Loading...
HomeMy WebLinkAbout11/7/2012 - STAFF REPORTS - 2.M. PALM$,a iy a V N C'O<ROR + CITY COUNCIL STAFF REPORT DATE: NOVEMBER 7, 2012 CONSENT SUBJECT: APPROVAL OF AIR QUALITY MANAGEMENT DISTRICT GRANT IN THE AMOUNT OF $38,000 FUNDS AND ALLOCATION OF MATCHING FUNDING IN THE AMOUNT OF $38,000. FROM: David H. Ready, City Manager BY: Michele C. Mician, Sustainability Manager SUMMARY: The Office of Sustainability has received a grant for electric vehicle (EV) charging stations. City Council will consider the acceptance of this grant award received from the South Coast Air Quality Management District's Mobile Source Air Pollution Reduction Review Committee (MSRC) in the amount of $38,000 and the required 100% local City match of $38,000. Staff requests that City Council accept the grant and approve use of funds from Office of Sustainability in the amount of $38,000 to fulfill the local match requirement. Acceptance of this award will allow the Office of Sustainability to continue to implement the Palm Springs Path to a Sustainable Community plan and provide at least 6 electric vehicle charging stations RECOMMENDATION: 1. Approve Local Government Match Program Contract No. ML12019 to accept the award South Coast Air Quality Management District in the amount of $38,000 for electric vehicle charging stations; and 2. Authorize the use of matching funds available in the City Sustainability Fund account# 138-1270-58020 in the amount of$38,000; and 3. Authorize the City Manager to execute all necessary documents; and STAFF ANALYSIS: The Office of Sustainability initiated an electric vehicle outreach and education program within three month's of the department opening in August 2009. Since that time the City has integrated one electric vehicle into the fleet using Air Quality Management District COLMAC grant monies and matching dollars from the Sustainability Fund. The City has also received grant funding from ReConnect California to retrofit an old EV charging station to a new J1772 EV charging station at the airport. This airport project was completed in May 2011. The Office of Sustainability applied for a grant from the Mobile Source Air Pollution ITEM NO. �Me" City Council Staff Report November 7, 2012 -- Page 2 Air Quality Management District Grant Electric Car Charging Reduction Review Committee in May 2012 to fund publically accessible electric vehicle charging stations. The new charging stations funded in part by the grant will assist the City in becoming electric vehicle capable with increased services available to the public. A minimum of six J1772 level stations must be installed for the grant requirements to be fulfilled. The stations will be located in parking lots that are easy for the public to access and which have the necessary power supply to sustain at minimum Level 2 stations that require 220 volts or Level 3 fast charging stations that require 440 volts. The exact locations of the electric vehicle charging stations will be brought to City Council for approval at a subsequent council meeting. The dollars required have been allocated for this purpose and were specifically recommended for this use by the Sustainability Commission. The Sustainability Commission unanimously approved the matching funds requested at their October 16, 2012 regular meeting. FISCAL IMPACT: The MSRC grant application requires the City of Palm Springs to provide 100% in matching funds. These dollars are available in account#138-1270-58020 in the Sustainability Fund. The matching fund amount requested is not to exceed $ ,000. Michel Mician, anager, Office of Sustainability David H. Ready, Q anager Thomas J. Wil n Assistant City Manager Attachments: 1. Award Letter from MSRC 2. Local Government Match Program Contract No. ML12019 3. Statement of Work 4. Payment Schedule z 21865 Copley Drive Diamond Bar CA 91765 Clean Transportation 909,396.3269 E Funding from the llil fox909.396.3682 Mobile Source Air Pollution Reduction Review Committee }_ October 5, 2012 Ms. Michele Mician City of Palm Springs 3200 East Tahquitz Way Palm Springs, CA 92263 i Dear Ms. Mician: a Please find attached two original copies of Contract Number ML12019 for signatures. This contract is for the Electric Vehicle Charging Infrastructure. Please attach Proof of. Insurance and return both copies to me at: Rachel Valenzuela South Coast AQMD/MSRC 21865 Copley Drive Diamond Bar, CA 91765 In addition, please provide documentation designating appropriate signatory authority on behalf of the agency, corporation, partnership, LLC, etc., and attest that said signature is empowered to contract on behalf of contractor in both an operational and financial capacity and to legally bind contractor. Please sign the signature page provided in the contract. If your agency's policy compels you to use a separate signature page, make sure to include the MSRC/AQMD contract number on the additional page. 