Loading...
HomeMy WebLinkAbout23-City Administrator ~CI'FY .OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Fred Wilson, City Administrator Subject: Authority to execute contract between South Coast Air Quality District Management District and City for matching funds to acquire an electric vehicle. Dept: Administrator's Office C ""~'.'1L . ,1/UIi k~ . Date: August 13, 1997 Synopsis of Previous Council Action: July 1997 approved budget allocation of $8700 to Transportation Fund Lease Payment Account No. 111-241- 5803. Recommended Motion: 1. Appropriate $7,800 from account No. 111-000-3405 (Transportation Fund Balance Account) to No. 111-241-5803 ("lease payments"), be approved, AND 2. Adopt Resolution f{6tt Contact person: Teri Ledoux. Administrative Intern Phone 5122 Supporting data attached: Staff Report. Resolution. MSRC Application Ward:_ FUNDING REQUIREMENTS: Amount:$7.800.00 Source:(Acct. No.) 111-241-5803 '!><<t. "",","OD) ~ ~.. Flnance~ / Council Notes: Res 97- .;2 & 1 Agenda Item No. :J.. 3 '11~/'17 .. 'CITY.OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION 75-0264 STAFF REPORT Several funding opportunities are currently being offered as incentives to acquire electric vehicles. A $5000 Air Quality District Credit is deducted directly from the price of the vehicles. In addition, a Local Government Subvention Match Fund Program is offering a 20% match on subvention funds used to procure an electric vehicle. One year's lease payments were budgeted ($8700) for the City to acquire an electric vehicle in FY 97/98. However, to take best advantage of the Match Program it would be in the City's best interest to lease the vehicle with a single lease payment, rather than a 36 month lease. The total payment due at lease signing would be $16,248, rather than 36 payments of $490 per month, for a total $18,520. In addition, the 20% match on a single lease payment would be $3250 vs. only $1,764 match with a 36 month lease (because the match program is only 18 months). The match grant of $3,250 is paid on a reimbursement basis. Therefore, the full amount of funding will be expended initially and paid upon execution and payment of lease obligation. The vehicle would be utilized as a pool car for use by all departments. Leasing an electric vehicle would provide visible evidence of the City's commitment to reduce mobile source emissions and promote the concept to the public. The Transportation Fund has an estimated balance of $312,000. e e e B.IL APPLICANT INFORMATION A. Please provide the following applicant information in the space provided. Return this page as part of your Project Application: Applicant Name: Address: Point of Contact: Title: Telephone Number: FAX Number: City of San Bernardino 300 North "D" Street San Bernardino, CA 92418 Lori Sassoon Sr. Administrative Analyst . (909) ~R4-fi1?? (909) 384-5138 B. Please answer the following question(s): 1. Are you submitting a Joint Application with other cities/counties? 2. If'V es', are you authorized to act on behalf of all participants? 3. f'Ves', please proVide the names of all participating cities/counties: a) b) c) d) e) If you answered 'Ves' to questions 1 and 2. above, have you attached a letter from each entity designating a lead agency and authorizing that agency to act on behalf of the other participants? B-2 . YES NO CJ CJ d CJ YES NO CJ CJ e B.III. PROJECT DESCRIPTION/STATEMENT OF WORK e e A. Please review the Qualifying Project Categories described in Section A, Subsection A.IV, and check the Category box that Corresponds to your proposed project. Please return this page as part of your Project Application: 1. Alternative FueVElectric Vehicles d 5. Transportation Demand Management CJ 2. Land Use Strategies CJ 6. Transportation Pricing Strategies CJ 3. Public Transportation CJ 7. Bicycle Related Projects CJ 4. Traffic Management CJ 8. Public Education Projects CJ B. Please answer the following questions by checking the appropriate box and providing explanatory information as requested: YES NO Is the proposed project a continuation of an existing project? Is the proposed project an expansion of an existing project? CJ CJ ell Ii C. If you checked the ''yes'' box for either of the above two questions, please provide a brief exp1anation of the current project you wish to continue. If the proposed project is an expansion of an existing project, please provide a brief explanation of the existing project and the proposed expansion. Please feel free to attach an extra sheet if necessary. If you checked the ''yes'' boz. please explain: B-3 e ~ e EXHIBIT A: PROJECT DESCRIPTION/STATEMENT OF WORK PROJECT GOALS AND OBJECTIVES: The City of San Bernardino is interested in acquiring an electric vehicle for use as a pool car. All City departments will have access to the vehicle for various purposes such as, general pick- ups, inspections, meetings etc. The vehicle will provide visible evidence of the City's commitment to reduce mobile source emissions and promote the important concept to the public. e e e e EXHIBIT B: PROJECT COST BREAKDOWN (please return this page as part of your Project Application) A. Please provide the following information.regarding project funding: What is your Cu"ent Unallocated AB 2766 Subvention Fund Balance? $ ::! 