HomeMy WebLinkAboutContract 1668-2South Coast
AQMD
South Coast
Air Quality Management District
MODIFICATION TO CONTRACT
This modification consists of 9 pages.
Contract No. ML14072A
Modification
1. RECITALS
A. The South Coast Air Quality Management District (hereinafter "SCAQMD") and City of Cathedral
City (hereinafter "CONTRACTOR") have previously executed a Contract No. ML14072 to purchase
one medium -duty and two heavy-duty compressed natural gas (CNG) on -road vehicles, to install
bicycle racks, to implement a bicycle education program, and to install electric vehicle charging
stations.
B. CONTRACTOR was able to partner with other agencies, benefitting from previously created
materials on bicycle education and thereby producing materials at a considerable cost savings.
CONTRACTOR requested to utilize the cost savings to expand the educational program through
the purchase of bicycles and bicycle safety kits at no additional cost to the MSRC. Additionally,
the Contract currently allocates $23,000 for bicycle education program implementation and
$18,000 for bicycle rack installation and MSRC staff recommended to reallocate Two Thousand
Dollars ($2,000) from the bicycle education program implementation to the bicycle rack installation.
At their meeting of June 15, 2017, the MSRC considered and approved CONTRACTOR's requests.
Therefore, a modification to this Contract is necessary to modify the work.
2. MODIFICATION - The parties therefore agree to modify the existing Contract, at no additional cost to
SCAQMD, as follows:
A. Attachment 1A - Statement of Work, attached hereto and included herein by this reference,
supersedes the original Statement of Work and any modifications thereof.
B. Attachment 2A — Payment Schedule, attached hereto and included herein by this reference,
supersedes the original Payment Schedule and any modifications thereof.
C. All other provisions of the above -referenced Contract shall remain in full force and effect.
[THE REMAINDER OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK]
1
SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT CITY OF CATHEDRAL CITY
By: B
Wayne Nastri, Executive Officer
Name:
Title:
Contract No. ML14O72A
Modification
ded_P,ALAr_
Date: Date:
APPROVED AS TO FORM:
Kurt R. Wiese, General Counsel
//Modffication
Revised March 8, 2017
2
Attachment 1A
Statement of Work
City of Cathedral City
Contract Number ML14072A
1. Project Elements
A. Purchase CNG -fueled Vehicles: The City of Cathedral City (hereinafter referred to as
"CONTRACTOR") is to purchase one medium -duty and two heavy-duty compressed
natural gas (CNG) on -road vehicles, each with a 10 -year life expectancy and equipped with
a dedicated CNG engine. Each medium -duty vehicle must have a gross vehicle weight
rating (GVWR) greater than 8,500 pounds, while each heavy-duty vehicle must have a
GVWR greater than 14,000 pounds. Each heavy-duty engine must be certified by the
California Air Resources Board at, or cleaner than, the 2010 heavy-duty engine emission
standards of 0.2 g/bhp-hr for oxides of nitrogen (NOx) and 0.01 g/bhp-hr for particulate
matter (PM).
B. Install Bicycle Racks: CONTRACTOR is also to install at least 20 bicycle racks in a minimum
of 8 locations within the City of Cathedral City. Proposed locations are shown in the table
below:
Venue
Location
Number
of Racks
Senior Center
Off Buddy Rogers Avenue
1
Civic Center
Avenida Lalo Guerrero
4
Library
Off Date Palm Drive
2
Panorama Park
Off Avenida Maravilla
2
Century Park
Off Century Drive
2
Whitewater Park
Off Ocotillo Drive
2
Soccer Park
Off 30th Avenue
4
Pickleball Court
Off Date Palm Drive & 2nd Street
1
Boys & Girls Club
Off Whispering Palms Trail
1
Dog Park & 2nd Street Park
Off Buddy Rogers Avenue
1
These locations are understood to be tentative; CONTRACTOR shall notify MSRC staff of
any location changes.
C. Implement Bicycle Education Program: CONTRACTOR is also to develop and implement a
bicycle outreach and education Program, producing/purchasing and distributing or
installing as appropriate:
i. At least 2,500 educational brochures with information on bike safety, health and
fitness, and a map of local bike trails;
ii. At least 1,000 bike helmet safety stickers;
iii. Mailers about the availability of the bicycle racks (amount in standard circulation);
and
iv. At least two bicycle -related banners to be installed in the downtown area; and
v. At least 68 bikes and at least 68 bike safety kits each consisting of one helmet and
one bike repair kit.
D. Install EV Charging Stations: CONTRACTOR is also to install at least four "Level II" type EV
charging stations at locations within the City of Cathedral City. All stations shall be
1
Attachment 1A
Statement of Work
City of Cathedral City
Contract Number ML14072A
publicly accessible and meet current Society of Automotive Engineers 11772 standards.
Proposed location is City Hall parking structure, but this is understood to be tentative;
CONTRACTOR shall notify MSRC staff of any location changes.
