HomeMy WebLinkAbout08/20/1996, C-5 - AWARD OF CONTRACT FOR PURCHASE OF TWO BUSES council
j aGcnba Report
CITY O F SAN LUIS O B I S P O
FROM: Michael D. McCluskey, Public Works Director
Prepared By: Reinie Gwin, Transportation Technician
SUBJECT: Award of Contract for Purchase of Two Buses
CAO RECOMMENDATIONS
1) Award the "Contract for Purchase of Two Buses" in the amount of$515,099.66 to
Gillig Corporation
2) Authorize the Mayor to execute the contract
DISCUSSION
Overview
As the City Council may recall, this contract is to purchase two buses: one for SLO Transit and
one for Regional Transit. These two procurements were combined because financing was
available under a special combined federal grant.
The new bus for SLO Transit is needed as soon as possible to improve operations on Route 3.
The bus currently serving Route 3 is a 1982 Orion which has accumulated over one million
miles and as a result breaks down more frequently than average. Adding to this condition is the
very long cycle time on the existing wheelchair lift which adds delays to a route with the highest
number of wheelchair boardings. Once a new bus can be assigned to Route 3, it is staffs intent
that the Orion be relegated to "backup status". This will then allow one of the older buses now
being used as a backup to be retired from service.
Background
In March 1995 the Council awarded a contract to Flxible Corporation for the purchase of two
compressed natural gas (CNG) buses. At that time the City received authorization from the
Federal Transit Administration (FTA) to execute a sole source purchase based on prices and
specifications from the City of Oxnard. The City executed the contract with Flxible in April
1995 with an expected delivery date of October 1995. The buses were not delivered on
schedule, and after numerous delays, the City discovered that Flxible was experiencing financial
difficulties and had ceased bus production in December 1995. In February 1996 the City and
Regional Transit terminated the contract with Flxible and soon after, staff looked for another
manufacturer and found that the only other CNG bus manufacturers were Orion and New Flyer.
Orion estimated that it could furnish two well-equipped CNG buses within the established budget
but that delivery time would be 30 to 36 months. New Flyer estimated that it could only furnish
two, operationally speaking, "bare bones" CNG buses for $23,000 more than the amount
budgeted with a delivery time of 22 to 24 months.
d6l/
Council Agenda Report - Award of Contract for Purchase of Two Buses
Page 2
Contract Changes
Due to the long delivery times and the pressing need for a new bus on Route 3, staff concluded
that a CNG bus was not feasible for this procurement and consequently began looking for a "sole
source" contract with a short delivery period similar to the original Flxible contract but
specifying conventional diesel buses. The proposed contract with Gillig Corporation is based
on price and specifications from the Santa Clara Valley Transportation Authority(SCVTA). The
cost is 15 percent below budget, with delivery anticipated in January 1997.
Diesel vs. CNG
Three advantages of diesel engines over CNG engines are greater fuel efficiency, more
durability, and lower cost. In keeping with current policy, staff would prefer buying CNG
buses, however diesel buses have become a much better alternative fuel than in the past. Strict
emission standards imposed in 1994 forced diesel manufacturers to design engines which are
now nearly as clean as CNG engines.
FTA Authorization
The FTA has approved grant conditions allowing the substitution of diesel buses for CNG buses
since Gillig only manufactures diesel buses. Furthermore, staff has completed the documentation
for a sole source procurement using the SCVTA prices and specifications.
CONCURRENCES
The Mass Transportation Committee (MTC) concurs with the recommendations of this report
FISCAL EMPACT
SLO Transit SLORTA*
Bus Bus Total
FTA Grant $239,486.92 $199,202.40 $438,689.32
Local Match 26.609.66 49.800.68 76.410.34
Totals $266,096.58 $2497003.08 $515,099.66
* SLORTA will reimburse the City for its local match.
Council Agenda Report - Award of Contract for Purchase of Two Buses
Page 3
The budgeted amount for both buses is $577,000. Changing from CNG to diesel results in a
net savings of$61,903.
ALTERNATIVES
Other options that may be pursued include:
1) Buy a CNG bus from Orion. The existing budget would cover the cost of this option,
but delivery time would be 30 to 36 months.
2) Buy a CNG bus from New Flyer. Delivery time would be 22 to 24 months under this
option, and cost would exceed the budget by $23,000.
3) Buy a diesel bus from another manufacturer. The cost of this option would probably be
higher than the recommended action, because prices for the recommended action were
procured competitively by another agency buying a large number of buses. Also,
delivery time would be longer.