1 2 000 B. Please provide the following Project Cost by Category Information: PROJECT COST BY FUNDING CATEGORY 1. AS 2766 SUBVENTION FUNDS (existing unallocated funds) 2. AS 2766 SUBVENTION FUNDS FROM FY 1997-'98 3. MSRC DISCRETjONARY FUNDS REQUESTED 4. ADDITIONAl PROJECT CO-FUNDING 5. TOTAl PROJECT COST Is the MSRC match funding request less than or equal to 25% of the proposed AB 2766 Subvention Fund amount? Is the MSRC match funding request less than or equal to 20% of the Total Proposed Project Cost? Does the applicant have sufficient funds available to cover the total project cost, considering that MSRC match funds are available on a reimbursement-basis only? Does the applicant have sufficient funds available to cover ANY cost increases, considering that increases in MSRC match funding will not be available? AMOUNT $ 312,000. $ $ $ $ 175,000. 3250.00 o 16,248.00 YES NO ~ [j ~ [j ~ [j ~ [j C. Please list all funding sources other than AB 2766 Subvention or MSRC Discretionary Match funds: NON-AB 2766/MSRC FUNDING SOURCE 1. 2. 3. 4. S. TOTAL OTHER PROJECT CO.FUNDING: 8-6 AMOUNT $ $ $ $ $ $ o e D. As applicable, please list all project costs by cost element. Please provide as much detail as practicable when detailing project costs. For example, please provide labor categories, hourly rates, number of hours, etc. when defining labor costs.. Please return this page as part of your Project Application: CAPITAL EQUIPMENT COSTS (VEHICLE PURCHASE, ETC.): 1. Electric Vehicle Single Lease Payment $ 16,248.00 2. $ -- 3. $ .._.___0______. 4. $ 5. $ TOTAL CAPITAL ~QUIPMENT COSTS: $ DIRECT LABOR COSTS: 1. labor hours X $lhour = $ 2. labor hours X . $lhour = $ -.. 3. labor hours X $lhour = $ e 4. labor hours X $lhour = $ TOTAL DIRECT LABOR COSTS: $ OTHER DIRECT COSTS, INCLUDING SUBCONTRACTORS: 1. $ ...---.-- 2. $ -- 3. $ ---- 4. $ TOTAL OTHER DIRECT COSTS: $ ADMINISTRATIVE COSTS: $ TOTAL PROJECT COST: $ 16,248.00 Please note that the Total Project Cost reflected in subsections B and D. above. should be consistent. e B-7 e EXHIBIT C: PROJECT MILESTONE SCHEDULE Milestone e e 01 car Com letion Date Se tember 1997 December 1997 December 1997 '\ e EXHIBIT D: EMISSIONS REDUCTION INPUT DATA e e 1. Number of Vehicles to be leased: One 2. Make/Model: General Motors EVI 3. Alternative Fuel Type: Electric motor 4. Engine Model: Electric motor 5. Estimated Annual Vehicle Milage: 10,000 miles 6. Estimated Vehicle Life: Unknown , CITY OF San Bernardino OFFICE OF THE CITV ADMINISTRATOR RISK MANAGEMENT DIVISION August 15, 1997 Michele Stitzel MSRC Contracts Administrator South Coast Air Quality Management District 21865 East Copley Drive Diamond Bar. CA 91765 MSRC Local Government Subvention Fund Match Program Letter of Self Insurance e Dear Ms. Stitzel: Subject: This is to certify that the City of San Bernardino self-administers and self insures. defends. settles and pays third party claims for bodily injury. personnel injury, death and/or property damage. Protection under this program is warranted to meet or exceed $1 million. combined Single Limit. per occurrence. Additionally, the City of San Bernardino is permissively self-insured for Workers' Compensation under laws of the State of California. The City agrees to provide the South Coast Air Quality Management District with thirty 1301 days prior written notice of any changes in this program. If you need any further information regarding this risk-retention program. please contact the Risk Management Staff at 19091 384-5308. Sincerely. 0i i iJc -) j. r;:. {:,-; "1'1 i / If" - (::..J_"'~" ,c..: r- ,."{ 1..'\,/ 11;lr Edward S. Raya e Director of Risk Management. City of San Bernardino ESR/mf 3 0 0 N 0 A T H . D' S T A E E T. SAN I E A N'A R 0 I NO. CALIFORNIA 12411.0001 (...)......... e e e B. VII. PROJECT AUTHORIZATION DOCUMENTATION Please attach the following items and submit them with your Project Application: I. City Councilor County Board of Supervisors Minute Action that: a) Authorizes the proposed project; b) Commits the City or County to the finn Project Milestone Schedule reflected in the Application; and c) Allocates the AB 2766 Subvention Funds and any other co-funding to be applied to the project. 