CONTRACTOR shall be reimbursed according to Attachment 2 - Payment Schedule.
2. Operation Requirements and Reimbursement for Noncompliance - Vehicles
Vehicles are required to operate for a minimum of five years, but it is expected that the vehicles
will continue to operate for their entire life expectancy. CONTRACTOR is obligated to comply
with the geographical restriction requirements as follows:
A. Each of the vehicles funded under this Contract must accrue at least 85% of its annual
mileage or engine hours of operation within the geographical boundaries of the South
Coast Air Quality Management District for a period of no less than five (5) years from the
date the vehicle enters service (new vehicles) or returns to service (repowered vehicles).
Should CONTRACTOR deviate from or fail to comply with this obligation, for reasons other
than those stated in the EARLY TERMINATION clause of this contract, CONTRACTOR shall
reimburse SCAQMD for a prorated share of the funds provided for the vehicle as indicated
in the table below:
5 year Operations Obligation
Termination Occurs
Percentage of MSRC Funds
to be Reimbursed
Within Year 1
100%
Between Years 1-2
80%
Between Years 2-3
60%
Between Years 3-4
40%
Between Years 4-5
20%
After Year 5
0%
B. The appropriate reimbursable amount shall be paid to SCAQMD within sixty (60) days
from the date the vehicle ceases to operate in accordance with the geographical
restriction. CONTRACTOR shall not be responsible for any reimbursement to SCAQMD if
the obligation is terminated as a result from one or more reasons set forth in the EARLY
TERMINATION clause of this contract.
C. Should CONTRACTOR sell, lease, transfer, assign or otherwise divest itself of the vehicles
during the five year period referred to above, notice shall be provided to SCAQMD no less
than 30 days preceding the sale, lease, transfer, or assignment is effectuated. The
agreement effectuating the sale, lease, transfer or assignment shall state that the
SCAQMD is an intended third -party beneficiary of the agreement and shall include the
following requirement: the obligation to accrue mileage within the South Coast Air
Quality Management District shall be a continuing obligation of the subsequent
purchaser, lessee, transferee, successor in interest, heir or assign and shall remain in full
force and effect until the expiration of the five year operation period. This obligation shall
be passed down to any subsequent purchaser, lessee or transferee during this five year
2
Attachment 1A
Statement of Work
City of Cathedral City
Contract Number ML14072A
term and SCAQMD shall be an intended third -party beneficiary of any subsequent
agreement. Upon receiving notice of any subsequent sale, lease, transfer, assignment or
other divestiture, SCAQMD may elect to either require the reimbursement specified
above, or require the subsequent purchaser, lessee, transferee or assignee to comply with
the continuing obligation to operate the vehicle for a period of no less than five (5) years
from the date the vehicle entered service (new vehicles) or re -service (re -powered
vehicles). Notice of SCAQMD's election of remedies shall be provided to CONTRACTOR
and any subsequent purchaser, lessee, transferee or assignee in a timely fashion.
3. Operation Requirements and. Reimbursement for Noncompliance — EV Charging Stations
CONTRACTOR is obligated to comply with the Operational Availability requirements set forth as
follows:
A. CONTRACTOR commits to ensuring Level II charging stations remain operational in the
original location for a period of no Tess than three (3) years from the date the station
begins operations in either its initial or expanded capacity. Should CONTRACTOR desire
to deviate from this obligation, for reasons other than those stated in the EARLY
TERMINATION clause of this Contract, CONTRACTOR shall reimburse SCAQMD for a
prorated share of the funds provided for fueling/charging facilities as indicated in the
table below:
B. The appropriate reimbursable amount shall be paid to SCAQMD within sixty (60) days
from the date the station ceases operation. CONTRACTOR shall not be responsible for any
reimbursement to SCAQMD if the obligation is terminated as a result from one or more
reasons set forth in the EARLY TERMINATION clause of this Contract.
C. The obligations of this section shall survive the expiration of the Contract and continue in
full force and effect until the applicable operational availability period set forth above has
been satisfied.
4. Display of MSRC Logo
CONTRACTOR agrees to permanently display one MSRC decal in a prominent location on each
vehicle purchased pursuant to this Contract. Decals will be provided by SCAQMD upon
notification that each subject vehicle and/or station becomes operational. Decals are
approximately twelve (12) inches in height and eighteen (18) inches in width (Note: a smaller
decal may be provided if CONTRACTOR demonstrates that application of the standard decal is
3
Attachment 1A
Statement of Work
City of Cathedral City
Contract Number ML14072A
not feasible). CONTRACTOR shall maintain decal for life of equipment subject to this Contract.
Should any decal become damaged, faded, or otherwise unreadable, CONTRACTOR shall request
replacement decal from SCAQMD and apply new decal in the same or other prominent location.
SCAQMD shall not be responsible for damage to paint or other surfaces arising from application
or removal of decals.
