Loading...
HomeMy WebLinkAboutCity Council Item No. 13CITY OF LADE LSII`IORT -' DREAM EXTREME. REPORT TO CITY COUNCIL TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: ROBERT A. BRADY CITY MANAGER DATE: JUNE 9, 2009 SUBJECT: DRAFT AGREEMENT WITH THE UNITED STATES DEPARTMENT OF AGRICULTURE FOREST SERVICE TO BASE THE HAWAII MARS AIR TANKER ON LAKE ELSINORE DURING THE FIRE SEASON Background Staff has been working with the United States Department of Agriculture Forest Service to draft an agreement that would allow the Hawaii Mars tanker plane owned by Coulson Air Tankers to be based on Lake Elsinore during the fire season this year. The U.S. Forest Service has an agreement with Coulson Air Tankers to use their services and the Hawaii Mars aircraft to fight fires in Southern California. The U.S Forest Service is proposing the term of the agreement would remain in effect until December 15, 2009. Discussion The Hawaii Mars aircraft is proposed to be moored in the lake area adjacent to the City owned campground at the northwest end of the lake. A staging area for a support helicopter, equipment, supplies and vehicles would be located on the adjacent beach. Two paved pads would be temporarily installed: one for the landing and take -off of the helicopter and the other for placement of equipment and supplies. Lake Elsinore is a resource that can be used to fight fires as demonstrated by the successful operation of the Hawaii Mars on the lake in October of 2007 to help fight the fires in San Diego County. Lake Elsinore is one of only a very few water bodies in Southern California that can accommodate this type of fire fighting aircraft. Locating the air tanker on the lake and having it ready to go during the fire season could be beneficial to the City and adjacent areas in case there is a major fire. CC June 9, 2009 Item No. 13 Page 1 of 18 Hawaii Mars Air Tanker June 9, 2009 Page 2 Fiscal Impact There is no anticipated negative fiscal impact to the City. The cost of locating the air tanker on Lake Elsinore would be paid for through the contract with the U.S. Forest Service. The U.S. Forest Service would pay the City for each landing and each scoop of water that is made by the Hawaii Mars aircraft. The U.S. Forest Service would also pay for associated law enforcement services. Any improvements to the staging area would be the responsibility of the U.S. Forest Service. Recommendation Approve the agreement in substantially the form attached and authorize the City Manager to finalize and execute the agreement with the U.S. Department of Agriculture Forest Service to locate the Coulson Hawaii Mars Air Tanker on Lake Elsinore during the fire season. Prepared and Approved by: Robert A. Brady City Manager 4 Attachment: Draft agreement CC June 9, 2009 Item No. 13 Page 2 of 18 UNITED STATES DEPARTMENT OF AGRICULTURE FOREST SERVICE R5 Fire and Aviation Management 3237 Peacekeeper Way McClellan, CA 95818 BLANKET PURCHASE AGREEMENT LANDING FEES FOR EMERGENCY INCIDENT USE VENDOR: City of Lake Elsinore Fjffecive Date: ADDRESS: 130 South Main Street Lake Elsinore, CA 92530 PHONE: DUNS NUMBER: CCR Registration SCOPE OF AGREEMENT The USDA Forest Serft' rres to obtain from the City of Lake Elsinore, an agreement to opera the wataYs of La�C auctpermission to use the City s shoreline in accordance wit terms an condifxius set , Oath here. This agreement is for use of a portion of the waters of Lake more for off, landing'and mooring for the Hawaii Mars aircraft, and use of a secure opF' s area on e Lake shoreline for associated heavy equipment that ,pp is the I dw, .1 &at whi W under contract to the US Forest Service fore MEN IS us; AQ>EME IS FOR EMERGENCY INCIDENT �* n, l a Gn USE O � This agreement L7ecorn¢CSffective upj x ignature of a warranted Procurement OfficialI remain in effec s hrough December 15, 2009, or 15 days after a written request from either va "to cancel. 1. DEFINITIONS 1.01 The folio germs shIJ s have the meanings set forth below. i) "Agreement" or "Operating Agreement" or "License" means this Agreement by and be ` en: the City and Forest Service. ii) "Operation" or "Operations" means the operations associated with mooring taxing, flying and all maintenance activities of the aircraft upon the waters of Lake Elsinore or shoreline in accordance with the terms and conditions herein. iii) "City" means the City of Lake Elsinore, a municipal corporation. CC June 9, 2009 Item No. 13 Page 3 of 18 iv) "City Manager" means the City Manager of the City of Lake Elsinore or his/her designee. v) "Forest Service" Means USDA Forest Service, Pacific Southwest Region. vi) "Landing" means any time the plane makes contact with the lake after take -off which includes the scooping of water. vi) "Premises" is defined inSection3.01 of this Agreement. 