Loading...
South Coast Air Quality/AB 2766 DMV Fee Funding 08South Coast Goan Transpesaon Contract No. MLO7O41 th Air Quality Management District Funding Po."°°m �MSR` LOCAL GOVERNMENT MATCH PROGRAM CONTRACT PARTIES - The parties to this Contract are the South Coast Air Quality Management District (hereinafter referred to as "AQMD") whose address is 21865 Copley Drive, Diamond Bar, California 91765-4178, and the City of La Quinta (hereinafter referred to as "CONTRACTOR") whose address is 78495 Calle Tampico, La Quinta, California 92253. 2. RECITALS A. AQMD is the local agency with primary responsibility for regulating stationary source air pollution in the South Coast Air Basin in the State of California (State). AQMD is authorized under State Health & Safety Code Section 44225 (Assembly Bill (AB) 2766) to levy a fee on motor vehicles for the purpose of reducing air pollution from such vehicles and to implement the California Clean Air Act. B. Under AB 2766 the AQMD'S Governing Board has authorized the imposition of the statutorily set motor vehicle fee. By taking such action the State's Department of Motor Vehicles (DMV) is required to collect such fee and remit it periodically to AQMD. C. AB 2766 further mandates that thirty (30) percent of such vehicle registration fees be placed by AQMD into a separate account for the sole purpose of implementing and monitoring programs to reduce air pollution from motor vehicles. D. AB 2766 creates a regional Mobile Source Air Pollution Reduction Review Committee (MSRC) to develop a work program to fund projects from the separate account. Pursuant to approval of the work program by AQMD'S Governing Board, AQMD Board authorized a contract with CONTRACTOR for services described in Attachment 1 - Statement of Work, expressly incorporated herein by this reference and made a part hereof of this Contract. E. CONTRACTOR has met the requirements for receipt of AB 2766 Discretionary Funds as set forth in CONTRACTOR's Local Government Match Program Application dated May 4, 2007. 3. DMV FEES - CONTRACTOR acknowledges that AQMD cannot guarantee the amount of fees to be collected under AB 2766 will be sufficient to fund this Contract. CONTRACTOR further acknowledges that AQMD'S receipt of funds is contingent on the timely remittance by State's DMV. AQMD assumes no responsibility for the collection and remittance of motor vehicle registration fees by DMV to AQMD in a timely manner. 4. AUDIT - Additionally, CONTRACTOR shall, at least once every two years, or within two years of the termination of the Contract if the term is less than two years, be subject to an audit by AQMD or its authorized representative to determine if the revenues received by CONTRACTOR were spent for the reduction of pollution from Motor Vehicles pursuant to the Clean Air Act of 1988. AQMD shall coordinate such audit through CONTRACTOR'S audit staff. If an amount is found to be inappropriately expended, AQMD may withhold revenue from CONTRACTOR in the amount equal to the amount which was inappropriately expended. Such withholding shall not be construed as AQMD'S sole remedy and shall not relieve CONTRACTOR of its obligation to perform under the terms of this Contract. Contract No. MLO7O41 5. REPORTING - CONTRACTOR shall submit reports to AQMD as outlined in Attachment 1 - Statement of Work. AQMD reserves the right to review, comment, and request changes to any report produced as a result of this Contract. 6. TERM - The term of this Contract is for seventy two (72) months from the date of execution by both parties, unless terminated earlier as provided for in Clause 7 below entitled Termination, extended by amendment of this Contract in writing, or unless all work is completed and a final report is submitted and approved by AQMD prior to the termination date. No work shall commence prior to the Contract start date, except at CONTRACTOR'S cost and risk, and no charges are authorized until this Contract is fully executed. Upon written request and with adequate justification from CONTRACTOR, the MSRC Contracts Administrator may extend the Contract up to an additional six months at no additional cost. Term extensions greater than six months must be reviewed and approved by the MSRC. 