Loading...
HomeMy WebLinkAbout5200-5216RESOLUTION NO. 5216 (1983 Series) A RESOLUTION OF THE COUNCIL OF THE CITY OF SAN LUIS OBISPO IN SUPPORT.OF PROTECTIVE PROVISIONS IN THE FY 1984 INTERIOR APPROPRIATIONS BILL, AFFECTING CALIFORNIA OCS LEASING WHEREAS, the City of San Luis Obispo has previously passed Resolution 5145 (1983 Series) supporting pending bipartisan legislation in the U. S. Congress, placing a moratorium on offshore oil drilling on the outer continental shelf; and WHEREAS, the U. S. House of Representatives did in July 1983 adopt provisions, attached to the Interior Appropriations Bill by FY 1984, which would preclude funding for the conduct of certain OCS leasing activities in specific portions of the central /northern and southern California OCS planning area; and WHEREAS, during September 1983 the U. S. Senate will engage in deliberations over the final version of the FY 1984 Interior Appropri- ations Bill; NOW,THEREFORE, BE IT RESOLVED that the City Council of San Luis Obispo, California does hereby urge the U. S. Congress and the President to support provisions in the FY 1984 Interior Appropriations Bill which would preclude funding for the conduct of OCS leasing activities in certain planning areas consistent with those areas qualified in pending moratorium legislation. BE IT FURTHER RESOLVED that this resolution shall be forwarded to the President and all members of the U. S. Congress who are involved in the approval of the Interior Appropriations Bill for FY 1984. R 5216 71 Resolution No. 5216 (1983 Series) r On motion of Councilman Dunin, seconded by Councilman Settle, and on the following roll -call vote: Page 2 AYES: Councilmembers Dunin, Settle, Dovey, Griffin and Mayor Billig NOES: None ABSENT: None the foregoing resolution is passed and adopted this 6th day of September, 1983. W A X W W A F R Resolution No. 5216(' )$3 Series) Page 3 APPROVED: City AdmiAstrAtive Officer �i /� �' �� �� n _ ,� �11 I� RESOLUTION NO. 5215 (1983 Series) A RESOLUTION OF THE SAN LUIS OBISPO CITY COUNCIL APPROVING AN AGREEMENT BETWEEN THE CITY OF SAN LUIS OBISPO AND SAN LUIS OBISPO COUNTY YOUTH SYMPHONY FOR CITY TO PAY ASSOCIATION $1,500.00 TO BE EXPENDED FOR FISCAL YEAR 1983 -84 BE IT RESOLVED by the San Luis Obispo City Council as follows: SECTION 1. That certain agreement, attached hereto marked Exhibit A and incorporated herein by reference, between the City of San Luis Obispo and San Luis Obispo County Youth Symphony is hereby approved and the Mayor is authorized to execute the same. SECTION 2. The City Clerk shall furnish a copy of this resolution and a copy of the executed agreement approved by it to: San Luis Obispo County Youth Symphony; City Finance Director. On motion of Councilman Dunin , seconded by Councilman Settle and on the following roll -call vote: AYES: Councilmembers Dunin, Settle, Dovey, Griffin and Mayor Billig NOES: None ABSENT: None the foregoing resolution is passed and adopted this 6th day of September, 1983. W x x x x W W x R 5215 RESOLUTION NO. 5215— '(1983 Series) Page 2 APPROVED: ity Admi ratLiy Officer /City Attorney PM MM.' . ,� I A G R E E M E N T TO ACCOMPANY GRANT BY THE CITY OF SAN LUIS OBISPO TO CULTURAL, ARTISTIC OR EDUCATIONAL ORGANIZATIONS FOR FISCAL YEAR 1983 -84 SAN LUIS OBISPO COUNTY YOUTH SYMPHONY This agreement is made and entered into this sixth day of September, 1983, by and between the CITY OF SAN LUIS OBISPO, a chartered municipal corporation (referred to herein as "City "), and SAN LUIS OBISPO COUNTY YOUTH SYMPHONY (referred to herein as "Association "). WITNESSETH: WHEREAS, City desires to sponsor and support activities of a cultural, artistic, and educational nature for the benefit -of the City's residents and for the promotion of the City as an inviting place for visitors and tourists; and WHEREAS, Association has demonstrated its ability to provide a program which contributes to the quality of life in San Luis Obispo; and WHEREAS, Association has requested City to grant it funds to conduct its program; and WHEREAS, City has appropriated One Thousand Five Hundred Dollars ($1,500.00) in the 1983 -84 budget for the purpose of assisting Association in its endeavors; 1. City agrees to pay Association the sum of One Thousand Five Hundred Dollars ($1,500.00) to be expended for the publicity and production of concerts to be held by the Association during the 1983 -84 concert season. 2. On or before April 15, 1984, Association will provide City with a detailed statement of its income and expenses for the previous twelve- month period ending March 31, 1984. 3. Association and all of its agents, representatives, and parti- cipants in any manner in the performance of Association's obligations and duties hereunder shall be employees, independent contractors, or volunteers for Association and shall not for any purpose be considered as employees or agents of City. Association agrees to hold City harm- less and to defend City in any action, proceeding, or hearing wherein the cause of action or claim is based upon an allegation that any person acting on behalf of Association or the Association itself is an employee or agent of the City including, without limitation, all actions and claims based upon contract, tort, or statutory provisions. 4. For purposes of notice under this Agreement, all notices shall be considered effective upon being sent by certified mail to the following addresses: City: Office of the City Clerk City of San Luis Obispo P.O. Box 321 San Luis Obispo, CA. 93406 Association: San Luis Obispo County Youth Symphony P.O. Box 430 San Luis Obispo, CA 93406 IN WITNESS WHEREOF, the parties hereto have executed this agreement by their proper officers duly authorized as of the date first written above. ASSOCIATION: SAN LUIS OBISPO COUNTY YOUTH SYMPHONY By: a% S,/ Name: Zs g / Title: �s ¢ CITY: Page 2 RESOLUTION NO. 5214 (1983 Series) A RESOLUTION OF THE SAN LUIS OBISPO CITY COUNCIL APPROVING AN AGREEMENT BETWEEN THE CITY OF SAN LUIS OBISPO AND SAN LUIS OBISPO COUNTY SYMPHONY FOR CITY TO PAY ASSOCIATION $5,000.00 TO BE EXPENDED FOR FISCAL YEAR 1983 -84 BE IT RESOLVED by the San Luis Obispo City Council as follows: SECTION 1. That certain agreement, attached hereto marked Exhibit A and incorporated herein by reference, between the City of San Luis Obispo and San Luis Obispo County Symphony is hereby approved and the Mayor is authorized to execute the same. SECTION 2. The City Clerk shall furnish a copy of this resolution and a copy of the executed agreement approved by it to: San Luis Obispo County Symphony; City Finance Director. On motion of Councilman Dunin seconded by Councilman Settla, and on the following roll -call vote: AYES: Councilmembers Dunin, Settle, Dovey, Griffin and Mayor Billig NOES: None raiMAZU�i f.Tm the foregoing resolution is passed and adopted this 6th day of September, 1983. 85214 RESOLUTION NO. 5214 (1983 Series) APPROVED: City 'AdmineAratXv'e Officer pity Attorney Page 2 t A G R E E M E N T TO ACCOMPANY GRANT BY THE CITY OF SAN LUIS OBISPO TO CULTURAL, ARTISTIC OR EDUCATIONAL ORGANIZATIONS FOR FISCAL YEAR 1983 -84 SAN LUIS OBISPO COUNTY SYMPHONY This agreement is made and entered into this sixth day of September, 1983, by and between the CITY OF SAN LUIS OBISPO, a chartered municipal corporation (referred to herein as "City "), and SAN LUIS OBISPO COUNTY SYMPHONY (referred to herein as "Association "). WITNESSETH: WHEREAS, City desires to sponsor and support activities of a cultural, artistic, and educational nature for the benefit of the City's residents and for the promotion of the City as an inviting place for visitors and tourists; and WHEREAS, Association has demonstrated its ability to provide a program which contributes to the quality of life in San Luis Obispo; and WHEREAS, Association has requested City to grant it funds to conduct its program; and WHEREAS, City has appropriated Five Thousand Dollars ($5,000.00) in the 1983 -84 budget for the purpose of assisting Association in its endeavors; NOW THEREFORE: 1. City agrees to pay Association the sum of Five Thousand Dollars ($5,000.00) to be expended for the publicity and production of concerts to be held by Association during the 1983 -84 concert season. 2. On or before April 15, 1984, Association will provide City with a detailed statement of its income and expenses for the previous twelve- month period ending March 31, 1984. Page 1 3. Association and all of its agents, representatives, and parti- cipants in any manner in the performance of Association's obligations and duties hereunder shall be employees, independent contractors, or volunteers for Association and shall not for any purpose be considered as employees or agents of City. Association agrees to hold City harm- less and to defend City in any action, proceeding, or hearing wherein the cause of action or claim is based upon an allegation that any person acting on behalf of Association or the Association itself is an employee or agent of the City including, without limitation, all actions and claims based upon contract, tort, or statutory provisions. 4. For purposes of notice under this Agreement, all notices shall be considered effective upon being sent by certified mail to the following addresses: City: Office of the City Clerk City of San Luis Obispo P.O. Box 321 San Luis Obispo, CA 93406 Association: San Luis Obispo County Symphony Association P.O. Box 658 San Luis Obispo, CA 93406 IN WITNESS WHEREOF, the parties hereto have executed this agreement by their proper officers duly authorized as of the date first written above. ASSOCIATION: SAN LUIS OBISPO COUNTY SYMPHONY ASSOCI ' ON �k By: Name • tam/k 6 / Title: CITY: Page 2 0 RESOLUTION NO. 5213 (1983 Series) A RESOLUTION OF THE SAN LUIS OBISPO CITY COUNCIL APPROVING AN AGREEMENT BETWEEN THE CITY OF SAN LUIS OBISPO AND SAN LUIS OBISPO COUNTY BAND, INC. FOR CITY TO PAY ASSOCIATION $19500.00 TO BE EXPENDED FOR FISCAL YEAR 1983 =84 BE IT RESOLVED by the San Luis Obispo City Council as follows: SECTION 1. That certain agreement, attached hereto marked Exhibit A and incorporated herein by reference, between the City of San Luis Obispo and San Luis Obispo County Band, Inc. is hereby approved and the Mayor is authorized to execute the same. SECTION 2. The City Clerk shall furnish a copy of this resolution and a copy of the executed agreement approved by it to: San Luis Obispo County Band, Inc.; City Finance Director. On motion of Councilman Dunifi seconded by Councilman Settle, and on the following roll -call vote: AYES: Councilmembers Dunin, Settle, Dovey, Griffin and Mayor Billig NOES: None ABSENT: None the foregoing resolution is passed and adopted this 6th day of September, 1983. N R N N N R N N R 5213 RESOLUTION NO. 5213 (1983 Series) Page 2 APPROVED: City Adm' 'str ive fficer )k &� y - Attorney C� A G R E E M E N T a� TO ACCOMPANY GRANT BY THE CITY OF SAN LUIS OBISPO TO CULTURAL, ARTISTIC OR EDUCATIONAL ORGANIZATIONS FOR FISCAL YEAR 1983 -84 SAN LUIS OBISPO COUNTY BAND, INC. This agreement is made and entered into this sixth day of September, 1983, by and between the CITY OF SAN LUIS OBISPO, a chartered municipal corporation (referred to herein as "City "), and SAN LUIS OBISPO COUNTY.BAND, INC. (referred to herein as "Association "). WITNESSETH: WHEREAS, City desires to sponsor and support activities of a cultural, artistic, and educational nature for the benefit of the City's residents and for the promotion of the City as an inviting place for visitors and tourists; and WHEREAS, Association has demonstrated its ability to provide a program which contributes to the quality of life in San Luis Obispo; and WHEREAS, Association has requested City to grant it funds to conduct its program; and WHEREAS, City has appropriated One Thousand Five Hundred Dollars ($1,500.00) in the 1983 -84 budget for the purpose of assisting Association in its endeavors; NOW THEREFORE: 1. City agrees to pay Association the sum of One Thousand Five Hundred Dollars ($1,500.00) to be expended for performances throughout the year. 2. On or before April 15, 1984, Association will provide City with a detailed statement of its income and expenses for the previous twelve- month period ending March 31, 1984. Page 1 3. Association and all of its agents, representatives, and parti- cipants in any manner in the performance of Association's obligations and duties hereunder shall be employees, independent contractors, or volunteers for Association and shall not for any purpose be considered as employees or agents of City. Association agrees to hold City harm- less and to defend City in any action, proceeding, or hearing wherein the cause of action or claim is based upon an allegation that any person acting on behalf of Association or the Association itself is an employee or agent of the City including, without limitation, all actions and claims based upon contract, tort, or statutory provisions. 4. For purposes of notice under this Agreement, all notices shall be considered effective upon being sent by certified mail to the following addresses: City: Office of the City Clerk City of San Luis Obispo P.O. Box 321 San Luis Obispo, CA 93406 Association: San Luis Obispo County Band, Inc. P.O. Box 135 San Luis Obispo, CA 93406 IN WITNESS WHEREOF, the parties hereto have executed this agreement by their proper officers duly authorized as of the date first written above. ASSOCIATION: SAN LUIS OBISPO COUNTY BAND, INC. By: Name • us Titl . CITY: Page 2 RESOLUTION NO. 5212 (1983 Series) A RESOLUTION OF THE SAN LUIS OBISPO CITY COUNCIL APPROVING AN AGREEMENT BETWEEN THE CITY OF SAN LUIS OBISPO AND, SAN LUIS OBISPO MOZART FESTIVAL ASSOCIATION FOR CITY TO PAY ASSOCIATION $59000.00 TO BE EXPENDED FOR FISCAL YEAR 1983 -84 BE IT RESOLVED by the San Luis Obispo City Council as follows: SECTION 1. That certain agreement, attached hereto marked Exhibit A and incorporated herein by reference, between the City of San Luis Obispo and San Luis Obispo Mozart Festival Association is hereby approved and the Mayor is authorized to execute the same. SECTION 2. The City Clerk shall furnish a copy of this resolution and a copy of the executed agreement approved by it to: San Luis Obispo Mozart Festival Association; City Finance Director. On motion of Councilman Dunin , seconded by Councilman Settle, and on the following roll -call vote: AYES: Councilmembers Dunin, Settle, Dovey, Griffin and Mayor Billig NOES: None ABSENT: None the foregoing resolution is passed and adopted this 6th day of September, 1983. R 5212 RESOLUTION NO. 5212 (1983 Series) APPROVED: City Admlnistfa'tive Officer a ity Attorney Page 2 A G R E E M E N T TO ACCOMPANY GRANT BY THE CITY OF SAN LUIS OBISPO TO CULTURAL, ARTISTIC OR EDUCATIONAL ORGANIZATIONS FOR FISCAL YEAR 1983 =84 SAN LUIS OBISPO MOZART FESTIVAL ASSOCIATION This agreement is made and entered into this sixth day of September, 1983, by and between the CITY OF SAN LUIS OBISPO, a chartered municipal corporation (referred to herein as "City "), and SAN LUIS OBISPO MOZART FESTIVAL ASSOCIATION (referred to herein as "Association "). WITNESSETH: WHEREAS, City desires to sponsor and support activities of a cultural, artistic, and educational nature for the benefit of the City's residents and for the promotion of the City as an inviting place for visitors and tourists; and WHEREAS, Association has demonstrated its ability to provide a program which contributes to the quality of life in San Luis Obispo; and WHEREAS, Association has requested City to grant it funds to conduct its program; and WHEREAS, City has appropriated Five Thousand Dollars ($5,000.00) in the 1983 -84 budget for the purpose of assisting Association in its endeavors; NOW THEREFORE: 1. City agrees to pay Association the sum of Five Thousand Dollars ($5,000.00) to be expended for the 1984 Mozart Festival; 2. On or before April 15, 1984, Association will provide City with a detailed statement of its income and expenses for the previous twelve- month period ending March 31, 1984. Page 1 3. Association and all of its agents, representatives, and parti- cipants in any manner in the performance of Association's obligations and duties hereunder shall be employees, independent contractors, or volunteers for Association and shall not for any purpose be considered as employees or agents of City. Association agrees to hold City harm- less and to defend City in any action, proceeding, or hearing wherein the cause of action or claim is based upon an allegation that any person acting on behalf of Association or the Association itself is an employee or agent of the City including, without limitation, all actions and claims based upon contract, tort, or statutory provisions. 