Attachment
Gillig Contract
C-s-3
CONTRACT FOR PURCHASE OF TWO BUSES
THIS CONTRACT is made and entered into in the City of San Luis Obispo on this
day of 1996 by and between THE CITY OF SAN LUIS OBISPO
hereinafter referred to as "City", a municipal corporation, and THE GILLIG CORPORATION
hereinafter referred to as "Contractor".
WITNESSETH:
WHEREAS, City has received a Federal Transit Administration Section 9 Grant (#CA-90-
X578-00) for the purchase of two (2) new buses, namely, two (2) thirty-five foot, wheelchair lift-
equipped, diesel motor coaches; and,
WHEREAS,SANTA CLARA VALLEY TRANSPORTATION AUTHORITY(hereinafter
referred to as "SCVTA"), issued an Invitation to Bid to provide such buses, which consisted of
Solicitation,Bid Form, Contractual Provisions,Technical Specifications, Acceptance,Pre and Post
Delivery Inspections, and Warranty Provisions, and Contractor made such a proposal; and,
WHEREAS, City is desirous of purchasing transit vehicles utilizing the price structure of
the transit vehicles purchased by SCVTA; and
WHEREAS, City and Contractor have agreed to the purchase and sale of the above
described transit vehicles in conjunction with the SCVTA purchase, subject to the same terms,
Solicitation, Bid Form, Contractual Provisions,Technical Specifications,Acceptance,Pre and Post
Delivery Inspections and Warranty Provisions of said Invitation to Bid; and
WHEREAS, City accepts the proposal of Contractor to SCVTA as set forth herein.
NOW,THEREFORE,in consideration of their mutual promises, obligations,and covenants
hereinafter contained, the parties hereto agree as follows:
1. Contract Documents. Incorporated by reference into this contract are SCVTA's Invitation
to Bid, Solicitation, Bid Form, Contractual Provisions, Technical Specifications, Acceptance, Pre
and Post Delivery Inspections and Warranty Provisions (Exhibit A); Contractor's request for
approved equals and SCVTA's and City's response thereto (Exhibit B); and Contractor's Proposal
(Exhibit Q. Such exhibits shall be collectively referred to herein as "the contract documents."
In the case of any conflict or inconsistency between any portion of the contract documents and this
contract, the provisions of this contract shall prevail. Mere repetition of or specific reference to
some portions of the contract documents in this contract shall not be deemed to waive, supersede
or conflict with portions of the contract documents not so repeated or specifically referred to.
2. Bus. Contractor shall provide to City two (2) thirty-five foot, wheelchair lift-equipped,
diesel buses in accordance with this contract and the contract documents. The specifications
contained in Exhibit A, as modified by the approved equals contained in Exhibit B, must be
1
L SJ'�
contained in Exhibit A, as modified by the approved equals contained in Exhibit B, must be
adhered to by Contractor. If Contractor, on account of conditions developing during the
performance of this contract, finds it impracticable to comply strictly with such specifications and
approved equals and applies in writing for a modification thereof, the City Transit Manager may
authorize such change only in writing if he determines that such change will not be detrimental
to City and will be without additional cost to City. If the City Transit Manager orders in writing
from Contractor any work, materials or equipment not mentioned, specified or indicated in this
contract or the contract documents, Contractor shall perform such work and furnish such materials
or equipment at the Contractor's catalog prices, less discounts ordinarily allowed to users of such
materials or equipment or at regular labor charges, less customary discounts, or both. If the City
Transit Manager orders in writing that any work, materials or equipment mentioned, specified or
indicated in this contract or the contract documents be omitted from, in or about the work
required of Contractor, Contractor shall omit the performance of such work and the furnishing
of such materials or equipment, and there shall be deducted from the amount to be paid to
Contractor the amount which the Transit Manager and Contractor determine and mutually agree
to be reasonable value of such work, materials or equipment, and such determination shall be final
and conclusive on Contractor. The parties understand and agree, however, that the work,
materials and equipment required by this contract and the contract documents shall not be so
increased or decreased as to alter substantially the general character or extent of the contract and
contract documents.
3. Payment. City shall pay Contractor $249,003.08, for one bus, and $266,096.58, for the
second bus for a total of$515,099.66 in accordance with this contract and the contract documents.
Contactor shall submit to the Transit Manager not later than the fifth (5th) calendar day of each
month after this contract is executed and prior to payment for the buses, a written progress report
describing the services performed during the preceding month, if any. The form of the progress
report shall be subject to review and approval by the Transit Manager. Timely receipt by City
of acceptable progress reports shall be a condition of payment. Except as otherwise provided in
this contract or the contract documents, one hundred percent (100%) of said $515,099.66, plus
applicable taxes per bus, shall be paid to Contractor within thirty (30) days after delivery to and
acceptance by City of said buses as herein provided, provided that final statements covering said
buses have previously been presented to City by Contractor.