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 Attachment 1 - Statement of Work, this shall constitute a material breach of the Contract. The nonbreaching 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 Clause 15 below, entitled - Notices. Termination shall not be the exclusive remedy of the nonbreaching party. The nonbreaching party reserves the right to seek any and all remedies provided by law. AQMD will reimburse CONTRACTOR for actual costs incurred (not to exceed the total Contract value), including all noncancellable commitments incurred in performance of this Contract through the effective date of termination for any reason other than breach. EARLY TERMINATION — This Contract may be terminated early due to any of the following circumstances: A. The vehicles or equipment become inoperable through mechanical failure of components or systems directly related to the alternative fuel technology being utilized and such failure is not caused by CONTRACTOR'S negligence, misuse, or malfeasance. B. The fueling station becomes inoperable, and is either not technically able to be repaired, or is too costly to repair, and such failure is not caused by CONTRACTOR's negligence, misuse, or malfeasance. 9. INSURANCE A. CONTRACTOR shall furnish evidence to AQMD of workers' compensation insurance for each of its employees, in accordance with either California or other states' applicable statutory requirements prior to commencement of any work on this Contract. B. CONTRACTOR shall furnish evidence to AQMD of general liability insurance with a limit of at least $1,000,000 per occurrence, and $2,000,000 in a general aggregate prior to commencement of any work on this Contract. AQMD shall be named as an additional insured on any such liability policy, and thirty (30) days written notice prior to cancellation of any such insurance shall be given by CONTRACTOR to AQMD. C. CONTRACTOR shall furnish evidence to AQMD of automobile liability insurance with limits of at least $100,000 per person and $300,000 per accident for bodily injuries, and $50,000 in property damage, or $1,000,000 combined single limit for bodily injury or property damage, prior to commencement of any work on this Contract. AQMD shall be named as an additional insured on any such liability policy, and 2 Contract No. ML07041 thirty (30) days written notice prior to cancellation of any such insurance shall be given by CONTRACTOR to AQMD. D. If CONTRACTOR fails to maintain the required insurance coverage set forth above, AQMD reserves the right either to purchase such additional insurance and to deduct the cost thereof from any payments owed to CONTRACTOR or terminate this Contract for breach. E. All insurance certificates should be mailed to: AQMD Risk Management, 21865 Copley Drive, Diamond Bar, CA 91765-4178. The AQMD Contract Number must be included on the face of the certificate. F. CONTRACTOR must provide updates on the insurance coverage throughout the term of the Contract to ensure that there is no break in coverage during the period of contract performance. Failure to provide evidence of current coverage shall be grounds for termination for breach of Contract. 10. INDEMNIFICATION — CONTRACTOR agrees to hold harmless, defend, and indemnify, AQMD, its officers, employees, agents, representatives, and successors -in -interest against any and all loss, damage, cost, or expenses which AQMD, 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. 11. PAYMENT A. AQMD shall pay CONTRACTOR a Firm Fixed Price of Twenty Five Thousand Dollars ($25,000) upon completion of the project on a reimbursement basis. Any funds not expended upon early contract termination or contract completion shall revert to the AB 2766 Discretionary Fund. Payment of charges shall be made by AQMD to CONTRACTOR within thirty (30) days after approval by AQMD of an itemized invoice prepared and furnished by CONTRACTOR. B. An invoice submitted to AQMD for payment must be prepared in duplicate, on company letterhead, and list AQMD'S contract number, period covered by invoice, and CONTRACTOR'S social security number or Employer Identification Number and submitted to: South Coast Air Quality Management District 21865 Copley Drive Diamond Bar, CA 91765-4178 Attn: Cynthia Ravenstein, MSRC Contract Administrator C. No funds shall be paid out to CONTRACTOR pursuant to this Contract, until the project described in Attachments 1 and 2 is completed and proof of completion is provided to AQMD. If the project described in Attachments 1 and 2 is not completed and satisfactory proof of completion is not provided to AQMD, no monies shall be due and payable to CONTRACTOR. Proof of completion shall include a Final Report