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. alenzuela Contracts Assistant MSRC Contracts Administration rachelOcleantransportationfunding.orp Attachments MEMBER ORGANIZATICNS:Carifomia Air Resources Board•Los Angeles County Meiropolitan Transportation Authority•Orange County Transportation Authority•Riverside County Transportation Commtssion•San Bernardino Associated Governments•South Coast Air Quality Management District•Southern California Association of Governments•Regional Rideshoring Agency South Coast Contract No. ML12O19 Clean Transp rtuion Air Quality Management District " °° `° ° ="" � LOCAL GOVERNMENT MATCH PROGRAM CONTRACT 1. PARTIES - The parties to this Contract are the South Coast Air Quality Management District (hereinafter referred to as"AQMD")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 92263. 2. RECITALS A. AQMD 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). AQMD is authorized under State Health &Safety Code Section 44225 (Assembly Bill (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 the AQMD'S Governing Board has authorized the imposition of the statutorily set motor i 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 AQMD. C. AB 2766 further mandates that thirty (30) percent of such vehicle registration fees be placed by AQMD into a separate account for the sole 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 AQMD'S Governing Board, AQMD Board authorized a contract with CONTRACTOR for 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 CONTRACTORSs Local Government Match Program Application dated April 4, 2012, 3. DMV FEES - CONTRACTOR acknowledges that AQMD cannot guarantee the amount of fees to be collected under AB 2766 will be sufficient to fund this Contract. CONTRACTOR further acknowledges that AQMD'S receipt of funds is contingent on the timely remittance by State's DMV. AQMD assumes no responsibility for the collection and remittance of motor vehicle registration fees by DMV to AQMD in a timely manner. 4. AUDIT - Additionally, 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 AQMD 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. AQMD shall coordinate such audit through CONTRACTOR'S audit staff. If an amount is found to be inappropriately expended, AQMD may withhold revenue from CONTRACTOR in the amount equal to the amount which was inappropriately expended. Such withholding shall not be construed as AQMD'S sole remedy and shall not relieve CONTRACTOR of its obligation to perform under the terms of this Contract. 4 Contract Na. ML12019 5. REPORTING - CONTRACTOR shall submit reports to AQMD as outlined in Attachment 1 - Statement of Work. AQMD reserves the right to review, comment, and request changes to any report produced as a p result of this Contract. u 6. TERM - The term of this Contract is for twenty two (22) months from the date of execution by both parties, unless terminated earlier as provided for in Clause 7 below entitled Termination,extended by amendment of this Contract in writing, or unless all work is completed and a final report is submitted and approved by AQMD prior to the termination date. 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. Upon ? written request and with adequate justification from CONTRACTOR, the MSRC Contracts Administrator may extend the Contract up to an additional twelve months at no additional cost. Tenn extensions greater than twelve months must be reviewed and approved by the MSRC, i 7. 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 13, The non-breaching party reserves all rights under law and equity to enforce this contract and recover damages. B. AQMD 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 AQMD, 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 AQMD. 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 AQMD. C. CONTRACTOR shall be paid in accordance with this Contract for all Work performed before the effective date of termination under Clause 7.13. Before expiration of the thirty (30) days' written notice, CONTRACTOR shall promptly deliver to AQMD 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. 