2. USE OF PREMISES 2.01 Provided that all of the terms and conditions Fully satisfied, the City hereby grants to the Fo agreement to conduct the Operations upon the aircraft in accordance with all app rules governing the use of Lake Elsinore, it Municipal Code (LEMC), applicable State o a exception of the expressed waivers by the City o' contained herein. The Premises shalkhe used b y t as : �ym� Programs, and such other purposes � nsiste for no other purposes whatsoever: 2.02 It is expre grantor convey Forest Service. that 3. PREMISES 3.O lie premise 3.02 Surrounding areas and There of will afFe an Programs. Forest and agrees to make n Wises. The Fox, ordinances, res€ but not limited are >ignable operating Service shall operate ons, policies and >17e Lake Elsinore laws; with the ac e Elsinore Mumeipal Codes Service only for Authorized to Authorized Programs, but ,,d s „pot rn%`y way what so ever or otbe crest in the Premises to the ate' /n�k ake Elsinore and the shoreline of the 32040 Riverside Drive. nd* j 6dges pff final inspection of the Premises and W n of the extent to which the physical condition be a opriate for Forest Service operation of the Authorized e auCepts the Premises in their present physical condition "as is " expands upon City for any improvements thereof. 3.03 Forest Service acknowledges that there are hidden, hazards that there are submerged, in Lake Elsinore that may damage the aircraft. Forest Service accepts this CC June 9, 2009 Item No. 13 Page 4 of 18 operating risk and agrees to hold the City harmless from damages incurred by operating the aircraft upon the waters of Lake Elsinore. 3.04 Forest Service hereby acknowledges the title of City and any other public Agencies having jurisdiction there over, in and to the Premises and the Permanent improvements located thereon, and covenants and agrees never to assail. Contest or resist said title. 4. OPERATION(S) 4.01 Forest Service operations at the City Campground conditions. i) Storage of hazardous substances and mate contained and secured at all times. Disposal materials shall follow Federal & State regal; hazardous substances in volumes greater tfia appropriate signal wording to put the genera ii) Fueling operations are subj Fire Prevention Office. Forest fees within 3 days of starting I Davidson, Fire Safety S ecia remove trash, debris j�, WV N iii) The Forest Service is resp( & Restoration of Preinis� Tl conditrongy tlun 72 houa� traslt 21gbrs, equ anent ari 4.02 �he,Forest Servi to era fo tions: � `. . i) Forest Se operations sk the general pub gating on, -] ii) During non -em four (24) hours in secure the Lake. to the following labeled, handled, such hazardous In addition, storage areas containing Ions shall be pro ftposted with the c on notice of the potential hazard. and penmtiO'roval by the Rivers"de County apply for such a permit and pay appropriate M o, ake Elsmore,,lY contacting Norman 4 3 i}ext 302. olicing daily basis to for tIMM eline stagift area and for the Clean-up ises har cleaned -up and restored to previous rmnatiot� operations. This includes removal of iWQM :ttal fr s related to the operations. the waters of Lake Elsinore are subject to the not at anytime pose a safety hazard for e Elsinore. Forest Service shall notify the City at operations, least twenty of operating the aircraft on Lake Elsinore to allow the City to iii) During emergency operations, Forest Service shall notify the City immediately upon receiving a request from authorized Federal or State fire fighting agencies. The City shall work with the Riverside County Sheriffs Lake Patrol to secure the Lake for exclusive use by the aircraft. Forest Service is prohibited from taxing upon or flying over the waters of Lake Elsinore until Forest Service has received verbal authorization from the Sheriffs Lake Patrol or Director of the Lake Department. CC June 9, 2009 Item No. 13 Page 5 of 18 iv) Mooring of the Hawaii Mars aircraft shall be permitted in an area designated by the City off the shoreline of the City Campground located at 32040 Riverside Drive. v) Anchoring: The aircraft shall be securely and safely anchored/moored at all times, when not in use. The anchoring system shall be sufficient to secure the vessel in the highest winds that can reasonably be