Loading...
HomeMy WebLinkAboutA4348 - RIVERSIDE COUNTY CV AIR QUALITY Riverside County 0 CV Air Quality Enhancement Pro, AGREEMENT #4348 M06813, 3-7-01 SERVICE AGREEMENT THIS SERVICE AGREEMENT, DATED December 18, 2000, by and between the City of Palm Springs (hereinafter "PALM SPRINGS") and the COUNTY OF RIVERSIDE (hereinafter "COUNTY"); WITNESSETH : WHEREAS, on July 24, 2000, COUNTY issued a Request For Proposals for regional air quality enhancement projects, to be funded from the Coachella Valley Air Quality Enhancement Trust Fund; and WHEREAS, in response to COUNTY'S request, PALM SPRINGS submitted a proposal for a Coachella Valley Air Quality Enhancement Project, which was subsequently reviewed by the Coachella Valley Air Quality Advisory Committee and recommended for funding; and WHEREAS, on November 28, 2000, the Riverside County Board of Supervisors approved the recommendations of the Coachella Valley Air Quality Advisory Committee and authorized the County Executive Office to enter into Service Agreements with the individual project proposers. NOW, THEREFORE, in the joint and mutual exercise of their powers, and in consideration of the above premises and of the mutual covenants herein contained and for other valuable consideration, the parties hereto agree as follows: SECTION 1. DEFINITIONS (a) "COUNTY" shall mean the COUNTY OF RIVERSIDE, a political subdivision of the State of California. (b) "PALM SPRINGS" shall mean the City of Palm Springs. (c) "AGREEMENT" shall mean that certain Service Agreement between the County of Riverside and PALM SPRINGS, dated December 18, 2000. (d) "PROJECT" shall mean the regional air quality enhancement project to be conducted by PALM SPRINGS for positive benefit to regional air quality in the Coachella Valley. SECTION 2. PURPOSE The purpose of this AGREEMENT shall be implementation and operation of a regional air quality enhancement program for the Coachella Valley. The Scope of Work to be performed by PALM SPRINGS pursuant to this agreement is attached hereto as Exhibit "A" and is incorporated herein by this reference. SECTION 3. COOPERATION BETWEEN PARTIES COUNTY will cooperate at all time with PALM SPRINGS in connection with PALM SPRINGS' provision of services as specified in this AGREEMENT. SECTION 4. TERM The term of this AGREEMENT shall run from December 18, 2000, to June 30, 2001. SECTION 5. ALTERATION No alteration or variation of the terms of this AGREEMENT shall be valid unless made in writing and signed by the parties hereto, and no oral understanding or agreement not incorporated herein shall be binding on any of the parties hereto. SECTION 6. TERMINATION COUNTY may terminate this AGREEMENT upon thirty days written notice to PALM SPRINGS for any of the following reasons: (a) In the event PALM SPRINGS fails to perform the covenants herein contained at such times and in such manner as is herein provided; or (b) In the event there is a conflict with any federal, state, or local regulation, or rule rendering any of the provisions of the AGREEMENT invalid or untenable; or (c) In the event COUNTY, at its sole discretion and at any time, deems that PALM SPRINGS is not acting in compliance with the terms, conditions, and products as specified in the mutually-agreed upon Scope of Work (Exhibit "A"). SECTION 7 DOCUMENTATION OF EXPENDITURES All expenditures made pursuant to the AGREEMENT shall be properly supported by appropriate accounting documents, and such documents shall be maintained in accordance with accepted accounting principles, practices, and procedures. PALM SPRINGS shall maintain and keep available all such documents for a period of not less than five (5) years after its Final Report has been submitted to COUNTY as required by Section 9 herein. SECTION 8. PAYMENTS (a) The total payment due to PALM SPRINGS under