8. EARLY TERMINATION—This Contract may be terminated early due to any of the following circumstances: A. The vehicles or equipment become inoperable through mechanical failure of components or systems directly related to the alternative fuel technology being utilized and such failure is not caused by CONTRACTOR'S negligence, misuse, or malfeasance. B. The fueling station becomes inoperable, and is either not technically able to be repaired, or is too costly to repair, and such failure is not caused by CONTRACTOR's negligence, misuse, or malfeasance. 9. INSURANCE — CONTRACTOR represents that it is permissibly self-insured and will 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 5 2 Contract No. ML12019 extensions thereof that meet or exceed the minimum requirements set forth by the South Coast AQMD below. CONTRACTOR shall furnish certificate of self-insurance to: South Coast Air Quality Management District,Attn: Risk Management Office. The AQMD Contract Number shall be included on the face of the certificate. If CONTRACTOR fails to maintain the required insurance coverage, AQMD 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. I 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. 10. INDEMNIFICATION — CONTRACTOR agrees to hold harmless, defend and indemnify AQMD, 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 AQMD, 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. 11. PAYMENT A. AQMD shall pay CONTRACTOR a Finn Fixed Price of Thirty Eight Thousand Dollars ($38,000) upon completion of the project on a reimbursement basis. 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 AQMD to CONTRACTOR within thirty (30) days after approval by AQMD of an itemized invoice prepared and furnished by CONTRACTOR. B. An invoice submitted to AQMD for payment must be prepared in duplicate, on company letterhead, and list AQMD'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 Contract Administrator C. No funds shall be paid out to CONTRACTOR pursuant to this Contract, unfit the project described in Attachments 1 and 2 is completed and proof of completion is provided to AQMD, If the project described in Attachments 1 and 2 is not completed and satisfactory proof of completion is not provided to AQMD, no monies shall be due and payable to CONTRACTOR. Proof of completion shall include a Final Report detailing the project goals and accomplishments. D. Additional AB 2766 Discretionary Match Funds will not be available to fund project cost overruns. Any project cost overruns must be funded from other than AB 2766 Discretionary Funds. 3 E_gp 3 Contract No. ML12019 E. The Finn Fixed Price amount of this Contract shall not exceed the total AB 2766 Funds applied to the project described in Attachments 1,2, and 3 of this Contract. F. If, at the completion of the Project described in Attachment 1, the vehicle expenditures and/or infrastructure expenditures are less than the Total Cost amounts)contained in Attachment 2, the actual amount of AB 2766 Discretionary Funds reimbursed to CONTRACTOR shall be adjusted on a prorated basis as described in Attachment 2. G. CONTRACTOR must submit final invoice no later than ninety(90)days after the termination date of this Contract or invoice may not be paid. 12. MOBILE SOURCE EMISSION REDUCTION CREDITS (MSERCs) A. The MSRC has adopted a policy that no MSERCs resulting from AB 2766 Discretionary Funds may be I 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 other funding sources. These MSERCs,which are issued by AQMD, 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 retired. 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." i C. The determination of AB 2766-MSERC's 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 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. AQMD 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. 13. 