expected. vi) All maintenance, fueling and loading of hazardous materials to the aircraft shall be performed in a manner that prevents the discharge of material(s) into the waters of Lake Elsinore; which includes material from sanding, stnppmg;= s;3ivYng, painting, solvents, welding, petroleum and fire retardant. The applicant shall ufilize best management practices at all times to control the discharge of urgi into Lake Elsinore. _ vii) Forest Service is permitted by the Crtyxtoel the aircraft and pr form maintenance contained herein on the f t aircraft upon the waters oft Elsinore subject ffeguards S m viii Bilge Water Pumping: Disch`ar e gf oil wast �� �" mo bil e water um m shall g g Y �� g p ping comply with all Federal and State lat regulation no such event shall the discharge of oily bilge water create dVisible iurface sheenoz accumulate a sludge build- up on the bottom sediments \ , ix) Liquid onse: Forest Service shall use best mana ement practice at all t�� °o prevent the discharge of liquid hazardous materials entering Lake Elsinfi ,including petroleum. This includes the � use of Abpr� pads ° otihhe floor.. engi ompartment(s), as well y iiKhailg and proper dtspo i ese�bsorbent pads to prevent the as 1W ac�� ulation of hqutihazard�Us�(oil, and dxsl}arge fuel, lubricates, solvents... etc.) into the E through mate als bilge er pumping or partial sinking of the vessel. x) Forest Service is requird store onboard the aircraft or within the on shore staging area the emer': cy spill resse items listed below and to use these items to immediately any sgrdl? (a) 200 oil absorberiNg d ach with the minimum dimensions of 16 "x20 ". (b) 20 oil absorbent floating pillows, each with the minimum Dimensions of 17" x 16 ". (c) 8 oil absorbent floating booms, each with the minimum dimension of S" diameter length. x 10 -foot xi) Forest Service shall immediately notify the City's Director of Lake and Aquatic Resources Department (Cell Ph# (951)830 -0407) of any spill of hazardous materials in an amount in excess of a quart or which causes a surface sheen on the waters of Lake Elsinore. CC June 9, 2009 Item No. 13 Page 6 of 18 xii) Inspection: City Staff, Riverside County Sheriffs Lake Patrol or authorized agents of the City shall be permitted to board and inspect the aircraft at reasonable times to ensure compliance. 4.03 CONDITION REPORTS: A joint pre and post -use physical inspection report of the land/facilities shall be made and signed by the parties; the purpose of the inspections shall be to reflect the existing site condition. Refer to attached pre- use /post use inspection sheet. 5. LAW ENFORCEMENT SERVICES: 5.01 Forest Service agrees to reimburse the Riverside'COWSheriffs Department and/or City of Lake Elsinore for any and all costs for ley Enforcemdnt Services incurred to ensure public safety, health &welfare and res rinse to emergencr! �s that are directly �%$ related to Forest Service Operations at a r8t175 per hour oer' y when mutuahu i� IN a local citizen's volunteer boat assist with closing Lake Elsmc Sheriffs Deputies req shall reimburse the��f y 0 V support Forest Sery ce operathI( 6. TERM of y agreed upon and as ordered by the Forest snore M each and Rescue (LEMSAR), be acts %�at the Sheriffs discretion to i ALEMSAR ffiay reduce the number of ON of an I`�t'` e and reoipts, Forest Service fuehprovr�ecto,.LEMSAR by the City to Term of'thisq�, it shall cornrff rice upon the signature of both parties and �matically ternte andire on December 15, 2009. 6.02 Opera of the Autho'= �e Prograihs may require certain amendments to the City Mumcipal ' \ and modifl 'ton to the regulations affecting the Premises. In executing this Agreemen , `e City in ' no warranty or representation that the City will make such amendments: or -mo ' ' ion. Accordingly, failure of the City to take action to make such amendments an xxfa - cations shall not constitute a breach of this Agreement but are rather a condition precedent. Accordingly such failure shall render this Agreement null and void. WAIVEROF LAKE ELSINORE MUNICIPAL CODE(S) 7.01 In light of the emergency public services to be provided by Forest Service the City shall fore bear from enforcing LEMC Sections 9.48.010 AIRCRAFT PROHIBITEDACTS and 9.96.210 AIRCRAFT under the terms of this agreement. CC June 9, 2009 Item No. 13 Page 7 of 18 8. CONSIDERATION PRICING: The following rate structure shall be charged: $200.00 for each landing of the Hawaii Mars aircraft on Lake Elsinore 9.0 OPERATING RESPONSIBILITIES 9.01 Forest Service shall conform to