HomeMy WebLinkAbout9/18/2013 - STAFF REPORTS - 2.J. '9 ALMS.
y
iy
Cl
V N
x
°'rovx.a°
City Council Staff Report
DATE: September 18, 2013 CONSENT CALENDAR
SUBJECT: SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT (SCAQMD)
AGREEMENT
FROM: David H. Ready, City Manager
BY: Public Works & Engineering
SUMMARY:
Approval of this item will give authorization to the City Manager to complete all actions
relative to the execution of the agreement with SCAQMD for Sentinal funds.
RECOMMENDATION:
1. Authorize the City Manager to execute the Agreement with the SCAQMD for
reimbursement of funds for the Sentinal Power Plant funded, Palm Springs Solar
Voltaic projects, subject to prior approval by City Attorney.
2. Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
In May of 2012 the City applied for AB 1318 Mitigation funds associated with the
construction and operation Sentinal Energy Project Power Plant. In February 2013, the
City was informed that the SCAQMD Board approved $1,175,225 for 4 solar voltaic
projects as follows:
1) $284,915 for the Palm Springs Visitors Center
2) $311,680 for Fire Station #3
3) $190,365 for Train Station
4) $388,265 for the James O' Jessie Desert Highland Unity Center
SCAQMD has recently sent a proposed agreement to be executed by both City &
SCAQMD. Once fully executed the City may begin the process to request proposals for
design and construction of the four projects. At this time the agreement is still being
ITEM NO.
City Council Staff Report
September 18, 2013 -- Page 2
South Coast Air Quality Management District(SCAQMD) Agreement
finalized. Upon approval by the City Attorney and the SCAQMD, the final agreement will
be presented to the City Manager for execution.
FISCAL IMPACT:
Funding will be provided by SCAQMD up to $1,175,225. Design and Construction shall
not exceed that cost.
Recommended by: Approved by:
David J. Barakian David H. Ready, Ci ager
Director of Public Works/City Engineer
Attachments:
1. Draft Agreement
02
4037
South Coast ContraclN AB 1318
`./ AB 1318
Air Quality Management District
go
This Contract consists of 21 pages.
1. PARTIES-The parties to this Contract are the South Coast Air Quality Management District(referred
to here as"SCAQMD") whose address is 21865 Copley Drive, Diamond Bar, California 917654178,
and the City of Palm Springs (referred to here as "CONTRACTOR") whose address is 3200 East
Tahquitz Canyon Way, Palm Springs, California 92262.
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 Califomia. SCAQMD is authorized to enter into this Contract under California Health
and Safety Code Section 40489. SCAQMD desires to contract with CONTRACTOR for services
described in Attachment 1 - Statement of Work, attached here and made a part here by this
reference. CONTRACTOR warrants that it is well-qualified and has the experience to provide
such services on the terms set forth here.
B. In June 2011, the SCAQMD Governing Board approved the establishment of the AS 1318
Mitigation Fees Fund (Fund 58). This special revenue fund is to be used to finance emission
reduction projects, pursuant to the requirements of A81318 (V.M. Perez), which was codified into
law at California Health and Safety Code section 40440.14. The mitigation fees are for the transfer
of emission offsets from SCAQMD's internal offset accounts to CPV Sentinel, LLC, for the
construction and operation of the CPV Sentinel Energy power plant located in Desert Hot Springs.
CONTRACTOR was awarded a grant to implement an emission reduction project in the Coachella
Valley that will have a direct impact on the air quality and health of residents, while aiding in
regional air quality goals.
C. 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.
D. All parties to this Contract have had the opportunity to have this Contract reviewed by their
attorney.
E. "Equipment" as used in this Contract, means the equipment described in Attachment 1 —
Statement of Work and funded in whole or in part by AS 1318 Mitigation Fees Funds, which may
include; but is not limited to, vehicles, retrofit devices, fueling stations, and electrification
infrastructure, as applicable.
3. PERFORMANCE REQUIREMENTS
A. CONTRACTOR agrees to obtain and maintain the required licenses, permits, and all other
appropriate legal authorizations from all applicable federal, state and local jurisdictions and pay all
applicable fees. CONTRACTOR further agrees to immediately notify SCAQMD in wrifing of any
change in its licensing status which has a material impact on the CONTRACTOR's performance
under this Contract.
B. CONTRACTOR shall submit reports to SCAQMD as outlined in Attachment 1 - Statement of
Work. All reports shall be submitted in an environmentally friendly format: recycled paper;
stapled,not bound; black and white,double-sided print; and no three-ring, spiral,or plastic binders
or cardstock covers. SCAQMD reserves the right to review, comment, and request changes to
any report produced as a result of this Contract.
1
03
Contract No. 14037
AB 1318
C. CONTRACTOR shall perform'all tasks set forth in Attachment 1 - Statement of Work, and shall
not engage, during the term of this Contract, in any performance of work that is in direct or indirect
conflict with duties and responsibilities set forth in Attachment 1 -Statement of Work.
D. CONTRACTOR must ensure that the project, including the Equipment to be purchased 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 full Contract term.
E. CONTRACTOR shall be responsible for exercising the degree of skill and care customarily
required by accepted professional practices and procedures subject to SCAQMD's final approval
which SCAQMD will not unreasonably withhold. Any costs incurred due to the failure to meet the
foregoing standards, or otherwise defective services which require re-performance, as directed by
SCAQMD, shall be the responsibility of CONTRACTOR. CONTRACTOR's failure to achieve the
performance goals and objectives stated in Attachment 1- Statement of Work, is not a basis for
requesting re-performance unless work conducted by CONTRACTOR is deemed by SCAQMD to
have failed the foregoing standards of performance.