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 writing for notices by either party to the other. A notice shall be deemed received when delivered or three days after deposit in the U.S. Mail, postage prepaid,whichever is earlier. AQMD: South Coast Air Quality Management District 21865 Copley Drive Diamond Bar, CA 91765.4178 Attn: Cynthia Ravensteln, MSRC Contract Administrator CONTRACTOR: City of Palm Springs 3200 East Tahquitz Way Palm Springs, CA 92263 Attn: Michele Mician 4 Contract No. ML12019 14. EMPLOYEES OF CONTRACTOR A. CONTRACTOR warrants that it will employ no subcontractor without written approval from AQMD. CONTRACTOR shall be responsible for the cost of regular pay to its employees, as well as cost of vacation, vacation replacements,sick leave, severance pay and pay for legal holidays. B. CONTRACTOR shall also pay all federal and state payroll taxes for its employees and shall maintain workers'compensation and liability insurance for each of its employees. C. CONTRACTOR, its officers, employees, agents, or representatives shall in no sense be considered employees or agents of AQMD, nor shall CONTRACTOR, its officers, employees, agents, or representatives be entitled to or eligible to participate in any benefits, privileges, or plans, given or extended by AQMD to its employees. D. CONTRACTOR warrants that it has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of services required to be performed under this Contract. CONTRACTOR further represents that in performance of this Contract, no person having any such interest shall be employed by CONTRACTOR or any subcontractor. 15. 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 (Govemment Code Section 12900, et seq.), the Federal Civil Rights Act of i 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. 16. AQMD LIEN RIGHTS -CONTRACTOR hereby grants AQMD a security interest in any and all equipment or vehicles purchased in whole or in part by funding provided by AQMD pursuant to this Contract CONTRACTOR acknowledges and agrees that AQMD 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 AQMD 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 AQMD 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 AQMD within 10 business days of such filing. 17. COMPLIANCE WITH APPLICABLE LAWS - CONTRACTOR agrees to comply with all federal, state, and Focal laws, ordinances, codes and regulations and orders of public authorities in the performance of this Contract and to ensure that the provisions of this clause are included in all subcontracts. 18. 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. 19. NON-EFFECT OF WAIVER—CONTRACTOR'S or AQMD'S failure 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 8 5 Contract No. ML12019 I 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. j 20. ATTORNEYS' FEES - In the event any action (including arbitration) is filed in connection with the enforcement or interpretation of this Contract, each party in said action shall pay its own attorneys' fees and costs. 21. FORCE MAJEURE - Neither AQMD 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 AQMD or CONTRACTOR. i 22. 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, j 23. 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. i 24. DUPLICATE EXECUTION - This Contract is executed in duplicate. Each signed copy shall have the force and effect of an original. 25. 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 dispute shall be Los Angeles County, California. 26. PRECONTRACT 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 AQMD shall be liable for any amounts expended in anticipation of a formal Contract. If a formal Contract does result, precontract cost expenditures authorized by the Contract will be reimbursed in accordance with the cost schedule and payment provision of the Contract. 27. 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 AQMD'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 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 6 Contract No. ML12019 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. 28. CHANGE TERMS - Changes to any part of this Contract must be requested in writing by CONTRACTOR, submitted to AQMD and approved by MSRC in accordance with MSRC policies and procedures. CONTRACTOR must make such request a minimum of 90 days prior to desired effective date of change. All modifications to this Contract shall be in writing and signed by both parties. 29. ENTIRE CONTRACT - This Contract represents the entire agreement between the parties hereto related to CONTRACTOR providing services to AQMD 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. The Statement of Work - Attachment 1, The Payment Schedule - Attachment 2, and Supporting Documentation - Attachment 3, are incorporated by reference herein and made a part hereof. 30. 