Loading...
HomeMy WebLinkAbout2/17/2016 - STAFF REPORTS - 2.J. A.O�Q P L M S,p� .y e V N S k �U.r094ff�f C4<1FORQ��P. City Council Staff Report Date: February 17, 2016 CONSENT CALENDAR Subject: APPROVAL OF AB 2766/MSRC LOCAL GOVERNMENT MATCH PROGRAM CONTRACT NO. ML16038 IN THE AMOUNT OF $495,000 WITH THE SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT (SCAQMD) FOR BIKE LANE INSTALLATION AND PURCHASE OF HEAVY DUTY COMPRESSED NATURAL GAS (CNG) FUELED VEHICLES. From: David H. Ready, City Manager Initiated by: Office of Sustainability SUMMARY On January 12, 2016, the Office of Sustainability was notified that the South Coast Air Quality Management District (SCAQMD) approved a grant of $230,000 to be awarded to the City for installation of bike lanes and the purchase of four (4) CNG fueled vehicles through its Assembly Bill 2766/Mobile Source Air Pollution Reduction Review Committee (AB 2766 / MSRC) Local Government Match Program. The Local Government Match Program requires a match of local funds for both project elements making the total project cost $495,000. To honor the terms of the grant contract for the CNG fueled vehicles, the City must provide matching funds of $55,000 from the City's annual motor vehicle replacement funds and another $100,000 from AB 2766 Subvention Funds. The total amount project cost for the CNG vehicles is $275,000. To honor the terms of the grant contract for the bike lanes installation element, the City must provide matching funds of $110,000 which were previously allocated in the City's Measure J fund for a total project cost of$220,000. RECOMMENDATION: 1. Approve AB 2766 / MSRC Local Government Match Program Contract No. ML16038 with South Coast Air Quality Management District, in the amount of In September 1990, Assembly Bill 2766 (AB 2766) was signed into law initially authorizing a $2 motor vehicle registration fee surcharge. Section 44223 of the Health & Safety (H&S) Code, enacted by AB 2766, specifies that this motor vehicle registration fee be used "...for the reduction of air pollution from motor vehicles pursuant to, and for related planning, monitoring, enforcement, and technical studies necessary for implementation of the California Clean Air Act of 1988." ITEM NO._ �� City Council Staff Report February 17, 2016-- Page 2 AQMD Contract No. ML16038 $495,000 ($230,000 AQMD Discretionary Funds Grant / $100,000 City's AB2766 Subvention Funds / $165,000 Local Funding) for purchase of four (4) CNG heavy duty vehicles and installation of bike lanes; and 2. Authorize Procurement to conduct the appropriate bid processes, or utilize cooperative purchase contracts if available, in accordance with the Procurement Ordinance and authorize the City Manager to execute all necessary documents, including all purchase orders, as necessary to purchase the four (4) CNG heavy duty vehicles; and 3. Authorize the City Manager to'execute all necessary documents. STAFF ANALYSIS: The Office of Sustainability has successfully applied for several grants to foster the culture of sustainability within the community and in City operations. These grants have helped fund costs associated with implementation of various programs in the last few years including electric vehicle infrastructure and bike parking. In May 2015, the Office of Sustainability submitted a grant application to AQMD for funding towards bike lane installation and four heavy-duty compressed natural gas vehicles. On January 12, 2016, SCAQMD notified the City of its award of funding through the AB 2766 / MSRC Local Government Match Program, and provided Contract No.ML16038 to facilitate the City's award for both projects. SCAQMD granted $110,000 in AB2766 Discretionary funds to the City for bike lane improvements. The bike lane improvements consist of both Class II and III bike lane improvements including shared lane markings (sharrows) as indicated in Table 1 below. By approving Contract No. ML16038 the City would be obligated to match 100% of the SCAQMD grant award in the amount of $110,000. Measure J funds have been allocated for just such bike lane improvements and are available to use as matching funds for this portion of the project. For the remainder of the projects awarded through the contract, the City will utilize AB 2766 Subvention fundS2 which are allocated to the City of Palm Springs through AQMD on an annual basis for the purpose of implementing such projects. s Since 1991, local governments have received AB 2766 funds to implement programs that reduce air pollution from motor vehicles. The motor vehicle registration fee surcharge is collected by the Department of Motor Vehicles and sub-vented to AQMD for disbursement whereby a portion of these funds are allocated to local governments (the "subvention' portion); AQMD is applying $100,000 of the City's allocation of Subvention Funds towards this grant contract. 02 City Council Staff Report February 17, 2016-- Page 3 AQMD Contract No. ML16038 TABLE 1 CLASS 11 BIKE LANES NO SEGMENT FROM TO 1 BARONA RD E. PALM CANYON DR E. MORONGO TR 2 E. MORONGO TR BARONA RD S. ARABY DR 3 CALLE EL SEGUNDO SATURNINO RD E. RAMON RD 4 MESQUITE AVE VELLA RD GENE AUTRY TR 515. PALM CANYON DR IMURRAY CANYON DR I ACANTO DR TOTAL CLASS III BIKE ROUTE NO SEGMENT FROM TO 1 MESQUITE AVE EL CIELO RD VELLA RD 2 N. PALM CANYON DR ALEJO RD RAMON RD 3 N. CERRITOS RD E. JOYCE DR E. AMADO RD 4 E. JOYCE DR N. SUNRISE WAY N. FARRELL DR SIN. FARRELL DR E. JOYCE DR E. RACQUET CLUB RD 6 34TH AVE CROSSLEY RD MARGUERITE ST 7 E. AMADO RD N. SUNRISE WAY N. FARRELL DR 8 S. CAMINO REAL S. CALLE PALO FIERRO E. PALM CANYON DR 9 S. CIVIC DR E. TAHQUITZ CANYON WAY E. BARISTO RD 10 ESCOBA DR EL CIELO RD 1650 E/O EL CIELO RD 11 E. FRANCIS DR N. INDIAN CANYON DR N. FARRELL DR 12 N. HERMOSA DR E. TACHEVAH DR E. ARENAS RD 13 E. MESQUITE AVE S. PALM CANYON DR S. CALLE PALO FIERRO 14 E. PASEO EL MIRADOR N. VIA MIRALESTE N. SUNRISE WAY 15 SUNNY DUNES RD JEL CIELO RD S. GENE AUTRY TR 161 E. TAMARISK RD IN. PALM CANYON DR N. FARRELL DR 171 E. TWIN PALMS DR IS. PALM CANYON OR S. LA VERNE WAY The total made available for CNG vehicles is $120,000 (cost not to exceed $30,000 per vehicle). The City has the obligation to match with $55,000 from the City's own local funds, and $100,000 from the AB 2766 Subvention Funds allocated to the City by AQMD. The City will use subvention funds of $50,000 from fiscal year 2015-16 and $50,000 from fiscal year 2016-17. The details on the make and model of heavy duty vehicles proposed for purchase is detailed in the table below. 