and abide by all City pid and all State and Federal laws and regulations, insofar as the same or any of them are applicable, and where permits and/or licenses are required for the use and/or any construction authorized herein, the same must be first obtam d, from the ° "re` & atory agency having jurisdiction there over. 9.02 Forest Service shall immediately correct any unsafe condition on the Premises caused by Forest Service, as well as ar �unsafq,,pk, es of Fo _Service occurring there on. Forest Service shall contact a e M y"I care forla�y member of the public who is in need thereoT, because of ill occurring on! he Premises or aircraft. Forest Service ahallTc crate fix1L� with City in the investigation of any accidental injury or death occurr o�emises, afieluding a prompt report 3 . thereof to the City Manager. 9.03 Forest Service shall mafiA# an ad egC an d proper staff that shall be Responsible to mamtaen the guiSlmes and pphcy set out by Forest Service and City. The Cit y�Ylanager may of �'��orest Service written notice to the effect that the ���� �i ,� ��, conc�x action , desf r g�ed emp oe of theorest Service is, in the reasonable beb the City Mama e, mental to the interest of the public. �� ao% Forest shall ith ili� zty Manager to consider the appropriate course of VV0= action �i <, respect to su atter, and�Forest Service shall take reasonable measures under the stances to assure the Manager that the conduct and activities of Forest Servi a ;off will not b'de t 'mental to the interest of the public. 10. INDEMNIFICA The US Forest Service acknowledges and represents that it has inspected the premises, knows the condition thereof, and, to the extent permitted by the Federal Tort Claims Act, assumes full responsibility for any injury to persons, and damage or destruction of property, by reason of the use of said premises under this order. The Government undertakes and agrees to release and hold harmless and indemnify, to the extent permitted by the Federal Tort Claims Act, the City of Lake Elsinore, CA, and all its Officers, Employees and Contractors, from and against all suits and causes of action, claims, loss, demands, expense, damage or liability of any nature whatsoever, for death or injury, to any person including the Government, its employees or agents, or damage or CC June 9, 2009 Item No. 13 Page 8 of 18 destruction of any property of either party hereto, or third persons in any manner, arising by reason of or incident to, exercise or enjoyment of the premises herein given. 11. INVOICESBILLING PROCEDURES: The Forest Service Contracting Officer's Representative (COR) shall submit a Monthly Landing Report to the City of Lake Elsinore, and the City shall then prepare an invoice to attach to the Monthly Landing Report. It is the responsibility of the Contracting Officer's Representative to tally and complete a Monthly Landing Report. This report will be sent to the City%,of Lake Elsinore for o jiff„ preparation of an invoice. The invoice and Monthly Landueport will be sent to the COR for review and recommendation of payment before f(Bearding to the Contracting Officer for their signature and submission to the Albuquerque Service Center for payment. PAYMENT TERMS: All payments Payment Act. Payments will be proc¢ Payments, 101B Sun Avenue, NE, Al e in accordance J1 the Prompt Albuquerque Serdi'c,'e tenter, Incident VM 871.09, 12. TERMS AND CONDITIONS: The attached FAR 52.212 -4 Contract,` 52.212 -5 Contract Terms and Condit Orders — Commerci& terns: are made Commercial Items, and ft Statutes or Executive CONTACT INFORMATION: Katln Griffin I HEREBY VENDOR: Signature Title Date 916- 640 -1064 S BLANKET PURCHASE AND CONDITIONS SPECIFIED W1 L��1 Signature Title Date CC June 9, 2009 Item No. 13 Page 9 of 18 52.212 -4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (OCT 2008) (a) Inspection /Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance The Government may require repair or replacement of nonconforming supplies or repertormaneeof nonconforming services at no increase in contract price. If repair /replacement or reperfogmance will not correct the defects or //% _ is not possible, the Government may seek an equitable rsd4lction or adequate consideration for acceptance of nonconforming supplies or servi ces. government must exercise its post - acceptance rights — (1) Within a reasonable time after the defectdiscovered or should have been discovered; and it (2) Before any substantial change occurs Ih t)1 condition pf the Item uhles the change is due to the