4. For purposes of notice under this Agreement, all notices shall be considered effective upon being sent by certified mail to the following addresses: City: Office of the City Clerk City of San Luis Obispo P.O. Box 321 San Luis Obispo, CA 93406 Association: San Luis Obispo Mozart Festival Association P.O. Box 311 San Luis Obispo, CA 93406 IN WITNESS WHEREOF, the parties hereto have executed this agreement by their proper officers duly authorized as of the date first written above. ASSOCIATION: SAN LUIS OBISPO MOZAR FESTIVAL By: Name. / Title: 4 CITY: Page 2 RESOLUTION NO. 5211 (1983 Series) A RESOLUTION OF THE SAN LUIS OBISPO CITY COUNCIL APPROVING AN AGREEMENT BETWEEN THE CITY OF SAN LUIS OBISPO AND SAN LUIS OBISPO ART ASSOCIATION FOR CITY TO PAY ASSOCIATION $3,000.00 TO BE EXPENDED FOR FISCAL YEAR 1983 -84 BE IT RESOLVED by the San Luis Obispo City Council as follows: SECTION 1. That certain agreement, attached hereto marked Exhibit A and incorporated herein by reference, between the City of San Luis Obispo and San Luis Obispo Art Association is hereby approved and the Mayor is authorized to execute the same. SECTION 2. The City Clerk shall furnish a copy of this resolution and a copy of the executed agreement approved by it to: San Luis Obispo Art Association; City Finance Director. On motion of Councilman Dunin , seconded by Councilman Settle, and on the following roll -call vote: AYES: Councilmembers Dunin, Settle, Dovey, Griffin and Mayor Billig NOES: None ABSENT: None the foregoing resolution is passed and adopted this 6th day of September, 1983. V V W x x x a x R 5211 RESOLUTION NO. 5211 (1983 Series) Page 2 APPROVED: OL City ApWinistefative Officer #V"/ City Attorney MINOR A G R E E M E N T TO ACCOMPANY GRANT BY THE CITY OF SAN LUIS OBISPO TO CULTURAL, ARTISTIC OR EDUCATIONAL ORGANIZATIONS FOR FISCAL YEAR 1983 -84 SAN LUIS OBISPO ART ASSOCIATION This agreement is made and entered into this sixth day of September, 1983, by and between the CITY OF SAN LUIS OBISPO, a chartered municipal corporation (referred to herein as "City "), and SAN LUIS OBISPO ART ASSOCIATION (referred to herein as "Association "). WITNESSETH: WHEREAS, City desires to sponsor and support activities of a cultural, artistic, and educational nature for the benefit of the City's residents and for the promotion of the City as an inviting place for visitors and tourists; and WHEREAS, Association has demonstrated its ability to provide a program which contributes to the quality of life in San Luis Obispo; and WHEREAS, Association has requested City to grant it funds to conduct its program; and WHEREAS, City has appropriated. Three Thousand Dollars ($3,000.00) in the 1983 -84 budget for the purpose of assisting Association in its endeavors; NOW THEREFORE: 1. City agrees to pay Association the sum of Three Thousand Dollars ($3,000.00) to be expended for the purpose of operating the San Luis Obispo Art - Center. 2. On or before April 15, 1984, Association will provide City with a detailed statement of its income and expenses for the previous twelve- month period ending March 31, 1984. Page 1 3. Association and all of its agents, representatives, and parti- cipants in any manner in the performance of Association's obligations and duties hereunder shall be employees, independent contractors, or volunteers for Association and shall not for any purpose be considered as employees or agents of City. Association agrees to hold City harm- less and to defend City in any action, proceeding, or hearing wherein the cause of action or claim is based upon an allegation that any person acting on behalf of Association or the Association itself is an employee or agent of the City including, without limitation, all actions and claims based upon contract, tort, or statutory provisions. 4. For purposes of notice under this Agreement, all notices shall be considered effective upon being sent by certified mail to the following addresses: City: Office of the City Clerk City of San Luis Obispo P.O. Box 321 San Luis Obispo, CA 93406 Association: San Luis Obispo Art Association P.O._ Box 813 San Luis Obispo, CA 93406 IN WITNESS WHEREOF, the parties hereto have executed this agreement by their proper officers duly authorized as of the date first written above. ASSOCIATION: SAID By: Nau Tit CITY: Page 2 RESOLUTION NO. 5210 (1983 Series) A RESOLUTION OF THE COUNCIL OF THE CITY OF SAN LUIS OBISPO APPROVING AN AGREEMENT BETWEEN THE CITY AND AMERICAN BELL, INC., FOR INSTALLATION OF HORIZON AT CORPORATION YARD BE IT RESOLVED by the Council of the City of San Luis Obispo as follows: SECTION L. That certain agreement, attached hereto marked Exhibit "A" and incorporated herein by reference, between the City of San Luis Obispo and American Bell, Inc., is hereby approved and the Mayor is authorized to execute the same. SECTION 2. The City Clerk shall furnish a copy of this resolution and a copy of the executed agreement approved by it to.: American Bell, Inc., Public Works Director; Project Coordinators; Finance Director On motion of Councilman Dunin seconded by Councilman Settle and on the following roll_ .call vote: AYES: Councilmembers Dunin, Settle, Dovey, Griffin and Mayor Billig NOES: None ABSENT: None the foregoing Resolution was passed and adopted this 6th day of SeptembQr 1983. R 5210 Resolution No. `5210,,__,.983 Series) Page 2 Approved: Paux— 0- S City Administrative Officef Ci At ey u I I American Bell Inc. ( "ABI ") EXHIBIT "A" Contract %o. A 0 0 3 4 2 9 9 3 SERVICE /PURCHASE AGREEMENT Address7170 N. FINANCIAL DRIVE FRESNO, CA 93710 ABI and Customer agree that the following terms and conditions will apply to any order under this Agreement for the provision or sale of products and services to Customer by ABI. 1. COVERAGE ABI will provide for Customer's use the communications and information systems products and services set forth in any Ser- vice Agreement Equipment Supplement or other service order and will sell the products set forth in any Purchase Agreement Equipment Supplement or other purchase order.. Title to _ software and other programs used with the products shall remain with ABI or its suppliers. All orders placed by Customer and accepted by ABI will become an integral part of this Agreement. 2. TERM A. This Agreement will become effective when signed by Cus- tomer and subsequently accepted in writing by ABI and will con- tinue until terminated as provided herein. Any order under this Agreement will be effective when placed by Customer and ac- cepted by ABI. B. For products provided under a Service Agreement Equip- .. ment Supplement or other service order, the service period will begin the day following the date the product is installed, if in- stalled by ABI, or on the day following the date of delivery to Customer if not installed by ABI. Upon expiration of the service period, the order will be automatically renewed for a like period or for the next shorter period if the original one is not offered at the time of renewal, unless written notice to the contrary is re- ceived by either party from the other at least ninety (90) days prior to the expiration of the service period. If the service period is less than ninety (90) days, thirty (30) days' notice will be re- quired. Renewals will be at the price and on the terms and condi- tions of ABI then in effect at the time of renewal. 3. INSTALLATION A. ABI will install the products provided under a service or purchase order if installation charges are separately set forth on the Equipment Supplement or other order. Customer agrees to pay such charges. Customer agrees to provide the proper envi- ronment and electrical and telecommunications connections as specified by ABI. B. ABI will make reasonable efforts to complete installation/ delivery of the products or services by the installation /delivery date set forth in the Equipment Supplement or other order and will notify Customer as soon as practicable of any delay. Cus- tomer agrees to notify ABI as soon as practicable if Customer requires postponement of the installation/ delivery date. C. If ABI performs any moves or changes or other speciaLs.er- vices for Customer, Customer :agrees to pay ABI's applicable charges. 4. USE AND MAINTENANCE UNDER SERVICE ORDERS A. ABI will.maintain in good working order during the service period products provided under Service Agreement Equipment Supplements or other service orders. Customer Name CITY OF SAN LUIS OBISP(OCustomer") Address P•O.BOX 321 SAN LUIS OBISPO, CA 93406 B. ABI will provide, at no extra charge, such training, instruc- tional material and other support services as is standard for the product or service ordered. Additional training, instructional material and support services may be available for an.additional charge. C. Customer agrees to use the products and perform any authorized installation and maintenance on the products in a careful and proper manner and in accordance with any manuals and instructions provided by .ABI. Customer will not perform, or permit others to perform, any installation or maintenance un- less it is expressly authorized by ABI and will pay the cost of repairs necessitated by unauthorized work. U. The products shall be used by Customer only at the loca- tions) specified in the Service Agreement Equipment Supple- ment or other service order and shall not be removed or relocated by Customer except as expressly authorized by ABI. E. Customer will not make any modifications in the products without the written permission of ABI. If, in the opinion of ABI. any modifications, whether or not made with the permission of ABI, interfere with the normal operation or maintenance of the products or create a safety hazard, Customer swill, at its expense, remove the modification or pay any additional costs ABI incurs because of the modification. F. During the term of this Agreement, Customer shall permit .ABI reasonable access to the products to enable ABI to perform any necessary inspection. testing, maintenance or repair. S. SERVICE AGREEMENT UPGRADES..ADD/TIONSAAD PAYMENT OPTIONS A. The Service Agreement Appendix attached hereto and in- corporatedby reference sets forth the terms and conditions upon which upgrades and additions nmv be made to products provided to Customer under service orders. B. The Service Agreement Appendix also sets forth certain Customer options with respect to changes in service periods and lump sum payment. 6. PRICE AND PAYNIENT A. Service Orders. Products and services will be provided at the charges and for the period specified in the Service Agreement Equipment Supplement or other service order. Monthly charges will be billed in advance. One -time charges will be billed as in- curred. Payment is due within thirty (30) days of the invoice date. When a product is installed for part of a month, the monthly charges will be prorated on the basis of a thirty (30) day month. A minimum of three (3) months' charges will apply on all products initially provided on a month -to -month service period. B. Purchase Orders. Products will be sold for the charges set forth on the Purchase Agreement Equipment Supplement or other purchase order. Payment is due within thirty (30) days of the invoice date. Both new and used products will be available for -sale. Products sold as new will qualify as.new under existing ORIGINAL COPY Federal tax laws. Cr16-2& • 7. APPLIC.411LEPRICES The prices set forill on any Equipment Supplement or other oj- der are those that skill apply [or (he scheduled inslallationldelit ,„ ei v date' slio%vri A the order. I [ installation.,' delivery is post" polled b) Customer - rioic than'I'Hirt'Y' - the : p ice . s N %it I be those in effect on thCrieve iniilbllation/delivci.gIdare. S. TAXES Cusiomcr agrees, to pay,any -saics. use or, other jocal,. state and'.1 Federal taxes, however desigruited,(cxcludirigjaxeslo ABI's•nel Income). imposed on or based upon the provision, sale or use of the products or e;vices provided under this .Agreement. rases will be separately stated on CLIStonlCr'S invoice or ,taicnicnt of 9. S11WIIENT All shipping, rig-unt, and'other d6iination chitfge% will be in- voiced by AM and paid by CustUrier. lo. nTLE AND RISK OF LOSS A. Service Orders. 1. All products provided urlder'ser6ccordcrs will remain the peronil property of ABI whether of 'riot attached to or embedded in reah"'. 2. All[ will Neafilie risk of loss or damage it) the products. except that Cusiorincr will be liable to ABI for the cost of repair or replacement ol'products l6si:'0r.d1maged'1s a result orally illtellLi6llal acts, unauthorized installation or niaifincnance or tither cause within Ilic reason- able control of Cuslorrfcl, its employees or agents, is. Purchase Orders. I. For products not alread.N. in Customer's piisIscssioti, title shall Pas, ILI Customer on the (title of shipment from ABI. For products already title ..shall pas, it) CuS;t.Ymcr in ihcdate Customer's ordcr.is accepted by ABI. 1. 1. 2. For products not alreidy,in Customer's possession, risk of lu,c passes I,) Cusiorner when the products are delivered to Cusicilici. AM will bear the risk ol. loss to products Mide in transit to Customer. FuLpioducts already in Cusiomer's pos- ,se,,ion- risK of ions pasws to Customer oil the date Cus- tomer'; order is accepted by A131. I/. SECt:R11'YL`VTF'UhS7" A. ABI or its assign hall ha%c i purchase money v security inter- est in any and all pruducts, together with all prociceds and re- placerneht,, sold or provided to Ctislooler pursuant II) each or- der under this Agreement until 311 charges, including insiallillioll change, set forth on that order are paid in fill[. H. Customer agrees that ABI may v file or rccordr this Agree- ment. any urdei , placed d hereunder and any othei,appficablc Joe-, unient a., rimy be necessary to protect the interest of ABI or its assign in the - products. Customer agrees to execute and deliver any LJOCUIllentI, reasonably requested by ABI for such purpose. /:. KARRANTYA.s'D RARRANTYEX•LUSIONS ';'1 f' j:*JIjl i;S'A '=j Weir", find Will bii`riffidbid ail Je- U"540"acir, �,lixw4ffise , , it o - r U - S - toi - n , e - f will - payany extra costs- ABU inE&s 6ijiUsi'6fi- tMe'.modi fiation. - e.:-" I- ej r, "x mu f�n) ,,, C.- The warranties provided, hereip- do,flo; cover, dam4i�i,,c!6- 00- fects. dialfunctions orserivice failura.qiusidd,4y: .:I _`11I 11 -�. ; ? , IIIj, by .-A.,;.AAcimer's failure, ti:5,1ollowc ✓AeBlfvdasiailadori ;-.,opera-; tion,or,.ru;iinLenance.instruaiorfs; ct.•:r.c.! .L, c !;i, •vjr*• itiodifications:qf the products; 3. Customer's,abuse, misuse.or negligent acts; and %-) I . �.Fh I-- - 4 1 `ks to sold *products, prily, p6wer fyiilure or surges, fire, flood, a'Zxiiiclern, actions of third panics and other evc'hlisou�i; siaic"Agl"s' 'C' "' I " "1" '14 - ', "f it� EL I ... VRS `MAKE I'- ' � N­ -),- U/' A A 9 I N_ T I kS,l " X' k I FY.' AN W SPk6 F. I (b A ETY I S' C.'V.-A� - INI, ANY WAR1 RANTY,'OPMERCHANTABILITY. OR FITNESS FOR A PAR'I'ICULAR':PURPi)SEiNk,(.'.K-!'.-,'%• , . I—' ... 'i.'