03 City Council Staff Report February 17, 2016-- Page 4 AQMD Contract No. ML16038 Vehicle Make Fuel Engine Model Gross Vehicle Vehicle Duty Annual Estimated Cost &Model Type &Horsepower Vehicle Life Cycle Vehicle Weight Operation Rating (Years) (hours or mileage) 1 Ford E350 CNG 6.2L V8 14,300 10 Passenge 10,000 $50,000 Van 316 r 2 Ford F350 CNG 6.2L V8 14,300 15 Flatbed 4,000 $65,000 385 3 Ford F550 CNG 6.81L V10 19,500 15 Dump 4,000 $80,000 362 4 Ford F550 CNG 6.8L V10 19,500 10 utility 4,000 $80,000 362 Total $275,000 The City uses various procurement processes for the various types of vehicles allowed by the Code, in the best interest of the City. Hence, some vehicles may be purchased utilizing cooperative purchase contract if available and others may be direct competitive bids, as determined by Procurement to conduct the most cost effective procedure to obtain the most favorable price. Staff recommends that City Council accept AB2766/MSRC Local Government Match Program Contract No. ML16038 to allow for the installation of bike lanes and the purchase of the four CNG vehicles. A copy of contract No. ML16038 is included as Attachment 1. ENVIRONMENTAL IMPACT: The requested City Council action is not a 'Project' as defined by the California Environmental Quality Act (CEQA). Pursuant to Section 15378(a), a `Project' means the whole of an action, which has a potential for resulting in either a direct physical change in the environment, or a reasonably foreseeable indirect physical change in the environment. According to Section 15378(b), a Project does not include: (5) Organizational or administrative activities of governments that will not result in direct or indirect physical changes in the environment. FISCAL IMPACT: The AB 2766/MSRC Local Government Match Program Contract No. ML16038 provides the City with $110,000 for bicycle lane improvements requiring a 100% match. Funds are available for this purpose in Measure J Account No. 260-4500-59445. Contract No. ML16038 also provides the City with up to $120,000 ($30,000 per vehicle) in funding towards new CNG vehicles, requiring the City's commitment of $155,000 towards the total cost. Funding is available in Account No. 149-4609-50000 for the City's 2015/16 04 City Council Staff Report February 17, 2016 -- Page 5 AQMD Contract No. ML16038 and 2016/17 AB2766 subvention funds that will provide for $100,000 of the required match. Funding is available in the City's annual motor vehicle replacement fund in Account No. 510-5475-50020 for the additional $55,000 of remaining funds required. SUBMITTED Prepared by: Approved by: A A J&A. �� Michele Mician, MS, LEED GA Sustainability Manager Assistant City Manager/City Engineer David H. Ready, Esq., . City Manager Attachments: 1. AQMD Contract No. ML16038 05 ATTACHMENT 1 4 Px r 21865 Copley Drive Diamond Bar CA 91765 Clean Transportation 909.396.3269 Funding from the MSRC fox909.396.3682 Mobile Source Air Pollution Reduction Review Committee I January 12, 2016 Mr. Marcus Fuller City of Palm Springs I 3200 E. Tahquitz Way Palm Springs, CA 92264 Dear Mr. Fuller: Please find attached two original copies of Contract Number ML16038 for signatures. This contract is to Install Bike Lanes and Purchase of 4 Heavy-Duty Vehicles. Please sign the signature page provided in the contract, and return both copies to me. If your agency's policy compels you to use a separate signature page, make sure to include the MSRC/SCAQMD contract number on the additional page. Rachel Valenzuela South Coast AQMD1MSRC 21865 Copley Drive Diamond Bar, CA 91765 If we do not receive the signed contract within 12 months from the date this letter, we reserve the right to terminate negotiations. If negotiations are terminated, the amount previously awarded will revert to the AB 2766 Discretionary Fund. Once the contract has been executed, I will return to you a copy for your files. If you have any questions, please don't hesitate to call me at(909) 396-3101, Sincerely, Rachel B. Valenzuela Contracts Assistant MSRC Contracts Administration rachel @cleantransoortafionfunding.org Attachments r±R MEMBER ORGANIZATIONS:Colifornio Air Resources Boord• Los Angeles County Melr000&tan Tronsportotion Authority•Orange County l i iransportolion Authorily•Riverside County Tromporiotion Commission•San Bemordno Associated Governments•South Coast Air Oualily r Management District•Southern California Association at Governments•Regional Rideshoring Agency 07 xi South Coast Contract No.ML16038 Air Quality Management District Clean Transportation Funding from the MSRC AB 27661MSRC LOCAL GOVERNMENT MATCH PROGRAM CONTRACT 1. PARTIES - The parties to this Contract are the South Coast Air Quality Management District (hereinafter referred to as"SCAQMD")whose address is 21865 Copley Drive, Diamond Bar, California 917654178, and the City of Palm Springs(hereinafter referred to as "CONTRACTOR")whose address is 3200 East Tahquitz Way, Palm Springs, California 92264. 2. RECITALS A. SCAQMD is the local agency with primary responsibility for regulating stationary source air pollution within the geographical boundaries of the South Coast Air Quality Management District in the State of California (State). SCAQMD is authorized under State Health & Safety Code Section 44225 (AB 2766) to levy a fee on motor vehicles for the purpose of reducing air pollution from such vehicles and to implement the California Clean Air Act. B. Under AB 2766, SCAQMD's Governing Board has authorized the imposition of the statutorily set motor vehicle fee. By taking such action,the State's Department of Motor Vehicles(DMV) is required to collect such fee and remit it periodically to SCAQMD. C. AB 2766 further mandates that thirty (30) percent of such vehicle registration fees be placed by SCAQMD into a separate account for the sale purpose of implementing and monitoring programs to reduce air pollution from motor vehicles. D. AB 2766 creates a regional Mobile Source Air Pollution Reduction Review Committee (MSRC) to develop a work program to fund projects from the separate account. Pursuant to approval of the work program by SCAQMD's Governing Board, SCAQMD authorized this Contract with CONTRACTOR for equipment or services described in Attachment 1 -Statement of Work, expressly incorporated herein by this reference and made a part hereof of this Contract. E. CONTRACTOR has met the requirements for receipt of AB 2766 Discretionary Funds as set forth in CONTRACTOR's Local Government Match Program Application/Proposal dated June 1,2015. F. CONTRACTOR is authorized to do business in the State of California and attests that it is in good tax standing with the California Franchise Tax Board. G. All parties to this Contract have had the opportunity to have this Contract reviewed by their attorney. 