defect in the item. (b) Assignment. The Contractor,of Its assignee may assI its rights to receive payment due as a result of performance of this contra bank, trust company, or other financing institution, including any Federal lending agency acc�i� a with the Ass ipnment of Claims Act ( U.S.C. 3727 However, when a thi arty a payment (e use of the Government wide e commercial purchase T ContractoY�ulay not asslgn�ts ngh� g payment under this contract. / o� y os (c) Changes. C < es in the t sand con 'itlons'of this cROct may be made only by written agreement o O arties. (d) Disputes This co Is �" o the Contract Disputes Act of 1978, as amended (41 U S G 501 �. Fallu� % pa i es�fo this contr et to reach agreement on any request for equltabl61adlustme Im a p� or actionaYising urider or relating to this contract shall be a c dispUed to be resolved 'I orda with the clause at FAR 52.233 -1 , Disputes, which is incorpo Ned rein by reflce. The,Gontractor shall proceed diligently with performance of this ng final resolutin of any dispute arising under the contract. ffi' The clause at FAR 52.202-1 Definitions, is incorporated herein by reference. (f) Excusable tlelays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyontJ "the reasonable control of the Contractor and without its fault or negligence such as, acts of Gad' or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include— CC June 9, 2009 Item No. 13 Page 10 of 18 (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify i , of defective invoice; and .; :<. (ix) Taxpayer Identification Number (TIN): The Contr - f$hall include its TIN on the invoice only if required elsewhere in this contract. / (x) Electronic funds transfer (EFT) banking inform � (A) The Contractor shall include EFT bankingsh or at the invoice only if required elsewhere in this contract. a - B If EFT banking information is no e� to be on the ink ice in order for the invoice to be a proper invoice, the Contractor information in accordance with the applicable 33, Payment by Electronic Funds Payment by Electronic Funds Tra applicable agency procedures. (C) EFT banking inforr to pay by EFT. (2) Invoices will be had and Office of Man ent (h) Patent inde -th. . The employees and agents agair such (1)ems accepted. P have been Vered to the (2) Prohip, ayi Payment Act II%1� (3) Electronic F 52.212-5 for the al (4) Discount. In I submitted corre&E FT,,banking ., provi, contract cl _(e.g., 52.232- or Than CE41 ) Ontractor Reaistration) or if the shall indaf,fpify the waived the requirement it Act ( 31 U.S.C. 3903 ns at 5 CFR Part 1315. and its officers, for actual or alleged direct or contributory tates or foreign patent, trademark or t, provided the Contractor is reasonably made for items accepted by the Government that set forth in this contract. Qvernment will make payment in accordance with the Prompt .iii prompt payment regulations at 5 CFR Part 1315. er (EFT). If the Government makes payment by EFT, see FT.clause. with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall — (i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the— CC June 9, 2009 Item No. 13 Page 11 of 18 (A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B) Affected contract number and delivery order number, if applicable; (C) Affected contract line item or subline item, if applicable; and (D) Contractor point of contact. (ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer. (6) Interest. (i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate estakoft h" by the Secretary of the Treasury as provided in Section 611 of the Contract Disputes ct of 1978 (Public Law 95 -563), � c which is applicable to the period in which the amount becorp ' as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six month period ed by the Secretary until sz, /O<.. the amount is paid. (ii) The Government may issue a de debt is due under the contract. (iii) Final decisions. The Contracting 33.211 if— (A) The Contracting Offi tt y existence or amount of a debt within 3d (B) The Contractor fails to liga rz, Officer within the timeline specified in th fie repaid because the Cokf ctor has request" (C) The g ritractor rests a de' by the Contracting k i er (see 3 X17 -2). (iv) If a demarfd for paymenwas pn included �. t� it decisiostlhfytfi� � � W , � hall be tiuLat the ead (A) The date fixed unfhis cont The date'of firs Ri�itten de paymenYyesulting from a o de It termtination w interest char hall b op ( yq g�?