F. CONTRACTOR shall require its subcontractors to abide by the requirements set forth in this
Contract.
4. TERM - The term of this Contract is for four (4) years from the date of execution by both parties,
unless further extended by amendment of this Contract in writing.
5. 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 Clause 15. 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, facilities, 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 Clause 5.13. 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.
6. STOP WORK — SCAQMD may, at any time, by written notice to CONTRACTOR, require
CONTRACTOR to stop all or any part of the 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
z
04
Contract No. 14037
AB 1318
work only upon receipt of writt6n instructions from SCAQMD cancelling the stop work order.
CONTRACTOR agrees and 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.
7. INSURANCE
A. CONTRACTOR shall furnish evidence to SCAQMD of workers'compensation insurance for each
of its employees, in accordance with either California or other states' applicable statutory
requirements prior to commencement of any work on this Contract.
B. CONTRACTOR shall furnish evidence to SCAQMD of general liability insurance with a limit of at
least$1,000,000 per occurrence, and $2,000,000 in a general aggregate prior to commencement
of any work on this Contract. SCAQMD shall be named as an additional insured on any such
liability policy, and thirty (30) days written notice prior to cancellation of any such insurance shall
be given by CONTRACTOR to SCAQMD.
C. CONTRACTOR shall furnish evidence to SCAQMD of 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, prior
to commencement of any work on this Contract. SCAQMD shall be named as an additional
insured on any such liability policy, and thirty (30) days written notice prior to cancellation of any
such insurance shall be given by CONTRACTOR to SCAQMD.
D. CONTRACTOR shall furnish evidence to SCAQMD of Professional Liability Insurance with an
aggregate limit of not less than$5,000,000.
E. If CONTRACTOR fails to maintain the required insurance coverage set forth above, SCAQMD
reserves the right either to purchase such additional insurance and to deduct the cost thereof from
any payments owed to CONTRACTOR or terminate this Contract for breach.
F. All insurance certificates should be mailed to: SCAQMD Risk Management, 21865 Copley Drive,
Diamond Bar, CA 917654178. The SCAQMD Contract Number must be included on the face
of the certificate.
G. CONTRACTOR must provide updates on the insurance coverage throughout the term of the
Contract to ensure that there is no break in coverage during the period of contract performance.
Failure to provide evidence of current coverage shall be grounds for termination for breach of
Contract.
8, 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.
9. ON-SITE INSPECTIONS AND AUDIT- SCAQMD, or its designee(s), shall have the right to conduct
on-site inspections of the project and to audit records related to this project during the term of the
Contract and for a period of three years thereafter, unless SCAQMD notifies CONTRACTOR that a
longer period of record retention is necessary. Upon written request from SCAQMD, CONTRACTOR
shall provide detailed documentation of all expenses incurred on the project, at any time throughout
3
05
Contract No, 14037
AB 1318
the records retention period. CONTRACTOR agrees to include a similar right for SCAQMD to conduct
on-site inspections and audits in any subcontract.
10. RECORDS AND RECORDS RETENTION — CONTRACTOR shall maintain records related to this
project and retain these records for at least three years beyond the Contract term.
11. REPORTING REQUIREMENTS-CONTRACTOR shall submit reports in accordance with Attachment
1, attached here and incorporated herein by reference. Non-compliance with the reporting
requirements of this Contract may result in the implementation of on-site monitoring by the SCAQMD.
12, PAYMENT
A. SCAQMD shall reimburse CONTRACTOR up to a total amount of One Million One Hundred
Seventy Five Thousand Two Hundred Twenty Five Dollars ($1,175,225) in accordance with
Attachment 2 — Payment Schedule, expressly incorporated herein by this reference and made a
part hereof of this Contract.
B. In no event shall the reimbursement for the total of all project costs, including all subcontractor
costs, administrative costs, and other direct and indirect costs, exceed One Million One Hundred
Seventy Five Thousand Two Hundred Twenty Five Dollars ($1,175,225). In addition, if the actual
costs are less than this amount, SCAQMD's total reimbursement commitment will be limited to
that of the actual documented costs of the project, unless CONTRACTOR provides, at least 30
days prior to the termination date of this Contract, a request to expand the scope of the project up
to the not-to-exceed reimbursement level. If the request is approved by the SCAQMD Executive
Officer or his designee, the parties shall enter into an amendment to this Contract. However, no
work within the expanded scope of the project shall be done prior to execution of the amendment.
C. Any funds not expended upon early contract termination or contract completion shall revert back
to the AB Mitigation Fees 1318 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, referencing the task completed or a percent of work
accomplished and detailing line item expenditures as listed in Attachment 2 - Payment Schedule,
and the amount of charge claimed.
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 917654178
Attn:Michelle White, Technology Advancement
E. SCAQMD's payment of invoices shall be subject to the following limitations and requirements:
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 shall be made at actual
cost. Supporting documentation must be provided for all,individual charges (with the
exception of direct labor charges provided by CONTRACTOR).
4
r
f
Contract No. 14037
AB 1318
2. CONTRACTOR'S faildre to provide receipts shall be grounds for SCAQMD's non-
reimbursement of such charges. SCAQMD may reduce payments on invoices by those
charges for which receipts were not provided.
F. 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. CONTRACTOR must submit final invoice no later than ninety (90) days after the
termination date of this Contract or invoice may not be paid.