3. DMV FEES - CONTRACTOR acknowledges that SCAQMD cannot guarantee that the amount of fees to be collected under AB 2766 will be sufficient to fund this Contract. CONTRACTOR further acknowledges that payment under this Contract is contingent upon SCAQMD receiving sufficient funds from the DMV, and that SCAQMD assumes no responsibility for the collection and remittance of motor vehicle registration fees. 4. AUDIT AND RECORDS RETENTION A. CONTRACTOR shall, at least once every two years, or within two years of the termination of the Contract if the term is less than two years, be subject to an audit by SCAQMD or its authorized representative to determine if the revenues received by CONTRACTOR were spent for the reduction of pollution from motor vehicles pursuant to the Clean Air Act of 1988. B. CONTRACTOR agrees to maintain records related to this Contract during the Contract term and continue to retain these records for a period of two years beyond the Contract term, except that in no case shall CONTRACTOR be required to retain more than the most recent five years' records. SCAQMD shall coordinate such audit through CONTRACTOR'S audit staff. 1 08 Contract No.ML16038 C. If an amount is found to be inappropriately expended, SCAQMD may withhold funding, or seek reimbursement, from CONTRACTOR in the amount equal to the amount that was inappropriately expended. Such withholding shall not be construed as SCAQMD's sole remedy and shall not relieve CONTRACTOR of its obligation to perform under the terms of this Contract. 5. TERM -The term of this Contract is for seventy six (76) months from the date of execution by both parties, unless terminated earlier as provided for in the TERMINATION clause of this Contract, or the term is extended by amendment of this Contract in writing. No work shall commence prior to the Contract start date, except at CONTRACTOR's cost and risk, and no charges are authorized until this Contract is fully executed, subject to the provisions stated in the PRE-CONTRACT COSTS clause of this Contract. 6. SUCCESSORS-IN-INTEREST - This Contract, and the obligations arising under the Contract, shall be binding on and inure to the benefit of CONTRACTOR and their executors, administrators, successors, and assigns. 7. REPORTING - CONTRACTOR shall submit reports to SCAQMD as outlined in Attachment 1 - Statement of Work. SCAQMD reserves the right to review, comment, and request changes to any report produced as a result of this Contract. 8. TERMINATION A. In the event any party fails to comply with any term or condition of this Contract, or fails to provide services in the manner agreed upon by the parties, including, but not limited to, the requirements of Attachment 1 — Statement of Work, this failure shall constitute a breach of this Contract The non- breaching party shall notify the breaching party that it must cure this breach or provide written notification of its intention to terminate this contract. Notification shall be provided in the manner set forth in the NOTICES clause of this Contract. The non-breaching party reserves all rights under law and equity to enforce this Contract and recover damages. B. SCAQMD reserves the right to terminate this Contract,in whole or in part, without cause,upon thirty(30) days' written notice. Once such notice has been given, CONTRACTOR shall, except as and to the extent or directed otherwise by SCAQMD, discontinue any Work being performed under this Contract and cancel any of CONTRACTOR's orders for materials, facMties, and supplies in connection with such Work, and shall use its best efforts to procure termination of existing subcontracts upon terms satisfactory to SCAQMD. Thereafter, CONTRACTOR shall perform only such services as may be necessary to preserve and protect any Work already in progress and to dispose of any property as requested by SCAQMD. C. CONTRACTOR shall be paid in accordance with this Contract for all Work performed before the effective date of termination under section B of the TERMINATION clause of this Contract. Before expiration of the thirty (30) days' written notice, CONTRACTOR shall promptly deliver to SCAQMD all copies of documents and other information and data prepared or developed by CONTRACTOR under this Contract with the exception of a record copy of such materials, which may be retained by CONTRACTOR, 9. STOP WORK - SCAQMD may, at any time, by written notice to CONTRACTOR, require CONTRACTOR to stop all or any part of the Statement of Work tasks in this Contract. A stop work order may be issued for reasons including, but not limited to, the project exceeding the budget, out of scope work, delay in project schedule, or misrepresentations. Upon receipt of the stop work order, CONTRACTOR shall immediately take all necessary steps to comply with the order. CONTRACTOR shall resume the work only upon receipt of written instructions from SCAQMD cancelling the stop work order. CONTRACTOR agrees and 2 Q9 Contract No.ML16038 understands that CONTRACTOR will not be paid for performing work while the stop work order is in effect, unless SCAQMD agrees to do so in its written cancellation of the stop work order. 