. %; :j , _ ­�!,i, , , � , . /3. P4 TENTA IVD, COPYRIGI EAYNITY , 1. .1 ... I , .: TIND I. , .. ..I. , A131 will defend orset tie. ai its own.expensel any action brought against.Customer to.the extent that it is based on a claim that any product(,N) provided by ABI pursuant to this Agreement infringe any,U.S.,corivrighi or patem;,and ABI will pay,'thosecosis,,qam,. ages aild C'usion I icrIni.isny such action-a'nribultab'le io,arly ',, such 'clairr. butsuch defense, set- ` " ' ­ .1 1. �.. - ., .,. .. I . I :j Ll�[I)Clltsajld'i rl�ymcni-s'aic conditioned on [tie, following:_(I)that, ,\Hl shall be"notTri'ed promptly, in,writi g,by".Custo f­ I _ -1.1 ­ I—, f'.. -.1-n P!�FIP -4qy such clai I (2)lhaFABI shall have sole control of the defense of icily action on ' I- "' — for -I- golialions nsseliternent or comprorfiisdf:(3) thiii, Custo,rmr"slia'll' coblicriatc, , 1 1 , , � . I., �Ij vvith ABI in a- such tictwof prod ticts �proJided by'ABIt-withtproducts provided by others:.an&(5lshould7s - uch prod uct(q. become,, :or in ABI's opin, ion be.likelv, to become.. the subject of^suchfclaim of*infringe- menwthen Customer shall permiliABI, atABI)i option and ex- pense, either: - io'(a) procirre,for Cuslornerithe right*to continue using the product(swor (b) replace or modify, the stirrie:sorthat it becomes npninfrihiiing and functionally equivalem:,or fc) upon failure or (a) and (b) above despite the reasonable efforts of ABI, ror a. sold, product. bus, back the prod tie[ (s). -.it the Cus- tonier.'s purchase price, less depreciation calculated at aIn,'cq*u3I amount perYca r, o ver t 11 c I I fe ci f. I h e 0 rod u ct - as , set It v A It 1; or for. it produci strpyiad,undcr a service wilhoul pen aity CIPSI:oiller - s use OF the product(s). This Section states the en- tire liability ol' ABI with respect to the infringement of copy-_ rights and, patents- by--the products :­provjded here-Undei or the operation thereof. A. Service Order. ABI warrants that all products prow ided for Custoincr's use under service orders will be in I, working 1 14. SOFTR.AREAND OTHER INFORMATION good i, der on the date their service period begins and that AM will re- Any and all documentation; i * nformarion and software ownQdby pair the products, without charge for parts and labor, if they v fail ABI and its supplit!'is'anId, prtiv,id-ed-to Customer by ABI. for use I o work during the service period or any renewal service period, with products provided to Customer under this Agreement shall emainji c,propertyot. 6nr , : W _9Gn—Is _usl dl�'h per-i B. Purchase Order. 'r " sonal, nontran.WFable•'5Wd nonexclu'siv'e l icensej 'tb'ubc all such I. ABI warrants that all products sold.to Customer will be documentation,- technical information, confidential business.in- in good working order on the date title passes to Customer, f . '= '11 software and related;docurriemation. in what- 661 %cil' V .9rmanon a and that ABI will repair the proddR� "information"),,- argefor.r, �1, parts and labor, if they fail to work, if Customer notifies AM which.are: furnished:'' urnished. to, Clist6mcr,,ui I nderi- or in, contemplation of within one (I I year from the date title passes to Customer of this Agreement.. s,ubjw; tothe following terms and conditions: such failure. if ABI determines that the product cannot be placed in good working order. ABI, at its option, may either 1. All such-inforrhalicip sholl-rinnaiTt,the-pr.operE'} -,of ABI,orits- replace the product or refund the purchase price. Repair supplier.. parts may be new or equivalent to new in performance. They 2. Such inrormation: Ivill be furnished on an exchange ange basis, and the returned 6) shalLbe.6sed'b I v Clikornei only to &dcr or to evaluate. parts will become the properly of ABI, for that purpose A . Bl, . products,'or, to install, stall, operatej or 2. During the %w art unty period, Customer will advise ABI ut maintain the particulaf product for which it wa initially any change in the street address of [tie products. The war- furnished-, 0-16-.27 •. _ . (b). shall be used solely for: Customers :internal business ity to secure products, transportation facilities, acts or omissions �t< .purposes; - :.: � - :. -.. �.-• : :.. ..; of carriers, or other causes beyond its reasonable control. (c) ,shall nor beVeproduced or copied, in whole or in part "Nether or not similar to theJoregoing: excepras'nucssary ' for'use'ass'authodird herein ;,end 3. ABI shall nv[.be liable for any delay, loss, damage or prud- (d) shall, together with any �ropic3 thereof, be returned ur hereof act I;rilure attributable to any service, equipment or actions of _.. destroyed. or,may, if iri ttie fonmof`sgftware :recorded on an any' person other than its employee. and agents; erasabtcstoraga medwm,.be erased needed 4. Any legal action arising from or in connection with fatally or perfntiile for use with the product for it.was iii• product defect or any partial or total failure in any produce or Bally furnished. service provided -to Customer, or (b)any installation, nlainto- 3:' ;Unless ABI'consems io writiflg,rsuch information except Ivor Rance or repair work perforated for Customer, roust he brought : .any parr thereofwhieh'is'knomn wCustomer.freeof airy obliga- within two (2) years after the cause of action arises; and lion to keep in confidettcc, or.which beLomes :gencrally^ known to the public through acts not. atiributabte.iolCustOmer or is inde- 5. It is understood and agreed that ABI is-not an insurer and pcodently °dcvrloped'by ;Customer; shaIVbearuaIecI:in cont'idence that the prices of the: products and services, including installa- by Customer, lion, maintenance and repair, provided, sold or performed here- under are based solely on their value and [he scope of the liabili- 4. Such information may he disclosed to other persons• solely ties set forth in this Agreement and are unrelated to the potcu[ia1 for the purpose of installing, operating or maintaining the par - for indirect, incidental, consequential or other damages. ABI ocular product for which it was furnished, provided .such other and Customer agree that this allocation of risk and liability is person agrees In writing to the same conditions respecting use fait, reasonable and not nnon>clonable. and confidentiality of information contained in this paragraph 11 and ABI is furnished with a copy of such writing. 15. lf,1'C L UMV1i RE'XIEDIE..S 17. TERM/N.477(),h' A. If Customer experiences a defect or any partial or to all fail. A. This Agreement and any service order which hecoutes part ure in any product or service. provided under this Agreement, of this Agreement may he terminated by Customer on thing (:it) Customer shall, as a condition to any claim for refund or recov- days' written notice to ABI. If ternlina[ ion precedes expiration cry of damages, promptly notify ABI. of the service period shown on any service order, Customer „ill B. If a failure or defect in a product under a service order con- be liable for Eel initiation charges as follows: one -half (1.')) of the times for more than twenty -four (24) hours, Customers account monthly payments for the original term or 70 percent (701"p) of their shall be credited in an amount equal to any recurring charge [Ile sum of all remaining n[onihly payments• whichever is lass. If .applicable to the failed or defective products or services for the any scrcice order is canceled prior to imtallation.'delivcry, Cus- period of such failure or defect. tooter will pay ABI for the costs incurred by :181 in preparing to C. Customers sale remedies againsl.ABl or a% affiliated sub- Provide the products or services canceled, not to exceed the ter- contractor or supplier for loss or damage caused by any product mination Charges. defeat or any partial or total failure of any product or service B. .Accepted purchase orders for products, which are unde- provided under this Agreement . or arising from the performance, livered on the date of termination of this Agreement, shall be delays, or nonperformance of any installation,, maintenance, filled under the terms of this Agrccment- warramy or repair work under this Agreement;' regardless of the C. Customer may terminate this Agreement. subject to accrued form of action, whether in contract, tors including negligence, ' charges but without liability for termination charges. if .ABI fails strict liability or otherwise, shall be, where.applicable (i) Cus- to perform or observe any term or condition of this Agreement .comer's right to receive the repair or replacement service and such failure shall continue unremedied' for thirty (30) days described in Section 12. 60 Customer's right In receive the credit after ABI', receipt of notice thereof from Customer. ABI may set forth in (81 ahove -for products provided underservice or- telminate this Agreement or any service orders or unfilled pur- dens. (if it Customer's right'to- ierminatc under Section 17 (c), and chase orders accepted hereunder, and Custornei shall. be in Ile - (iv) the lesser of Wthe.- amount cif actual dircei damages which fault of this Agreement, if Customer tails to pay any charge are proven or (b)the equivalent of one (1) month's recurring when duc or fails to perlixnt ur obwre any otlter term or condi- charges for the producis'or services directly involved which on of the, Agreement and such failure shall continue unreme- • - would apply -if -they were :provided oil a month -to -month service died for thirty (30) days after receipt of noricc thereof from ABI. agreement at the,tifne'of. loss .' In the event of such termination by ADI, applicable termination D. The foregoing remedies of Customer. together" ith the rem- charges under service orders will apply. _ edies provided in the seaaion_entitled "Patent and Copyright In- demnity,•• shall be a elusi%c of alI other remedies at. law, in 1l. upon termination of this Agreement or any service orders or equity except for Customer's right to claim damages Ivor bodily hereunder. Customer will make the products provided under all affected service orders available for temoyal, which shall be ac- injury to any person: caused by the negligence (if ABI. `L6fuI complished in a careful and reasonable expeditious fashion. The '16. lrlov ra.4Birin- products will be returned to A8I in the same condition as origi- Noiwithstabdine an • :other y provision of this Agreement nally installed, ordinary wear and tear excepted, or Customer - 1. Neither ABI. nor.its affiliates, subsidiaries „patent, corpora- will pay for the restoration of the products to such condition. - - ' tion, orranv- of-itsparent'raffiliateroi - subsidiaries shall be liable ABI shall not be obligated to restore the premises to their origi- .for any indirect,'incidemahor consequential damages (including nit condi[ioii. If Customer does not ri the products available lost profits) sustained! or incurred in connection with install-a- for removal by ABI, then in iicddition to all other remedies at law ., 'lion, maintenance or :repair work performed under this Agree- or equity available to ABI all obligations o1' Customer under this ment or the use or :operation of the products and services pro- Aercgmcm shag retrain in force and effect until removal is air sided or sold hereunder,.regardlcss of the.. loan .of action. complished. The charges paid by Customer for the services dur- • x- Nether inrcontract. tort•: including negligence. strict liability or ing such period shall be ABI's then current charges foi the ser- otherwise, and whether or -not such damages were foreseen or vices when provided on a month -to -month basis in lieu of any unforeseen; other charges listed in the service order. 2. Neither ABI -noHis affiliates. subsidiaries, parent corpora- .,lion, orany.of hs parentis affiliates or sutisiditiries shall be liable in anywav for delay ;.failure in performance, loss or damagedue to any of the following force majeure conditions: fire, strike, IN. A.S:S'IG,N.NL;NT - embargo, expl"'on,'• power blackout, earthquake, volcanic ac- This Agreement is not assignable by.either party without the lion, flood, war, wafer; the elements, labor disputes, civil distur- written consent of the other; except that .ABI may, without Cus- banes, government requirement, civit or military authori(y, acts tomer's consent, assign this Agreement to an affiliate or subsidi- : of God or public enemyI'inabiliiv.to secure raw materials, it il- ary or assign its right to receive pavment hereunder. OFFICE COPY n, 19. SUBCONTRACTING ABI may subcontract any or all,of the work to he performed by it under the terms and conditions of this Agreement but 'shall retain responsibility for the work subcontracted. 10. GENERAL A. Any supplement to or modification or waiver of any provir sion of this Agreement must be in'writing -.and sighed by author- ized representatives of both parties; except that ABI may, upon ninety (90) days prior written notice to Customer, modify the terms and conditions of this Agreement, which :modifications shall be effective only as to renewals and new orders placed by Customer and accepted by ABI after the effective date o(such modification. Variances •from this Agreement in any Customer order will be:of no effect. CITY OF SAN LUIS_OBISPO.___ ._ (Customer) By: _ _ (Authorized Signature) (Typed Name) (Title)- On: �.1 B. If any term or provision of this Agreement shall be held invalid or unenforceable, the remainder of this Agreement shall not be affected thereby and each term and provision hereof shall be valid and enforced to the fullest extent permitted by law. C. This Agreement shall be construed in accordance with and governed by the laws of the State of NewJersey. D. THIS IS THE ENTIRE AGREEMENT BETWEEN THE PARTIES WITH RESPECT TO THE PRODUCTS AND SER- VICES PROVIDED HEREUNDER AND SUPERSEDES ALL PRIOR AGREEMENTS, PROPOSALS OR UNDERSTAND- INGS WHETHER WRITTEN OR ORAL. AMERICAN BELL INC. Received by: Accepted by: By: (.Authorized Signat (Typed Name) (Title) at: 7170:N. FINANCIAL DRIVE (Address) FRESNO, CA 93710 On: (Date) (2 - /S -2- SERVICE AGREEMENT APPENDIX A. Definitions I. Upgrade. An upgrade is an enhancement to an in- stalled system involving a major common equipment and /or software substitution. 2. Addition. An addition is the provision of addi- tional or supplementary equipment or software to an installed system, not classified as-an upgrade. 3. Service Period. The service period is the term selec- ted by Customer, from those offered by ABI, during which a product or service is to be provided by ABI at specified charges. B. Classification ABI will determine whether an approved service modification constitutes.an upgrade or an addition. C. Upgrades 1. An upgrade may be requested at any time prior to expiration of the service period. 2. An upgrade results in termination of the previously installed service, and applicable termination charges (if any) must be paid by Customer for any equipment removed to effect the upgrade. 3. Customer must enter into a new agreement with ABI covering both the newly installed equipment and any common equipment remaining from the original system. 4. The terms and conditions of the new agreement (in- cluding available service periods and charges) will be those then currently offered AB , by B I, except that the new agreement must have a service period longer than one (1) month. Customer will not be required to pay installation charges on any equipment remaining from the original system. D. Additions I. Equipment can be added to an existing system at Customer's option. ABI's then current charges will apply to the addition(s). 2. If at least thirty (30) days remain in the existing sys- tem's service period, Customer may elect to include the addition(s) on the existing agreement and to pay for the addition(s) over the remainder of the existing system's service period. ABI's then current charges for the addition(s) for that service period will be im- posed; if ABI does not then offer that service period for the addition(s), the charges for the addition(s) will be those for the longest availableservice period that is shorter than the existing system's service period. 3. If less than thirty (30) days remain in the existing system's service period, the addition(s) must be placed on the one (1) month service period at the then current rates and charges for that service period. 