�. payment to the Corictor upon finding a issue a final decisiOn' tequired by to reach agreement on the landed by the Contracting �s the amounts were not it s'greement; or a debt previously demanded ied for the debt, the demand for payment date as the original demand for payment. flowing dates: payment, including any demand for puted for the actual number of calendar days involved begii on the due 4d a and ending on— (A) Th6date on whGCh the designated office receives payment from the Contractor; (B) The f issuance of a Government check to the Contractor from which an amount otherwise payable has Fieen withheld as a credit against the contract debt; or (C) The date on an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor. (vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608 -2 of the Federal Acquisition Regulation in effect on the date of this contract. 0) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. CC June 9, 2009 Item No. 13 Page 12 of 18 (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (1) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose is paragraph does not give the Government any right to audit the Contractor's records Thin ' rector shall not be paid for any work performed or costs incurred which reasonably could, ave been avoided. (m) Termination for cause. The Government may terminate tt,� or any part hereof, for cause in the event of any default by the Contractor , if (he Codtra for fails to comply with any contract terms and conditions, or fails to provide t ak am nt, upq pquest, with adequate assurances of future performance. In the ev ination for caus Government shall not be liable to the Contractor for any amount for Contractor shall be liable to the Government for If it is determined that the Government improperly termination shall be deemed a termI I' for con' (n) Title. Unless specified elsewhere�m t,�I con shall pass to the Government upon acep�tance, r� takes physical possession �� (o) Warranty. The ' �ctor.warrants a,impl ME for -t e Darticule ro (p) Limitation of will not be liable to or services not acc{ and the id all rights, and remed & &pvided by law. for furnished under this contract or where the Government tie items delivered hereunder are scribed in this contract. by an express warranty, the Contractor damages resulting from any defect or all applicable Federal, State and local la v �xecutive orders ',fules arY Iv� egulations applicable to its performance under this contrac liance witfMl (r),Cpm pique o Government contracts. The Contractor agrees to comply with 31 U S C. 1352 relafinma limitafion spn the use of appropriated funds to influence certain Federal contracts; 18 U S C relatingo officials not to benefit; 40 U.S.C. 3701 et seq., Contract Wo'k furs and Safg,, Standards Act; 41 U.S.C. 51 -58 Anti - Kickback Act of 1986; 41 U.S.C. 265 an 1 0 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118 Fly American; and 41l ,SzC 423 relating to procurement integrity. (s) Order of precedence Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the Yolfowing order: (1) The schedule of supplies /services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique to Government Contracts paragraphs of this clause. (3) The clause at 52.212 -5 . (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (7) The Standard Form 1449 CC June 9, 2009 Item No. 13 Page 13 of 18 (8) Other documents, exhibits, and attachments. (9) The specification. (t) Central Contractor Registration (CCR). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and is. , conditions of this contract and is not a substitute for a properly„eXe 4�e ted contractual document. �i =", (2)(i) If a Contractor has legally changed its business me; doing business as" name, or division name (whichever is shown on the contract), or�t s� }ransferred the assets used in 'o,,y w performing the contract, but has not completed the nee M regbir0pents regarding novation and change -of -name agreements in FAR Subpart42 i2 , the Contractr shall provide the responsible Contracting Officer a minimum of ohe business day's written'notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of Subpart 42.12 and (C) agree in carding to the time� procedures spec fiefflb�y�the responsible Contracting Officer. The Contractor mud,= fie wit i "the notificationstCf#icient documentation to support the legal ,changed name. (ii) If the Contractor fails to cornply ith,the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at par j ph (t)(2)(i)(gf this clause, and, in the absence of a properly executed novation or Chan a )b5fhame agreement, the CCR information that shows the Contr" ���other