2. A copy of the Agenda Item from the City Council or County Board of Supervisors meeting agenda package. 3. Two (2) signed copies of the Contract Signature Page. Copies are provided in Section C, pages C-7 and C-8. B-12 e e e C.II. CONTRACT DOCUMENTS Application No.-- Contract No. AB2766,...... SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT AB 2766/MSRC LOCAL GOVERNMENT SUBVENTION FUND MATCH PROGRAM CONTRACT WHEREAS, the parties to this Contract are the South Coast Air Quality Management AQMD (hereinafter referred to as "AQMD") whose address is 21865 Copley Drive, Diamond Bar, California 91765, and.... (hereinafter referred to as "CONTRACTOR") and WHEREAS, AQMD is the local agency with primary responsibility for regulating stationary source air pollution in the South Coast Air Basin in the State of Califomia (State) and AQMD is authorized under State Hea~h & 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; and WHEREAS, under State Hea~h and Safety Code Section 44223(a) the AQMD's Governing Board has authorized .the imposition of the statutorily set motor vehicle fee and by taking such action the State's Department of Motor Vehicles (DMV) is required to collect such fee and remit it periodically to AQMD; and WHEREAS, State Health and Safety Code SectiOn 44243(c) 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; and WHEREAS, State Health and Safety Code Section 44244(a) creates a regional Mobile Source Air Pollution Reduction Review Committee (MSRC) to develop a work program to fund projects from the separate account and pursuant to approval of the work program by AQMD's Governing Board, AQMD Board authorized a contract with CONTRACTOR for the project described in Exhibit "A" (Project Description) incorporated herein and made a part hereof, and WHEREAS, CONTRACTOR has met the requirements for receipt of AB 2766 Discretionary Funds as set forth in CONTRACTOR'S AS 2766 Local Govemment Subvention Match Program Application dated NOW THEREFORE, the Parties agree as follows: TERMS AND CONDITIONS OF PERFORMANCE 1. DMV FEES _ CONTRACTOR acknowledges that AQMD cannot guarantee the amount of fee to be collected under AB2766 will be sufficient to fund this Contract. CONTRACTOR further acknowledges that AQMD's receipts 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. C-2 e 2. A1.!Q!I - 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 AOMD 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. AOMD shall coordinate such audit through CONTRACTOR'S audit staff. If an amount is found to be inappropriately expended, AOMD may withhold revenue from CONTRACTOR in the amount equal to the amount which was inappropriately expended. Such withholding shall not be construed as AOMD's sole remedy and shall not relieve CONTRACTOR of its obligation to perform under the terms of this Contract. 3. IEBM - The term of this Contract is from date of contract execution by both parties through completion of the project or July 31, 1999, whichever occurs first unless terminated earlier as provided for in Paragraph 4 below entitied Termination. All project deliverables and requests for reimbursement must be received by July 31., 1999. Failure to meet this deadline will result in forfeiture of AB 2766 Discretionary Funds. Extensions to this deadline will not be granted. 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. e 4. TERMINATION - In the event any party fails to comply with any term or condition of this Contract, or fails to provide the services in the manner agreed upon by the parties, including, but not limited to, the requirements of Exhibits " A" and "C' , this shall constitute a material breach of the Contract. The non-breaching party shall have the sole and exclusive option either to notify the breaching party that it must cure this breach within fifteen (15) days or provide written notification of its intention to terminate this Contract with thirty (30) day's written notice. Notification shall be provided in the'manner set forth in Paragraph 21 below, entitied - "Notices.' Termination shall not be the exclusive remedy of the non-breaching party. The non-breaching 'party reserves the right to seek any and all remedies provided by law. AOMD reserves the right to terminate this Contract for non-breach and will reimburse CONTRACTOR for actual costs incurred in performance of this Contract through the effective date of termination for non-breach. 