4. Delivery. Acceptance and Penalties. (a) Contractor shall deliver said buses to City on or
before January 7, 1997. Delivery consists of arrival of the buses at 29 Prado Road, San Luis
Obispo, California, and City taking possession of the buses. Contractor shall deliver the buses
to City by drive away service or by common carrier from Contractor's factory to San Luis
Obispo, California. City shall pay Contractor for such delivery of buses an amount agreed on in
writing by City and Contractor; provided, however, that Contractor shall not require payment in
excess of $260.00, and Contractor may be required to make such delivery for such payment
without the necessity of another written agreement. However, City may make other arrangements
for delivery of the buses, including taking delivery of the buses in Hayward, California, in which
case City will pay Contractor nothing for delivery of the buses. Contractor shall cooperate fully
with City in doing all things necessary to facilitate such method of delivery as City specifies.
2
(. 's�
(b) Prior to delivery, Contractor shall submit road test plans for testing the completed
buses in order to verify compliance with specifications. Such plans must include a provision
whereby City's representative will sign off on each tested bus before the bus is shipped or
delivered; provided, however, that this shall not constitute acceptance of the buses by City.
(c) On delivery the buses shall be in first-class condition, which means complete and
ready for revenue service. If City specifies that the buses are to be delivered to City in San Luis
Obispo, California, by common carrier drive away, Contractor shall assume all responsibility and
risk of loss incident to said delivery. Certain conditions concerning such drive away service, by
which conditions Contractor agrees to be bound, are contained in subpart 2.9.3 of Section 2 of the
Contractual Provisions contained in Exhibit A.
(d) Contractor shall submit a final statement for the buses on or prior to delivery
thereof. Contractor shall transmit to City all documents necessary for City to license said buses
in sufficient time to be received by City at least thirty (30) days prior to delivery of the buses.
(e) On completion of delivery, Contractor shall give written notification to City that the
buses have been delivered and that all specifications have been met. City will conduct such tests
as may be required to determine to its own satisfaction that such is the case. Acceptance of the
buses by City will occur only after City makes such tests and conducts quality control inspections.
City will notify Contractor in writing within fifteen (15) days after delivery whether each bus has
been accepted. Notification of non-acceptance will furnish details of defects, deficiencies, and
damage to the buses. Such tests, inspections and/or acceptance by City shall not constitute a
waiver, modification or exclusion of the warranties provided herein applicable to the buses for the
periods specified.
(f) Time is of the essence of this contract.
(g) Damage will be sustained by City from delay in completion and delivery of the
buses beyond January 7 1997, or authorized extensions of such date. It is and will be
impracticable to determine the actual amount of damage by reason of such delay. Therefore, the
parties agree that Contractor shall pay City liquidated damages in the amount of one hundred
dollars($100.00)per bus for each and every day(Monday through Friday)that the time consumed
in said completion and delivery extends beyond January 7, 1997, or authorized extensions of such
date. If the delay in delivery is caused by strikes, government controls, or other causes beyond
the control of Contractor, an extension of time without liquidated damage liability shall be granted
by City on a proper showing by Contractor and finding by City that the extension is justified.
Contractor shall have the burden of showing that the delay was beyond its control. The findings
by City Transit Manager shall be final and conclusive.
(h) In addition to the liquidated damages provided for hereinabove, in case of Contractor's
failure to complete and deliver the buses by January 7, 1997, or authorized extensions of that date,
City may terminate this contract and not pay Contractor for any labor, supplies or materials
furnished by it thereunder, and City may proceed to complete this contract by reletting or
3
otherwise; and Contractor and its sureties shall be liable to City for all loss or damage which it
may suffer on account of Contractor's failure to complete its contract within such time.
5. Defects and Damage. The buses furnished by contractor hereunder must be substantial and
durable in their entirety and conform to the specifications and approved equals. City shall have
full power to reject or condemn any materials furnished or work performed under this contract
which does not conform to the terms and conditions set forth herein and in the contract documents.
Any material, equipment or supplies found to be damaged or defective at the time of delivery shall
be repaired, replaced or corrected by Contractor without additional cost to City, including any cost
of bringing together the buses and the person engaged by Contractor to make such repairs,
replacements or corrections. The Transit Manager shall inform Contractor in writing of any
damage or defects discovered at the time of delivery, and if Contractor does not promptly repair,
replace or correct such damage or defects, the Transit Manager may, on written notice to
Contractor, have such repairs, replacements or corrections performed by someone other than
Contractor and deduct the cost thereof from any compensation due or tobecome due to Contractor.