this AGREEMENT is $10,000. (b) Payments shall be made to PALM SPRINGS upon receipt and approval of reports and invoices. Invoices for vehicle purchase must include proof of purchase and delivery. (c) The County Executive Office shall review invoices in timely fashion, and submit them to the Auditor-Controller for payment. SECTION 9. REPORTS (a) PALM SPRINGS shall submit a report and invoice for payment within forty- five (45) days of project completion and/or vehicle purchase and receipt. SECTION 10. INSPECTIONS PALM SPRINGS shall make available to COUNTY its records and data with respect to all matters covered by the AGREEMENT for inspection and audit, which inspection and audit may be made at any time after reasonable notice. SECTION 11. FAIR EMPLOYMENT PRACTICES PALM SPRINGS shall not discriminate in the hiring of persons to fulfill its requirements hereunder based on race, religion, national origin, sex, age, medical disability or marital status, exclude any person from participation in, deny any person the benefit of, nor subject any person to discrimination under any program or activity funded pursuant to this AGREEMENT. SECTION 12. NOTICES Any notices required or desired by either party shall be addressed to the respect parties as set forth below: COUNTY CITY OF PALM SPRINGS County of Riverside City of Palm Springs County Executive Office Grants & Special Projects 4080 Lemon Street, 12th Floor 3200 E. Tahquitz Canyon Way Riverside, CA 92501 Palm Springs, CA 92263-2743 SECTION 13. COMPLIANCE WITH LAW PALM SPRINGS shall comply with all Federal, State and local laws and regulations pertinent to its operations and the activities to be performed hereunder. PALM SPRINGS, its employees, and/or agents shall keep in effect any and all licenses, permits, notices, and certificates as are required thereby. SECTION 14. INCORPORATED MATTERS PALM SPRINGS expressly represents that all documents incorporated by reference herein, and matters within such documents, have been reviewed and understood. SECTION 15. ASSIGNMENT Neither this AGREEMENT nor any part hereof shall be assigned by PALM SPRINGS without the prior written consent of COUNTY. SECTION 16. WAIVER OF PERFORMANCE No waiver by COUNTY at any time of any of the provisions of this AGREEMENT shall be construed as a waiver at any time thereafter of the same or any other provisions contained herein or of the strict and timely performance of such provisions. SECTION 17. INDEMNIFICATION PALM SPRINGS shall indemnify, and hold harmless COUNTY, Special Districts, their respective directors, officers, Board of Supervisors, employees, elected officials and agents from any liability whatsoever arising from the negligence of PALM SPRINGS and relating to or in any way connected with the accomplishment of the work or performance of services under this Agreement, As part of the foregoing indemnity, Contractor agrees to protect and defend at its own expense, including attorney's fees, the County, Special Districts, their respective directors, officers, Board of Supervisors, employees, elected officials and agents in any legal action based upon any such alleged acts or omissions. SECTION 18. SEVERABILITY The invalidity of any provision in this AGREEMENT as determined by a court of competent jurisdiction shall in no way affect, except as provided in Section 15, the validity of any other provision herein. SECTION 19. PARAGRAPH HEADINGS The paragraph headings herein are for the convenience of the parties only, and shall not be deemed to govern, limit, modify or in any manner affect the scope, meaning or intent of the provisions or language of this AGREEMENT. SECTION 20. ENTIRE AGREEMENT This AGREEMENT is intended by the parties hereto as the final expression of their agreement and understanding with respect to the subject matter hereof, and supersedes any and all prior and contemporaneous agreements and understandings, oral and/or written, in connection herewith. This AGREEMENT may be changed or modified only upon written consent of the parties hereto. IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be duly executed on the day e#2Z 20(W.A/ Attest: COUNTY OF RIVERSIDE Date: DEC 1 G 2000 LARRY PARRI County Executive Officer CITY OF PALM SPRINGS Date: 31 i R I o I ®ttes (Name) ' City Manager City41erk (Title) A?PROVEU AS TO FUW f �q c�q! i�rli�c :LA��� � IG,fC�kllth`�ilrt City Aft6mW A )ate _ .