5. INSURANCE - Prior to the start of this Contract, CONTRACTOR shall fumish evidence of liability insurance with a combined single limit (general and automotive) of One Million Dollars ($1,000,000). CONTRACTOR shall maintain such coverage during the term of this Contract and any extensions thereof. AOMD shall be named as an additional insured on such liability policy and thirty-(30) days written notice of modification of any such insurance shall be given' by CONTRACTOR to AOMD. Such modification is subject to pre-approval by AOMD. If CONTRACTOR fails to maintain the required insurance coverage, AOMD reserves the right to terminate the Contract or purchase such additional insurance and bill CONTRACTOR or deduct the cost thereof from any payments owed to CONTRACTOR. 6. INDEMNIFICATION - CONTRACTOR agrees to hold harmless, defend, and indemnify AOMD, its officers, employees, agents, representatives, and successors-In-interest against any and all loss, damage, cost, or expenses which AOMD, its officers, employees, agents, representatives, and successors-In-interest may incur or be required to pay by reason of any injury or property damage caused or incurred by CONTRACTOR, its employees, subcontractors, or agents in the performance of this Contract. e 7. PAYMENT A. AOMD shall pay CONTRACTOR a Firm Fixed Price of - Dollars ($-) upon completion of the project on a reimbursement basis. Any funds not expended upon early contract termination or contract completion shall revert to the AB2766 Discretionary Fund. Payment C-3 . ~ e e e of charges shall be made by AQMD to CONTRACTOR within thirty (30) days after approval by AQMD of an itemized invoice prepared and fumished 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 AQMD, 21865 East Copley Drive, Diamond Bar, CA 91765. Attn: Michele Stitzel. C. No funds shall be paid out to CONTRACTOR pursuant to this contract, until the project described in Exhibit "A' is completed and proof of completion is provided to AQMD. If the project described in Exhibit" A" 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 estimating the emission reductions obtained from the project and providing the basis of the estimate. 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. E. The Firm Fixed Price amount of this Contract shall not exceed 25% of the total AB 2766 Subvention Funds applied to the project described in Exhibits "A", "B', and "C" of this Contract. F. If, at the completion of the Project described in Exhibit " A', the actual amount of AS 2766 Funds utilized in performance of the project is less than the amount described in Exhibit "B', the Firm Fixed Price amount reimbursed to CONTRACTOR by AQMD shall not exceed 25% of the actual AB 2766 Subvention Fund amount applied to the project. 8. COMPLIANCE WITH APPLICABLE LAWS - CONTRACTOR agrees to comply with all federal, state, and local 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. 9. EMPLOYEES OF CONTRACTOR A. CONTRACTOR shall be responsible for the cost of regular pay to his 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 his 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 entiUed 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. 10. OWNERSHIP - Title and full ownership rights to any products purchased or developed under this Contract shall at all times remain with CONTRACTOR. 11. NON-DISCRIMINA TlON - 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 Califomia Fair Employment & Housing Act (Govemment Code Section 12900, iLmll.), the Federal Civil Rights Act of 1964 (P.L. 88-352) and all amendments thereto, Executive Order No. 11246 (30 Federal Register C-4 e 12319), and all administrative rules and regulations issued pursuant to said Acts and Order. CONTRACTOR shall likewise require each subcontractor to comply with this paragraph and shall include in each such subcontract language similar to this paragraph. 12 ASSIGNMENT. The rights granted hereby may not be assigned, sold, licensed, or otherwise transferred by either party without the written consent of the other, and any attempt by either party to do so shall be void upon inception. 13. 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 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. 14. 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 attomeys' fees and costs. 15. 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, directiy 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. e 16. SEVERABILITY - In the event that anyone 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 juris~iction, 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. 17. HEADINGS - Headings on the paragraphs 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. 18. DUPLICATE EXECUTION - This Contract is executed in duplicate. Each signed copy shall have the force and effect of an original. 