10. INSURANCE - CONTRACTOR represents that it is permissibly self-insured and vrill maintain such self- insurance in accordance with applicable provisions of California law throughout the term of this Contract. CONTRACTOR shall provide evidence of sufficient coverage during the term of this Contract and any extensions thereof that meet or exceed the minimum requirements set forth by the SCAQMD below, The certificate of self-insurance shall be mailed to: SCAQMD, 21865 Copley Drive, Diamond Bar, CA 91765- 4178, Attention: Cynthia Ravenstein, MSRC Contracts Administrator. The SCAQMD Contract Number must be included on the face of the certificate. If CONTRACTOR fails to maintain the required insurance coverage, SCAQMD reserves the right to terminate the Contract or purchase such additional insurance and bill CONTRACTOR or deduct the cost thereof from any payments owed to CONTRACTOR. Minimum insurance coverages are as follows: A. Worker's compensation insurance in accordance with either California or other state's applicable statutory requirements. B. General Liability insurance with a limit of at least$1,000,000 per occurrence, and $2,000,000 in general aggregate. C. Automobile Liability insurance with limits of at least$100,000 per person and $300,000 per accident for bodily injuries and$50,000 in property damage,or$1,000,000 combined single limit for bodily injury or property damage. 11. INDEMNIFICATION-CONTRACTOR agrees to hold harmless, defend and indemnify SCAQMD, its officers, employees, agents, representatives, and successors-in-interest against any and all loss, damage, costs, lawsuits, claims, demands, causes of action,judgments, attorney's fees, or any other expenses arising from or related to any third party claim against SCAQMD, its officers, employees, agents, representatives, or successors in interest that arise or result in whole or in part, from any actual or alleged act or omission of CONTRACTOR, its employees, subcontractors, agents or representatives in the performance of this Contract. This Indemnification Clause shall survive the expiration or termination (for any reason) of the Contract and shall remain in full force and effect. 12. DISCLAIMER OF WARRANTY - The purchase or lease of funded vehicles/equipment is the CONTRACTOR's decision. The SCAQMD does not make any express or implied warranty of merchantability, fitness for a particular purpose or otherwise, quality or usefulness of the technology or product. Without limiting the foregoing, the SCAQMD will not be financially responsible, or otherwise liable, for the installation or performance of the vehicle/equipment. 13. PAYMENT A. SCAQMD shall reimburse CONTRACTOR up to a total amount of Two Hundred Thirty Thousand Dollars ($230,000) in accordance with Attachment 2— Payment Schedule expressly incorporated herein by this reference and made a part hereof of the Contract. B. A withhold amount or percentage (if any) shall be identified in the Payment Schedule, and such amount shall be withheld from each invoice. Upon satisfactory completion of project and final acceptance of work and the final report, CONTRACTOR's invoice for the withheld amount shall be released. Proof of project completion shall include a Final Report detailing the project goals and accomplishments, data 3 10 Contract No.ML16038 collected during project performance, if any, documentation of significant results, and emissions reduction input data needed for calculation of emissions reductions. C. Any funds not expended upon early Contract termination or Contract completion shall revert to the AB 2766 Discretionary Fund. Payment of charges shall be made by SCAQMD to CONTRACTOR within thirty (30) days after approval by SCAQMD of an itemized invoice prepared and furnished by CONTRACTOR. D. An invoice submitted to SCAQMD for payment must be prepared in duplicate, on company letterhead, and list SCAQMD's contract number, period covered by invoice, and CONTRACTOR's social security number or Employer Identification Number and submitted to: South Coast Air Quality Management District 21865 Copley Drive Diamond Bar, CA 91765-4178 Attn: Cynthia Ravenstein, MSRC Contracts Administrator 1. Charges for equipment, material, and supply costs, travel expenses, subcontractors, and other charges, as applicable, must be itemized by CONTRACTOR. Reimbursement for equipment, material, supplies, subcontractors, and other charges, as applicable, shall be made at actual cost. Supporting documentation must be provided for al individual charges (with the exception of direct labor charges provided by CONTRACTOR), 2. SCAQMD shall pay CONTRACTOR for travel-related expenses only if such travel is expressly set forth in Attachment 2 — Payment Schedule of this Contract or pre-authorized by SCAQMD in writing. 3. CONTRACTOR's failure to provide receipts shall be grounds for SCAQMD's non-reimbursement of such charges. CONTRACTOR may reduce payments on invoices by those charges for which receipts were not provided. 4. CONTRACTOR must submit final invoice no later than ninety(90)days after the termination date of this Contract or invoice may not be paid. 14, COMPLIANCE WITH APPLICABLE LAWS - CONTRACTOR agrees to comply with all federal, state, and local laws, ordinances, codes and regulations and orders of public authorities in the performance of this Contract, CONTRACTOR must also ensure that the vehicles and/or equipment to be purchased, leased or installed is in compliance with all applicable federal, state,and local air quality rules and regulations,and that it will maintain compliance for the ful Contract term. CONTRACTOR shall ensure that the provisions of this clause are included in all subcontracts. 15. MOBILE SOURCE EMISSION REDUCTION CREDITS (MSERCs) A. The MSRC has adopted a policy that no MSERCs resulting from AB 2766 Discretionary Funds may be generated and/or sold. B. CONTRACTOR has the opportunity to generate MSERCs as a by-product of the project if a portion of the air quality benefits attributable to the project resulted from funding sources other than AB2766. These MSERCs, which are issued by SCAQMD, are based upon the quantified vehicle miles traveled (VMT) by project vehicles or other activity data as appropriate. Therefore, a portion of prospective MSERCs, generated as a result of AB 2766 Funds, must be rehired, The portion of prospective credits funded by the AB 2766 program, and which are subject to retirement, shall be referred to as "AB 2766- MSERCs." C. The determination of AB 2766-MSERCs is to be prorated based upon the AB 2766 program's contribution to the cost associated with the air quality benefits. In the case where AB 2766 Discretionary 4 11 Contract No.ML16038 Funds are used to pay for the full differential cost of a new alternative fuel vehicle or for the retrofitting or repowering of an existing vehicle, all MSERCs attributable to AB 2766 Discretionary Funds must be retired. The determination of AB 2766-MSERCs for infrastructure and other ancillary items is to be prorated based upon the AB 2766 program's contribution to the associated air quality benefits. Determination of the project's overall cost will be on a case-by-case basis at the time an MSERC application is submitted. SCAQMD staff, at the time an MSERC application is submitted, will calculate total MSERCs and retire the AB 2766-MSERCs. CONTRACTOR would then receive the balance of the MSERCs not associated with AB 2766 funding. 