13. SECURITY INTEREST - CONTRACTOR hereby grants SCAQMD a security interest in any and all
Equipment, including vehicles purchased in whole 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 and/or vehicles purchased in whole or in part by
the CONTRACTOR, under this Contract or any amendments thereto. The SCAQMD shall have lien
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 and/or vehicles that are the subject of the Contract. In the event
CONTRACTOR files for bankruptcy protection, CONTRACTOR shall notify SCAQMD within 10
business days of such filing.
14. INTELLECTUAL PROPERTY RIGHTS - Title and full ownership rights to any documents, or reports
developed under this Contract shall at all times remain with SCAQMD. Such material is agreed to be
SCAQMD proprietary information.
A. Rights of Technical Data-SCAQMD shall have the unlimited right to use technical data, including
material designated as a trade secret, resulting from the performance of services by
CONTRACTOR under this Contract. CONTRACTOR shall have the right to use technical data for
its own benefit.
B. Copyright - CONTRACTOR agrees to grant SCAQMD a royalty-free, nonexclusive, irrevocable
license to produce, translate, publish, use, and dispose of all copyrightable material first produced
or composed in the performance of this Contract.
15. NOTICES-Any notices from either party to the other shall be given in writing to the attention of the
persons listed below, or to other such addresses or addressees as may hereafter be designated in
wrifing for notices by either party to the other. Notice shall be given by certified,express, or registered
mail, return receipt requested,or by electronic mail and shall be effective as of the date of receipt. For
notices given by electronic mail, the same notice shall be sent within five (5) days by certified,
express,or registered mail, return receipt requested.
SCAQMD: South Coast Air Quality Management District
21865 Copley Drive
Diamond Bar, CA 917664178
Attn:Patricia Kwon, pkwon agmd.gov
CONTRACTOR: City of Palm Springs
3200 E. Tahquitz Canyon Way
Palm Springs, CA 92262
Attn:David Barakian, Dave.Barakian(dpalmsorings-ca.gov
s
07
Contract No. 14e37
AB 1318
16. INDEPENDENT CONTRACTOR'CONTRACTOR is an independent contractor. CONTRACTOR, its
officers, 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
Mans,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. CONTRACTOR shall promptly notify SCAQMD of any
material changes to subcontracts that affect the Contract's scope of work,deliverable schedule,and/or
payment/cost schedule.
17. USE OF SCAQMD NAME-CONTRACTOR shall not use any name, trade name, trademark, logo, or
other designation of the SCAQMD (including contraction, abbreviation or simulation) in advertising,
publicity, promotional, or any other activities or context without the express written consent of the
SCAQMD in each case.
18. MEDIA/PUBLICATION
A. The parties shall work cooperatively on any communications to the media, including press
statements and press conferences related to this Contract. The Parties agree that
announcements, news releases and other communication materials describing the project shall
acknowledge "The project was made possible by a grant from the South Coast Air Quality
Management District AB 1318 Mitigation Fees Fund to reduce or mitigate emissions within
Coachella Valley."
B. Information, data, documents, or reports developed by CONTRACTOR for SCAQMD, pursuant to
this Contract, shall be part of SCAQMD public record unless otherwise indicated. Upon written
approval of SCAQMD, CONTRACTOR may use or publish, at its own expense, such information,
data,documents,or reports provided to SCAQMD. The following acknowledgment of support and
disclaimer must appear in each publication of materials, whether copyrighted or not, based upon
or developed under this Contract.
"This report was prepared as a result of work paid for, in whole or in part, by a
grant from the South Coast Air Quality Management District (SCAQMD). The
opinions, findings, conclusions, and recommendations are those of the author and
do not necessarily represent the views of SCAQMD. SCAQMD, its officers,
employees, contractors, and subcontractors make no warranty, expressed or
implied, and assume no legal liability for the information in this report. SCAQMD
has not approved or disapproved this report, nor has SCAQMD passed upon the
accuracy or adequacy of the information contained herein."
C. CONTRACTOR shall inform its officers, employees, and subcontractors involved in the
performance of this Contract of the restrictions contained herein and require compliance with the
above.
19. 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 or mental disability and shall comply with the
provisions of the California Fair Employment & Housing Act (Government Code Section 12900 et
6 08
Contract No. 14037
AB 1318
seq.), the Federal Civil Rights Act df 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.
20. ASSIGNMENT - The rights granted hereby may not be assigned, sold, licensed, or otherwise
transferred by either party without the prior written consent of the other, and any attempt by either
party to do so shall be void upon inception.
21. 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.
22. ATTORNEYS' FEES - In the event any action is filed in connection with the enforcement or
interpretation of this Contract, each party shall bear its own attorneys'fees and costs.
23. 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.
24. 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.
25. 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.
26. DUPLICATE EXECUTION - This Contract is executed in duplicate. Each signed copy shall have the
force and effect of an original.
27. 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.
28. 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, the SCAQMD shall not be liable for any amounts expended in
anticipation of a formal Contract. If a formal Contract does result, pre-contract cost expenditures
authorized by the Contract will be reimbursed in accordance with the cost schedule and payment
provision of the Contract.
7
09
Contract No. 14037
AB 1318
29. 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 SCAQMD, 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.
30. PREVAILING WAGES — CONTRACTOR is alerted to the prevailing wage requirements of California
Labor Code section 1770 et seq. Copies of the prevailing rate of per diem wages are on file at the
SCAQMD's headquarters, of which shall be made available to any interested party on request.
Notwithstanding the preceding sentence, CONTRACTOR shall be responsible for determining the
applicability of the provisions of Califomia 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. 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.
31. 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 payment1cost schedule shall
also require the prior written approval of the Executive Officer or designee. No subcontract charges
will be reimbursed unless the required approvals have been obtained from SCAQMD.