19. GOVERNING LAW - This Contract shall be construed and interpreted and the legal relations created thereby shall be determined in accordance with the taws of the State of Califomia. Venue for resolution of any dispute shall be Los Angeles County, Califomia. 20. PRE-CONTRACT COSTS - Any costs incurred by Contractor prior to AQMD 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, pre-contract cost expenditures authorized by the Contract will be reimbursed in accordance with the cost schedule and payment provision of the Contract. e C-5 I I e e e 21. NOTICES _ Any notices from either party to the other shall be given in writing to the allention 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, whicheveris earlier. AQMD: South Coast Air Quality Management District 21865 Copley Drive Diamond Bar, CA 91765 Alln.: Michele Stitzel CONTRACTOR: - - - Alln: - 22. 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 C-6 e e e 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 AQMD (Name of City or County) By: By: Nancy S. Covey Contracts Manager, South Coast AQMD Date: (Name) (Title) By: (Name) (Title) Date: APPROVED AS TO FORM: Peter Greenwald, General Counsel By: C-7 e e e 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 AQMD (Name of City or County) By: By: Nancy S. Covey Contracts Manager, South Coast AQMD (Name) (Title) Date: By: (Name) (Title) . Date: APPROVED AS TO FORM: Peter Greenwald, General Counsel By: C-8 r----- Contract No. AB2766/016 SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT AB 2766/MSRC LOCAL GOVERNMENT SUBVENTION FUND MATCH PROGRAM CONTRACT WHEREAS, 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, Califomia 91765, and City of San Bemardino (hereinafter referred to as "CONTRACTOR") whose address is 300 N. "0" Street, San Bemardino, CA 92402. WHEREAS, AQMD is the local agency with primary responsibility for regulating stationary source air pollution in the South Coast Air Basin in the State of Califomia (State) and 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 Califomia Clean Air Act; and WHEREAS, under State Health and Safety Code Section 44223(a) the AQMD's Goveming Board has authorized the imposition of the statutorily set motor vehicle fee and by taking such action the State's Department of Motor Vehicles (DMV) is required to collect such fee and remit it periodically to AQMD; and WHEREAS, State Health and Safety Code Section 44243(c) 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; and WHEREAS, State Health and Safety Code Section 44244(a) creates a regional Mobile Source Air Pollution Reduction Review Committee (MSRC) to develop a work program to fund projects from the separate account and pursuant to approval of the" work program by AQMD's Goveming Board, AQMD Board authorized a contract with CONTRACTOR for the project described in Exhibit "A" (Project Description) incorporated herein and made a part hereof, and WHEREAS, CONTRACTOR has met the requirements for receipt of AB 2766 Discretionary Funds as set forth in CONTRACTOR'S AB 2766 Local Govemment Subvention Match Program Applicatio!1 dated September 8, 1997. NOW THEREFORE, the Parties agree as follows: TERMS AND CONDITIONS OF PERFORMANCE 1. DMV FEES - CONTRACTOR acknowledges that AQMD cannot guarantee the amount of fee to be collected under AB 2766 will be sufficient to fund this Contract. CONTRACTOR further acknowledges that AQMD's receipts 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. 2. AUDIT - 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. AOMD shall coordinate such audit through CONTRACTOR'S audit staff. If an amount is found to be inappropriately expended, AOMD may withhold revenue from CONTRACTOR in the amount equal to the amount which was inappropriately expended. Such withholding shall not be construed as AOMD's sole remedy and shall not relieve CONTRACTOR of its obligation to perform under the terms of this Contract. 3. TERM - The term of this Contract is from date of contract execution by both parties through completion of the project or July 31, 1999, whichever occurs first unless terminated earlier as provided for in Paragraph 4 below entitled Termination. All project deliverables and requests for reimbursement must be received by July 31, 1999. Failure to meet this deadline will result in forfeiture of AS 2766 Discretionary Funds. Extensions to this deadline will not be granted. 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. 