16. NOTICES-All notices that are required under this Contract shall be provided in the manner set forth herein, unless specified otherwise. Notice to a party shall be delivered to the attention of the person listed below, or to such other person or persons as may hereafter be designated by that party in writing. Notice shall be in writing sent by email, U.S. Mail, express, certified, return receipt requested, or a nationally recognized overnight courier service. In the case of email communications, valid notice shall be deemed to have been delivered upon sending, provided the sender obtained an electronic confirmation of delivery. Email communications shall be deemed to have been received on the date of such transmission, provided such date was a business day (Tuesday-Friday) and delivered prior to 5:30pm Pacific Standard Time. Otherwise, receipt of email communications shall be deemed to have occurred on the following business day. In the case of U.S. Mail notice, notice shall be deemed to be received when delivered or five (5) business days after deposit in the U. S. Mail. In the case of a nationally recognized overnight courier service, notice shall be deemed received when delivered (written receipt of delivery). SCAQMD: South Coast Air Quality Management District 21865 Copley Drive Diamond Bar,CA 917654178 Attn: Cynthia Ravenstein, MSRC Contracts Administrator,email: cravensteinpaomd.aov CONTRACTOR: City of Palm Springs 3200 E. Tahquitz Way Palm Springs, CA 92264 Attn: Marcus Fuller,email: Marcus.Fuller0palmsprinasca.gov 17. INDEPENDENT CONTRACTOR - CONTRACTOR is an independent contractor. CONTRACTOR, its Ricers, employees, agents, representatives, or subcontractors shall in no sense be considered employees or agents of SCAQMD, nor shall CONTRACTOR, its officers, employees, agents, representatives, or subcontractors be entitled to or eligible to participate in any benefits, privileges, or plans, given or extended by SCAQMD to its employees. SCAQMD will not supervise, direct, or have control over, or be responsible for, CONTRACTOR's or subcontractor's means, methods, techniques,work sequences or procedures, or for the safety precautions and programs incident thereto, or for any failure by them to comply with any local, state, or federal laws,or rules or regulations, including state minimum wage laws and OSHA requirements. 18. SUBCONTRACTOR APPROVAL- If CONTRACTOR intends to subcontract all or a portion of the work under this Contract, then CONTRACTOR must first obtain written approval from SCAQMD's Executive Officer or designee prior to subcontracting any work. Any material changes to the subcontract(s) that affect the scope of work, deliverable schedule, and/or payment/cost schedule shall also require the prior written approval of 5 �� Contract No.ML16038 the SCAQMD Executive Officer or designee. No subcontract charges will be reimbursed unless the required approvals have been obtained from SCAQMD. 19. OWNERSHIP - Title and full ownership rights to any equipment purchased under this Contract shall at all Eimes remain with CONTRACTOR. 20, SECURITY INTEREST - CONTRACTOR hereby grants SCAQMD a security interest in any and all equipment purchased, in whale or in part, with funding provided by SCAQMD pursuant to this Contract. CONTRACTOR acknowledges and agrees that SCAQMD shall have all lien rights as a secured creditor on any and all equipment purchased in whole or in part by the CONTRACTOR, under this Contract or any amendments thereto. The SCAQMD shall have ben rights in effect until the CONTRACTOR satisfies all terms under the Contract, including but not limited to, the use and reporting requirements. Accordingly, CONTRACTOR further agrees that SCAQMD is authorized to file a UCC filing statement or similar security instrument to secure its interests in the equipment that is the subject of the Contract. In the event CONTRACTOR files for bankruptcy protection, CONTRACTOR shall notify SCAQMD within 10 business days of such filing. 21. NON-DISCRIMINATION - In the performance of this Contract, CONTRACTOR shall not discriminate in recruiting, hiring, promotion, demotion, or termination practices on the basis of race, religious creed, color, national origin,ancestry, sex, age,or physical handicap and shall comply with the provisions of the California Fair Employment& Housing Act (Government Code Section 12900, et sea.), the Federal Civil Rights Act of 1964 (P.L. 88-352) and all amendments thereto, Executive Order No. 11246 (30 Federal Register 12319), and all administrative rules and regulations issued pursuant to said Acts and Order. CONTRACTOR shall likewise require each subcontractor to comply with this clause and shall include in each such subcontract language similar to this clause, 22. CITIZENSHIP AND ALIEN STATUS A. CONTRACTOR warrants that it fully complies with all laws regarding the employment of aliens and others, and that its employees performing services hereunder meet the citizenship or alien status requirements contained in federal and state statutes and regulations including, but not limited to, the Immigration Reform and Control Act of 1986(P.L. 99-603). CONTRACTOR shall obtain from all covered employees performing services hereunder all verification and other documentation of employees' eligibility status required by federal statutes and regulations as they currently exist and as they may be hereafter amended. CONTRACTOR shall have a continuing obligation to verify and document the continuing employment authorization and authorized alien status of employees performing services under this Contract to