� — 1 J • `=n�a City of Palm Springs 0 3 Office of the Assistant City Manager - Special Projects kOR�1F0` Cq �P * 3400 Tahqurzz Canyon Way • Palm Springs,California92262 I FO RN TEL (760)318-3900 • FAX (760)318-3815 •TDD (760)864-9527 August 30,2000 Mr, Rob Parkins, Deputy CEO b /, County of Riverside Executive Office 4080 Lemon Street, 121"Floor Riverside, CA 92501 Attn: Teresa Summers RE: Coachella Valley Air Quality Enhancement Grant Program(Category 2) COLMAC Air Quality Enhancement Fund PROPOSAL for Purchase of Compressed Natural Gas(CNG)Fueled Pickup Trucks(2 each) Dear Mr.Parkins: The City of Palm Springs is pleased to submit a proposal to purchase two(2)2001 Ford"dedicated"CNG F-150 Pickup Trucks in the City's continuing effort to convert to a"clean air"vehicle fleet. Our current fleet includes twenty-trine (29)alternative fuel vehicles,including a CNG powered street sweeper. A(SunLine Services/Pickens Fuel Corporation) regional CNG fuel station is located at the Palm Springs International Airport and selves both public and government vehicles on the west end of the Coachella Valley. The City is expanding its efforts to enhance air quality in the Coachella Valley by eliminating older conventional gasoline-burning vehicles, in this case two existing pickup trucks. The proposed replacement CNG trucks are rated "Super Ultra Low Emission Vehicles"(SULEV)by U.S.Federal and California emission standards and emit a fraction of the pollution generated by a conventional gasoline powered truck. Net cost=$45,112.45 (less COLMAC Grants) (Colmac=$10,000 ea.X 2 CNG Vehicles=$20,000 Rebate)=$25,112.45 City matching cost. If you have any questions,please call me. Sincerely, �G ROBERT L. MOHLER Grants and Government Affairs Manager RLM:ps ATTACHMENTS -Original Proposal, (plus 4 copies) cc: David Ready, City Manager Allen Smoot,Assistant City Manager-Special Projects Scott Mikesell, Director of Facilities Mike Kemp, Fleet Maintenance Supervisor Harold Good, Procurement Manager Post Office Box 2743 0 Palm Springs, California 92263-2743 PROPOSAL FOR THE COACHELLA VALLEY AIR QUALITY ENHANCEMENT GRANT PROGRAM Funded by the: COLMAC AIR QUALITY ENHANCEMENT FUND Submitted by : City of Palm Springs,Ca. To: Comity of Riverside Category 2:Purebase Two(2)CNG Ford F150 Pickups August 31,2000 1 SECTION A: ORGANIZATION/PROJECT MANAGER/SUPPORT 1. Submitting Organization: City of Palm Springs Grants& Special Projects 3200 E. Tahquitz Canyon Way P.O. Box 2743 Palm Springs, CA 92263-2743 2. Project Manager: a. Robert L. (Bob)Mohler Grants and Government Affairs Manager (Located at City Hall) Phone: (760)323-8250 Fax: (760)322-8360 E-Mail: BobM@ci.palm-springs.ca.us b. Brief Resume: R.L. Mohler. Currently administers Special Transportation Projects and Transportation Grants (i.e. current C.E.C. Neighborhood Electric Vehicle Grant (21) Vehicles, and previous Colmac Grant for purchase of 4-CNG F250 Pickups in 1999/00). 