Nothing in this section shall limit or restrict Contractor's warranties as set forth in this contract
and the contract documents.
6. Risk of Loss. All loss or damage arising from any foreseen or unforeseen obstruction or
difficulties, either natural or artificial, which Contractor may encounter in the prosecution of this
work, or the furnishing of supplies, materials, or equipment, or from any action of the elements,
or from any act or omission of Contractor or Contractor's agents or employees, not authorized by
this contract or the contract documents, or from any cause whatsoever other than the negligent acts
or omissions of City, shall be sustained and borne solely by Contractor.
7. Warranties. (a) Contractor warrants to City and its successors and assigns that the title
to the materials, supplies and equipment covered by this contract, when delivered to City or its
successors or assigns, is free from all liens and encumbrances.
(b) Contractor warrants that all materials, supplies and products furnished under this
contract meet the requirements and conditions of this contract and the contract documents and are
fit for the purpose intended.
(c) Contractor warrants that all materials, supplies and goods furnished under this contract
are merchantable in accordance with Section 2314 of the Commercial Code of the State of
California.
(d) Contractor gives City such warranties as are contained in Federal Register Volume 58,
Number 18, January 29, 1993, 49 CFR Chapter VI, copy attached and make part of this contract.
(e) For a period of one year from the date of completion, as evidenced by the date of
City's final acceptance of the buses, Contractor warrants that the work performed under this
contract and the contract documents conforms to the requirements thereof and is free from any
defect of equipment, material or workmanship performed by Contractor or any of Contractor's
4
Cis-7
subcontractors or suppliers. Under this warranty, Contractor shall remedy at its own expense any
such failure to conform or any such defect. Nothing in this section intends or implies that this
warranty shall apply to work which has been abused or neglected by City.
(f) Contractor's granting of and compliance with the foregoing warranties and City's
acceptance of such warranties and the buses delivered under this contract do not waive any
warranty, either express or implied, in Section 2312 to 2315, inclusive, of the Civil Code of the
State of California, or any liability of the manufacturer as determined by any decision in a court
of the State of California or of the United States. Nothing in this contract or the contract
documents, including City's right to inspect the buses, shall constitute a disclaimer to or limit,
negate, exclude or modify in any way any warranty provided in such contract and contract
documents.
8. Instruction and Manuals. (a) City requires Contractor to provide at least one(1) qualified
instructor to be available for up to ten (10) days at City's property to instruct City's employees
in the proper operation of the buses and accessories provided hereunder, and requires that
Contractor make one or more instructors available as required by City during the defined warranty
periods to properly instruct City's maintenance employees in the proper maintenance and repair
of the buses and accessories. Contractor shall have available, within fifty (50) miles of City's
main repair shop, adequate facilities to properly instruct City's maintenance personnel in the
proper repair and overhaul of major bus units, or Contractor may instruct such personnel on City's
property.
(b) On or before delivery of the buses, Contractor shall provide one (1) current bus
maintenance manual, one (1) transmission maintenance manual, one (1) engine maintenance
manual (if not included in the coach maintenance manual), and one (1) current engine parts
manual, one (1) current transmission parts manual, one (1) current original equipment
manufacturer (OEM) parts manual, and ten (10) standard operator's manuals. Contractor shall
keep maintenance manuals available for three (3) years and keep parts books up to date for fifteen
(15) years after the date of acceptance of the buses procured under this contract.
9. Extensions of Time. Extensions of the times for performance by Contractor specified
herein may be granted by City only in writing and signed by the City Transit Manager. Granting
or acceptance of such extensions of time will not operate as a release to Contractor or otherwise
modify the terms and conditions of this contract and the contract documents.
10. Termination of Contract: Penalties. City may terminate this contract as follows:
(a) If Contractor fails to deliver and/or install materials and equipment or to perform
services as provided for herein within the time specified herein or any extension thereof, or fails
to perform any other of the provisions hereof, or fails to make progress so as to endanger
performance of this contract, City may give written notice of default to Contractor, specifying the
failure and its intent to terminate the contract in whole or in part. If Contractor does not rectify
such failure to City's satisfaction within ten (10) days (or such other period as City may authorize
5
es-�
in writing)of receipt of such notice, the contract will terminate as specified by City without further
notice or other proceeding on the first day after expiration of such period for rectification. On
such termination, City may procure materials and equipment and contract for services similar to
those so terminated, and Contractor shall be liable to City for any excess costs (the amount by
which the costs for such materials, equipment and/or services is greater than the portion of the
costs payable to Contractor hereunder for similar materials,.equipment and/or services) for such
similar materials, equipment and services. However, Contractor shall not be liable for excess
costs if City determines that the failure to perform that gave rise to such costs was due to causes
beyond the control and without the fault or negligence of Contractor.