insure continued compliance with all federal statutes and regulations. Notwithstanding the above, CONTRACTOR, in the performance of this Contract, shall not discriminate against any person in violation of 8 USC Section 1324b. B. CONTRACTOR shall retain such documentation for all covered employees for the period described by law. CONTRACTOR shall indemnify, defend, and hold harmless SCAQMD, its officers and employees from employer sanctions and other liability which may be assessed against CONTRACTOR or SCAOMD,or both in connection with any alleged violation of federal statutes or regulations pertaining to the eligibility for employment of persons performing services under this Contract, 23. ASSIGNMENT AND TRANSFER OF EQUIPMENT A. The rights and responsibilities granted hereby may not be assigned, sold, licensed, or otherwise transferred by CONTRACTOR without the prior written consent of SCAQMD, and any attempt by CONTRACTOR to do so shag be void upon inception. 6 13 Contract No.ML76036 B. CONTRACTOR agrees to obtain SCAQMD's written consent to any assignment, sale, license or transfer of Equipment, if any, rigor to completing the transaction. CONTRACTOR shall inform the proposed assignee, buyer, licensee or transferee (collectively referred to here as 'Buyer') of the terms of this Contract. CONTRACTOR is responsible for establishing contact between SCAQMD and the Buyer and shall assist SCAQMD in facilitating the transfer of this Contract's terms and conditions to the Buyer. CONTRACTOR will not be relieved of the legal obligation to fulfill the terms and conditions of this Contract untif and unless the Buyer has assumed responsibility of this Contract's terms and conditions through an executed contract with SCAQMD, 24. NON-EFFECT OF WAIVER - The failure of CONTRACTOR or SCAQMD to insist upon the performance of any or all of the terms, covenants, or conditions of this Contract, or failure to exercise any rights or remedies hereunder,shall not be construed as a waiver or relinquishment of the future performance of any such terms, covenants, or conditions, or of the future exercise of such rights or remedies, unless otherwise provided for herein. 25. TAX IMPLICATIONS FROM RECEIPT OF MSRC FUNDS - CONTRACTOR is advised to consult a tax attorney regarding potential tax implications from receipt of MSRC funds. 26. ATTORNEYS' FEES- In the event any action is filed in connection with the enforcement or interpretation of this Contract, each party in said action shall pay its own attomeys'fees and costs. 27. FORCE MAJEURE-Neither SCAQMD nor CONTRACTOR shall be liable or deemed to be in default for any delay or failure in performance under this Contract or interruption of services resulting, directly or indirectly, from acts of God, civil or military authority, acts of public enemy, war, strikes, labor disputes, shortages of suitable parts, materials, labor or transportation, or any similar cause beyond the reasonable control of SCAQMD or CONTRACTOR. 28. SEVERABILITY - In the event that any one or more of the provisions contained in this Contract shall for any reason be held to be unenforceable in any respect by a court of competent jurisdiction,such holding shall not affect any other provisions of this Contract, and the Contract shall then be construed as if such unenforceable provisions are not a part hereof. 29, HEADINGS - Headings on the clauses of this Contract are for convenience and reference only, and the words contained therein shall in no way be held to explain, modify, amplify, or aid in the interpretation, construction,or meaning of the provisions of this Contract. 30. DUPLICATE EXECUTION -This Contract is executed in duplicate. Each signed copy shall have the force and effect of an original. 31. GOVERNING LAW-This Contract shall be construed and interpreted and the legal relations created thereby shall be determined in accordance with the laws of the State of California. Venue for resolution of any disputes under this Contract shall be Los Angeles County, California. 32. PRE-CONTRACT COSTS -Any costs incurred by CONTRACTOR prior to CONTRACTOR receipt of a fully executed Contract shall be incurred solely at the risk of the CONTRACTOR. In the event that a formal Contract is not executed, neither the MSRC nor the SCAQMD shall be liable for any amounts expended in anticipation of a formal Contract. If a formal Contract does result, pre-contract cost expenditures authorized 7 14 Contract No.ML16038 by the Contract will be reimbursed in accordance with the Payment Schedule and payment provision of the Contract. 33. CHANGE TERMS - Changes to any part of this Contract must be requested in writing by CONTRACTOR and approved by MSRC in accordance with MSRC policies and procedures. CONTRACTOR must make requests a minimum of 90 days prior to desired effective date of change. All modifications to this Contract shall be in writing and signed by the authorized representatives of the parties. Fueling station location changes shall not be approved under any circumstances. 34. PREVAILING WAGES — CONTRACTOR is alerted to the prevailing wage requirements of California Labor Cade section 1770 at seq., and the compliance monitoring and enforcement of such requirements by the Department of Industrial Relations ("DIR"). CONTRACTOR and all of CONTRACTOR's subcontractors must comply with the California Public Works Contractor Registration Program and must be registered with the DIR to participate in public works projects. CONTRACTOR shall be responsible for determining the applicability of the provisions of California Labor Code and complying with the same, including, without limitation, obtaining from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work, making the same available to any interested party upon request, paying any applicable prevailing rates, posting copies thereof at the job site and flowing all applicable prevailing wage rate requirements to its subcontractors. Proof of compliance with these requirements must be provided to SCAQMD upon request. CONTRACTOR shall indemnify, defend and hold harmless the South Coast Air Quality Management District against any and all claims, demands,damages, defense costs or liabilities based on failure to adhere to the above referenced statutes. 