HomeMy WebLinkAboutA4156 - RIVERSIDE COUNTY SMOG POLLUTION AIR QUALITY ENHANCE MO 6503 t;EfURNTCn; County of Riverside
Fo, _ � ,r y��,�� Air Quality Enhancement
Ugh lid �� ��L:��59� AGREEMENT #4156
TSiOFpaA2_I,,;;2E1,RIG. : SERVICE AGREEMENT M06503, 10-6-99
THIS SERVICE AGREEMENT, DATED ( �i 1999, by and between the CITY OF
PALM SPRINGS (hereinafter "PALM SPRINGS") and the COUNTY OF RIVERSIDE
(hereinafter "COUNTY");
WITNESSETH :
WHEREAS, on October 1, 1998, 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 June 22, 1999, 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 Ageement between the
County of Riverside and the City of Palm Springs, dated Q E , 1999.
(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.
17-o -3
SECTION 3. COOPERATION BETWEEN PARTIES /"7
COUNTY will cooperate at all time with PALM SPRINGS in connection with PALM
SPRINGS'S provision of services as specified in this AGREEMENT.
SECTION 4. TERM
The term of this AGREEMENT shall run from CL76 , 1999, to June 30, 2000.
SECTION 5. ALTERATION
No alteration or varioation 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
$50,000.
(b) Payments shall be made to PALM SPRINGS on a quarterly basis,
commencing September 30, 1999. PALM SPRINGS shall provide COUNTY with detailed
invoices, accompanied by quarterly progress reports as specified in Section 9.(a).
• 0
(c) The County Executive Office shall review invoices in timely fashion, and
submit them to the Auditor-Controller for payment.
(d) COUNTY shall retain ten percent (10%) of the total amount due under this
AGREEMENT, which shall be released upon acceptance of the Final Report as required
in Section 9.(b).
SECTION 9. REPORTS
(a) PALM SPRINGS shall submit quarterly reports, in conjunction with its
invoices to COUNTY.
(b) PALM SPRINGS shall submit a Final Report within forty-five (45) days of
project completion.
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 Transportation Department
P.O. Box 1385 P.O. Box 2743
Riverside, CA 92502-1385 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.
Iy-4•5
• . 4
/74
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 COUNTY, its officers, employees, and
independent contractors free and harmless from any liability to any person and/or property
which arises out of acts, errors, or omissions of PALM SPRINGS, its officers, employees,
or independent contractors in the performance of activities pursuant to the AGREEMENT.
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.
i •
IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT
to be duly executed on the 6th day of October 1999.
Attest:
COUNTY OF RIVERSIDE
Date:
1Z . zz . elq L%
LAR PA R30 H
County Executive Officer
Attest: CITY OF PALM SPRINGS
ITY C4&K
Date: October 6. 1999
City Manager
APPROVED BY THE CITY COUNCIL c
BY RES. NO. 6,50 3 - & 9
M
PROPOSAL FOR THE COACHELLA VALLEY
AIR QUALITY ENHANCEMENT
GRANT PROGRAM
Funded by the:
COLMAC AIR QUALITY ENHANCEMENT FUND
Submitted by the
City of Palm Springs
November 15, 1998
;e City of Palm Springs
v
•1 [ ;; Department of Transportation
;400 Tahgwa Canyon Way • Palm Springs.California 92262
TEL (619)323-8161 • FAX(619)322-4308 •Too(619)864-9527
November 16, 1998
County of Riverside
Executive Office
46-209 Oasis Street,Room 3130
Indio,CA 92201
ATTN: Robyn Nagle,Air Quality Grant Coordinator
RE: Coachella Valley Air Quality Enhancement Grant
COLMAC Air Quality Enhancement Fund
PROPOSAL for Purchase of Compressed Natural Gas Fueled Pickup Trucks
Dear Ms.Nagle:
The City of Palm Springs is pleased to submit a proposal to purchase four(4) 1999 Ford"Dedicated" C.N.G. F-250
Pickup Trucks in the City's continuing effort to convert to a"clean air"vehicle fleet. Our current fleet includes twenty-
four(24)alternative fuel vehicles including two new 1999 Electric Ford ranger pickups and primarily CNG and Bi-Fuel
passenger cars and light trucks. We also have a CNG powered street sweeper. A(SunLine Services)CNG fuel station
is located at the Palm Springs Regional Airport and serves both public and government vehicles on the west end of
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,four 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=$84,424($49,810 COLMAC Grant-
59%)($34,614 City match-41%).
The City Manager,Rob Parkins,has legal authority to sign contracts after approval by the City Council. If you have
any questions,please call me.