(b) City may also terminate this contract in whole or in part, with or without cause, at any
time by giving Contractor thirty (30) days' notice thereof.
(c) Contractor shall continue the performance of this contract to the extent not terminated
as provided herein.
(d) Upon termination, Contractor shall submit to City a written closing statement,
specifying the costs of materials and equipment delivered to City and installed as of the date of
termination, and the costs of services actually performed to the date of termination, for which
Contractor has not been previously paid. City may deduct any excess costs as provided in subpart
(a)of this section, and any liquidated damages as provided in subpart(g) of Section 4 hereof, from
the amount set forth in Contractor's closing statement. Upon payment of the amount found by
City to be due, City shall be under no further obligation, financial or otherwise, to Contractor
except, and only to the extent of, any obligations imposed by Contractor's continued performance
under subpart (c) of this section.
(e) In addition, as provided in subpart (h) of Section 4 hereof, if Contractor fails to
complete and deliver the buses by January 7, 1997, or authorized extensions of that date, City may
terminate this contract and not pay Contractor for any labor, supplies or materials furnished by
it thereunder, and City may complete this contract by reletting or otherwise, and Contractor and
its sureties shall be liable to City for all loss or damage which it may suffer on account of
Contractor's failure to complete its contract within such time.
(f) In addition, in the event of Contractor's noncompliance with the nondiscrimination
provisions of this contract,.City may impose contract sanctions such as it or FTA may determine
to be appropriate, including, but not limited to, withholding of payments to Contractor under the
contract until Contractor complies, and/or cancellation, termination or suspension of the contract
in whole or in part.
(g) Notice of termination shall be given by certified mail or personal service to Contractor
at P.O. Box 3008, Hayward, CA 94545.
11. Insurance. (a) Contractor shall insure itself and, as additional insured, shall insure City
and its governing board, officers, agents and employees, against all claims or suits based on bodily
6
d-s-9
bodily injury to persons or damage to property that occurred or is alleged to have occurred in the
course of Contractor's performance of this contract, whether or not it is claimed that the injury
or damage was caused through a negligent act or omission of Contractor or its employees, in the
minimum amount of$1,000,000 combined single limit (CSL) per occurrence.
(b) Contractor shall obtain and keep in force workers' compensation insurance covering
claims arising during the performance of this contract.
(c) If City requires Contractor to deliver the buses to San Luis Obispo, California,
Contractor shall obtain and keep in force a policy of automobile liability insurance, naming City
and its governing board, officers, agents and employees as additional insureds, insuring against
all suits and claims based on injury to persons or damage to property occurring or alleged to have
occurred in connection with the delivery and operation of the buses, in the minimum amount of
$1,000,000 combined single limit (CSL) per occurrence.
(d) All such policies of insurance shall bear an endorsement precluding cancellation or
reduction in coverage before the expiration of thirty (30) days after City shall have received
written notification by registered mail from the insurance carrier. Such insurance shall be
provided by policies issued by an insurer acceptable to City. Contractor shall furnish City with
certificates of such insurance policies in a form acceptable to City, or with copies of such
insurance policies, within the following time periods: As to the policies required by subparts (a)
and (b) of this section, within fifteen (15) days of receipt of this form of contract, and as to the
policy required by subpart (c) of this section, within fifteen (15) days of City's request that
Contractor deliver the buses to City at San Luis Obispo, California.
12. Indemnification. Contractor shall indemnify, keep and save harmless City and its
governing board, officers, agents and employees, against all suits or claims based on any injury
to persons or property that may occur or be alleged to have occurred, in the course of the
performance of this contract by Contractor, whether or not it is claimed that the injury was caused
through a negligent act or omission of Contractor or its employees; and Contractor shall, at its
own expense, defend any and all such actions and shall, at its own expense, pay all charges of
attorneys and all costs and other expenses arising therefrom or incurred in connection therewith;
and if any judgement be rendered against City or its governing board, officers, agents or
employees, in any such action, Contractor shall, at its own expense, satisfy and discharge the
same. The foregoing indemnification and agreement to defend includes, but is not limited to, suits
and proceedings and awards of damages therein based on any claim that the materials and
equipment, or any part thereof, provided to City underthis this contract, or any tool, article, or
process used in the manufacture thereof, constitutes an infringement of any patent enforceable in
the United States, provided that City gives contractor prompt notice in writing of the institution
of any such suit or proceeding with which City is served, and permits contractor through its
counsel to defend the same, and gives Contractor all needed information, assistance and authority
to enable Contractor to do so.