35, ENTIRE CONTRACT - This Contract represents the entire agreement between CONTRACTOR and SCAQMD. There are no understandings, representations, or warranties of any kind except as expressly set forth herein. No waiver, alteration, or modification of any of the provisions herein shall be binding on any party unless in writing and signed by the authorized representative of the party against whom enforcement of such waiver,alteration,or modification is sought, 36. AUTHORITY-The signator hereto represents and warrants that he or she is authorized and empowered and has the legal capacity to execute this Contract and to legally bind CONTRACTOR both in an operational and financial capacity and that the requirements and obligations under this Contract are legally enforceable and binding on CONTRACTOR. (THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK) 8 15 Contract No.ML16039 IN WITNESS WHEREOF,the parties to this Contract have caused this Contract to be duly executed on their behalf by their authorized representatives. SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT CITY OF PALM SPRINGS 40 By, By: Dr,William A.Burke,Chairman,Governing Board Name: Title: Data. Dale: ATTEST: Saundra McDaniel,Clerk of the Board By: APPROVED AS TO FORM: Kurt R.Wiese,General Counsel By: IIUSRCMaster6oilerp le ReWsed December 16.2014 9 15 Attachment 1 Statement of Work City of Palm Springs Contract Number ML16038 1. Protect Elements A. Purchase CNG-fueled Vehicles: The City of Palm Springs (hereinafter referred to as "CONTRACTOR") is to purchase four heavy-duty compressed natural gas (CNG) on-road vehicles, each equipped with a dedicated CNG engine as specified below. Each heavy- duty vehicle must have a GVWR greater than 14,000 pounds. Each heavy-duty engine must be certified by the California Air Resources Board at, or cleaner than, the 2010 heavy-duty engine emission standards of 0.2 g/bhp-hr for oxides of nitrogen (NOx) and 0.01 g/bhp-hr for particulate matter(PM). Vehicles life Expectancy (1) Passenger van 10 years (1) Flatbed truck 15 years (1) Dump truck 15 years (1) Utility truck 10 years B. Install Class II Bicycle Lanes: CONTRACTOR is also to install Class II bicycle lane (striped lane for one-way bicycle travel adjacent to auto travel lanes) improvements along approximately 4,000linear feet of roadway. Lanes are to be constructed on both sides of the following roadway locations within the City of Palm Springs: i. Barona Road from E. Palm Canyon Drive to E. Morongo Trail; ii. E. Morongo Trail from Barona Road to S.Araby Drive; Ili. Calle El Segundo from Satumino Road to E. Ramon Road; iv. Mesquite Avenue from Vella Road to Gene Autry Trail; and v. S. Palm Canyon Drive from Murray Canyon Drive to Acanto Drive. C. Install Shared lane Markings: CONTRACTOR is also to install shared lane markings (sharrows)which indicate to cyclists the proper position to ride within the travel lane and alert motorists that the travel lane is to be shared with bicyclists along approximately 37,000 linear feet of roadway. Sharrow stencils are to be applied at least once every 250 feet on both sides of the following roadway locations within the City of palm Springs: I. Mesquite Avenue from El Cielo Road to Vella Road; IL N. Palm Canyon Drive from Alejo Road to Ramon Road; Ili. N. Cerritos Road from E.Joyce Drive to Amado Road; iv. E.Joyce Drive from N.Sunrise Way to N. Farrell Drive; V. N. Farrell Drive from E.Joyce Drive to E. Racquet Club Road; vi. 34th Avenue from Crossley Road to Marguerite Street; vii. E.Amado Road from N.Sunrise Way to N. Farrell Drive; viii. S.Camino Real from S. Calle Palo Fierro to E. Palm Canyon Drive; Ix. S. Civic Drive from E.Tahquitz Canyon Way to E. Baristo Way; X. Escoba Drive from El Cielo Road to E. Palm Canyon Drive; A. E. Francis Drive from N. Indian Canyon Drive to N. Farrell Drive; 1 17 Attachment 1 Statement of Work City of Palm Springs Contract Number ML26038 xii. N. Hermosa Drive from E.Tachevah Drive to E.Arenas Road; xiii. E. Mesquite Avenue from S. Palm Canyon Drive to S.Calle Palo Fierro; xiv. E. Paseo Ell Mirador from N.Via Miraleste to N.Sunrise Way; xv. Sunny Dunes Road from El Cielo Road to S.Gene Autry Trail; xvi. E.Tamarisk Road from N. Palm Canyon Drive to N. Farrell Drive; and xvii. Twin Palms Drive from S. Palm Canyon Drive to S. La Verne Way. CONTRACTOR shall be reimbursed according to Attachment 2- Payment Schedule. 2. Operation Requirements and Reimbursement for Noncompliance-Vehicles Vehicles are required to operate for a minimum of five years, but it is expected that the vehicles will continue to operate for their entire life expectancy. CONTRACTOR is obligated to comply with the geographical restriction requirements as follows: A. Each of the vehicles funded under this Contract must accrue at least 85% of its annual mileage or engine hours of operation within the geographical boundaries of the South Coast Air Quality Management District for a period of no less than five (5)years from the date the vehicle enters service(new vehicles) or returns to service (repowered vehicles). Should CONTRACTOR deviate from or fail to comply with this obligation, CONTRACTOR shall reimburse SCAQMD for a prorated share of the funds provided for the vehicle as indicated in the table below: 5 year Operations Obligation Percentage of MSRC Funds Termination Occurs to be Reimbursed Within Year 1 100% Between Years 1-2 80% Between Years 2-3 60% Between Years 3-4 40% Between Years 4-5 20% After Year 5 0% B. The appropriate reimbursable amount shall be paid to SCAQMD within sixty (60) days from the date the vehicle ceases to operate in accordance with the geographical restriction. C. Should CONTRACTOR sell, lease, transfer, assign or otherwise divest itself of the vehicles during the five year period referred to above,notice shall be provided to SCAQMD no less than 30 days preceding the sale, lease, transfer, or assignment is effectuated. The agreement effectuating the sale, lease, transfer or assignment shall state that the SCAQMD is an intended third-party beneficiary of the agreement and shall include the following requirement: the obligation to accrue mileage within the South Coast Air Quality Management District shall be a continuing obligation of the subsequent purchaser, lessee,transferee,successor in interest, heir or assign and