32. TAX IMPLICATIONS FROM RECEIPT OF AB 1318 FUNDS—CONTRACTOR is advised to consult a
tax attorney regarding potential tax implications from receipt of AB 1318 funds.
33. DISCLAIMER OF WARRANTY — The decision to participate in this project and to purchase
Equipment is CONTRACTOR's decision. SCAQMD does not make any express or implied
warranty of merchantability,fitness for a particular purpose or otherwise, quality or usefulness
Contract No. 14037
AB 1313
of the technology or Equipment SCAQMD will not be financially responsible or otherwise liable for
the installation or performance of the Equipment.
34. ENTIRE CONTRACT-This Contract shall include Attachments 1, 2 and 3 hereto and represents the
entire agreement between the parties hereto related to CONTRACTOR providing services to
SCAQMD and 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 party against whom enforcement of such
waiver, alteration,or modification is sought.
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
BY By:
Barry R.Wallerstein,D.Env.,Execufive Officer Name:
Title:
Date: Date:
APPROVED AS TO FORM:
Kurt R.Wiese,General Counsel
By, WC s?
//A81318 80#erplate
Revised-ApnY 18,2013
9
11
ATTACHMENT
STATEMENT OF WORK FOR
CITY OF PALM SPRINGS
Installation of Solar Photovoltaic Roof and Parking Canopy Systems
CONTRACTOR shall design, install, and commission multiple solar photovoltaic roof
mounted and parking canopy systems at four sites for the City of Palm Springs ("CPS")
("Project") located at the following ("Sites"):
(P1) Palm Springs Visitor Center, 2901 North Palm Canyon Drive, Palm Springs
(P2) Palm Springs Fire Station #3, 590 East Racquet Club, Palm Springs
(P3) Palm Springs Train Station, 63950 Palm Springs Station Road, Palm Springs
(P4) James O. Jessie Desert Highland Unity Center,480 Tramview Road, Palm Springs
The preliminary design.of the Project indicates there will be four solar system installations for
a total of 168.06 kilowatt-dc (kW-DC). There is an annual potential incentive pay back to
SCAQMD, pending available funds with the California Public Utilities Commission (CPUC)
California Solar Initiative (CSI) Rebate program.
CONTRACTOR shall fumish the labor, equipment, material, and services required to
complete all design, engineering, permitting, construction, testing, commissioning, and
interconnection of the Project as provided by the awarded bid layout and design drawings.
CONTRACTOR agrees to perform the following tasks:
Task 1 —Bid Advertisement and Award
1.1 CONTRACTOR shall follow the CPS's standard practice forbidding and awarding a
municipal public works project. CONTRACTOR shall include this Statement of Work
(SOW) in the RFP and pass SOW provisions to the subcontractor selected. This
process includes complying with California public work contract codes and
construction laws to compile bid packages, issue an RFP for design services, assess
construction bids and verify bonds, select the lowest cost bid, and award a contract.
CONTRACTOR shall deliver a copy of the RFP prior to its release to SCAQMD.
1.2 CONTRACTOR shall ensure that each Bid application shall list itemized costs of each
bid item for the overall construction of the Project. CONTRACTOR shall provide
SCAQMD with a copy of their recommendation, the Bid application to be awarded, a
summary of bids received, and a copy of all proposals. CONTRACTOR shall consult
with SCAQMD as needed during the proposal evaluation process.
1.3 CONTRACTOR shall deliver a copy of the fully executed construction contract
between.CONTRACTOR and the selected bid award to SCAQMD.
1.4 SCAQMD shall, at its discretion, incorporate the awarded bid's layout, construction
schedule and/or costs into this Contract upon written notice to CONTRACTOR. Email
notice is sufficient for this purpose. SCAQMD reserves the right to review and/or reject
any cost that fall outside the scope of this Contract.
1
Task 2 — PV System
2.1 CONTRACTOR shall install the solar systems identified in the original proposal, dated
June 6, 2012, submitted in response to RFP#P2012-17. Solar system designs are to
be sized to historic electric use for each site. Finalized system components and
specifications shall be based on awarded bid. The solar systems to be installed are
described below for each Site:
Total System
Existing Usage: 252,760 kWh Annual (2011)
PV Module: Pending Proposal Selection
Inverter. Pending Proposal Selection
Inverter Efficiency: 95% or greater
P1 Canopy System 62,320 kWh (2011 Annual Usage)
t40-space parking lot
P2 Rooftop System 65,998 kWh (2011 Annual Usage)
6,254 square feet single story flat-roof
P3 Canopy System 39,122 kWh (2011 Annual Usage)
t40-space parking t6-oversized space parking
P4 Rooftop System 85,320 kWh (2011 Annual Usage)
12,844 square feet complex
2.2 CONTRACTOR shall obtain SCAQMD written approval of any changes to the
modules, inverters or other components specked in the original proposal.
2.3 CONTRACTOR shall use all new components (photovoltaic panels and inverters) and
these components must not have been previously placed in service in any other
location or for any other application. Rebuilt, refurbished, or relocated equipment are
not approved under this Contract.
2.4 CONTRACTOR shall use photovoltaic equipment and components that are certified by
the California Energy Commission.
2.5 CONTRACTOR shall use photovoltaic modules and inverters that are UL-certified,
and, at minimum, certified to IEC 61215 standard (for crystalline modules) and IEC
61646 standard (for thin film).
2.6 CONTRACTOR shall provide SCAQMD complete results of any tests conducted on
the proposed photovoltaic panels by an independent, certified photovoltaic testing
laboratory, including but not limited to PID tests, durability tests, temperature
sensitivity tests, comparison to other photovoltaic modules, etc.