13. Records and Audits. (a) Contractor shall maintain full and adequate books, records,
7
accounts and data to show the actual time devoted and costs incurred by it with respect to
performance of services under this agreement. Said books, records and accounts shall be kept in
accordance with generally accepted accounting principles. Contractor shall provide to City and
FTA all information and reports required by FTA statutes, regulations, orders, directives and
instructions, and shall permit access to its books, records and accounts, including records of
counsel and other sources in information, and to its facilities, as may be determined by City or
FTA to be pertinent to ascertain compliance with such statutes, regulations, orders, directives and
instructions. Where any of the information required of Contractor is in the exclusive possession
of another who fails or refuses to furnish this information, Contractor shall certify to City or FTA
as appropriate and shall set forth what efforts it has made to obtain the information. Contractor
shall retain, and shall in no event dispose of, destroy, alter, or mutilate said books, records,
accounts and data in any manner whatever for at least four (4) years after the termination or
completion of this contract are closed, whichever first occurs.
(b) During such four (4) year period, Contractor shall permit City, FTA and regional,
state, and federal authorities, to inspect and examine Contractor's papers, documents, books,
records, accounts, and any and all data relevant to this agreement at any reasonable time for the
purpose of auditing and verifying statements, invoices, or bills submitted by Contractor pursuant
to this contract or making examinations, excerpts or transcriptions, and shall provide such
assistance as may be reasonably required in the course of such inspection.
14. Independent Contractor. Contractor is an independent contractor, and not an employee or
agent of City, and has no authority to contract or enter into any agreement in the name of City.
Contractor has, and hereby retains, full control over the employment, direction, compensation and
discharge of all persons employed by Contractor who are assisting in the performance of services
under this contract. Contractor shall be responsible for its own acts and those of its agents and
employees during the term of this contract.
15. Prohibited Interests. (a) No member of or delegate to the Congress of the United States
shall be admitted to any share or part of this contract or to any benefits arising therefrom.
(b) No member, officer or employee of City or the locality of City during the term of this
contract or for one year thereafter shall have any interest, direct or indirect, in this contract or
the proceeds thereof. Contractor shall insert the foregoing sentence in each of its subcontracts
entered into in connection with this contract.
(c) Contractor represents that to the best of its knowledge no governing board member,
officer, or employee of City has any interest, contractual or noncontractual, financial or
otherwise, in this transaction or contract or in the business of Contractor. If any such interest
comes to the knowledge of Contractor at any time, a full and complete disclosure of all such
information shall be made in writing to City even if such interest would not be considered a
conflict of interest under the laws of the State of California. Contractor shall prepare and file
with City such statements as shall be required by the Transit Manager under the City Conflict of
Interest Code. No member, officer, or employee of City shall solicit or accept gratuities, favors
8
or anything of monetary value from Contractor, potential contractors or parties to sub-agreements.
16. Compliance with Law. Contractor shall be familiar with, abide by and comply with, and
all materials, supplies and equipment furnished by Contractor pursuant to this contract shall
comply with, all applicable laws, statutes and regulations of the United States, the State of
California and local Califomia public entities. Contractor shall, if requested by City, supply
certification and evidence of such compliance. Without limiting the generality of the foregoing,
Contractor shall be familiar with, abide by and comply with applicable laws and regulations
governing use of grant funds, and the following laws and regulations:
(a) FTA Circular C 9100.1;
(b) Nondiscrimination, equal employment opportunity and affirmative action laws and
regulations, as provided in Section 2, subparts 2.1.4.4 and 2.1.4.2 of the Contractual Provisions
included in Exhibit A, and as provided in 41 CFR Part 60;
(c) Disadvantaged business enterprise and women's business enterprise laws and
regulations, as provided in Contractor's TVM Certification of Compliance (page BP - 37 of the
Bid Form included in Exhibits A and C) and in Section 1 (page BP - 20) of the Solicitation
included in Exhibit A;
(d) Fair employment practices laws and regulations, as provided in Contractor's Fair
Employment Practices Certification (page BP -30 of the Bid Form included in Exhibits A and C)-
(e) Workers' compensation insurance laws and regulations, as provided in subpart 7 of
Attachment A, Basic Insurance Requirements, included in Exhibit A;
(f) Labor and wage laws and regulations as provided in the Davis-Bacon Act(40 USC 276
a to a-7), as supplemented by regulations contained in 29 CFR Part 5, and as provided in Section
103 and 107 of the Control Work Hours and Safety Act (40 USC 327-330), as supplemented by
regulations contained in 29 CFR Part 5.