5. Promotion
CONTRACTOR shall prepare and submit a proposed Public Outreach Plan to promote the MSRC's
co -funding of the vehicles, bicycle infrastructure installations and education program, and EV
charging stations. Acceptable outreach may include, but is not limited to, notices in
CONTRACTOR mailings to residents, newspaper notices, flyers, and information items at
CONTRACTOR Board meetings and community events. The Public Outreach Plan shall
automatically be deemed approved 30 days following receipt by SCAQMD staff, unless SCAQMD
staff notify CONTRACTOR in writing of a Public Outreach Plan deficiency. CONTRACTOR shall
implement the approved Public Outreach Plan in accordance with the Project Schedule below.
6. Reports
Quarterly Reports: Until all vehicles are entered into service, bicycle infrastructure
improvements and education program are complete, and EV charging stations are operational,
CONTRACTOR shall provide quarterly progress reports that summarize the project results to date
including, but not limited to: tasks completed, issues or problems encountered, resolutions
implemented, and progress to date. Progress reports that do not comply will be returned to the
CONTRACTOR as inadequate.
Final Report: A Final Report shall be submitted by the CONTRACTOR
in thesummfformat
provided by SCAQMD staff. Report shall include, at a minimum: a) an executive
nd
b) a detailed discussion of the results and conclusions of this project. CONTRACTOR will identify
any barriers encountered and solutions developed to overcome the barriers, and impact of
project on future alternative fuel, electric vehicle and bicycle transportation projects.
4
Attachment 1A
Statement of Work
City of Cathedral City
Contract Number ML14072A
7. Project Schedule
CONTRACTOR shall comply with the increments of progress identified in the following chart.
The completion month for each task is based on the date of Contract execution.
Task
Completion
Order vehicles
Month 5
Order bicycle racks
Month 7
Award contracts for bicycle education program
Month 7
Distribute educational materials and install banners
Month 948
Enter vehicles into service
Month 9
Submit Public Outreach Plan
Month 10
Order EV charging equipment
Month 10
Complete installation of bicycle racks
Month 13
Complete installation of EV charging stations
Month 13
Implement Public Outreach Plan
Month 16
Quarterly reports
40Quarterly until
completion of
project
Final Report
Month 4-750
5
Attachment 2A
Payment Schedule
City of Cathedral City
Contract Number ML14072A
Cost Breakdown
Project
Element
Maximum
AB2766
Discretionary
Funds
payable
under this
Contract
CONTRACTOR
AB2766
Subvention
Funds
Applied
Other
Funds
Applied to
Match
Additional
Project Co-
Funding (not
matched)
Total Cost
$70,000 (not
to exceed
Purchase
CNG-
$10,000 per
$190,000
$330,000
fueled
vehicles
medium -duty
and $30,000
per heavy-
duty vehicle
$30,000
$40,000
Install
racks
S -1-87A80
$20,000
$0
$187000
$ 0
$467088bicycle
$40,000
$20,000
Implement
Bicycle
$23,000
$0
0
$23,000$0
Education
$21,000
$21,000
$42,000
Program
Install EV
Charging
$25,000
$0
$25,000
$0
$50,000
Stations
Totals
$136,000
$30,000
$106,000
$190,000
$462,000
No funds shall be paid to CONTRACTOR pursuant to this Contract for a project element, until the
project element as described in Attachment 1 is completed and proof of completion is provided
to SCAQMD. If the project element described in Attachment 1 is not completed and satisfactory
proof of completion is not provided to SCAQMD, no monies for that project element shall be due
and payable to CONTRACTOR. Proof of completion shall include:
Vehicles
o Proof of vehicle delivery, vehicle acceptance, and placement of vehicle into service
o Documentation of the specific engine installed in the vehicle, including the year,
manufacturer, and model
6
Attachment 2A
Payment Schedule
City of Cathedral City
Contract Number ML14072A
Bicycle Infrastructure
o Representative photos;
o a report signed by a responsible official certifying that the bicycle corrals and racks have
been installed as described in Attachment 1; and
o invoice(s) from any subcontractor(s) performing the installations.
Education Program
o Samples of brochures and mailers;
o Representative photos of bikes and installed banners;
o Receipts for the purchase of bikes and bike helmets; and
o Invoice(s) from any subcontractor(s) performing banner installations and distributing
materials.
EV Charging Stations
o Representative photos of completed stations;
o a report signed by a responsible official certifying that the station has been completed as
described in Attachment 1; and
o receipts for equipment and/or 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, as follows:
• For vehicles, the amount reimbursed to CONTRACTOR shall not exceed the actual amount
of AB 2766 Subvention and other funds applied, up to a maximum of $10,000 per
medium -duty vehicle and $30,000 per heavy-duty vehicle; and
• For the bicycle racks, Education Program, and EV charging stations, the amount
reimbursed to CONTRACTOR shall not exceed the actual amount of AB 2766 Subvention
and other funds applied.
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.
7