4. Alternatively, Customer may select, from those then made available by ABI, a service period equal to or shorter than the time remaining in the existing sys- tem's service period. If the payment period selected for the addition(s) is shorter than the existing sys- tem's service period, Customer must, upon expira- tion of that shorter service period, either have the addition(s) removed or select a new service period, in accordance with paragraphs 2, 3.and 4 herein. 5. Termination charges will apply in the event of dis- continuance of an addition prior to expiration of its selected service period. E. Changes. in Service Period I. Subsequent to the establishment of service for an item of equipment or a system, Customer may re- quest that the existing service period be replaced by any other service period then offered by ABI for the item or system for which the request is made. ABI's then current charges for the service period selected will apply. 2. No credit will be given for payments made during the original service period, but one -time charges will not be reapplied.. 3. Termination charges for the original service period Will apply if the new service period is shorter than the remainder of the original service period. 4. In the case of a service period change for an item of equipment, the new service period must be shorter than the time remaining in the service period for the system as a whole. F. Lump Sum Payment I. At any time, Customer may prepay the total out- standing monthly charges to become due under Cus- tomer's Agreement with ABI. Payment of less than the total outstanding is not permitted.. 2. For prepayment of six (6) or more monthly pay- ments, the.amount du_ a will be reduced by an amount equal to the total of the monthly charges remaining multiplied by the product of the number of months prepaid and a factor based on then current ABI dis- count procedures. 3. Customers who change the length of a. prepaid ser- vice period will be credited any unused portion of the prepayment, subject to applicable termination charges, if any, as specified in paragraph E.3, above. 4. Customers who terminate service prior to the expira- tion of a prepaid service period will have.termination charges deducted from the unused_ portion of the: prepayment; any balance will be credited to Customer. e -/6,3, RESOLUTION NO. 5209 (1983 Series) A RESOLUTION OF THE COUNCIL OF THE CITY OF SAN LUIS OBISPO APPROVING AN AGREEMENT BETWEEN THE CITY AND AMERICAN BELL, INC., FOR SYSTEM DESIGN PROCUREMENT AND INSTALLATION OF AN ELECTRONIC PBX TELEPHONE SYSTEM FOR CITY GOVERNMENTAL BUILDINGS BE IT RESOLVED by the Council of the City of San Luis Obispo as follows: SECTION 1. That certain agreement, attached hereto marked Exhibit "A" and incorporated herein by reference, between the City of San Luis Obispo and American Bell, Inc., is hereby approved and the Mayor is authorized to execute the same. SECTION 2. The City Clerk shall furnish a copy of this resolution and a copy of the executed agreement approved by it to: American Bell, Inc., Public Works Director; Project Coordinators; Finance Director On motion of Councilman Dunin seconded by Councilman Settle and on the following roll call vote: AYES: Councilmembers Dunin, Settle, Dovey, Griffin and Mayor Billig NOES: None ABSENT: None the foregoing Resolution was passed and adopted this 6th , day of September 1983. R 5209 Resolution No. 5209' '983 Series) Page 2 Approved: ea �Q k S City Administrative ffice PA RESOLUTION NO. 5208 (1983 SERIES) A RESOLUTION APPROVING THREE ANNUAL CLAIMS FOR MONEY FROM THE LOCAL TRANSPORTATION FUND AND THE STATE TRANSIT ASSISTANCE FUND.. BE IT RESOLVED by the Council of the City of San Luis. Obispo-as follows: 1. To approve the 1983 -84 annual claim for local transportation funds. 2. To approve the 1982 -,83 claim for state transit assistance funds.. 3. To approve the 1983 -84 claim for state transit assistance funds. 4. To authorize the Mayor to execute the appropriate claim forms. 5. To direct the City Clerk to forward two executed copies of each claim and a certified copy of this resolution to: San Luis Obispo County and Cities Area Planning and Coordinating Council County Government Center San Luis Obispo, CA 93408 r 6. To authorize the following transfers between transit service program budget accounts: Account Amount. 53 -7508- 119 -50 Contract Transportation ($59,900), 53- 7408 - 092 -50 Equipment Maintenance $59,900 53- 7706- 063 -50 Vehicle Leases ($41,400) 53 -7506- 063-50 Vehicle Leases $41,400 53= 7706 - 060 =50 Property Leases ($10,100) 53 -7506- 060 -50 Property Leases $10,100 On motion of Councilman Dunin seconded by Councilman Settle and on the following roll call vote: AYES: Councilmembers Dunin, Settle, Dovey, Griffin and Mayor Billig NOES: None ... ABSENT: None the foregoing Resolution was passed and adopted this 6th day of September 9 1983., R 5208 RESOLUTION NO. 5208 ! '93 Series) Page 2 APPROVED: City Ad ative Officer Opity Attorney Public Works Dire-c 697 C O ANNUAL CLAIM FOR LOCAL TRANSPORTATION FUNDS LTF -SLO -83/84 (Claim Number) TO: San Luis Obispo County and Cities Area Planning and Coordinating Council County Government Center San Luis Obispo, CA. 93408 FROM: Claimant: City of San Luis Obispo Address: P. 0. Box 321 City: San Luis Obispo Zip Code 93406 Contact Person: David Elliott Telephone No. 541 -1000, x -59 This claimant, qualified pursuant to Section 99203 of the Public Utilities Code, hereby requests, in accordance with Chapter 1400, Statutes of 1971, as amended and applicable rules and regulations, that an allocation be made in the amount of $ 420,100 for the fiscal year 1983 1984 to be drawn from the Local Transportation Fund of the County of San Luis Obispo for the purposes and in the respective amounts as described in the attached claim form. ATTEST: a' City Flerk Pamela Vo s I ity of San Luis Obispo ( aimant) By: Title: Mayo Melanie C. Billig Date: Approved by San Luis Obispo County and Cities Coordinating Council. By: Date: ms/16/524 Title: and S T A T E M E N T O F C O N F O R M A N C E The City of San Luis Obispo hereby certifies that the Annual (claimant) Claim for Local Transportation Funds for Fiscal Year 1983 _ 84 in the amount of $ 420,100 conforms with: 1. Provisions of Chapter 1 (commencing with Section 1090 of Division 4, Title I) of the Government Code and the requirements of the Transportation Development Act and its applicable rules and regulations. 2. The rules and regulations adopted by the San Luis Obispo County Area Council of Governments. 3. The Regional Transportation Plan, Transit Development Program, and the Transportation Improvement Program. Further, the claimant certifies that the audit findings pursuant to Section 99245 of the Transportation Development Act have been complied with: /X7 Yes /7 No Not Applicable CERTIFIED: Tit Adm nistrative Assistant Date: Allocation instructions and payment by the County Auditor to this claimant are subject to such monies being on hand and available for distribution, and to the provision that such monies will be used only in accordance with the terms of the approved Annual Project and Financial Plan. a PAGE 1 of : FISCAL YEAR 1983 -84 LOCAL TRANSPORTATION FUND ANNUAL PROJECT AND FINANCIAL PLAN Briefly describe all proposed projects (title and descriptions) the proposed use of these funds (by Article and Section of the Transportation Development Act) and the proposed expenditures for the ensuing.fiscal year. Project Title and Brief Description Purpose: PUC Article /Section Amount 0 1 SLO Transit Article 4 8317,783 Section 99260(a) A local transportation system operated by the City of San Luis Obispo through a private transportation contractor. # 2 North Coastal Transit Article 8 $ 29,520 Section 99400(c)(4) A regional transportation system operated by North Coastal Transit, a Joint Powers Agency, through a private transportation contractor. # 3 Regional Handicapped Transit Article 8 $ 31,822 A regional handicapped transportation system Section 99400(c)(4) operated by SLO Regional Transit Authority, a Joint Powers Agency, through a private transportation contractor. 0 4 Street Work Article 8 $ 40,975 Section 99400(a) Various capital improvement projects for street maintenance, reconstruction and construction. # ANY ADDITIONAL LTF APPORTIONMENT WHICH MAY BECO14E AVAILABLE DURING FISCAL YEAR 1983 -84 WILL BE APPLIED TO STREET WORK. 0 CLAIM FOR STATE TRANSIT ASSISTANCE FUNDS STA -SLO- 82/83 (Claim Number) TO: San Luis Obispo County and Cities'Area Planning and Coordinating Council County Government Center San Luis Obispo, CA. 93408 FROM: Claimant: City of San Luis Obispo Address: P. 0. Box 321 City: San Luis.Obispo Zip Code: 93406 Contact Person: David Elliott Telephone No: 541 -1000, x -59 This claimant, qualified pursuant to Section 99203 of the Public Utilities Code, hereby requests, in accordance with Chapter 1400, Statutes of 1971, as amended a applicable rules and regulations, that an allocation be made in the amount of $ 52,225 for the fiscal year 1983 84 to be drawn from the State Transit Assistance Fund of the San Luis Obispo County Area Council of Governments for the following purposes and in the following respective amounts a described in the attached claim form. City gf San Luis Obispo ATTEST: By; Title: ayo City C erk Pamela V es Date: Approved by San Luis Obispo County and Cities Area P Council: By: Date: ms5H Title: e C. Billig and Coordinating SLOCOG =TDA -3/83 �1 PAGE 2 of 2 Project Title and Brief Description_ _ Purpose: PUC Article /Section Amount 0 a. Total claim for Article 4.5 Funds (Section.99275). b. Total claim for Article 4 Funds (Section 99260). C. Total claim for Article 8(c) Funds (Section 99400c). d. Total claim for Article 8(a) Funds (Section 99400a). (1) Total agency budgeted expenditures for streets and roads (copy must be attached to claim). $ 1,594,240 (2) Percentage of claim (d) of total (d -1). 3 % e. Total claim designated for (other) TOTAL CLAIM: msH6 $ 317,783 $ 61,342 $ 40,975 $ -0- 420,100 STATE TRANSIT ASSISTANCE (STA). CLAIM FORM Briefly describe all proposed projects and indicate proposed expen- ditures for the ensuing fiscal year. Project Title and Brief Description Purpose *(see item 2 below) Amount ¢ 1 Street Work $ 52,225 Various capital improvement projects for street maintenance, reconstruction, and construction. 0 0 1) Total claim for STA Funds $ 522225 2) Identify purpose for claim (circle where applicable) a. Operator Revenues (PUC Section 99314) $ _ b. Entity Apportionment. The operating cost of the operator's public transportation system (CAC, Sectior 6730a).. $ , The capital requirements of the•operator's public transportation system (CAC, Section 6730b). $ Payment to an entity under contract . with the city or county (CAC, Section 6731b). $ Streets and Roads purposes $ * Identify appropriate Article and Section of the Act. ms6H CLAIM FOR STATE TRANSIT ASSISTANCE FUNDS STA -SL0-83/84 (Claim Number) TO: San Luis Obispo County and Cities'Area Planning and Coordinating Council County Government Center San Luis Obispo, CA. 93408 FROM: Claimant: City of San Luis Obispo Address: P. 0. Box 321 City: San Luis Obispo Zip Code: 93406 Contact Person: David Elliott Telephone No: 541 -1000, x -59 This claimant, qualified pursuant to Section 99203 of the Public Utilities Code, hereby requests, in accordance with Chapter 1400, Statutes of 1971, as amended a applicable rules and regulations, that an allocation be made in the amount of $ 97.327 for the fiscal year 1983 - 84 to be drawn from the State Transit Assistance Fund of the San Luis Obispo County Area Council of Governments for the following purposes and in the following respective amounts a: described in the attached claim form. ATTEST: s City Clf rk Pamela Vo s of San Luis Date: Melanie C. Approved by San Luis Obispo County and Cities Area PTining and oordinating Council: By: Title: Date: SLOCOG -TDA -3/83 ms5H STATE TRANSIT ASSISTANCE (STA). CLAIM FORM Briefly describe all proposed projects and indicate proposed expen- ditures for the ensuing fiscal year. Project Title and Brief Description Purpose *(see item 2 below) Amount # 1 Street Work $ 84,800 Various capital improvement projects for street maintenance, reconstruction, and construction. 0 2 SLO Transit $ 7,963 A local transportation system operated by the City of San Luis Obispo through a private transportation contractor. North Coastal Transit $ 4,564 A regional transportation system operated by North Coastal Transit, a joint powers agency, through a provate transportation contractor. 1) Total claim for STA Funds $ 97.327 2) Identify purpose for claim (circle where applicable) * ms6H a. Operator Revenues (PUC Section 99314) b. Entity Apportionment. S The operating cost of the operator's public transportation system (CAC, Sectio 6730a). $ The capital requirements of the operator's public transportation system (CAC, Section 6730b). $ Payment to an entity under contract with the city or county (CAC, Section 6731b). $ Streets and Roads purposes $ Identify appropriate Article and Section of the Act. COMPLIANCE STATEMENTS f 1 1. Eligibility for Funds (CAC Section 6634). Contrary to the fiscal audit findings for Fiscal Year 1981 -82, the City believes that it did not receive more money than allowed for SLO Transit operations and that the fiscal audit findings were based on misinterpretation of CAC Section 6634. 2. Staffing on Vehicles (PUC Section 99264). SLO Transit does not routinely staff with two or more persons a vehicle designed to be operated by one person. 3. Substantiation of Changes in Budget (PUC Section 99266). The SLO Transit operating budget expenditures for 1983 -84 ($489,540) do not exceed actual operating budget expenditures for 1982 -83 ($501,401) by more than 15 percent. In fact, budget expenditures are reduced by two percent. 4. Capital Expenditure (PUC Section 99267, CAC Section 6654). Under PUC Section 99267(c), the capital expenditure requirement does not apply because SLO Transit will receive financial assistance from local sources ($89,000) in an amount greater than the amount it would have to expend to meet the capital expenditure requirement ($46,808).. S. Fare and Local Support Ratios (PUC Section 99268.4, CAC Section 6633.2). SLO Transit met the required ratios in 1982 -83 and will continue to meet the required ratios in 1983 -84. Fare Revenue Local Support Operating Cost Fare Revenue /Operating Cost 1978 -79 1982 -83 1983 -84 (Base Year) (Actual) (Projected) 26.5% Fare Revenue + Local Support /Operating Cost 42.0% $ 62,404 $128,800 $139,249 $ 89,000 $220,119 $281,000 28.4% 45.8% 91.6% 77.5% v � SLO TRANSIT STATEMENT OF REVENUES AND EXPENDITURES FISCAL YEAR 1982 -83 REVENUES AND CARRYOVER Passenger Fares Cash at Farebox Pass and Token Sales TDA -LTF Allocation TDA -STA Capital Grant UMTA /FHWA Section 18 Grant Miscellaneous Revenues General Fund Contribution Carryover (General Fund) $ 36,007 26,397 EXPO S Vehicle Operations (Operating Cost) Contract Services Coach Leases Vehicle Maintenance Contract Services Yard Lease Non - Vehicle Maintenance Materials Furnishings Administration Employee Expense Office Expense Advertising Contract Services Expense Transfers Reimbursed Services Capital $163,886 56,233 $ 40,972 10,420 $ 416 1,233 $ 18,984 2,860 536 188,411* 1,400 1,090 $ 62,404 328,493 67,365 269,998 11,935 94,000 45,249 $2209119 51,392 1,649 213,281 400,229 $879,444 886_,670 ( 7,226) NET $ 34,550 * Includes payments to: North Coastal Transit Regional Handicapped Transit $ 11,360 San Luis Transportation $114,540 The figures presented above are reasonable and accurate Finance Di c or SLO TRANSIT OPERATING BUDGET FISCAL YEAR 1983 -84 REVENUES Passenger Fares Cash at Farebox Pass and Token Sales TDA -LTF Allocation Interest Earnings EXPENDITURES Vehicle Operations (Operating Cost) Contract Services Coach Leases Vehicle Maintenance Contract Services Yard Lease Non - Vehicle Maintenance Employee Expense Materials Furnishings Administration Employee Expense Office Expense Advertising Contract Services Travel 4 Meeting Expense Expense Transfers NET $ 69,900 58,900 $239,600 41,400 $ 59,900 10,100 $ 1,210 S00 4,500 $ 28,020 3,900 10,000 68,130* 700 21,580 j $128,800 356,740 4,000 $281,000 70,000 6,210 132,330 * Includes payments to: North Coastal Transit $29,520 Regional Handicapped Transit $31,822 $489,540 489,540 mom The figures presented above are reasonable and accurate Finance Di ector SLO TRANSIT CAPITAL BUDGET FISCAL YEAR 1983 -84 REVENUES TDA -LTF Allocation 30,348 General Fund Contribution 26,352 UMTA /FHWA Section 18 Grant 89,600 146,300 EXPENDITURES One 35 foot Transit Coach 146,300 NET -0- SLO TRANSIT RESERVES BUDGET FISCAL YEAR 1983 -84 REVENUES General Fund Contribution 51,422 RESERVES Transit Capital Reserve 519422 NET -0- The figures presented above are reasonable and accurate Finance D' ctor RESOLUTION NO. 5207 (1983 Series) A RESOLUTION APPROVING THE BID PACKAGE FOR THE CONTRACT TO FURNISH TRANSIT COACHES. BE IT RESOLVED by the Council of the City of San Luis Obispo to: 1. Approve the bid package for the contract to furnish coaches. 