(g) Buy America laws and regulations, as provided in Contractor's Buy America
Certificate (page BP - 32 of the Bid Form included in Exhibits A and C;
(h) Non-collusion bidding laws and regulations, as provided in Contractor's Bid Form
(page BP - 24 of the Bid Form 1.2 included in Exhibits A and C);
(i) Air pollution laws and regulations, as provided in Subpart 2.1.7 (page BP -59) of the
Contractual Provisions included in Exhibit A.
0) Motor vehicle safety laws and regulations, as provided in Subpart 2.1.6(page BP -59)
of the Contractual Provisions included in Exhibit A.
9
(k) Cargo preference laws and regulations, as provided in Subpart 2.1.8 (page BP - 59)
of the Contractual Provisions included in Exhibit A.
(1) Environmental Standards as provided in Subpart 2.1.5 (page BP - 59) of the
Contractual Provisions included in Exhibit A; and,
17. Waiver. The waiver by either City or Contractor of a breach of this contract shall not
constitute a continuing waiver or a waiver of any subsequent breach of either the same or a
different provision of this contract.
18. No Assignment: Subcontracts. This contract may not be assigned, transferred, conveyed,
subletted or otherwise disposed of without the prior written consent of the Transit Manager and
Contractor. Contractor shall not subcontract all or any portion of its services under this contract
without the prior written consent of the Transit Manager, and any attempt thereat shall be void
and unenforceable. If Contractor enters into any subcontracts with such consent, Contractor
understands and agrees that the subcontractors shall be solely and directly responsible to
Contractor and that City shall have no obligation to them.
19. Time of Essence. Time is of the essence of this contract.
20. Interpretation. City's determination of the meaning and intent of any ambiguities in this
contract shall be final and conclusive, except that such determination shall not preclude contractor
from exercising its rights and remedies under the law.
21. Law of California. This contract shall be governed by the laws of the State of California.
22. Amendment of Contract. Except as otherwise provided herein, this contract may be
amended only by a writing signed by both City and Contractor.
23. Notices. All notices shall be in writing and delivered in person or by mail. Notices given
to City shall be addressed as follows: City of San Luis Obispo, 955 Morro, San Luis Obispo,
CA 93401. Notices given to Contractor shall be addressed as follows: The Gillig Corporation,
P.O. Box 3008, Hayward, CA 94545.
24. Reouired Provisions Deemed Inserted. Each and every provision of law and clause
required by law to be inserted in this contract shall be deemed to be inserted herein and the
contract shall be read and enforced as though it were included herein, and if through mistake or
otherwise any such provision is not inserted, or is not correctly inserted, then upon the application
of either party the contract shall forthwith be physically amended to make such insertion or
correction.
25. No Personal Liability of Public Officials. In carrying out any of the provision hereof in
exercising any authority granted by this contract, there will be no personal liability upon any
public official.
10
65-13
26. Execution of Contract. An officer of Contractor shall execute this contract, affix the
corporate seal thereto, and return the executed original contract and two (2) counterparts thereof
to City within fifteen (15) days of Contractor's receipt of this form of contract. If Contractor
does not so execute this contract, City may annul the award of contract.
11
INWITNESS WHEREOF, the parties hereto have caused this instrument to be executed
the day and year first above written.
ATTEST: CITY OF SAN LUIS OBISPO,
A Municipal Corporation
By:
City Clerk
APPROVED AS TO FORM: GILLIG CORPORATION
ty tto y
CORPORATE SEAL:
12
tr446 F-ederal Register J uoi No. 18 / Friday jaanary 29. 19_93 J e6 ami Regm&6'a3is
(K)Disceminated lathe ftrbik in DEPARTMENT CF 7RAfr+SPn87AT]ON Summary of Provisions
trnnsmissioas.
.)Claims r:baIIbsarsheariginal Federal Transit Administration Complete Sus
...gnacaxenfiheziEizaantaraf adady 49 C.--R r-haptar 10 The ==plate bus is warrarited and
=utharized representative of the guaranteed lobe free from defects duo
claimant. PoUcvSLa1&R 9onE 1ogLbllkytor to design orwarknranship for one year
(c)In the event that the legal name Funding of Wanandas on-Heavy-Duty or 50.000 miles.whichever comas first:
and/or full addrass of the claimant Buser;rL-t=allo" begiaamg vn.the in-s v .date ordato
changes afierlhe afih=arlwim she of acceptance.whichever cumes1iirst.