2.7 CONTRACTOR shall comply with the CPUC CSI Rebate program guidelines for the
Project; including, but not limited to: 12-month minimum usage, design factors,
generation limits, energy audits, 10-year system warranty, net energy metering, grid
interconnection, monitoring, inspections, maintenance, participation in CPUC CSI
Rebate program, project milestones, etc.
2 13
Task 3 —Design & Engineering
3.1 CONTRACTOR shall collect the necessary site information to complete the design and
engineering of each solar system_
3.2 CONTRACTOR shall develop detailed design drawings to provide a turnkey
installation of each solar system at the four separate sites. CONTRACTOR shall use
a licensed engineer to prepare the drawings.
3.3 CONTACTOR shall schedule a licensed structural engineer to perform the necessary
calculations and analysis to ensure the solar canopy and rooftop areas are capable of
handling each solar system.
3.4 CONTRACTOR shall ensure the design and engineering of the Project is compliant
With all applicable building and electrical codes.
3.5 CONTRACTOR shall develop a detailed schedule for engineering, acquisition of
components, construction, installation and periodic monitoring, and submit this
schedule to SCAQMD prior to construction.
Task 4—Permits/Aaurovals
4.1 CONTRACTOR shall obtain all necessary permits/approvals for each solar system at
the four separate site locations.
4.2 CONTRACTOR shall produce the necessary drawings and specifications to obtain
building permits from the City of Palm Springs. For each site, the drawing package
shall include a module layout diagram, module mounting system diagram, single-line
electrical diagram, specification sheets for the module, inverter, and mounting system,
and any other supporting documentation required to obtain the building permit.
4.3 CONTRACTOR shall provide SCAQMD with a copy of all permits/approvals for each
site prior to construction.
4.4 In the event such permission or a permit is not forthcoming, CONTRACTOR shall
design an alternative, but equivalent solar electric system at no additional cost to
SCAQMD. SCAQMD reserves the right to terminate or renegotiate SCAQMD's
participation in the project if the altemative systems are materially different from the
systems proposed in CONTRACTOR's original winning proposal or if the alternative
systems fail to receive the CSI rebate.
4.5 CONTRACTOR shall submit the required forms and documents to initiate the
application process for the CSI rebate for each site location.
Task 5 —Southern California Edison (SCE) Utility Interconnection
5.1 CONTRACTOR, with CPS's written approval, shall select the interconnection point for
back-feeding the power from each solar system to the building's electrical panel or
sub-panel.
5.2 CONTRACTOR shall submit an interconnection and net metering application to SCE
utility for each solar system.
5.3 CONTRACTOR shall acquire approval from the CPS as well as SCE for final
interconnection.
3 14
5.4 CONTRACTOR shall electrically integrate each solar system to the building and SCE
grid using the CPUC Rule 21 interconnection guidelines.
Task 6 —CPUC CSI Rebate Program
6.1 CONTRACTOR shall apply to the CPUC for a rebate under its CSI Rebate program for
each solar system installed and shall bear all costs, including the payment of any
application fees required to obtain the CSI rebate.
6.2 CONTRACTOR shall provide copies of completed application forms to SCAQMD's
Project Officer prior to submittal to SCE.
6.3 CONTRACTOR must provide SCAQMD's Project Officer with a copy of the Confirmed
Reservation Notice Letter issued by SCE, for each site location, prior to construction.
6.4 CONTRACTOR shall ensure that each solar system installed by the awarded bid is
purchased, installed and put into operation by the Reservation Expiration Date
identified in the Confirmed Reservation Notice Letter.
6.5 CONTRACTOR disclaims any interest in rebates from the CSI Rebate program and
complies with all other requirements imposed by the CPUC for obtaining rebates under
the CSI Rebate program. CONTRACTOR shall ensure that all incentive payments are
paid directly to SCAQMD.
Task 7 —Installation
7.1 CONTRACTOR is entirely responsible for the turnkey design, engineering, purchase
of equipment, and installation of each solar system.
72 CONTRACTOR shall install each solar system in accordance with the awarded bid.
All bid items shall be subject to costs listed in the awarded bid, and subject to the not
to exceed amount of this Contract. Changes to cost and scheduling are subject to
Clause 31 of this Contract.
7.3 CONTRACTOR shall install each solar system in accordance with all applicable
building and electrical codes, and safety standards.
7.4 CONTRACTOR shall acquire equipment based on the engineering specifications
developed and approved under Task 3 and 4.
7.5 CONTRACTOR shall comply with all interconnection and metering requirements of
SCE. CONTRACTOR shall follow guidelines set forth by the CPUC CSI Rebate
program for solar system, monitoring, interconnection, warranties and maintenance.
7.6 CONTRACTOR shall secure all permits, install each solar system in accordance with
approved plans and permits, submit the interconnection application to utility provider,
obtain final approval to interconnect each solar system to the power grid, secure final
sign off and commission the system upon receipt of utility interconnect authorization.
7.7 CONTRACTOR shall ensure that each meter and performance monitoring system
meets the requirements of the CPUC CSI Rebate program.
7.8 CONTRACTOR shall provide SCAQMD with a copy of the final interconnection
agreement and authorization for each site.
4 15
7.9 CONTRACTOR shall provide SCAQMD full access to the Sites and shall, upon
request, escort SCAQMD to review on-site work in progress.
Task 8—System Start-Up
8.1 If any equipment or component of the solar systems; including, but not limited to: the
solar panels, inverter, solar mounting system; is found to be defective before or during
start-up, CONTRACTOR is responsible for replacing the defective component(s) at no
cost to the SCAQMD.
8.2 CONTRACTOR shall arrange for inspections for permit purposes, interconnection and
any other approval needed prior to or during construction.