Very truly yours,
ROBERT L. MOHLER
Transportation,A.D. and Grants Manager
RLM:ps
ATTACHMENTS-Proposal(5 copies)
cc: Rob Parkins,City Manager
Allen Smoot,Director, Department of Transportation
Barry Griffith,Maintenance and Environmental Affairs Manager
Mike Kemp, Fleet Maintenance Supervisor
Nancy Klukan,Accounting Manager
Post Office Box 2743 0 Palm Springs, California 92263-2743
CITY OF PALM SPRINGS
COACHELLA VALLEY AIR QUALITY ENHANCEMENT GRANT
PURCHASE CNG PICKUP TRUCKS
TABLE OF CONTENTS
* Cover Letter(Summary)
* Section A: Organization/Management
* Section 13: Program Goals & Scope of Work
* Section C: Program Implementation
1. Vehicle Use
2. Air Quality Enhancement
* Section D: Program Schedule
* Section E: Cost Schedule
* Section F: Insurance Letter
* Section G: Past Experience
Exhibit A: Grant Projects/R.L. Mohler
Exhibit 13: Detailed CNG F-250 Truck Cost and Ford Alternative Fuel Attachment
Exhibit C: U.S. Emission Standards (Note page 3 of 4)
SECTION A: ORGANIZATION/PROJECT MANAGER/SUPPORT
1. Submitting Organization:
City of Palm Springs
Transportation Department
3400 E. Tahquitz Canyon Way
P.O. Box 2743
Palm Springs, CA 92263-2743
2. Project Manager:
a. Robert L. (Bob) Mohler
Transportation, A.D. and Grants Manager
(Located at Transportation Office - Palm Springs Regional Airport)
Phone: (760) 323-8179
Fax: (760) 322-4308
b. Brief Resume: R.L. Mohler. Currently administers Special Transportation
Projects (i.e. recently completed Mid-Valley Parkway Project) and
Transportation Grants (i.e. Electric Bicycle Grant Program and Ford E.V.
Electric Trucks-AQMD Grants). See(attached)Grant Program Summary-
(2 pages - Exhibit A for list of projects administered by R. Mohler)
2. Support Personnel (accountable for fiscal administration):
a. Barry Griffith- Maintenance & Environmental Affairs Manager
Role - Monitors CNG Program for City of Palm Springs
Phone: (760) 323-8167
b. Mike Kemp - Fleet Maintenance Supervisor
Role - Maintains City Vehicle Fleet
Phone: (760) 323-8168
C. Nancy Klukan- Accounting Manager
Role - Handles Grant Reimbursement Billings
Phone: (760) 323-8229
SECTION B: PROGRAM GOALS AND SCOPE OF WORK
1. Program Goals and Obiectives•
To substitute four(4)gasoline powered pickup trucks in the City of Palm Springs fleet with
four(4)clean non-polluting Compressed Natural Gas(CNG)F250 Ford Pickup Trucks) in
the City's continuing efforts to convert to a "clean" vehicle fleet in Palm Springs, CA.
2. Scope of Work:
Task 1. Procurement: Purchase four(4) each 1999 Ford CNG F250 pickup trucks with 15
gal. cap.Natural Gas Fuel Cylinders. Bid specification will be prepared and bids advertised
by the City Procurement Division. (See exhibit "B")
Task 2. Implementation:Replace four(4)existing smog producing gasoline powered pickup
trucks with the four new clean air 1999 CNG F250 Ford Pickups in the Palm Springs fleet
as follows:
Existing vehicles to be replaced:
- Airport MX Unit 801-90
- Air Rescue/Fire ARFF Unit 159-89
- Facilities MX Unit 602-92
- Facilities MX Unit 662-91
Task 3. Monitor Program: Monitor experiences with the four 1999 CNG F250 pickups by
keeping a daily log for each indicating use of vehicle, CNG fueling routine, distances
traveled and comparative operational costs for a one-year period from date of delivery.
Task 4. Quarterly Reports: Quarterly reports will be submitted and include, at a minimum:
a) tasks completed to date; b) issues identified and resolved; project cost and/or schedule
modifications, if any.
Task 5. Quarterly Billings: City Accounting Manager will invoice for quarterly
reimbursements upon acceptance of Quarterly Reports by the Riverside County Executive
Office.
Task 6. Final Report: At the completion of the one-year monitoring program,the City will
submit a final report documenting overall project results. The report will document the
quantitative data resulting from the monitoring program and quarterly report tasks.