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] 10 7 Contract No. ML12019 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: I 1 By: Dr.William A.Burke,Chairman / Name: Title. Date: ' Date: I ATTEST: Saundra McDaniel,Clerk of the Board I By i APPROVED AS TO FORM: I Kurt R.Wiese,General Counsel By. 41 11MSRC06 oca1GovtMatch Updated 22 October 2008 11 8 Attachmdijt�1 Statement of Work City of Palm Springs Hereinafter Referred to as CONTRACTOR Contract Number ML12019 Project Description CONTRACTOR will install electric vehicle (EV) charging infrastructure as specified below. Statement of Work EV Charging CONTRACTOR shall install six EV charging stations. All stations shall be publicly accessible and meet current Society of Automotive Engineers J1772 standards. Proposed locations are shown in Attachment 3.1 — Anticipated Station Locations. These locations are understood to be tentative; CONTRACTOR shall notify AQMD staff of any location changes. CONTRACTOR shall be reimbursed for charging station installations according to the costs stated in Attachment 2 — Payment Schedule. Promotion CONTRACTOR shall prepare and submit a proposed Public Outreach Plan to promote the MSRC's support of the EV charging project. 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 AQMD staff, unless AQMD 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. Project Schedule (based on date of Contract execution) Task Completion Submit Public Outreach Plan Month 10 Select supplier(s) and award contracts Month 11 Install charging stations Month 17 Implement Public Outreach Plan Month 19 Quarterly reports Months 4, 7, 10, 13.and 16 Final Report Month 20 Hardware: EV charging equipment as listed above. Reports Quarterly Reports: Until subject charging stations are entered into service, CONTRACTOR shall provide quarterly progress reports that summarize the project � 12 Attachment 1 Statement of Work City of Palm Springs Hereinafter Referred to as CONTRACTOR Contract Number ML12019 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 AQMD staff. Report shall include, at a minimum: a) an executive summary; and b) a detailed discussion of the results and conclusions at this project. CONTRACTOR will identify any barriers encountered and solutions developed to overcome the barriers, and impact of project on future EV projects. I 13 a Attachment 2 Payment Schedule City of Palm Springs Hereinafter Referred to as CONTRACTOR Contract Number ML12019 Cost Breakdown Maximum AB2766 CONTRACTOR Purchase Discretionary AB2766 Other Funds Total Cost Category Funds payable Subvention Applied under this Funds Applied Contract EV Charging $38,000 $0 $38,000 $76,000 Stations Reimbursement for stations will be made: • only for site preparation construction, equipment purchase, and installation costs; and • only after verification of completion of stations . At a minimum, acceptable verification shall consist of: o Representative photos of completed stations; o a report signed by a responsible official certifying that the stations have been completed as described in Attachments 1; and o invoice(s) from subcontractor(s) performing the installations, if any. 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, so that the amount reimbursed to CONTRACTOR shall not exceed the actual amount of other funds applied. � tt 3 p Attachment 3 Supporting Documentation City of Palm Springs ' Hereinafter Referred to as CONTRACTOR Contract Number ML12019 !i The supporting documents attached hereto as Attachment 3, represent obligations of the CONTRACTOR. Nothing herein shall be construed as an assumption of duties or obligations by the AQMD or granting any rights to third parties against the AQMD. 1. Anticipated Station Locations 2. Proof of Self-Insurance I I t i 15 4 1 £ � S J1 �1 Ji � $ I� ti �I r � pP rf LF�almCanxa(ivx S3plALC�,Ftyt p� 1 l� 51ns€wuflY4R qi IN 4tItLEnMAtfiBr �I.lndtan tanyn�#?c y "'Ttl 1 r� a I lts' �sr I Il tt t ! I! 11 'IL �� III - S Calle RSerro 5 Falftht$agr!Rdn r° ! 1 p� - W Y,a M,raleste 5 _ A ,� xuz45 �^11.1 4` ! _ , :n 7r 1� Il �� 1 -o S C u� ¢� 4 i 1 ; om JC(,i jmF A Oto }y �ra- 1 C -lyi 10 g. I . r 1 1 g o �^ ��y H ° �1 1 I - I � ! _ illr_a 4. 1 ( ... t �. ,2 „ , �,,� s/ (. L_._l _...t n°8 SdMtSC YY .>J _J , �lF.SutHt{�Wa)-- ,' ._.�.1 t_ _I 1 a , — u n 1 ,V11 i� C.' m °e' aMd41e S r1a4D q�} IJ m ) LT SFr I'r6j� �It 7 ..`-s _ :. _�(. I , t%Vwtu MRd* `.. IIl r �via�*� RV r ir. I(((�SS(T'fJ11 Lila' LeLJ.I� " J -i1(:Q. I � _ _ i NYAMGM1`/8tC[CIulI�t7)e. f Mt Z m,� } .� ♦ a _ rl ,fL { � E _ l 1_ 4 (�• / pp ;��,,tit � ,,. , C G� $ � t Y—ra L� _. -_ �� %� Ee� y I= j�� �-, �: t� t'•tiea Way- �-� l „, [jr-, 1 , /y { rn