than the Contrap� '�atedl� {fie contract will be considered to be incorr inf& - nna on wit ri the mean ng o Vouspension of Payment" paragraph of the electronic fundski sfer (EFT) clad of this ract. (3) The Contractor $lhall not. Inge the nam�or address for EFT payments or manual of made be incoi he EFT (4) Offer requirements tfflCR record to ret't an assignee for the purpose of assignment ssignment of; s). ignees shall be separately registered in iy���ovided to the Ntractor's CCR record that indicates payments, to an ultt, to recipient other than that Contractor will be .,, rmation�Wjj4,in the meaning of the "Suspension of payment" may obtain information on registration and annual confirmation p: / /www.ccr.gov or by calling 1- 888 - 227 -2423 or 269- 961 -5757 CC June 9, 2009 Item No. 13 Page 14 of 18 52.212 -5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS — COMMERCIAL ITEMS (OCT 2008) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233 -3 , Protest After Award (AUG 1996) (31 U.S.C. 3553 (2) 52.233 -4 , Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108 -77, 108- 78) (b) The Contractor shall comply with the FAR clauses in Officer has indicated as being incorporated in this contract of law or Executive orders applicable to acquisitions of C - ❑ (1) 52.203 -6 , Restrictions on Subcontractor Sales Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.,G: 240 ❑ (2) 52.219 -3 , Notice of Total HUBZo pt Aside ❑ (3) 52.219 -4 , Notice of Price Evalu; i eferen( ., Concerns (JULY 2005) (if the offeror elects to waive lih'@ pre (15 U.S.C. 657a ❑ (4) [Reserved] ❑ (5)(i) 52.219 -6 , Notice of [ U- ma siness Si /�, %' ❑ (ii) Alternate I (Oct 1995) of 5219 6 ❑ (iii) Alternn e , 004) of 52219 6 1/ yap E] (6)( 52 Nobc,Partlal Small Busirfe�: v/O E] (ii) Alter , l (Oct 19 ),of 52.219 7 . 4graph (b) that the Contracting .nce to implement provisions items: (Sept 2006), with (Jan 1999) (fVU S C 657a e for HUBZone'S ^� Business ferehce It shall so� to in its offer) (June 2003) ( U.S.C. 644 ). (June 2003) ( U.S.C. 644 ). (May 2004) ( 15 U.S.C. 637(d)(2) Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4) Alternate I (O"'J 001) II (Oef'2001) of El (9) 580W,9 14, Lim ltat o s on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14) ❑ (10) 5221 1 "6 , Li u led Damages— Subcon- tracting Plan (Jan 1999) 15 U.S.C. 637(d)(4)(F)(i) q ❑ (11)(i) 52.219 -2 otice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323 (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ❑ (ii) Alternate I (June 2003) of 52.219 -23 ❑ (12) 52.219 -25 Small Disadvantaged Business Participation Program— Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103 -355, section 7102, and 10 U.S.C. 2323 ❑ (13) 52.219 -26 Small Disadvantaged Business Participation Program — Incentive Subcontracting (Oct 2000) (Pub. L. 103 -355, section 7102, and 10 U.S.C. 2323 CC June 9, 2009 Item No. 13 Page 15 of 18 ❑ (14) 52.219 -27 Notice of Total Service - Disabled Veteran -Owned Small Business Set - Aside (May 2004) (15 U.S.C. 657 f ). ❑ (15) 52.219 -28 Post Award Small Business Program Rerepresentation (June 2007) ( 15 U.S.C. 632(a)(2) ® (16) 52.222 -3 , Convict Labor (June 2003) (E.O. 11755). ® (17) 52.222 -19 Child Labor — Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). ® (18) 52.222 -21 Prohibition of Segregated Facilities (Feb 1999). ® (19) 52.222 -26 Equal Opportunity (Mar 2007) (E.O. 11246). ® (20) 52.222 -35 Equal Opportunity for Special Disabled, a rans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) ® (21) 52.222 -36 Affirmative Action for Workei (29 U.S.C. 793 ® (22) 52.222 -37 Employment Reports on Spy Vietnam Era, and Other Eligible Veterans (Sept 2006) ❑ (23) 52.222 -39 Notification of Employee 1lig1 Fees (Dec 2004) (E.O. 13201). / ® (24)(i) 52.222 -50 CombatiPaffickmg in contracts). s t / � E] (ii) Alternate I (Aug 2007) df .222', ❑ (25)(i) 52.223 / stimate of Pe�ntage c Designated Items (Mp 6962(c)(W ❑ (ii) Alterr�a�e I (May 2068) of 52.2284' (4 ❑ (26) 52.223 1 y Energy E cie in Energ 8259b) ❑ (7f (rjM 2 223 16 ( 680 Starilfor Computer Products (DEC 2007) 13423) (ii) Alternate 2007) of, 52.223 -16 ❑ (29)(' (Aug 2007) (4 78, 108 -286, 1 //jth DisA� es (Jun 1998) ps cial Disabled Vg%ns, Veterans of the 7 / (38 U.S.C. 4212 its Concerning PaymenCof,Onion Dues or rsetis -(Auo 2007) (Anolie t "all OUerefVl� ;e V ,dal Content for EPA- J.S.C. 6962(i)(2)(C) :onsuming Products (DEC 2007) ( U.S.C. Environmental Assessment of Personal plies (June 2003) ( U.S.C. 10a -10d ee Trade Agreements — Israeli