shall remain in full force and effect until the expiration of the five year operation period. This obligation shall 2 Attachment 1 Statement of Work City of Palm Springs Contract Number ML16038 be passed down to any subsequent purchaser, lessee or transferee during this five year term and SCAQMD shall be an intended third-party beneficiary of any subsequent agreement. Upon receiving notice of any subsequent sale, lease,transfer, assignment or other divestiture, SCAQMD may elect to either require the reimbursement specified above,or require the subsequent purchaser,lessee,transferee or assignee to comply with the continuing obligation to operate the vehicle for a period of no less than five (5)years from the date the vehicle entered service (new vehicles) or re-service (re-powered vehicles). Notice of SCAQMD's election of remedies shall be provided to CONTRACTOR and any subsequent purchaser, lessee,transferee or assignee in a timely fashion. 3. Display of MSRC Logo CONTRACTOR agrees to permanently display one MSRC decal in a prominent location on each vehicle purchased pursuant to this Contract. Decals will be provided by SCAQMD upon notification that each subject vehicle and/or station becomes operational. Decals are approximately twelve (12) Inches in height and eighteen (18) inches in width (Note: a smaller decal may be provided if CONTRACTOR demonstrates that application of the standard decal is not feasible). CONTRACTOR shall maintain decal for life of equipment subject to this Contract. Should any decal become damaged,faded,or otherwise unreadable,CONTRACTOR shall request replacement decal from SCAQMD and apply new decal in the same or other prominent location. SCAQMD shall not be responsible for damage to paint or other surfaces arising from application or removal of decals. 4. Promotion CONTRACTOR shall prepare and submit a proposed Public Outreach Plan to promote the MSRC's co-funding of the vehicles and bicycle lane improvements. Acceptable outreach may include,but Is not limited to, notices in CONTRACTOR mailings to residents, newspaper notices, flyers, and Information'items at CONTRACTOR Board meetings and community events. The Public Outreach Plan shall automatically be deemed approved 30 days following receipt by SCAQMD staff, unless SCAQMD staff notify CONTRACTOR in writing of a Public Outreach Plan deficiency. CONTRACTOR shall implement the approved Public Outreach Plan in accordance with the Project Schedule below. S. Reports Quarterly Reports: Until vehicles are entered into service and bicycle lane improvements are complete, CONTRACTOR shall provide quarterly progress reports that summarize the project results to date including, but not limited to: tasks completed, issues or problems encountered, resolutions implemented, and progress to date. Progress reports that do not comply will be returned to the CONTRACTOR as inadequate. Final Report: A Final Report shall be submitted by the CONTRACTOR in the format provided by SCAQMD staff. Report shall include, at a minimum: a) an executive summary; and b) a detailed discussion of the results and conclusions of this project. CONTRACTOR will identify 3 19 Attachment 1 Statement of Work City of Palm Springs Contract Number ML16038 any barriers encountered and solutions developed to overcome the barriers, and impact of project on future alternative fuel and bicycle transportation projects. 6. Protect Schedule CONTRACTOR shall comply with the increments of progress identified in the following chart. The completion month for each task is based on the date of Contract execution. Task Completion Order vehicles Month 5 Select contractor to implement bicycle lane Month 6 Improvements Submit Public Outreach Plan Month 7 Enter vehicles into service Month 9 Complete bicycle lane improvements Month 13 Implement Public Outreach Plan Month 15 Quarterly reports Months 4,7,and 10 Final Report Month 16 4 2Q Attachment 2 Payment Schedule City of Palm Springs Contract Number ML16038 Cost Breakdown Maximum CONTRACTOR AB2766 AB2766 Other Additional Project Discretionary Subvention Funds Project Co- Total Cost Element Funds payable Funds Applied to Funding(not underthls Match matched) Contract Applied $120,000(not Purchase CNG- to exceed fueled vehicles $30,000 per $100,000 $20,000 $35,000 $275,000 heavy-duty vehicle) Implement Bicycle Lane $110,000 $0 $110,000 $0 $220,000 Improvements Totals $230,000 $100,000 $130,000 1 $35,000 142LOOO No funds shall be paid to CONTRACTOR pursuant to this Contract for a project element, until the project element as described in Attachment 1 is completed and proof of completion is provided to SCAQMD. If the project element described in Attachment 1 is not completed and satisfactory proof of completion is not provided to SCAQMD,no monies for that project element shall be due and payable to CONTRACTOR. However,reimbursement may be made for vehicles even If bicycle lane improvements are not yet complete, or vice versa. Proof of completion shall include: Vehicles o Proof of vehicle delivery,vehicle acceptance, and placement of vehicle into service o Documentation of the specific engine installed in the vehicle, including the year, manufacturer, and model Bicycle Lane Improvements o Representative photos; o a report signed by a responsible official certifying that the bicycle lanes have been completed as described In Attachment 1; and o invoice(s)from subcontractor(s)performing the construction. If, at the completion of the Project,the expenditures are less than the Total Cost amount above, the actual amount of AB 2766 Discretionary Funds reimbursed to CONTRACTOR shall be adjusted on a prorated basis, as follows: • For vehicles,the amount reimbursed to CONTRACTOR shall not exceed the actual amount of AB 2766 Subvention and other funds applied, up to a maximum of $10,000 per medium-duty vehicle and$30,000 per heavy-duty vehicle; and 5 j7 Attachment 2 Payment Schedule City of Palm Springs Contract Number ML16038 • For Bicycle Lane Improvements, the amount reimbursed to CONTRACTOR shall not exceed the actual amount of AS 2766 Subvention and other funds applied. Additional AS 2766 Discretionary Match Funds will not be available to fund project cost overruns. Any project cost overruns must be funded from other than AS 2766 Discretionary Funds. 6 �-2