4. TERMINATION - In the event any party fails to comply with any term or condition of this Contract, or fails to provide the services in the manner agreed upon by the parties, including, but not limited to, the requirements of Exhibits "N and "C" , this shall constitute a material breach of the Contract. The non-breaching party shall have the sole and exclusive option either to notify the breaching party that it must cure this breach within fifteen (15) days or provide written notification of its intention to terminate this Contract with thirty (30) day's written notice. Notification shall be provided in the manner set forth in Paragraph 21 below, entitled - "Notices." Termination shall not be the exclusive remedy of the non- breaching party. The non-breaching party reserves the right to seek any and all remedies provided by law. AOMD reserves the right to terminate this Contract for non-breach and will reimburse CONTRACTOR for actual costs incurred in performance of this Contract through the effective date of termination for non-breach. 5. INSURANCE - CONTRACTOR is permissibly self-insured and will maintain self- insurance in accordance with applicable provisions of Califomia law as evidenced by certificate of self-insurance provided to AOMD. CONTRACTOR shall maintain such coverage during the term of this Contract and any extensions thereof. If CONTRACTOR fails to maintain the required insurance coverage, AOMD 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. 6. INDEMNIFICATION. CONTRACTOR agrees to hold harmless, defend, and indemnify AOMD, its officers, employees, agents, representatives, and successors-in-interest against any and all loss, damage, cost, or expenses which AOMD, its officers, employees, agents, representatives, and successors-in-interest may incur or be required to pay by reason of any injury or property damage caused or incurred by CONTRACTOR, its employees, subcontractors, or agents in the performance of this Contract. 7. PAYMENT A. AOMD shall pay CONTRACTOR a Firm Fixed Price of Three Thousand Two Hundred and Fifty Dollars ($3,250) upon completion of the project on a reimbursement basis. Any funds not expended upon early contract termination or contract completion shall revert to the AS 2766 Discretionary Fund. Payment of charges shall be made by AOMD to CONTRACTOR within thirty (30) days after approval by AOMD of an itemized invoice prepared and fumished by CONTRACTOR. S. An invoice submitted to AOMD for payment must be prepared in duplicate, on company letterhead, and list AOMD'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 AQMD, 21865 East Copley Drive, Diamond Bar, CA 91765. Alln: Michele Stitzel. C. No funds shall be paid out to CONTRACTOR pursuant to this contract, unlilthe project described in Exhibit "A" is completed and proof of completion is provided to AQMD. If the project described in Exhibit "A" 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, data collected during project perfonmance, if any, documentation of significant results, and emissions reduction input data needed for calculation of emissions reductions. 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. E. The Finm Fixed Price amount of this Contract shall not exceed 25% of the total AB 2766 Subvention Funds applied to the project described in Exhibits "A", "B", and "C" of this Contract. . F. If, at the completion of the Project described in Exhibit "A", the actual amount of AB 2766 Funds utilized in perfonmance of the project is less than the amount described in Exhibit "B", the Finm Fixed Price amount reimbursed to CONTRACTOR by AQMD shall not exceed 25% of the actual AB 2766 Subvention Fund amount applied to the project. 8. COMPLIANCE WITH APPLICABLE LAWS - CONTRACTOR agrees to comply with all federal, state, and local laws, ordinances, codes and regulations and orders of public authorities in the perfonmance of this Contract and to ensure that the provisions of this clause are included in all subcontracts. 9. EMPLOYEES OF CONTRACTOR A. 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 perfonmance of services required to be perfonmed under this Contract. CONTRACTOR further represents that in perfonmance of this Contract, no person having any such interest shall be employed by CONTRACTOR or any subcontractor. 10. OWNERSHIP - Title and full ownership rights to any products purchased or developed under this Contract shall at all times remain with CONTRACTOR. 11. NON-DISCRIMINATION - In the perfonmance of this Contract, CONTRACTOR shall not discriminate in recruiting, hiring, promotion, demotion, or tenmination 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 (Government Code Section 12900, et sea.), the Federal Civil Rights Act of 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 paragraph and shall include in each such subcontract language similar to this paragraph. 12. ASSIGNMENT - The rights granted hereby may not be assigned, sold, licensed, or otherwise transferred by either party wnhout the wrnten consent of the other, and any attempt by either party to do so shall be void upon inception. 