Trade Act note, 19 U.S.C. 2112 note, Pub. L 108 -77, 108- ❑ (ii) Alternafe Icn2004) of 52.225 -3 . :; El (iii) Alternate 11' n 2004) of 52.225 -3 . ❑ (30) 52.225 -5 , Trade Agreements (Nov 2007) (19 U.S.C. 2501 of seq., 19 U.S.C. 3301 note). ® (31) 52.225 -13 Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ❑ (32) 52.226 -4 , Notice of Disaster or Emergency Area Set -Aside (Nov 2007) ( U.S.C. 5150). CC June 9, 2009 Item No. 13 Page 16 of 18 ❑ (33) 52.226 -5 , Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150 ❑ (34) 52.232 -29 Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f} 10 U.S.C. 2307(f) ❑ (35) 52.232 -30 Installment Payments for Commercial Items (Oct 1995) ( 41 U.S.C. 255(f) 10 U.S.C. 2307(f) ® (36) 52.232 -33 Payment by Electronic Funds Transfer — Central Contractor Registration (Oct 2003) ( U.S.C. 3332 ❑ (37) 52.232 -34 Payment by Electronic Funds Registration (May 1999) (31 U.S.C. 3332 ❑ (38) 52.232 -36 Payment by Third Party (May 19 ® (39) 52- 239 -1 , Privacy or Security Safeguards, 'i ❑ (40)(i) 52.247 -64 Preference for Privately O -wne (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U S C 2631) ❑ (ii) Alternate I (Apr 2003) of 52.24 ; (c) The Contractor shall comply with the FAR clauses in commercial services, that the Contracting Officer ha��icic contract by reference to implement , acquisitions of commercial items: [Contracting Officer check as appr ❑ (1) 52.222 -41 Service Cont i, ❑ (2) 52.222 42 5a{egpt of (29 U.S.C. 206 an ❑ (3) 52_22 (Multiple Year and Maintenance, Calibration; 351 at seq) ,,. , ® (6) �2e2.22 -53 E: Certain Services l uin ❑ (7) 52.237 'taf seq.). of law Of Other than Central Contractor U S C. 3332 (5 U.S.C. 552a 17/0 o mmercial Vessels ragraph (c) applicable to tbeing incorporei6d in this orders applicabl45tb 4.1�U.S.C. 351 etseq.). Was (May 1989) Service Contract Act —Price Adjustment J.S.C. 206 and 41 U.S.C. 351 at seq.). Service Contract Act —Price Adjustment ati' of the Service Contract Act to Contracts for Equipment— Requirements (Nov 2007) 41 U.S.C. from Application of the Service Contract Act to Contracts for 2007) (41 U.S.C. 351 at seq.). and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(11 (d) Comptroller Geneii#158Aamination of Record. The Contractor shall comply with the provisions of this paragrall (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215 -2 , Audit and Records — Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7 Contractor CC June 9, 2009 Item No. 13 Page 17 of 18 Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settelement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. %a (e)(1) Notwithstanding the requirements of the clauses in par;�g,r-japhs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any / / F olause, other than those in %, paragraphs (i) through (vii) of this paragraph in a subcontra� Mori ommercial items. Unless otherwise indicated below, the extent of the flow down st 2lI be as required by the clause — (i) 52.219 -8 , Utilization of Small Business CoernS( a 1 S.C. 637(d)(2) and (3)), in all subcontracts that offer further subc gactmg opportunities If t &subcontract (except subcontracts to small business concerns) exc� s � $550 000 ($1 61It ,000,000 , nstruction of any public facility), the subcontractor must include 5 `2 219 8 in lo er subcont a at offer subcontracting opportunities. (ii) 52.222 -26 Equal Opportunity (Mar 2007) (iii) 52.222 -35 Equal Opportunity,Tpd ecial Disable u/eterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 20067 ( U S C 42122; (iv) 52.222-36 Affirmative Actiork Workers with Disabi s (June 1998) (29 U.S.C. 793 / ✓/� 1° (v) 52 222r'3 Employpg „R�hfsConcp�[ag Payment of Union Dues or Fees (Dec 2004) EEO 3201)e (vi) 52.222- 41 ,Service C act Act of 1965 (Nov 2007) (41 U.S.C. 351 et seq.). (vii) Comb ti s ific�Cmg m Persons (Aug 2007) (22 U.S.C. 7104(g) Flow down regwrod`iordance� ifh (fi) of F4clause 52.222 -50 (vw) 2.22 the Service Contract Act to Contracts for Mamie once, CalibrationRepaif Certain Equipment- Requirements (Nov 2007) ( U.S.C. 351 . (ix) >222 -53 Exempi't1n from Application of the Service Contract Act to Contracts for Certain Servi ft”" equirements (Nov 2007) (41 U.S.C. 351 et seq.). (x) 52 24 Z. Preferenc#for Privately Owned U.S. -Flag Commercial Vessels (Feb 2006) (46 U.S.C. ADDX 120(,b) and S.C. 2631 Flow down required in accordance with paragraph (d) of FARo(euse 52 247 64 . (2) While not required`Ahe contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. CC June 9, 2009 Item No. 13 Page 18 of 18