2. Direct the City Clerk to advertise for bid proposals.. On motion of Councilman Dunin seconded by Councilman Settle and on the following roll call vote: AYES: Councilmembers Dunin, Settle, Dovey, Griffin and Mayor Billig NOES: None ABSENT: None the foregoing Resolution was passed and adopted this _6th day of Septemb 9 , 1983. ty tloator Of' icef City Attorney i Public Works Director R 5207 CONTRACT TO FURNISH TRANSIT COACHES GENERAL PROVISIONS 1. INVITATION TO SUBMIT BID PROPOSALS On behalf of SLO Transit and North Coastal Transit, the City of San Luis Obispo invites bid proposals from manufacturers to furnish three standard heavy -duty transit coaches (approximately 35 feet long). These coaches shall conform to the Coach Specifications. 2. GENERAL BID PROCEDURES The City Clerk of the City of San Luis Obispo will receive sealed bids until 3:00 p.m. on October 21, 1983, in her office at: City Hall 990 Palm Street (P.O. Box 321) San Luis Obispo, CA 93401 03406) At 3:00 p.m. on October 21, 1983, all bid proposals will be publicly opened and read aloud in the Council Chambers at San Luis Obispo City Hall. The City will not consider bid proposals received after the specified time and date. Each bidder must submit a Bid Proposal form plus all other pertinent documents in a sealed envelope clearly marked: "BID TO FURNISH STANDARD HEAVY -DUTY TRANSIT COACHES" Each bidder must list and explain any deviations from specifications. Although the City encourages firm adherence to the specifications, it will accept each bidder's deviations from specifications. For this reason, bidders need not seek approval of proposed deviations before submitting their bids. The City may reject any bid and may waive any bid informality. To determine the successful bidder, the City will consider life -cycle cost, price, delivery time, adherence to specifications, parts availability, and bidder responsibility. The City is not bound to accept the apparent lowest proposed price. In awarding the contract, the City may add or delete one coach without affecting unit prices. Bidders should direct written questions about bid procedures and specifications to Nancy Rnofler at (805) 541 -1000, extension 87, before September 30, 1983. All questions and answers will be summarized and mailed to potential bidders by October 7, 1983. 3. PRICE Prices quoted in bid proposals shall include all applicable taxes, shall include delivery F.O.B. to San Luis Obispo, and shall remain firm for 90 days after the bid opening. Wheelchair lifts and other equipment to accommodate disabled riders are not subject to California sales tax. Bidders should assume payment terms of thirty days net after acceptance of each coach or piece of equipment (The City shall either accept or reject each coach or piece of equipment within twenty days of the delivery date). Both the City and the manufacturer must agree in writing to any price change caused by necessary deviations from specifications during manufacture of the coaches or equipment. 4. BIDDER'S SURETY With his bid proposal, each bidder must furn bidder's bond payable to the City of San Luis Obispo percent of the proposed price. The City will return within 10 days after rejecting all bids or within 30 bidder executes the required agreement and furnishes bond. ish a certified check or in an amount equal to ten bidders' sureties either days after the successful the required performance If the successful bidder fails both to execute the required agreement and to file the required performance bond within 14 days after he has received notice that the City has awarded him the contract, he shall forfeit his check or the proceeds of his bond to the City as liquidated damages. 1 5. PERFORMANCE BOND To guarantee faithful performance of the contract, the successful bidder shall furnish a performance bond acceptable to the City in an amount equal to 100 percent of the contract price. 6. COACH PERFORMANCE DATA With his bid proposal, each bidder shall furnish the following performance curves for each coach offered: - Percent grade against speed in miles per hour -Speed in miles per hour against time in seconds -Brake horsepower against engine revolutions per minute - Torque against engine revolutions per minute Gradeability and acceleration curves shall represent performance with a full load of seated passengers (averaging 150 pounds per passenger), with all engine- driven accessories operating, and with a full complement of fuel, oil and water. 7. DELIVERY With his bid proposal, each bidder shall state an estimated delivery period in days from the date he executes the Agreement to Furnish Transit Coaches and Equipment. When the successful bidder executes the agreement, he shall state a fixed delivery period directly correlated to the estimated delivery period. The manufacturer shall deliver the coaches and equipment to: Maintenance Yard 4155 Santa Fe Road San Luis Obispo, CA Signed receipt of coaches or equipment by the City's authorized agent in San Luis Obispo on the manifest of a common carrier, contracted over- the -road delivery agent, or manufacturer's over- the -road delivery driver shall constitute � U delivery only and shall not constitute acceptance. The manufacturer shall deliver an invoice to the City at least 30 calendar days before the delivery date of each coach. The City may assess liquidated damages of $50.00 per day per coach for each day that a coach remains undelivered beyond the agreed delivery period. The City will consider extending the delivery period only for delays beyond the manufacturer's control. 8. TITLE DOCUMENTS Before delivery, the manufacturer must furnish the City all documents necessary to secure title to a delivered coach. 9. PARTS AND SERVICE With his bid proposal, each bidder shall furnish a current price list for parts, the location of the nearest fully stocked supply depot, and the names and locations of service representatives who will assist the City. The manufacturer shall guarantee that replacement parts shall be available for at least 10 years from the last date of acceptance. The manufacturer shall provide prompt, competent engineering service to assist the City in correcting any vehicle performance problems. The manufacturer shall also comprehensively familiarize in maintenance procedures two maintenance mechanics appointed by the City. 10. WARRANTY With his bid proposal, each bidder shall submit a detailed statement of the warranty offered for the coaches to be furnished. This warranty shall include at least the minimum provisions in Section 3 of the Coach Specifications. If defects arise during the accepted warranty period, the manufacturer shall reimburse the City for City's labor costs incurred to remove and replace defective parts. Reimbursement shall be calculated by multiplying the number of man hours worked (not to exceed accepted hourly standards for the work performed) by one and one -half times the hourly compensation rate (including fringe benefits) for a Heavy Equipment Mechanic employed by the City at the time the work is performed. 11. TERMINATION FOR DEFAULT All terms of the contract are material. If the manufacturer fails to perform by these terms, the City shall notify the.manufacturer of the default. If the manufacturer fails to remedy the default within 20 days of receiving notice, the City may cancel this contract without further obligation to the manufacturer, except that the City shall pay for all coaches delivered and accepted. 12. INDEMNITY The manufacturer shall hold the City, North Coastal Transit, their board members, agents and employees harmless from any liability for infringement of patent rights and from any liability for defects in design, material and workmanship which might arise from the City's or North Coastal Transit's use of the coaches supplied by the manufacturer. The manufacturer shall also defend the City, North Coastal Transit, their board members, agents and employees against any claims or suits for infringement of patent rights and for defects in design, material and workmanship which might arise from the City's or North Coastal Transit's use of the coaches supplied by the manufacturer. n CONTRACT TO FURNISH TRANSIT COACHES COACH SPECIFICATIONS 1. PURPOSE The City of San Luis Obispo wants to buy three standard heavy -duty transit coaches. These specifications describe the type of coach the City wants to buy. 2. MATERIALS AND WORRSMANSHIP The manufacturer shall not omit any parts or details needed to make each coach complete and ready for service and shall not omit or downgrade standard parts or details, even though the specifications may not mention such parts or details. All parts and materials shall be new and first -rate and shall conform to standards established by the American Society for Testing Materials (ASTM), the Society of Automotive Engineers (SAE), and other pertinent associations. Parts for each coach should be interchangeable with similar parts for the other coaches. Workmanship shall be first -rate and shall conform to the best practice in the bus manufacturing industry. All lumber shall be thoroughly kiln dried; clear, straight grained, dressed on all sides, and free from knots and checks. Plywood shall be waterproof with sealed waterproof edges. All bolts, nuts, washers and exposed linkage shall be zinc plated or cadmium plated to prevent corrosion. All painted aluminum sheets shall be thoroughly cleaned and coated on the outside with zinc - chromate protective paint (or acceptable equal) prior to assembly. Welding procedures, welding materials, and welder qualifications shall conform to standards established by ASTM and the American Welding Society. All exposed welds shall be ground smooth. Where non - anodized metal is riveted or bolted to metal, contact surfaces shall be thoroughly cleaned with a high temperature cleaning agent., double rinsed, and coated with zinc - chromate primer (or acceptable equal) formulated,to prevent critical corrosion. Where wood is placed next to wood, both. surfaces shall be coated with powdered aluminum and spar varnish or titanium oxide and linseed oil (or another acceptable sealing compound). All joints shall be protected by the application at assembly of zinc - chromated metallic compound (or acceptable equal). All steel and aluminum body parts which are to be painted shall be thoroughly cleaned and double rinsed to ensure proper paint adhesion. Excess joint sealer shall be removed. All parts shall be coated with zinc- chromate primer. The underside of the roof and all concealed metal shall be coated with enamel paint or undercoating compound. All exterior light fixtures shall be fitted to the contours of the coach body and shall be sealed to prevent the entrance of water. All rubber seals on ventilator doors and compartment cabinet doors (except vents above the windshield) shall be placed in "u" shaped channels (or placed by other acceptable means to hold the rubber firmly in place). Where burrs and sharp edges could cause injury, they shall be dressed. All painted surfaces shall have a true and smooth surface free of sanding or grinding marks. All exterior paint shall be baked -on polyurethane. enamel. 3. WARRANTY The manufacturer shall warrant each coach and all auxiliary equipment to be free from defects in design, material and workmanship for a period of at least one year or until the accumulation of at least 50,000 miles, whichever occurs first. 4. STATE AND FEDERAL REQUIREMENTS At the time of manufacture each coach shall conform to all applicable federal and state codes and standards including the following: Federal Motor Vehicle Safety Standards California Vehicle Code California Administrative Code, Title 13 5. CAPACITIES AND DIMENSIONS Each coach shall conform to the following capacities and dimensions: Seating capacity (minimum) 38 passengers Length over body (maximum) 36 feet Width (maximum) 96 inches Height (maximum) 120 inches Interior headroom (minimum) 74 inches Front step height (range) 10 -14 inches Rear step height (range) 10 -14 inches Door width (minimum) 36 inches Fuel tank capacity (minimum) 80 gallons 6. DRIVE TRAIN ENGINE - The manufacturer shall demonstrate that the engine it furnishes -has a displacement of at least 420 cubic inches -uses diesel fuel -uses fuel economically -can regularly power the fully loaded coach specified up a sustained 7.2% grade over 2..5 miles -can operate regularly at highway speed - discharges exhaust gases vertically upward through the left rear corner of the coach -has been adequately tested and used for public transit -has a useful life properly matched to the useful life of the coach TRANSMISSION - The transmission shall be fully automatic. REAR AXLE - The rear axle drive ratio shall be suitable for regular highway operation. 1 J, DRIVE SHAFT - The drive shaft shall be guarded so that breakage will not cause injury or additional damage. COOLING SYSTEM - The cooling system shall maintain an optimum engine temperature in continual operation under the following concurrent conditions: -fully loaded with seated passengers -fully loaded with fuel, oil, and water - operated with all engine- driven accessories - operated on any grade up to 7.2% - operated in any ambient temperature ranging from -30 degrees F to 125 degrees F 7. TIRES, WHEELS, BRAKES, AND SUSPENSION TIRES AND WHEELS - The manufacturer shall furnish tires. Tire size shall be 12x22.5 (10 ply). Each coach shall have two wheels mounted in front and four wheels mounted in the rear. Each coach shall have one spare tire and wheel. All tires and wheels shall be interchangeable front to rear or between coaches. STEERING - Steering shall be power - assisted. BRAKES - The brakes shall be self - adjusting, air - actuated, and suitable for regular stop- and -go city operation. SUSPENSION - The front and rear suspension shall be by full air springs with double- acting shock absorbers. 8. ELECTRICAL SYSTEM The electrical system shall be a 12 -volt or 24 -volt direct current system. All wiring shall be color -coded and shall not be visible on the interior or exterior of the coach. Each circuit shall be individually protected by a fuse or circuit breaker. 9. INSTRUMENTS AND CONTROLS The following instruments and controls shall be located in the driver's compartment: I � - speedometer with odometer voltmeter - engine oil pressure gauge, warning light, and warning buzzer - engine water temperature gauge, warning light, and warning buzzer -air system pressure gauge, warning light, and warning buzzer -fuel level gauge - headlamp high beam indicator light -right turn indicator light -left turn indicator light - hazard flasher indicator light -horn actuator - hazard flasher switch - exterior lighting switch - interior lighting switch - driver's lighting switch - heater /defroster switches - windshield wiper /washer switches -door controls - wheelchair lift controls All meters, gauges, and indicator lights shall be installed on the front cowl immediately forward of the steering wheel. All instruments and controls shall be clearly labelled. 