8.3 CONTRACTOR shall develop a manual(s) for operation, maintenance and training,
and provide these to each site's maintenance staff.
8.4 Within 20 days of startup and acceptance testing, CONTRACTOR shall provide
training to designated CPS employees in all aspects of routine operation, maintenance
and safety of the solar and monitoring systems.
8.5 CONTRACTOR shall deliver 3 sets of"As-Built" design and engineering drawings, for
each site, within three months of start up and acceptance testing, both in hard copy
and in electronic CAD format.
Task 9—Performance Monitoring
9.1 CONTRACTOR shall ensure each solar system is metered in compliance with the
CPUC CSI Rebate program requirements.
9.2 CONTRACTOR shall install a performance monitoring system that will allow real-time
monitoring for each solar system for the life of the Project. Monitoring systems shall
track the weather conditions (temperature, wind, irradiance, etc.) and measure the
kilowatts and kilowatt-hours by the hour, day, month and year. CONTRACTOR shall
ensure the data is displayed on a website interface and viewable on this website at
any time for the life of the project. SCAQMD shall have the ability to download the data
from the website at any time.
9.3 The Performance Monitoring and Reporting Service shall be listed with the California
Energy Commission and meet the requirements of the CPUC CSI Rebate program.
9.4 CONTRACTOR shall provide validation criteria to assess the performance of the solar
systems, once installed. CONTRACTOR shall provide validation criteria for individual
panels, strings, combiner box outputs and the inverter. Such criteria shall be based on
manufacturer specifications, PV USA Test Conditions and shall account for module
temperature and irradiance in order to allow the SCAQMD to make the most accurate
assessment possible regarding the health of each solar system including components
and subsystems. The validation criteria shall be provided to the SCAQMD.
Task 10—Warranties
All warranty periods shall start from the date CPS accepts each turnkey solar system.
5 16
10.1 CONTRACTOR shall provide a 10-year System warranty, to provide for no-cost repair
and replacement of the solar systems for any expenses not otherwise covered by the
manufacturer; including all labor and workmanship per the CSI guidelines.
10.2 CONTRACTOR shall provide a 25-year manufacturer warranty on the solar modules.
10.3 CONTRACTOR shall provide a 20-year manufacturer warranty on the inverter.
10.4 CONTRACTOR shall provide a 10-year warranty on any roof or building penetrations.
10.5 CONTRACTOR shall provide SCAQMD with a.copy of the installation and product
(photovoltaic modules and inverter) warranties prior to installation. The warranties
shall protect the SCAQMD against defective workmanship, system or component
breakdown, and degradation in electrical output, of no more than 15%, from the
original rated electrical output of each system over the 10 year warranty period.
10.6 CONTRACTOR guarantees that the total PV output of each solar system over the first
10 years of operation will yield at least 1550 kWh per AC-kW installed, measured as 3
year averaging. This guarantee assumes that the CONTRACTOR will clean the
modules at least once every six months to prevent dust and debris from accumulating
on the modules. If after the 10-year period, the energy production is less than the
guaranteed amount, CONTRACTOR will add a corresponding number of solar
modules at its own cost to make up for the differential. This guarantee period would
start from the date CPS accepts each turnkey solar system. Bi-annual module
cleaning status shall be included in the Progress Update report for each site.
10.7 This contract has a survivability clause, wherein the tasks described in Task 10 will
survive the contract expiration date.
Task 11 —Service and Maintenance
11.1 CONTRACTOR shall be responsible for the service and maintenance of each turnkey
solar system installed under this Contract for the first 10 years of system operation.
11.2 CONTRACTOR shall perform periodic inspections of each solar system over the 10
year period to ensure that each solar system is operating according to specifications
and meeting the minimum electricity production specked for the first 10 years in
subtask 10.6. Periodic inspection results shall be included in the Progress Update
Report for each Site.
11.3 CONTRACTOR shall provide SCAQMD with the following:
a) Manufacturer specifications for each solar system (photovoltaic modules and
inverter),
b) Manufacturer's recommended operation, maintenance and safety procedures,
and
c) Maintenance contact names and phone numbers.
6 17
DELIVERABLES,
INCLUDING REPORTING & FORMATTING REQUIREMENTS
In addition to the deliverables set forth in the above-referenced statement of work,
CONTRACTOR shall supply the following reports to the SCAQMD under this Contract for
each site location in a combined report. SCAQMD reserves the right to change the formatting
of annual or monthly reports at any time.
1. Monthly progress report due by the 10th day of each month following the reporting
period. CONTRACTOR shall email a progress report to SCAQMD's Project Officer.
Each progress report shall include, but not be limited to, the following:
a. Reference to SCAQMD contract number and title of project
b. Reporting time period (month, year)
C. Executive Summary
d. Project Design Status (if applicable)
e. Monthly Pay Applications for the reporting period
f. Project and/or Contract Risk Assessment
g. Current Key Issues
h. Latent Conditions Register
i. Construction
• Issues
• Key Activities
• Contractual Status
• Schedule Updates
j. Turnover and Completion Status
k. Bi-annual cleaning and periodic system inspection
I. Progress Photographs
M. Comments by CPS's Project officer acknowledging the progress of the project
2. CONTRACTOR shall email draft final report for review, comment, and approval by
SCAQMD no later than after 2 years of operation. CONTRACTOR shall email the
draft final report to SCAQMD's Project Officer and SCAQMD's Contract Administrator-
Technology Advancement. This document shall be considered in the public domain, in
conformance with the California Public Records Act(Government Code Section 6250
et seq.). Any trade secret information may be submitted to SCAQMD in a separate
report in which the trade secret information is specifically identified. SCAQMD agrees
to treat such trade secret information in accordance with its Public Records Act
guidelines relating to trade secret information. SCAQMD shall complete its review of
the draft final report within six to eight weeks of its receipt from CONTRACTOR. The
draft final report shall include information collected for each site location, but not be
limited to, the following:
a. Reference to SCAQMD contract number and title of project
b. Project background and objectives
c. Executive summary up to three pages in length to include a short, definitive
statement of the project; objective of the project, including emission control
7
18
objectives or goals and reference to SCAQMD Rules if applicable; subject of
the project including the technology demonstration site, participants, dates, etc.;
conclusions (potential emissions impact, cost implications, and other factors);
recommendations (design changes/optimization, other applications of the
technology, and commercialization paths); and acknowledgment of all project
sponsors.