3. Support Personnel(accountable for fiscal administration): a. Scott Mikesell-Director of Facilities Role-Monitors CNG Program for City of Palm Springs Phone: (760)323-8281 b. Mike Kemp-Fleet Maintenance Supervisor Role-Maintains City Vehicle Fleet Phone: (760)323-8168 SECTION B: PROGRAM GOALS AND SCOPE OF WORK 1. Program Goals and Objectives: To replace two(2)gasoline powered pickup trucks in the City of Palm Springs fleet with two(2)clean non- polluting Compressed Natural Gas(CNG)F150 Ford Pickup Trucks)in the City's continuing efforts to convert to a"clean"vehicle fleet in Palm Springs,CA. 2. Scope of Worl : Task 1. Procurement: Purchase two (2) EACH 2O01 Ford CNG F150 pickup trucks with 18 gal. cap. Natural Gas Fuel Cylinders. Bid specification will be prepared and bids advertised by the City Procurement Division. Task 2. Implementation: Replace two(2)existing smog producing gasoline powered pickup trucks with the two new clean air 2001 CNG F150 Ford Pickups in the Palm Springs fleet as follows: Existing vehicles to be replaced: — Unit#603-92 (City Electrician) 1992 Ford Ranger Pickup Unit#605-92 (Building Maintenance) 1992 Ford Ranger Pickup I SECTION C: AIR QUALITY ENHANCEMENT By replacing the two existing older gasoline fueled pickup trucks with two"Dedicated Natural Gas"powered pickup trucks, the air quality will be improved according to Federal and State Emission Standards. The proposed Ford dedicated CNG pickups are rated as"Super Ultra Low Emission Vehicles (SULEV). According to Table 3 for California Emission Standards for Medium-Duty Vehicles(MDV3,5751-8500 Ibs) the "Tier I" represents a conventional gasoline pickup and"SULEV" the proposed dedicated CNG pickup. By comparing readings indicated in the Table 3 excerpt below, the following is the noted air quality enhancement(at 50,000 mile formula): I. Non-Methane Organic gases (NMOG) is reduced by 85% 2. Carbon Monoxide(CO) is reduced by 50% 3. Nitrogen Oxides(NOX)is reduced by 73% (U.S. Federal Emissions Standards Table 3 (excerpt below): Table 3 California Enussion Standards for Medium-Duty Vehicles,FFP 75,g/mi Category NMOG<•)50,000 le 120,000 O MDV3,5751-8500 Ibs _ Ticr 1 0.39 5.0 1.1 - 0.56 7.3 1.53 0.12 - LEV 0.195 5.0 10,6 0.022 0.280 17.3 109 10.12 10.032 ULEV 0.117 5.0 0.G 0.011 0.167 7.3 0.9 0.06 0.016 SULEV 0.059 2.5 0 3 0.006 10.084 17 1045 0.06 10008 lvl-NMHC for all Tier I standards Abbreviations. MDV-medium-duty vehicle(the maximum GVW2 from 8,500 to 14,000 lbs). The MDV category is divided into five classes,MDVI..MDVS,based on vehicle test weight. The definition of"test weigh/'in California is identical to the FederalALM NMOG-non-methane organic gases HCHO-formaldehyde SECTION D: DEALER QUOTE Detailed below is the cost summary for the purchase of two (2) each 2001 Ford Compressed Natural Gas (CNG)powered F150 pickup trucks. Cost Breakdown-Two 2001 Ford CNG F150 Pickups Base Price(Ford Motor Co.) $27,790.00 each x 2= $55,580.00 Less Ford Motor Co. Incentive (2,000.00) each x 2= (4,000.00) Less SCAQMD(CNG)Incentive (3,000.00) each x 2= (6,000.00) Subtotal 22,790.00 each x 2= $45,580.00 7.75%Sales Tax 1,611.23 each x 2= 3,532.45 Net Cost 22,401.23 each x 2= 49,112.45 Less Clean Cities (AFV Rebate) 2,000.00 each x 2= (4,000.00) NET COST $45,112,45 Less COLMAC Fund Air Quality Grant* (44%) (20,000.00)* Balance to be paid from City MVR Fund (56%) $25,112.45 * ($10,000 each X 2 CNG Vehicles=$20,000 Total Colmac Match Funding) SECTION D(Continued): Co-funding Summary: I. Ford Motor Co. Incentives S 4,000.00 2. South Coast Air Quality Management District Incentives $ 6,000.00 3. Clean Cities(AFV Rebates) $ 4,000.00 4. Coachella Valley Air Quality(COLMAC) Enhancement Grant $20,000.00 5. City of Palm Springs Motor Vehicle Resource Funds $25,112.45. SECTION E: PROGRAM SCHEDULE PHASES/TASKS COMPLETION DATES Grant Application Submitted August 31, 2000 (Riv. Co. Deadline) CVAQAC(Riv. Co.) Grant Selection Process August 3 1- September 15,2000 Notice of Award by Riverside County September 15,2000 City Procurement Process September 15 -December 15,2000 Deliver Vehicles (Two Ford F-150 CNG Pickups) December 15, 2000(Commence use of vehicles)