10. DRIVER COMFORT AND CONVENIENCE The driver's compartment shall include the following features: -a mechanically adjustable bucket seat -a safety belt -an overhead, opaque sun visor -a suitable fresh air heater /defroster -a fresh air vent - suitable overhead lighting 11. PASSENGER COMFORT AND CONVENIENCE The passenger seats shall be fiberglass shells with vinyl- covered, replaceable inserts. Suitable stanchions, handrails and overhead handrails shall be installed. A fresh air heating system shall be installed which can maintain a temperature of 65 degrees F throughout the coach when the outside temperature is 0 degrees F. Windows, vents, and roof vents shall provide adequate fresh air circulation. Roof — mounted ventilation hatches shall be installed in the front and rear of the coach. The interior of the coach shall be insulated against noise and temperature extremes. Adequate interior lighting shall be installed and shall not interfere with driver visibility. A passenger signalling system shall be installed. Advertising card racks shall be installed inside the coach. The following sign shall be painted or decalled in the layout shown and in a visible location on an interior bulkhead near the front of the coach (minimum letter height is 3/4 "): PLEASE REMAIN SEATED WHEN THE BUS IS MOVING RESERVE THE FRONT SEATS FOR ELDERLY AND DISABLED RIDERS DO NOT SMOKE, EAT OR DRINK Front and rear entrance doors shall be provided.- All windows shall be tinted. Suitable destination signs shall be installed. The City shall specify the destinations to be printed. 12. SAFETY A 16 -unit first aid kit (specified in the California Administrative Code, Title 13, Section 1243) shall be installed near the driver's compartment in plain view. A suitable fire extinguisher shall be installed near the driver's compartment. A red warning reflector kit with at least three reflectors shall be provided. Two front - mounted towing eyes shall be installed. 13. SPECIAL EQUIPMENT FAREBOR - A farebox acceptable to the City shall be installed in a location convenient for boarding passengers to deposit fares and for the driver to observe the deposited amounts. Each complete farebox furnished shall have one spare vault. All keys furnished for the same function shall be interchangeable. All keys shall be delivered to the City of San Luis Obispo's Public Works Director. RADIO - A single frequency mobile radio acceptable to the City shall be installed with the following equipment: -3.5 db gain antenna -dual foot switch -boom microphone WHEELCHAIR LIFT - A suitable wheelchair lift shall be installed in the stairwell at the front door. A 3 -point system to secure at least one wheelchair shall be installed. All lift equipment and securing devices shall conform to California Administrative Code, Title 13, Sections 1090 -1095 and 1269.1. To service the coach the driver shall be able to override an interlock system if the lift fails to reach its stowed position. 14. APPEARANCE Exterior and interior color schemes will be selected by the City using standard color charts after the contract is awarded. The exterior color scheme shall include one background color, one accent color and the transit system name in special script. The City shall furnish suitable decals with the transit system name. 15. MANUALS AND CATALOGS At least 30 calendar days before delivery, the manufacturer shall furnish for each coach the following manuals and catalogs: -a maintenance manual including instructions, schedules, and wiring diagrams. - complete parts catalogs (including ordering instructions) under one cover for all coach components -a current price book for all parts -three driver's manuals CONTRACT TO FURNISH TRANSIT COACHES BID PROPOSAL 1. PROPOSAL According to the General Provisions and the Coach Specifications of the Contract to Furnish Transit Coaches, we propose to furnish the following coaches at the stated prices: Extended Quantity Description Unit Price Price Three Standard heavy -duty transit coach We understand that the City may add or delete one coach without affecting unit prices. We also understand that if we fail to execute the Agreement to Furnish Transit Coaches within 14 days after we have received notice from the City by mail that it. has awarded us the contract, we shall forfeit our bidder's surety to the City as liquidated damages. We shall furnish the coaches proposed within approximately days after we execute the Agreement to Furnish Transit Coaches. 2. TECHNICAL SPECIFICATIONS The coaches we propose to furnish shall meet the following specifications: A. Dimensions 1. Overall length (overbody) In. 2. Overall width In. 3. Overall height In. 4. Wheelbase In. 5. Turning radius (standard coach) In. 6. Interior headroom In. 7. Aisle width (18" above floor) In. 8. Front door opening (clear width) In. 9. Rear door opening (clear width) In. 10. Front step height (empty) In. 11. Front step height (fully loaded) In. 12. Rear step height (empty) In. 13. Rear step height (fully loaded) In. B. Capacities 1. Seating capacity* 2. Fuel tank capacity, U.S. Gal. *Includes jump seats at wheelchair locations C. Curb Weight (with full complement of fuel, oil and water) 1. On front wheels Lbs. 2. On rear wheels Lbs. 3. Total Lbs. D. Engine 1. Manufacturer 2. Model number 3. Injector type 4. Number of cylinders 5. Bore In. 6. Stroke In. 7. Displacement Cu. In. 8. Compression ratio 9. Main bearings number diameter In. length In. 10. Wrist pin bearings diameter In. length In. type of lubrication In.' 11. Connecting rod bearings diameter In. length In. 12. Brake horsepower HP at RPM 13. Torque Ft. Lb. at RPM 10 14. Specific fuel consumption Lb. /HP /Hr. 15. Crankcase oil capacity dry Qts. wet Qts. 16. Oil filter capacty full flow Qts. bypass Qts. 17. Idle speed RPM E. Transmission 1. Manufacturer 2. Model 3. Type 4. Gears and ratios 1st. 2nd 3rd 4th Rev 5. Oil capacity Qts. F. Rear Axle Drive Ratio G. Cooling system 1. Manufacturer 2. Model 3. Capacity Qts. 4. Area Sq. In. 5. Number of fins per square inch H. Steering Box 1. Manufacturer 2. Model 3. Ratio I. Front Axle 1. Manufacturer 2. Model 3. GAWK Lbs. J. Front Brakes 1. Manufacturer 2. Drum diameter In. 3. Drum width In. 4. Lining length In. 5. Lining width In. 6. Slack adjuster manufacturer Q. Body Construction (check one) 1. Body -on- chassis 2. Integral R. Driver's Seat L. Manufacturer R. Front Suspension 1. Air spring manufacturer 2. Air spring diameter In. 3. Air spring height In. 4. Shock absorber manufacturer 5. Shock absorber stroke In. L. Rear Axle 1. Manufacturer 2. Model 3. GAWK Lbs. M. Rear Brakes 1. Manufacturer 2. Drum diameter In. 3. Drum width In. 4. Lining length In. 5. Lining width In. 6. Slack adjuster manufacturer N. Rear Suspension 1. Air spring manufacturer 2. Air spring diameter In. 3. Air spring height In. 4. Shock absorber manufacturer 5. Shock absorber stroke In. 0. Air System 1. Compressor manufacturer 2. Compressor model 3. Compressor capacity CFM 4. Number of storage tanks 5. Total capacity of storage tanks Cu. In. P. Wheelchair Lift 1. Manufacturer 2. Model 3. Minimum cycle time Sec. 4. Maximum cycle time Sec. 5. Dynamic load capacity Lbs. Q. Body Construction (check one) 1. Body -on- chassis 2. Integral R. Driver's Seat L. Manufacturer 2. Model S. Passenger Seats 1. Manufacturer 2. Model T. Farebox 1. Manufacturer 2. Model U. Radio 1. Manufacturer 2. Model V. Paint 1. Manufacturer 2. Type 3. DEVIATION FROM SPECIFICATIONS The coaches and equipment we propose to furnish deviate from the following specifications for the reasons stated: A 4. REFERENCES We have sold essentially identical coaches to the following transit operators (preferred references are small California operators which have operated these coaches for 2 years or more): Operator /Agency: Address: Phone: Administrator: Operator /Agency: Address: Phone: Administrator: Operator /Agency: Address: Phone: Administrator: � n 5. PARTS AND SERVICE The fully stocked supply depot nearest San Luis Obispo is: Company: Address: Phone: The names of the service representatives who will assist the City are: Name: Address: Phone: Name: Address: Phone: Name: Address: Phone: 6. CHECKLIST We have included the following documents with this bid proposal: Bidder's surety (check or bond) Performance data Price list for parts Warranty statement Signature: Title: Company: Address: Phone: Date: CONTRACT TO FURNISH TRANSIT COACHES BIDDER'S BOND We, (as Principal) and (as Surety), are bound to pay to the City of San Luis Obispo ( "the City ") the sum of dollars ($ ). If the proposal of the Principal to furnish transit coaches (dated ) is accepted by the City, and if the Principal executes the Agreement to Furnish Transit Coaches and files the required performance bond within 14 days after he has received notice from the City by mail that it has awarded him the contract, then this obligation shall be null and void. Otherwise, this obligation shall remain in full force and effect. Principal: Signature: Title: Company: Date: Surety: Signature: Title: Company: Date: (Signature of the Surety must be properly attested.) We, t CONTRACT TO FURNISH TRANSIT COACHES PERFORMANCE BOND (as Principal) and (as Surety), are bound to pay to the City of San Luis Obispo ( "the City ") the sum of dollars ($ ). If the Principal faithfully performs the Contract to Furnish Transit Coaches awarded by the City on , then this obligation shall be null and void. Otherwise, this obligation shall remain in full force and effect. Principal: Signature: Title: Company: Date: Surety: Signature: Title: Company: Date: (Signature of the Surety must be properly attested.) 0 CONTRACT TO FURNISH TRANSIT COACHES AGREEMENT The City of San Luis Obispo ("the City "). and ( "the Manufacturer ") agree as follows: 1. SCOPE OF AGREEMENT_ This agreement includes the following documents incorporated by this reference and supercedes any conflicting provisions within them: General Provisions Coach Specifications Accepted Bid Proposal Performance Bond 2. ITEMS TO BE FURNISHED The manufacturer shall furnish within days of executing this agreement the following coaches at the stated prices: Extended Quantity Description Unit Price Price Standard heavy -duty transit coach TOTAL coach. 3. PAYMENT The City shall pay for each coach within 30 days of accepting that For the City: Signature: Title: ATTEST: Date: For the Manufacturer: Signature: Title: Date: C� BID LIST CONTRACT TO FURNISH TRANSIT COACHES BUS INDUSTRIES OF AMERICA AMERICAN COACH SALES 16133 VENTURA BLVD., SUITE 850 ENCINO, CA 91436 FLYER INDUSTRIES, LTD. 64 HOKA ST. (P.O. BOX 245) WINNIPEG, MANITOBA, CANADA R2C 3T4 GMC TRUCK 5 COACH 660 SOUTH BLVD. EAST PONTIAC, MI 48053 NEOPLAN USA ROLF RUPPENTHAL AND ASSOCIATES, INC. 825 S. BROADWAY BOULDER, CO 80303 FLXIBLE CORPORATION 970 PITTSBURGH DRIVE DELAWARE, OH 43015 GM OF CANADA P.O. BOX 5160 LONDON, ONTARIO, CANADA N6A 4N5 GILLIG CORPORATION P.O. BOX 3008 HAYWARD, CA 94540 BLUE BIRD BODY COMPANY CITY BIRD DIVISION P.O. BOX 937 FORT VALLEY, GA 31030 BID LIST CONTRACT TO FURNISH TRANSIT COACHES CHANCE COACH, INC. 4219 IRVING WICHITA, KS. 67209 ATLANTIC RESEARCH CORP. MOBILE SYSTEMS DEPARTMENT 5390 CHEROKEE AVE. ALEXANDRIA, VA. 22314 SAAB - SCANIA OF AMERICA, INC. SAAB DRIVE ORANGE, CT. 06477 CARPENTER BODY WORKS, INC. LAWSON NATIONAL DIST. CO SUITE 196, 2900 WILCREST HOUSTON, TX. 77042 RENAULT BUS DIVISION MACK TRUCKS, INC. BOX M., 2100 MACK BLVD. ALLENTOWN, PA. 18105 RESOLUTION NO. 5206 (Series 1983) A RESOLUTION APPROVING AGREEMENT NUMBER 64A108 BETWEEN THE STATE OF CALIFORNIA AND THE CITY OF SAN LUIS OBISPO FOR IMPLEMENTATION OF AN UMTA /FHWA SECTION 18 CAPITAL GRANT. BE IT RESOLVED by the Council of the City of San Luis Obispo to: 1. Approve Agreement Number 64A108 between the State of California and the City of San Luis Obispo for implementation of an UMTA /FHWA Section 18 capital grant. 2. Authorize the Mayor to execute the Agreement, 3. Direct the City Clerk to send the original and two copies of the executed Agreement to: Chief, Federal.-Assistance Branch State of California Department of Transportation Division of Mass Transportation 1120 N Street Sacramento, CA 95814 Attn: Arlyce Barreiros 4. Authorize appropriation of $146,300 -in account number (90) 53 -7550 =000. On motion of Councilman Dunin ;. seconded by Councilman Settle , and on the following roll call vote: AYES: Councilmembers Dunin, Settle, Dovey, Griffin and Mayor Billig NOES: None ABSENT: None the foregoing Resolution was passed and adopted this 6th day of September , 1983. ATTEST• CITY LER ES R 5206 lam% Resolution No. 5206 (Series 1983) APPROVED: City Admi str e -Officer Attorney Finance Diie(H- L T�i._ _ STANDARD AGREEMENT AAPPROVED BY THE C TTORNEY GENERAL I STATE OF CALIFORNIA STD. 2 (REV. 6/81) THIS AGREEMENT, made and entered into this 6th day of September Ig 8- in the State of California, by and between State of California, through its duly elected or appointed, qualified and acting ❑ CONTRACTOR ❑ STATE AGENCY ❑ DEPT. OF GEN. SER. ❑ CONTROLLER ❑ TITLE OF OFFICER ACTING FOR STATE AGENCY NUMBER Director California Department of Transportation Adnina City of San Luis Obispo hereafter called the Contractor. WITNESSETH: That the Contractor for and in consideration of the covenants, conditions, agreements, and stipulations of the State hereinafter expressed, does hereby agree to furnish to the State services and materials, as follows: (Set forth service to be rendered by Contractor, amount to be paid Contractor, time for performance or completion, and attach plans and specifications, if any.) Contractor's application for a capital grant under Section 18 of the Urban Mass Transportation Act of 1964, as amended, has been approved for funding by the Federal Highway Administration (FHWA) and this agreement is entered into between STATE and Contractor for the purpose of implementing the approved capital grant (hereinafter referred to as the Project). Contractor agrees that the Project will be used to provide public transportation service to a nonurbanized area of the State in accordance with the terms and conditions of this agreement and the Contractor's application for federal assistance which is on file with the Division of Mass Transportation and expressly incorporated into this agreement. The provisions on the reverse side hereof constitute a part of this agreement IN WITNESS WHEREOF, this agreement has been executed by the parties hereto, upon the date first above written. STATE OF CALIFORNIA CONTRACTOR AGENCY CONTRACTOR OF drMpl THAN. AN INpIAM STATE WHETHER A 6091 R rpN Department of Trans ortation R VA RSNIe.ET o an Luis 0 is C AIV f By IAUTHORED SIGNATURE) B OR D 51 rUREI k v d TITLE TITLE A EST: MAYOR MEL IE C. BILLIG CONTINUED ON ADDRESS CITY CLERK PAME VOGES SHEETS. EACH BEARING NAME -0F CONTRACTOR P. 0. Box 32 0 AMOUNT ENCUMBERED PROGRAM /CATEGORY (CODE AND TITLE) FUND TITLE Use Only DeparrmeneraiServices NO TATE FUNDS INVOLVED Use on — UNENCUMBERED BALANCE (OPTIONAL USE( - ADJ. INCREASING ENCUMBRANCE ITEM - CHARTER STATUTE F15CAL YEAR ADJ. DECREASING ENCUMBRANCE OBJECT OF EXPENDITURE (CODE AND TITLE) - ► hereby certify upon my ortm personal knotaledge that budgeted funds are T.B.A. NO. available for the period and purpose of the expenditure stated above. SIGNATURE OF ACCOUNTING OFFICER DATE ► hereby certify that ail conditions for exemption set forth in State Administrative Manual Section 1209 have been complied Loth and-this document is ezempt from review by the Department of Finance. SIGNATURE OF OFFICER SIGNING ON BEHALF OF THE AGENCY -- DATE - 1. The Contractor agrees to indemnify, defend and save harmless the State, its officers, agents and employees from any and all claims and losses accruing or resulting to any and all contractors, subcontractors, materialmen, laborers and any other person, firm or corporation furnishing or supplying work, services, materials or supplies in connection with the performance of this contract, and from any and all claims and losses accruing or resulting to any person, firm or corporation who may be injured or damaged by the Contractor in the performance of this contract. 