program Fraud Civil Remedies, 49 CFR Part 31, In addition, the
undersigned understands that FTA may suspend or debar a manufacturer under the procedures in 49
CFR Part 29.
Date
Signature
Company Name
Title
ATTACHMENT E
CERTIFICATION REGARDING LOBBYING
The SELLER certifies, to the best of his or her knowledge and belief, that:
1. No Federal appropriated fundshavebeen paid or will be paid, by. or on behalf of the
undersigned, 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, 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 contact 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, grant, loan, or cooperative agreement, the undersigned shall complete
and submit Standard Form --LLL, Disclosure Form to Report Lobbying, in accordance with its
instructions [as amended by Government wide Guidance for New Restrictions on Lobbying, 61
Fed. Reg. 1413 (1/19/96). Note: language in paragraph (2) herein has been modified in
accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified
at 2 U.S.C. 1601, et seg. ]
3. The undersigned shall require that the language of this certification be included in the award
documents for all 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 certification is a material representation of fact upon which reliance is placed when this
transaction is entered into. Submission of this certification is a prerequisite for making or entering
into this transaction imposed by 31, U.S.C. 3 1351 (as amended by the Lobbying Disclosure Act of
1995). Any person who fails to file the required certification shall be subject to a civil penalty of not
less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C.
3 1352(c)(1) -(2)(A), 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.]
The SELLER certifies or affirms the truthfulness and accuracy of each statement of its certification
and disclosure, if any. In addition, the SELLER understands and agrees that the provisions of 31
U.S.C. 3 3801, et seaapply to this certification and disclosure, if any.
Signature of Contractor's Authorized Official
Name and Title of Contractor's Authorized Official
Date
ATTACHMENT F