d. Detailed description of the scope of work
e. Findings or results of each task
f. Detailed discussion on the performance of the solar panels, inverter and issues
related to the solar mount systems. Include operational data.
g. Summary of all system testing, diagnoses, and repairs
I. Color photographs in a digital format, such as .ppt, .tif, .jpg on a CD or sent
electronically, of the solar systems as installed.
j. Results- a discussion of the expected project results versus what was actually
achieved
k. Costs - a comparison and discussion of expected versus actual SCAQMD
contract costs
I. Problems - a discussion of significant problems encountered during the contract
and how they were resolved
M. Recommendations
3. CONTRACTOR shall email final report, incorporating SCAQMD's comments, no later
than 3 months after the draft final report. This document shall be considered in the
public domain, in conformance with the California Public Records Act(Government
Code Section 6250 et seq.). Any trade secret information may be submitted to
SCAQMD in a separate report in which the trade secret information is specifically
identified. SCAQMD agrees to treat trade secret information in accordance with its
Public Records Act guidelines relating to trade secret information.
4. CONTRACTOR shall email a 2-page project synopsis, along with the final report.
Attachment 3 to this contract provides the format and content to be used for this
synopsis. SCAQMD reserves the right to change the formatting of annual or monthly
reports at any time. In addition to a hard copy, CONTRACTOR shall provide the
synopsis in an electronic version, using Microsoft WORD. All color photographs and
images shall be embedded within the synopsis AND provided separately in digital
format, such as .ppt, .tif. or .jpg, on a CD or sent electronically.
8 19
ATTACHMENT
PAYMENT SCHEDULE FOR
CITY OF PALM SPRINGS
Installation of Solar Photovoltaic Roof and Parking Canopy Systems
The cost of the entire project is estimated to be $1,175,225. There is an annual potential
incentive pay back to SCAQMD, pending available funds with the CPUC CSI Rebate
program, as described in Tasks 2.7 and 6 of the Statement of Work.
CONTRACTOR shall be reimbursed by SCAQMD upon submittal of an itemized invoice(s) for
the purchase, installation and operation of the solar systems and data monitoring systems.
The invoice(s) must be accompanied by the supporting documentation specified below, and
the monthly progress report(s) listed under"Deliverables".
The following information is required prior to SCAQMD's final payment for the Project:
• All documents identified in Task 4, including a copy of the building permit and final
inspection sign-off, and commissioning report;
• First monthly incentive payment under the CSI rebate program;
• An itemized invoice to SCAQMD, including a cost breakdown for all equipment,
materials, labor and sales tax; and
• Cover letter from CPS confirming the delivery, installation and start of operation of the
solar systems described in this Statement of Work. This letter, on CPS letterhead,
must be signed under penalty of perjury, by the CPS senior official, with authorization
to sign, affirming the above.
Maximum Not-to-Exceed Amount to Be Reimbursed:
Project Milestone Expected Completion SCAQMD Funding
Not To Exceed
Site P1
#1 - Permit Approved 10/25/2013 $14,304
#2-Structural Pier Foundations
&/or Rooftop mounting structure 11/25/2013 $14,304
#3 -Canopy Structural Steel Erected & PV
Modules Installed 1/12/2014 $199,280
#4 - Inverters Installed 2/8/2014 $42,481
#5 -SCE Interconnection Agreement 3/20/2014 $7,273
#6 -Commissioning of solar system
&first CPUC CSI Rebate payment 6/15/2014 $7,273
Subtotal—P1 $284,915
Site P2
#1 - Permit Approved 1 0/2 512 0 1 3 $15,647
#2 -Structural Pier Foundations
&/or Rooftop mounting structure 11/25/2013 $15,647
#3 -Canopy Structural Steel Erected& PV
Modules Installed 1/12/2014 $218,602
#4- Inverters Installed 2/8/2014 $46,472
9
20
#5 - SCE Interconnection Agreement 3/20/2014 $7,956
#6 - Commissioning of solar system
&first CPUC CSI Rebate payment 6/15/2014 $7,956
Subtotal—P2 $311,680
Site P3
#1 - Permit Approved 10/25/2013 $9,557
#2 - Structural Pier Foundations
&/or Rooftop mounting structure 11/25/2013 $9,557
#3 - Canopy Structural Steel Erected & PV
Modules Installed 1/12/2014 $133,150
#4 - Inverters Installed 2/8/2014. $28,383
#5 - SCE Interconnection Agreement 3/20/2014 $4,859
#6 - Commissioning of solar system
&first CPUC CSI Rebate payment 6/15/2014 $4,859
Subtotal—P3 $190,365
Site P4
#1 - Permit Approved 10/25/2013 $19,492
#2 - Structural Pier Foundations
&/or Rooftop mounting structure 11/25/2013 $19,492
#3 - Canopy Structural Steel Erected & PV
Modules Installed 1/12/2014 $271,569
#4 - Inverters Installed 2/8/2014 $57,890
#5- SCE Interconnection Agreement 3/20/2014 $9,911
#6 - Commissioning of solar system
& first CPUC CSI Rebate payment 6/15/2014 $9,911
Subtotal—P4 $388,265
TOTAL CONTRACT NOT TO EXCEED AMOUNT $1,175,225
10 21
ATTACHMENT 3
Monthly Progress Report and 2-Page Project Synopsis Templates
AB1318 Mitigation Fees Fund Monthly Project Report
[Name of Project]
[Contractor], [Contract #]
[Month] [Year]
■ Summary of Project Status (brief paragraph)
• Progress towards specific tasks and/or deliverables
• Deviations from plan
Technical specifications of panels and inverters,warranties on parts and
system, O&M of the installations [provide info or update as needed]
• Major issues and Solutions
• Funds Expended either from AB1318 fund or in-kind funds by task and/or
deliverables
• Proposed Performance or Emission Reduction Reductions including solar
power generation(kWh per year), emission reductions for carbon dioxide,
methane, and NO., annual savings in electricity costs,job creation impacts
[provide info or update as needed]
22
ATTACHMENT 3
Monthly Progress Report and 2-Page Project Synopsis Templates
SCAQW Contract N Date of Publication(as month year)
Project Title
the development/testing/delivery of hardware(if
Contractor applicable). If the project was terminated or
ended prematurely you still need to file this report.