2. The Contractor, and the agents and employees of Contractor, in the performance of this agreement, shall act in an independent capacity and not as officers or employees or agents of State of California. 3. The State may terminate this agreement and be relieved of the payment of any consideration to Contractor should Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination the State may proceed with the work in any manner deemed proper by the State. The cost to the State shall be deducted from any sum due the Contractor under this agreement, and the balance, if any, shall be paid the Contractor upon demand. 4. Without the written consent of the State, this agreement is not assignable by Contractor either in whole or in part. 5. Time is the essence of this agreement. 6. No alteration or variation of the terms of this contract shall be valid unless made in writing and signed by the parties hereto, and no oral understanding or agreement not incorporated herein, shall be binding on any of the parties hereto. 7. The consideration to be paid Contractor, as provided herein, shall be in compensation for all of Contractors expenses incurred in the performance hereof, including travel and per diem, unless otherwise expressly so provided. Page 2 of 7 City of San Luis Obispo Contract.No. 64A108 I. SCOPE OF SERVICE 8. Contractor agrees to operate the equipment made available through the Project within the service area as described in Exhibit B of Contractor's application for federal assistance. II. EQUIPMENT /PAYMENT 9. For the purpose of carrying out the Project, the following Project equipment with description and estimated cost is to be purchased by Contractor pursuant to this agreement: Item One 39- passenger diesel- powered transit coach equipped with two -way radio, farebox and wheelchair lift 10% Contengency Project Total Cost $133,000 13,300 $146,300 10. Upon submission of itemized invoices with all information necessary to support payment, STATE agrees to voucher the FHWA for the cost of Project equipment in the amount not to exceed 80 percent of the net project cost from funds made available .by FHWA for the Project. No STATE funds shall be payable to Contractor under this agreement and the total amount to be funded by FHWA shall not exceed $-89,600 C C) Page 3 of 7 City of San Luis Obispo Contract No. 64A108 11. Contractor agrees that it will provide funds in the amount sufficient, together with the grant, to assure payments of the actual net project cost. Funds provided will be from sources other than (a) ineligible federal funds, (b) receipts from the use of the project facilities /equipment, or (c) revenues of the public transportation system in which such facilities /equipment are used. 12. No payment will be made for equipment in advance of purchase, but only after execution of this agreement, submission of the appropriate purchase order and delivery of equipment. Only purchases of the equipment described in Paragraph 9 of this agreement and purchases made after execution of this agreement will be eligible for payment. III. CONDITIONS OF PROJECT PERFORMANCE 13. The obligations of the STATE to the Contractor under the terms of this agreement shall terminate upon receipt of Contractor's invoice(s) for said equipment purchase and payment to Contractor thereof. All invoices shall be submitted within one year of the date of equipment acquisition. In no event shall project invoices be submitted after August 5, 1986 unless this date is extended in writing by mutual consent of the parties hereto. The obligations of the Contractor under this agreement shall remain in effect until all Project equipment has been disposed of under the terms of this agreement. 14. All procurement of Project equipment shall be conducted in accordance with the Procurement Standards set forth in Attachment O of Federal Office and Management and Budget (OMB) Circular A -102 and with any supplementary guidelines or regulations that may be issued by the FHWA. The net Project cost and allowability of individual items of cost shall be determined in conformance with the requirements of "Contract Cost Principles and Procedures, Part 1 -15, of the Federal Procurement Regulations ", (41 CFR Part 1 -15) with any applicable guidelines or regulations that may be issued by FHWA. 15. The disposition of all Project equipment shall be made in accordance with the requirements of Attachment N of Federal Office of Management and Budget (OMB) Circular A -102. Whenever any Project equipment is withdrawn from the Project for any reason, the Contractor shall immediately notify the STATE. At the option of the STATE, the Contractor shall do one of the following: (a) Remit to the STATE, for repayment to FHWA, a proportional amount of the fair market value, if any, of the. equipment, which shall be determined on the basis of the ratio of the federal grant funds paid under this agreement to the actual Page 4 of 7 City of San.Luis Obispo Contract No. 64A108 purchase cost of the equipment. Fair market value shall be deemed to be the value of the property as determined by competent appraisal at the time the equipment is withdrawn from use on the Project or the net proceeds from public sale, whichever is approved by the STATE and by the FHWA. (b) Relinquish the equipment to the STATE in the same condition as when received by the Contractor, except for reasonable wear and tear resulting from its use. The parties shall thereupon determine the amount of compensation, if any, to be paid by the Contractor to the STATE in order to avoid any STATE liability to FHWA or to others. Upon its subsequent disposal of the equipment, the STATE shall reimburse the Contractor for its proportional amount of the fair market value. IV. INSURANCE AND LIABILITY 16. Contractor shall maintain, throughout the term of this contract, adequate protection against liability for damages for personal bodily injuries (including death resulting therefrom) and for damage or destruction of property, whether the property of one or more claimant, in amounts not less than the amounts required by the California Public Utilities Commission for passenger stage corporations. V. REPORTING AND AUDITING 17. Contractor shall establish and maintain accounting and reporting procedures that conform to generally accepted accounting practices or that conform to uniform standards that may be established by STATE. 18. Contractor shall retain all original records and documents relating to the Project hereunder financed in part or in whole with federal funds, and shall make same available for inspection by STATE, FHWA or Urban Mass Transportation Administration (UMTA) representatives upon request. Following final.settlement of the Project accounts with FHWA, such records and documents (microfilming optional to Contractor) shall be retained for a four -year period from the date of final payment to Contractor under this agreement. 19. Contractor shall permit STATE and federal agencies to inspect all work materials, payrolls, and other data and records with regard to the Project and to permit them to audit the books, records and accounts of Contractor with regard to the Project. STATE may also require Contractor to furnish, at any time prior to completion of the Project, audit reports prepared according to generally accepted accounting principles. Page 5 of 7 City of San Contract No. 20. Contractor shall furnish STATE with or data that may be required by FHWA. Such reports will be submitted in forms provided by the STATE. VI. NONDISCRIMINATION PROVISIONS Luis Obispo 64A108 any reports and /or data 21. During the performance of this agreement the Contractor, its assignees and successors in interest, agree to comply with the requirements set forth in Appendix A, which is included in Exhibit E of the Contractor's application for federal assistance, in addition to the following federal statutes and regulations: A. Title VI and VII of the Civil Rights Act of 1964, prohibiting discrimination based on color, race, national origin, creed, sex, religion, marital status, ancestry and handicap. B. Section 504 of the Rehabilitation Act of 1973, which stipulates that no otherwise qualified handicapped person shall, solely by reason of his /her handicap, be excluded from participation in, be denied the benefits of, or otherwise be subjected to discrimination under any program or activity that receives or benefits from federal financial assistance administered by the Department of Transportation. C. Contractor shall not discriminate because of national origin, creed, sex, marital status, color, race, religion, ancestry, and handicap in bidding, selection and retention of subcontractors when purchasing services, materials or leasing equipment. Furthermore, Contractor shall notify each potential subcontractor of Contractor's Civil Rights /Affirmative Action obligations of this agreement under the federal and State laws and statutes. D. Contractor will cooperate with STATE with regard to maximum utilization of minority business enterprises, and use its best efforts to ensure that minority business enterprises shall have the maximum opportunity to compete in subcontractural work under this contract. VII. SPECIAL SECTION 13(c) WARRANTY FOR APPLICATION TO THE SMALL URBAN AND RURAL PROGRAM 22. The labor protection provisions of Special Section 13(c) Warranty of the Urban Mass Transportation Act of 1964, as amended, are hereby satisfied by Contractor's agreement as set forth in Exhibit "F" of Contractor's application for federal assistance. l `J Page 6 of 7 City of San Luis Obispo Contract No. 64A108 VIII. MISCELLANEOUS 23. State or Territorial Law. In the event that any provi- sion of this contract requires that Contractor observe or comply with or perform any activity in contradiction or violation of State or Territorial law, Contractor will notify the STATE within 30 days, in writing, of such provision. The remaining provisions shall not be affected. The unenforceable provision(s) shall be renegotiated by Contractor and STATE for mutually agreed appropriate changes and /or modifications; and Contractor shall proceed, as soon as possible, with the Project. 24. Use of Public park or recreational area), historical site of national, determined by Federal, STATE thereof, may be used for the the STATE. Lands. No publicly owned land (such as a wildlife and waterfowl refuge; and State, or local significance as or local officials having jurisdiction Project without prior concurrence of 25. 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 benefit arising therefrom. 26. Neither Contractor nor any of its contractors or 'their subcontractors shall enter- into any contract, subcontract, or arrange- ment in connection with the Project or any property included or planned to be included in the Project, in which any member, officer, or employee of Contractor or the locality, during the Project term or for one year thereafter, has any direct or indirect interest. If any such present or former member, officer, or employee involuntarily acquires or had acquired prior to the beginning of the Project ter: any such interest, and if such interest is immediately disclosed to Contractor and such disclosure is entered upon the minutes of Contractor, Contractor with the prior approval of STATE, may waive the prohibition contained in this subsection; provided that any such present member, officer or employee shall not participate in any action by Contractor or the locality relating to such contract, sub- contract, or arrangement. Contractor shall insert in all contracts entered into in connection with the Project or with any property ,included or planned to be included in any Project, and shall require its subcontractors to insert in each of their subcontracts, the following provision: "No member, officer, or employee of the Contractor or of the locality during the Project term of for one year thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof." r ;7 7 Page 7 of 7 City of San Luis Obispo Contract No. 64A108 The provisions of this subsection shall not be applicable to any agreement between Contractor and its fiscal depositories, or to any agreement for utility services the rates for which are fixed or controlled by a governmental agency. 27. Contractor warrants that it has not paid, and also agrees not to pay, any bonus or commission for the purpose of obtaining an approval of its application for the contract hereunder. IX. PROJECT TERMINATION 28. The STATE may terminate acquisition or operation of the Project equipment upon finding that the Contractor is not operating the equipment in accordance with Paragraph 8 or is otherwise not complying with the terms of this agreement. Termination shall be by written notice specifying the reason for termination and giving the Contractor thirty (30) days to correct the default. The STATE shall be the sole judge as to whether the Contractor's corrective measures are adequate. 29. The Project may also be terminated if the STATE and the Contractor agree that its continuation would not produce beneficial results commensurate with the further expenditure of funds or if there are inadequate funds to operate the Project equipment or otherwise complete the Project. 30. Should the Project be terminated as provided in Paragraph 29 or 30, disposition of the Project equipment shall be made as directed by the STATE in accordance with Paragraph 15. r 1 C G RESOLUTION NO. 5205 (1983 Series) A RESOLUTION OF THE COUNCIL OF THE CITY OF SAN LUIS OBISPO ACCEPTING A STORM DRAIN EASEMENT AT 81 NORTH BROAD STREET BE IT RESOLVED by the Council of the City of San Luis Obispo as follows: SECTION 1. That this Council hereby accepts the storm drain easement at 81 North Broad Street. On the motion of Councilman Griffin seconded by Councilman Settle , and on the following roll call vate: AYES: Councilmembers Griffin, Settle, Dovey, Dunin and Mayor Billig NOES: None ABSENT: None the foregoing Resolution was passed and adopted this 6th day of September 1983 . Cit Ad stSotive Officer 'City Attorney Public Works Director R 5205 AGREEMENT This agreement is made and entered into by and between the CITY OF SAN LUIS OBISPO, a municpal corporation, hereinafter called "City ", and John C: Ballard and Fern L. Ballard, hereinafter called "Owners ", (collectively referred to hereinafter as the "parties ".) WITHESSETH WHEREAS the City has become aware of a condition of the creek banks in Old. Garden Creek at the entrance to the. Broad Street culvert, and; WHEREAS,the City desires to correct the condition by the installation of new bank protection with adequate slope and proper standards, and; WHEREAS, the City needs access to the area of construction to convert the condition. NOW THEREFORE, THE parties hereto mutually agree as follows: 1. Owners are the owner of that portion of the real property in question, whose legal description is contained on Exhibit "A" attached hereto and incorporated herein by this reference. 2_ Owners agree that the City may, at its sole cost, reconstruct the creek bank along the side of the Property as shown on the plans for City Project H2OH, Old Garden Creek /Broad (Broad Street to 125' Westerly). 3. The City agrees to pay the full cost for the work including engineering, surveying, inspection, labor and materials. 4. The City agrees to restore all paving, landscaping and /or fencing removed or damaged by the installation of the bank protection to the original condition. 5. The owner agrees to grant an easement across the Property for construction and maintenance of the new bank protection and agrees to allow the City access for the expedient construction and maintenance of the bank protection. 