claimant shall notify the Tribunal of OT. Federal Tmnsit.Admiaistration. for each bus.During this warranty
suchrhange rvithin lhirfyday3mfThe period.the bus shall maintain its
change.artheclaimmaybesubjedto AZEIGN:Notice of.paiicystnama^i stsuctaralintegrity.-Tbewanantyis
dismissal based on normal-operation of the bus
suummr.Today's document clanEas under the operating conditions
id)If an interested copyr ightparty the Federal Transit Admiai=ation's prevailing in the operator's locale.
intends to Eleclaimsagai3==omsban (FTA)policy on eligibMty for{apital Subsystems C
one Subf— aclisar
arch-daimusiise funding of warranties on heayy-duty tams ano mPonenu
filed saparataty with•thq Copyright buswNvith a minimum service life of 12 Spedfrr subsystems and components
Royalty Tribunal.r9nytlaim that years or 5130.000 miles.This notice will
axe>AramtntedamdSuaranleed to-be free
purpartszo-MG agsiast-MOM'than VMO assist.gramees in intatpreting capital from defects and related defects for the
subfundwill.baTojecxad. grant aligibHityfor vehicle rubsysterns following times or mileages:
and components.by clazi ydng ilia
§311A ComPwgic@wftt awsutmy Lara definition of a standard warranty., (Whkt"WOrcoefts
Claims filed with the Copyright ns.=This rla=ificatioa is effective for awn rrsn
Royalty Tribunal-shall be considered bus.prnaaements made with lands Years udaaga
timely filed only1h obligated.byFTAah=jaraaary 1.1993.
Enok-w 2 200.000
(s)Theyer>,recei•radin2heaifioaszzf FORF13FrTlFFB1Ix�ONLQSJ.LI: Trs„Q„Atvsri 2 100LQ:
the.CoP3'Tight$ayaftyTzibrmalsimmg G4mBe4T—i.:r11:E affiants - OfSMaxle 2 TOOA.^t'
normal bu=nesshacrs-%ize:mg the IImmageraffitt.2t]Z 3ti6-Sr15. IDD 202- "W syaem iajzksibV
months of January or February:= 366--9557. 135clar.mateclLo 2 so=
•(b)Theytrra poperly addmssred totho stppLEuEmaAtY.rQMM&kTrort: o�a— 2 (')
Baan saveaae — 3 3WjXX?
yright'RoyedtyTn-b'crral.1825 SMCWrat ktoo iy co=&. n. 7. 350JD00
Polity cam=- -i [t,. nation F
sectticatr�vmroo.t�li�V,saito918. �i�yli�•n�lr_.....�:�ncliaa ��
Washington.4X74009aadtheytiro
depositsdWith aaffrriall TM stagewith H Thos warranty levelsaro
the United 9tates Pascal Sarvicv arrd Background and Purpose recommended-hut are cot required.
bear a January n f0bruary U.S. However.warranties that exceed the
boatmaan ary or abru o -U.S.th a The FI'A policy concerning eligibility recommended periods are not-eligible
for capital funding of wanes ties on tar, its]loads ,but ma
bt sinnsstnotor-dra mm Tecaived after heavy-duty buses with a anirrirrrum � y.be e4ble•for
the-lastoPa=uag=iS eo.Theprovisions
service Me-of 12 ve==500000 mi3es liuedabove�othar.tban.thesructutal
accepted as having been timely filed.No previously has been that"standard-' int t corrasion item)are the-same as
ciaimmapfia-ftledbvfaaimilo warranties ape eli tbie-capital 7
B 'cop those listed in:the arm=t edition of an
transmission. part of the purchaso of busas..whi4e
April 1977 report issued by the
"extended"warnini as
§311-5 FomoL amaperaciag AmerimnPublicTrsnsiiAssodalioa
costs.Due 10zT,- cWLiesininterpffi11119 entitlsd-Baca Line A:dvancedDcsip
The Comy4ghlRovalty Tribunaldoes this warrmrty policy.IheYTA is issuing Transit Coach S.pecirr=ions.otherwise
not provide printadlarsrsforthefiling thtsstoticotorlarifvibawarnuity knowaas-dm- hiteSock".
of claims. provisions that ars- ] g--blalor capital I�� I�u 19. 1993.
Dead lamury a.1 093. funding. m3
Bran W.Vymar.
Cindy D..b. Scop and Effective.-Owc Adaunisuorar.
C.hoirmvn. This policy applies to all bus TFRDoc 93-1776 F(Icd 1-iv 5::8:45 aml
IFR Doc 93-2303 Filcd 1-28-93;B:95aml procuromants mads wilb funds art.ta+gtoae.oro.a�r
aIWYa coat: 1410-0ar obligated after January 1.1993.