Prime contractor and significant subcontractors. Regardless of how it ended,per SB 199 you must
describe any unanticipated problems that were
Cosponsors encountered during the project,and how they were
List cosponsors from highest (or were not)resolved. If`fatal"problems were
contributor to lowest_ encountered,this section will be the heart of the
report,since it would be unlikely that major
Project Officer benefits or emissions reductions were realized in a
SCAQMD project manager name.
terminated project.
Picture oftechnology that has been supported
Background with SCAQMD/TechnologyAdvancement
This section is a brief introduction describing the cosponsorship, if applicable. The picture,
need for the technology and/or clean fuel,as preferably a photograph,should clearly illustrate
defined by rules and regulations/mandates of the technology. The sue of the image should be
SCAQMD,ARB,EPA,DOE,etc. If applicable, about 3z3 to fit this two column format The
describe other relevant factors,such as economic pure of the technology should be positioned on
issues,energy savings,etc, I the front page
Project Objective Results
This section should briefly describe the project This section summarizes all available emissions
objectives as originally stated in the Board(or results and key performance characteristics.
EO)letter. If the objective evolved significantly Performance is meant in the broadest terms,
during the contracting procedure,it should be including(as applicable)emissions,energy
noted how and why. efficiency,operation and maintenance
requirements,overall environmental impacts,and
performance tradeoffs. The primary emphasis of
Technology Description this section is the presentation of project data.
This section describes the general principles of performance results should be summarized using
operation and emissions control approach of the clear,graphical depictions whenever possible:
technology and/or clean fuel involved in the
project. • Graph or table summarizing key performance
If applicable,discuss how the principle of characteristics. Graphs are preferred over tables
operation differs from other,currently available whenpossible. Graphical datapresemed should
equipment. This includes describing what the show the most representative data of the
"advancement"actually is over currently available project's/technology's performance. One graph
technologies. would be preferred, but no more than two data
presentations in this document.
Status Measured performance is to be compared with the
objectives/goals set for the project. Comparisons .
This section describes the status or progress of the should focus on targeted emissions reductions
project If the project was completed,provide the and/or other key performance goals(e.g.range for
date of completion and note that the final report is electric vehicles).
on file with emmplete technical details of the
project. Describe major project events,such as
23
' There should also be a brief discussion of primary market,and if there is another market
performance tradeoffs. That is,did achieving one segment or application that could use the
performance characteristic goal,such as technology. Discussion of the commercial status
emissions, compromise another performance of the technology should address questions such
characteristic,such as efficiency, as: (1)how close to a commercial product is it;
(2)what work remains to bring it to market;(3)
when could it be made commercially available and
Benefits competitive;and(4)what barriers remain before
This section crystallizes the above-noted the technology can be commercialized.
performance characteristics into project benefits,
e.g.,reduced emissions,increased efficiency,
reduced global warming gases,or other
environmental benefits. The potential emissions
inventory impact of this technology applied in the
South Coast Air Basin must be estimated based on
performance results of this project and some
estimate of market penetration(concisely state
assumptions).
It clearly describes how those actual benefits
compare with the benefits that were anticipated at
the project's start Be as detailed as possible,
including discussion of overall environmental
impacts and benefits. Address the question of
whether the technology may reduce an air
pollutaut while improving(or worsening)
problems with water pollution,solid waste,global
warming,toxic emissions,etc.
Project Costs
This brief section describes the actual costs of the
program(SCAQMD's funding contribution as
well as the overall cost sharing)and how they
compare with the originally projected costs of the
project as stated in the Board(or EO)letter. Cost
information can be presented graphically,in a
table,or in paragraph form. This section does not
address cost effectiveness or cost of
commercialization.
Commercialization and Applications
This section describes the anticipated or potential
applications of the demonstrated technology
and/or clean fuel. If applicable,discuss follow on
projects to further improve the technology. If
available or applicable,discuss expected costs of
control and cost-effectiveness in the context of
currently available technologies. Cost data should
be noted as estimates or projections,especially
since TA projects are often"first of a kind."
Prospects for commercialization should include a
discussion of the potential size of the target or
24