6. The City intends to construct the improvement in the summer of 1983, however, in the event that the City does not construct this project for any reason within three years, this agreement shall become null and "void. IN WITNESS WHEREOF, the parties hereto have executed this agreement the 22nd day of July 1983. ATTEST�� "� City Clerk Pamela Vog Owners Jo C. Ballard Fern ^L.pBallard Michael S. Szatlocky, Witne s APPROVED AS TO FORM: APPROVED AS TO CONTENT: - (AAV A h1Q1ty Attorney City Admins ative Officer J :v: z APN 52- 163 -11. EXHIBIT "AFF Beginning at a point on the easterly boundary of.that parcel described at Book 761 of Official Records at Page 471 in the Office of the Recorder of the county of San Luis Obispo, California, said point being 50 feet northerly of the southeast corner of said parcel, thence departing said easterly boundary North 820 38' West a distance of 28 feet; thence North 00 08' West a distance of 14 feet; thence North 800 08' West a_ distance of 48'; thence South 790 52' West a distance of 50 feet more or less to a point on the westerly boundary of said parcel. �l / �',� ' l�� C(' �� �. G� Recording Requested by: City o7 sari. .uis :'Diapo Doc. No 44144 OFFICIAL RECORDS SAN LUIS OBISPO CO., CAI. %zn :cco_ded return to: S E P 16 1983 CITY CLMWS OFFICE FRANCIS M. GOONEY City of San Lois Obispo County Clerk-Recorder APN 52- 163 -11 P.O. Box 321 TIME San Luis Obispo, CA 93401 1 0-0 3 5 AM DEED OF EASEMENT John C. Ballard and Fern L. Ballard, as Grantors, hereby grant to the City of San Luis Obispo, a Municipal Corporation, as Grantee, the following easement in the City of San Luis Obispo, County of San Luis Obispo, State of California to wit: An easement to maintain, repair, and enlarge the natural stream known as Old Garden Creek in that portion of the Northeast quarter of Section 27, Township 30 South, Range 12 East, Mount Diablo Base and Meridian, in the City of San Luis Obispo, County of San Luis Obispo, State of California, according to the official plat of the survey of said land approved by the Surveyor General, said easement being northerly of the following described line: Beginning at a point on the easterly boundary of that parcel described at Book 761 of Official Records at Page 471 in the Office of the Recorder of the County of San Luis Obispo, California, said point being 50 feet northerly of the southeast corner of said parcel; thence departing said easterly boundary North 820 38' West a distance of 28 feet; thence North 00 08' West a distance of 14 feet; thence North 800 08' West a distance of 48'; thence South 790 52' West a distance of 50 feet more or less to a point on the westerly boundary of said parcel. IN WITNESS WHEREOF, Grantors have hereunto caused their names to be subscribed this 22nd day of July , 1983. CAT. NO. NNO0634 TO 1950 CA (7 -82) (Witness - Individual) A % _ . !2. I Ll /' AND RUURANCE ST STATE OF CALIFORNIA ATCOR CO"'" COUNTY OF SAN LUIS OBISPO } SS. On July 22, 1983, before me, the undersigned, a Notary Public in and for said State, personally appeared _MICHAEL S. SZATLOCKY personally known to me to be the person whose name is subscribed to the within Instrument, or proved to be such by the oath of a credible witness who is personally known to me, as being the subscribing Witness thereto, said subscribing Witness being by me duly sworn, deposes and says: That this witness res:dcs in San Luis Obispo- County of San Luis Obispo aid and that: s witness was ppresent and saw JOHN C. BALLARD and FERN L. BALLARDQP KIM HOLMES NOTARY" C personally known to said witness to be the same person SAN LUIS OBISPO COUNTY described in and whose name is subscribed to the within CALIFORNIA and .annexed instrument as a parry thereto, execute and My Commission Expires on April 28, 1887 deliver the same, and that affiaiit subscribed his /her name to the within Instrument as a Witness. WITNESS my hand and official seal. rN \ Signed 4 "J � 103 (This area for official notarial seal) k'. C: A r. n i, TOP164IJ4 ff1lL-44E Al 89 *.,M',C 704 N /0 (ZI Se-4 C 6: pima city 0� san Luis oBispo OH4 G. AA&L.AkD F6W I &44.1-4.eD 710 7-#E 617Y AF SW Ja113 OjS/Apo 7-/S-es MAS C E R T I F I C A '1 E O F A C C E P T A N C E THIS IS TO CERTIFY that the interest in real property conveyed by the Deed of Easement dated July 22 1983, from John C. Ballard and Fern L. Ballard to the CITY OF SAN LUIS OBISPO, a Political Corporation, is hereby accepted by the undersigned officer on behalf of the City Council pursuant to authority conferred by Resolution No. 549 (1959 Series), recorded May 26, 1959; in Volume 1002, Official Records, Page 292, San Luis Obispo County, California, and the Grantee consents to recordation thereof by its duly authorized officer of his agent. Date: h CTTY OF SAN LUIS OBISPO n vr; r riii.. f1C I���p�ll�l .ILiIIIII,IIIIII�j(�Iljllllj I�� �I!li�l� Ijlllh I� I II Ill li ,II city of sAn tuts OBlspo PIE n OFFICE OF THE CITY CLERK • 990 PALM STREET t Post Office Box 321 • San Luis Obispo, CA 93406 -0321 • 605/541.1000 September 14, 1983 John C. and Fern L. Ballard 81 N. Broad Street San Luis Obispo, CA 93401 Dear Mr. & Mrs. Ballard: Please be advised that the San Luis Obispo City Council took action at its meeting of September 6, 1983, to adopt Resolution No. 5205 (1983 Series), a resolution approving an agreement accepting storm drain easement at 81 North Broad Street. A copy of the resolution and agreement are enclosed for your files. Should you have additional questions, please feel free to call. SinEhrely, 1 64W 1 amela Voges City Clerk r, ` PV:eg Enclosure cc: Dave Romero, Public Works Director RESOLUTION NO. 5204 (1983 Series) A RESOLUTION OF THE COUNCIL OF THE CITY OF SAN LUIS OBISPO ACCEPTING BID AND AWARDING A CONTRACT BE IT RESOLVED by the Council of the City of San Luis Obispo as follows: SECTION 1. That this Council hereby accepts the bid and authorizes the Mayor to sign a contract on behalf of the City for the following: Sidewalk Reconstruction Project - PROJECT: Chorro/Monterey to Higuera CITY PLAN NO. G -30 ESTIMATE: $75,384.00 BUDGET ACCOUNT: (90)23- 4871- 600(G30) (90)20- 5071- 000(H18E) BID AMOUNT: $89,839.00 BIDDER: CONCO Engineering, Inc. SECTION 2. That the City Clerk is directed to prepare the appropriate documents for signature by the successful bidder and the Mayor. On motion of Councilman Dunin seconded by Councilman Settle and on the following roll call vote: AYES: Councilmembers Dunin, Settle, Dovey, Griffin and Mayor Billig NOES: None ABSENT: None the foregoing Resolution was passed 1983.-,----- ATTEST: APPROVED: City Admvi?61tive Officer Loz 14 L d City Attorney :y� x 1 ' adopted this 6th day of September , R"W"® V f i 7 R l_ I (���� � �� ���� �� �pdyj�0 �i� /-� .: �. �.•, . �., i� .,` 'r � �, .� �` r „ ,,, .: �. �.•, . �., i� .,` 'r � �, .� �` r „ J RESOLUTION N0. 5203 (19 83 Series) A RESOLUTION OF THE COUNCIL OF THE CITY OF SAN LUIS OBISPO ACCEPTING BID AND AWARDING A CONTRACT BE IT RESOLVED by the Council of the City of San Luis Obispo as follows: SECTION 1. That this Council hereby accepts the bid and authorizes the Mayor to sign a contract on behalf of the City for the following: Severline and Waterline Improvement Project - PROJECT: Branch, Beebee to Broad CITY PLAN NO. E -18 and G -14 ESTIMATE: $270,000.00 BUDGET ACCOUNT: 52- 7062- 733(E18) 50- 6362- 716(G14) BIDDER: R. Baker, Inc, BID AMOUNT: $272,412.00 SECTION 2. That the City Clerk is directed to prepare the appropriate documents for signature by the successful bidder and the Mayor. On motion of Councilman Dunin seconded by Councilman Settle and on the following roll call vote: AYES: Councilmembers Dunin, Settle, Dovey, Griffin and Mayor Billig NOES: None ABSENT: None the foregoing Resolution was passed and adopted this 6th day of September , APPROVED: City Ad ' ative Officer . . d '01 ' 94!�'y City Attorne Finance Diner r t City Eug neAr: x .> xR 5W,3.., � j Y Ic. 0 RESOLUTION NO. 5202 (1983 Series) A RESOLUTION OF THE COUNCIL OF THE CITY OF SAN LUIS OBISPO ACCEPTING BID AND AWARDING A CONTRACT BE IT RESOLVED by the Council of the City of San Luis Obispo as follows: SECTION 1. That this Council hereby accepts the bid and authorizes the Mayor to sign a contract on behalf of the City for the following: Severline Mnprovement Projects- PROJECT: Broad/Pacific/Pismo; Chorro CITY PLAN NO. G -17, G -19 and E -42 Easement/Rougeot/Meinecke 52- 7062- 733(G -17) ESTIMATE: BUDGET ACCOUNT: $51,340.00 52- 7062- 733(G -19) BIDDER: R. Baker, Inc. BID AMOUNT: 52- 7062- 733(E -42) $67,253.00 SECTION 2. That the City Clerk is directed to prepare the appropriate documents for signature by the successful bidder and the Mayor. On motion of Councilman Dunin seconded by Councilman Settle_ , and on the following roll call vote: AYES: Councilmembers Dunin, Settle, Dovey, Griffin and Mayor Billig NOES: None ABSENT: None the foregoing Resolution was passed and adopted this 6th day of September APPROVED City A(Ahisirative Officer i y Attorney tf �O�ery l . f J RESOLUTION NO. 5201 (1983 Series) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO APPOINTING ROGER T. PICQUET TO THE OFFICE OF CITY ATTORNEY WHEREAS, the City Council has conducted an extensive and thorough review of applicants to fill the vacancy in the office of the City Attorney, and has determined that Roger T. Picquet, Assistant City Attorney in the city of Modesto, California, is the best qualified to fill said office. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of San Luis Obispo as follows: SECTION 1. Roger,T. Picquet is hereby appointed to the position 4 of City Attorney for the City of San Luis Obispo. SECTION 2. In consideration of Mr. Picquet's acceptance of the appointment made hereinabove, the Council adopts the following employment terms and conditions: A. Commencement of Employment. October 3, 1983 is hereby designated as the date of commencement of Mr. Picquet's duties to serve directly for and at the pleasure of the City Council. B. Salary. (i) The initial base salary to be paid Mr. Picquet for his services as City Attorney shall be Forty -six Thousand Five Hundred Dollars ($46,500.00) annually, payable in accordance with City's customary payroll practices. Regular salary reviews thereafter shall be conducted by the Council, in accordance with adopted policy for Council- appointed officers. (ii) In addition to the base salary, Mr. Picquet shall receive such other benefits as may be provided in this R 5201 Resolution No. 52(_,(1983 Series) Page No. 2 10 D. E F. resolution and sick leave, insurance and retirement benefits as may be provided to Council- appointed officers of the City. Military Service. The Council recognizes Mr. Picquet's status as an officer in the U.S. Naval Reserve and his entitlement to city -paid benefits as required by the California Military and Veterans Code for such officers. Professional Development. The Council recognizes the need for and advantages of continued professional development on the part of its staff and therefore shall budget funds for: (i) Professional dues and subscriptions. (ii) Travel and subsistence expenses for meetings of the League of California Cities' Attorney Department, and other professional meetings, educational courses and seminars given within California and directly related to municipal law. Vacation Leave. Vacation leave is governed by Section 2708.7 of the Municipal Code except that it may be taken after the completion of the sixth calendar month of service since the benefit date. Termination and Severance Pay. (i) In the event Mr. by the City Council during able to perform the duties to pay him a lump sum cash aggregate salary; however, terminated for,good cause Picquet's employment is terminated such time that he is willing and of City Attorney, the City agrees payment equal to two (2) months in the event Mr.. Picquet is shown, then City shall have no e. Resolution No. 5201 Pa No. 3 1983 Series) g obligation to pay the aggregate severance sum specified in this subsection. (ii) During the first twelve (12) months of his employment, should Mr. Picquet's employment be terminated by the City Council without cause, the City agrees to give him sixty (60) days written notice of such termination, with his salary to continue during that sixty- (60) day period. This benefit is in addition to that set forth in paragraph (i) above and shall cease to be in effect after September 30, 1984. (iii) In the event Mr. Picquet voluntarily resigns his position with the City, then he shall give the City Council at least two (2) month's advance written notice and no severance sum shall be due him. (iv) In the event of termination of Mr. Picquet's employment under any circumstances, he shall receive all vested benefits acquired by him during the period of his employment. G. Relocation Expenses. To assist Mr. Picquet in the costs incurred by moving to City from Modesto, City agrees to reimburse him for the following expenses: (i) Transportation of household goods. (ii) Temporary storage of household goods, if necessary. (iii) Insurance charges applicable to the above. (iv) Temporary housing assistance up to a maximum of $1,500.00, if need for such assistance is demonstrated. Resolution No. 520:_ 1983 Series) ID Page No. 4 Should Mr. Picquet be unable to obtain housing for his family in the San Luis Obispo area by January 1, 1984, the City Council is willing to consider possible additional monthly payments to assist in costs incurred in maintaining two household locations. H. Temporary Additional Compensation. Mr. Picquet may incur unusual costs to acquire a house in the San Luis area. It is the intent of the City to temporarily offset such unusual costs for housing, suitable to his family's needs, as part of his compensation. Such additional temporary compensation shall not extend beyond forty -eight (48) months from the date it becomes effective. Mr. Picquet shall act in good faith in acquiring a residence, and shall use his best efforts to obtain the most favorable financing terms and conditions. On motion of Councilwoman Dovey, seconded by Councilman Dunin, and on the following roll call vote: AYES: Councilmembers Dovey, Dunin, Griffin and Mayor Billig NOES: None ABSENT: Councilman Settle the foregoing Resolution was passed and adopted this 31st day of August, 1983. Resolution No. 5X'1983 Series) ( Page No. 5 Approved: City AdminVE&Etive Officer 7&ejj::t- �( ail/ ✓1�e City Attorney ��eg Finance Dire or �o r d`-'i c�ve -� . � Q 7�/ �� �P t3an /�� l �J�C� �l ., ��- ��, Yn ty Of SAn IuIS OB ,/ RESOLUTION NO. 5200 (1983 Series) EXPRESSING THE CITY'S GRATITUDE AND APPRECIATION TO FIRE ENGINEER HENRY TONINI FOR HIS LONG AND DEDICATED SERVICE TO THE CITY AND ITS CITIZENS WHEREAS, Henry Tonini has had a Long and distinguished career with the San Luis Obispo Fire Department, totaling 34 years, having started in May, 1949; and WHEREAS, Henry's work habits, application and loyalty to the City has been an inspiration to many employees who have worked with him and for him; and WHEREAS, Henry has dedicated untold_ hours to the citizens of the community in his response to needs of the City; and WHEREAS, Henry has made an indelible mark on the community, and Fire Department; and WHEREAS, Henry's knowledge and ability will be sorely missed; and WHEREAS, lives and amount of property that Henry has saved' in his 34 years of service is immeasurable, NOW, THEREFORE, BE IT RESOLVED that this City Council wishes to express its gratitude and appreciation to Fire Engineer Henry Tonini for the service he has performed and the contribution he has made to the community these many years. On motion of Councilman Dunin seconded by CounciZwoman Dovey and on the following roZZ call vote: AYES: Councilmembers Dunin, Dovey and Mayor Billig NOES: None ABSENT: CounciZmembers Griffin and Settle the Sa o JoregoLng Resolution was passed and adopted this 3lst`day of August a JZVV