3. Program End Products and Deliverables:
A. Purchase and implementation of four CNG F250 pickups into City fleet
B. Quarterly reports
C. Final report
SECTION C: PROGRAM IMIPLEMENTATION
1. Vehicle Use:
The four CNG powered F250 Ford pickups will replace four conventional gasoline powered
pickups for the following departments:
A. Airport MX Unit #801: Vehicle 801 is an Airport Maintenance pickup truck,
located at Palm Springs Regional Airport. In addition to ferrying maintenance staff
from one point to another,this vehicle is used daily in a number of airside operations
area maintenance activities. These typically include supply and equipment hauling,
airfield paint striping and pavement crack sealing operations; 801 is also used on a
daily basis to pull trash bins from various points on the airport for emptying in the
trash compactor. The truck is also used to pickup and delivery airport supplies,
B. ARFF Unit 9159: The ,Air Rescue/Fire Fighting pickup truck is stationed at the
Airport fire station. Its primary use is to conduct an airfield and runway inspection
twice a day. Airport fire engineers perform this activity daily on the airport property.
Its secondary use is to conduct smoke detector inspections for all residential
properties that are closing escrow. These inspections happen twice to three times a
week with 15 inspections conducted each of those days. The properties vary in
location throughout the city and approximately 30 miles each inspection day are
accumulated.
The truck is also a very important component to the fire suppression activities during
significant events. The pickup is also used to transport personnel and equipment to
the scene and also used as the back-up command vehicle during these incidents. It
is also used to tow the mass casualty trailer or ARFF foam to the scene.
C./D. Facilities MX Unit#602,and MX Unit#662: Facility maintenance vehicles 602-02
and 662-91 trucks are dedicated Senior Maintenance Electrician and Maintenance
Electrician vehicles. In addition to ferrying maintenance electricians across city
boundaries, these vehicles are used daily in a number of electrical and facility
maintenance operations,including: electrical installation,maintenance and repair of
City electrical systems and equipment; installation, inspection and maintenance of
City street lights and traffic signals, lines and controllers; electrical troubleshooting
and maintenance at city cogeneration and wastewater treatment plants, including
generators, switchboards, pumps, controllers, dispensers and monitors; electrical
device repair and wiring for city heating, ventilation and air conditioning systems;
various work order requests from installing pay phone conduit and lines to pulling
fiber optic cable for city computer networks. Other miscellaneous duties, including
engineering design assistance, as assigned. The trucks are also available for
emergency call outs for traffic signal knockdowns,high voltage disconnects,or other
disaster preparedness response.
2. Air Quality Enhancement
By replacing the four existing older gasoline fueled pickup trucks with four "Dedicated
Natural Gas: powered pickup trucks, the air quality will be improved according to Federal
and State emission Standards. The proposed 1999 Ford F-250 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):
1. Non-Methane Organic Gases (NMOG) is reduced by 85%
2. Carbon Monoxide (CO) is reduced by 50%
3. Nitrogen Oxides (NO3) is reduced by 73%
(See U.S.Federal Emissions Standards-Exhibit"C"attached,note Table 3:(excerpt below):
Table 3
California Emission Standards for Medium-Duty Vehicles,FTP 75, g/mi
Category 50,000 miles/5 yeah 1 120,000 miles/11 years
NMOG(-) I CO I NOs I PM HCHO I NMOG(`) I CO I NO: PM HCHO
MDV3,5751-8500 lbs
Tier I 0.39 5.0 1.1t
0.56 7.3 1.53 0.12
LEV 0. 995 5.0 0.60.022 0.280 7.3 0.9 0.12 0.032
ULEV 0.117 5.0 0.60.011 0.167 7.3 0.9 0.06 0.016
SULEV 0.059 2.5 0.30.006 0.084 3.7 0.45 1006 10.008
tOI-NMHC for all Tier 1 standards
Abbreviations.
MDV-medium-duty vehicle (the maximum GVWR from 8,500 to 14,000lbs). The MDV category is
divided into five classes,MDVI ..MDV S, based on vehicle test weight. The definition of"test weight"in
California is identical to the Federal ALVW.
NMOG-non-methane organic gases
HCHO-formaldehyde
SECTION D: PROGRAM SCHEDULES
PHASES/TASKS COMPLETION DATE
Grant Application November 15, 1998
CVAQAC Grant Selection Process December 31, 1998
Riverside County/City Agreement Signed January 31, 1999
City Orders Four CNG Trucks February 1, 1999
Task 1. Procurement March 31, 1999
Task 2. Implementation April 1, 1999
Task 3. Monitor Program (12 months) April I, 1999 thru March 31, 2000
Task 4. Quarterly Reports July/October, 1999/January/March, 2000
Task 5. Quarterly Billings July/October, 1999 -January/March, 2000
Task 6. Final Report April 30, 2000
SECTION E: - COST SCHEDULE
Detailed below is the cost summary for the purchase of four(4)each 1999 Ford Compressed Natural
Gas (CNG) powered F250 pickup trucks. (See also exbibit "B" regarding specific vehicle
equipment detailed costs.)