13. 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 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. 14. 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. 15. 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 milnary 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. 16. SEVERABILITY - In the event that anyone 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. 17. HEADINGS - Headings on the paragraphs 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. 18. DUPLICATE EXECUTION - This Contract is executed in duplicate. Each signed copy shall have the force and effect of an original. 19. GOVERNING LAW - This Contract shall be construed and interpreted and the legal relations created thereby shall be determined in accordance wnh the laws of the State of California. Venue for resolution of any dispute shall be Los Angeles County, California. 20. PRE-CONTRACT COSTS - Any costs incurred by CONTRACTOR prior to AQMD 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, pre-contract cost expenditures authorized by the Contract will be reimbursed in accordance with the cost schedule and payment provision of the Contract. 21. 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 Alln: Michele Stitzel CONTRACTOR: City of San Bemardino 300 N. "0" Street San Bemardino, CA 92402 Alln: Rachel Clark 22. 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. 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 AQMD City of San Bernardino (Name of City or County) By: ~~A~ BY:/h,-~/~_ Na~:s~~oV~y ... / Contracts Manager, South Coast AQMD Date: II, /.~/ n (Name) Tom Minor (Title) Mayor BY:~'~ (Name) Rachel Clark (Title) City Clerk Date: q-t]r17 A 'liED AS TO FORM: Peter G Gen By: ~ fD . ~0~g.j). ~W'/.);Y ~1 Y /: ~ G-'ID\?-~ cP~, C-8 EXHIBIT A: PROJEer DESCRIPTION/STATEMENT OF WORK PROJECT GOALS AND OBJECTIVES: The City of San Bernardino is interested.in acquiring an electric vehicle for use as a pool car. All City departments will have access to the vehicle for various purposes such as, general pick- ups, inspections, meetings etc. The vehicle will provide visible evidence of the City's commitment to reduce mobile source emissions and promote the important concept to the public. , EXHIBIT B: PROJECT COST BREAKDOWN (please return this page as part of your Project Application) A. Please provide the following information'regarding project funding: What is your Current Una/located AB 2766 Subvention Fund Balance? $ 31 ?, 000 B. Please provide the following Project Cost by Category Information: PROJECT COST BY FUNDING CATEGORY 1. AB 2766 SUBVENTION FUNDS (existing unallocated funds) 2. AB 2766 SUBVENTION FUNDS FROM FY 1997-'98 . 3. MSRC DISCRETJONARY FUNDS REQUESTED 4. ADDITIONAL PROJECT CO-FUNDING 5. TOTAL PROJECT COST AMOUNT $'-312,91"1"--- \';;\)C\C\ ~ $~.. $ 3250.00 $ 0 $ 16.248.00 YES NO I . Is the MSRC match funding request less than or equal to 25% of the proposed AB 2766 Subvention Fund amount? Is the MSRC match funding request less than or equal to 20% of the Total Proposed Project Cost? Does the applicant have sufficient funds available to cover the total project cost, considering that MSRC match funds are available on a reimbursement-basis only? Does the applicant have sufficient funds available to cover ANY cost increases. considering that increases in MSRC match funding will not be available? ~ (] ~ (] ~ (] 13 (] C. Please list all funding sources other than AB . 2766 Subvention or MSRC Discretionary Match funds: NON-AB 2766/MSRC FUNDING SOURCE AMOUNT l. 2. 3. 4. 5. TOTAL OTHER PROJECT CO-FUNDING: $ $ $ $ $ $ o D. As applicable, please list all project costs by cost element. Please provide as much detail as practicable when detailing project costs. For example, please provide labor categories, hourly rates, number of hours, etc. when defining labor costs;. . Please return this page as part of your Project Application: CAPITAL EQUIPMENT COSTS (VEHICLE PURCHASE, ETC.): 1. Electric Vehicle Single Lease Payment 2. 3. 4. 5. TOTAL CAPITAL ~QUIPMENT COSTS: DIRECT LASOR COSTS: 1. labor haulS X 2. labor houlS X 3. labor hoUIS X 4. Jabor houlS X TOTAL DIRECT LASOR COSTS: $/hour = . $/hour = $/hour = $/hour = OTHER DIRECT COSTS,INCLUDING SUBCONTRACTORS: 1. ---------.-- 2. -.---- ----- 3. 4. TOTAL OTHER DIRECT COSTS: ADMINISTRATIVE COSTS: TOTAL PROJECT COST: $ 16,248.00 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 16,248.00 Please note that the Total Project Cost reflected in subsections Band D, above, should be consistent. EXHffiIT C: PROJECT MILESTONE SCHEDULE Milestone Com letion Date S tember 1997 December 1997 December 1997 Order vehicle Take ssession of vehicle Be . us' vehicle for use as a 01 car