Cost Breakdown - Four 1999 Ford CNG F250 Pickups
Base Price(Ford Motor Co.) $25,400.00 each x 4 = $101,600.00-
Less Ford Motor Co. Incentive (2,000.00) each x 4 = (8,000.00)
Less SCAQMD Incentive (3,000.00) each x 4 = (12,000.00)
Subtotal 20,400.00 each x 4 = 81,600.00
7.75% Sales Tax 1,581.00 each x 4 = 6,324.00
Subtotal 21,981.00 each x 4 = 87,924,60
Less SunLine/Riv. Co. COLMAC Allocation (3,500.00)
Net Cost 84,424.00
Less COLMAC Fund Air Quality Grant (59%) (49,810.00)
Balance to be paid from City MVR Fund (41%) $34,614.00
Co-funding Summary:
1. Ford Motor Co. Incentives $8,000.00
2. South Coast Air Quality Management District
Incentives $12,000.00
3. SunLine/Riv. Co. COLMAC Allocation $3,500.00
4. Coachella Valley Air Quality (COLMAC)
Enhancement Grant $49,810.00
5. City of Palm Springs Motor Vehicle
Resource Funds $34,614.00
V� ?ALM S.o
�z City of Palm Springs
V v
Department of Administrative services
Risk Management Division
3!00 Td q,,tz Canyon Way • Palm Spnngs,California 92262
FQ{ICi�Q" TEL(760)778-8465 • PAX(760)322-8323 •TDD(760)864-9527
November 9, 1998
Ms. Robyn Nagle
County of Riverside
Executive Office
46-209 Oasis Street,Room 3130
Indio, CA 92201
Subject: Coachella Valley Air Duality Enhancement Grant Program
Letter of Self Insurance
Dear Ms. Nagle:
This is to certify that the City of Palm Springs self-administers and insures, defends,
settles and pays third party claims for bodily injury, personnel injury, death and/or
property damage for the first $250,000 per occurrence. Excess insurance in the amount
of$10,000,000 is provided by the Insurance Company of the State of Pennsylvania
(A.I.G.) under Policy Number 4296-4719.
Under Workers' Compensation Insurance, the City of Palm Springs is self-insured for the
first$250,000 per occurrence. Excess insurance is provided through the Local Agency
Workers' Compensation Excess Joint Powers Authority (LAWCX).
The City agrees to provide the County of Riverside- Executive Office with thirty (30)
days prior written notice of any changes in this program.
If you need any further information regarding this risk-retention and risk-finance
program,please contact the Risk Management Staff at(760) 778-8465.
Sincerely,
6
Nancy Jo McInfdsh
Risk Manager
LETRINSDOC
SECTION F: INSURANCE
Post Office Box 2743 • Palm Springs, California 92263-2743
i •
SECTION G: PAST EXPERIENCE
In addition to Grant Administration experience listed in Exhibit "A", the City has invested in
Alternative Fuel Vehicles in a clean air effort in Palm Springs.
Palm Springs (Current) Alternative Fuel Vehicle Fleet
Unit No. Department Fuel Make/Model
1. 15-97 Police CNG Ford Crown Victoria
2, 23-97 Police CNG Ford Contour -
3, 33-97 Police FFV Ford Taurus
4. 37-97 Police FFV Ford Taurus
5. 47-97 Police CNG Ford Contour
6. 49-97 Police FFV Ford Taurus
7. 51-97 Police FFV Ford Taurus
8. 57-96 Police CNG Dodge B350 12-Passenger Van
9. 73-97 Police CNG Ford Contour
10. 79-97 Police CNG Ford Contour
11, 671-97 Facilities CNG Ford Crown Victoria
12, 150-96 Fire CNG Ford Crown Victoria
13, 215-93 Fire FFV Ford Taurus
14. 388-97 Streets CNG Tymco 600 Street Sweeper
15. 413-98 Sewer Plant CNG (New) Ford F150 Pickup
16. 805-92 Airport FFV Ford Ranger Pickup
17. 510-98 Parks Electric (New) Ford Ranger Pickup
18. 634-97 Facilities CNG Ford Contour
19. 825-96 Airport CNG Ford Crown Victoria
20. 2925-92 Fleet FFV Ford Ranger Pickup
21. 3907-93 Code Enforcement FFV GMC Sonoma Pickup
22. 3920-96 Code Enforcement CNG Ford F150 Pickup
23. 3921-96 Code enforcement CNG Ford F150 Pickup
24. 850-98 Airport Electric (New) Ford Range Pickup
Miscellaneous
25. 2909-90 Fleet Electric Golf Cart Vehicle/Supplies Shuttle
26-28. (3 each) Police Electric (New) Downtown CSO Program
29-30. (2 each) Fleet Electric Fork Lifts - City Shop -
NOTE: (CNG= Compressed Natural Gas) (FFV= Flexible Fuel Vehicle) (CNG/Gas)