detailing the project goals and accomplishments. D. Additional AB 2766 Discretionary Match Funds will not be available to fund project cost overruns. Any project cost overruns must be funded from other than AB 2766 Discretionary Funds. E. The Firm Fixed Price amount of this Contract shall not exceed the total AB 2766 Funds applied to the project described in Attachments 1, 2, and 3 of this Contract. F. If, at the completion of the Project described in Attachment 1, the vehicle expenditures and/or infrastructure expenditures are less than the Total Cost amount(s) contained in Attachment 2, the actual amount of AB 2766 Discretionary Funds reimbursed to CONTRACTOR shall be adjusted on a prorated basis as described in Attachment 2. G. CONTRACTOR must submit final invoice no later than ninety (90) days after the termination date of this Contract or invoice may not be paid. Contract No. ML07041 12. MOBILE SOURCE EMISSION REDUCTION CREDITS (MSERCs) A. The MSRC has adopted a policy that no MSERCs resulting from AB 2766 Discretionary Funds may be generated and/or sold. B. CONTRACTOR has the opportunity to generate MSERCs as a by-product of the project if a portion of the air quality benefits attributable to the project resulted from other funding sources. These MSERCs, which are issued by AQMD, are based upon the quantified vehicle miles traveled (VMT) by project vehicles or other activity data as appropriate. Therefore, a portion of prospective MSERCs, generated as a result of AB 2766 Funds, must be retired. The portion of prospective credits funded by the AB 2766 program, and which are subject to retirement, shall be referred to as "AB 2766-MSERCs." C. The determination of AB 2766-MSERC's is to be prorated based upon the AB 2766 program's contribution to the cost associated with the air quality benefits. In the case where AB 2766 Discretionary Funds are used to pay for the full differential cost of a new alternative fuel vehicle or for the retrofitting or repowering of an existing vehicle, all MSERCs attributable to AB 2766 Discretionary Funds must be retired. The determination of AB 2766-MSERCs for infrastructure and other ancillary items is to be prorated based upon the AB 2766 program's contribution to the associated air quality benefits. Determination of the project's overall cost will be on a case -by -case basis at the time an MSERC application is submitted. AQMD staff, at the time an MSERC application is submitted, will calculate total MSERCs and retire the AB 2766-MSERCs. CONTRACTOR would then receive the balance of the MSERCs not associated with AB 2766 funding. 13. DISPLAY OF MSRC LOGO - CONTRACTOR agrees to permanently display one MSRC decal in a prominent location on each vehicle purchased pursuant to this Contract. CONTRACTOR also agrees to permanently display one MSRC decal in a prominent location on each fueling or charging station constructed or upgraded pursuant to this Contract. Decals will be provided by MSRC upon notification that subject fueling station equipment and/or vehicles are placed into service. 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 not feasible). CONTRACTOR shall maintain decal for life of vehicle or equipment subject to this Contract. Should any decal become damaged, faded, or otherwise unreadable, CONTRACTOR shall request replacement decal from MSRC and apply new decal in the same or other prominent location. MSRC shall not be responsible for damage to paint or other vehicle surfaces arising from application or removal of decals. In addition, all promotional materials related to the project, including, but not limited to, press kits, brochures and signs shall include the MSRC logo. Press releases shall acknowledge MSRC financial support for the project. 14. ACCRUAL OF MILEAGE WITHIN SOUTH COAST AIR QUALITY DISTRICT — 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 Clause B.A., CONTRACTOR shall reimburse AQMD for a prorated share of the funds provided for the vehicle as indicated in the table below: 4 Contract No. MLO7O41 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 AQMD 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 AQMD if the obligation is terminated as a result from one or more reasons set forth in Clause 8.A. C. Should CONTRACTOR sell, lease, transfer, assign or otherwise divest itself of the vehicles during the five year period referred to in clause 14.A, notice shall be provided to AQMD 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 AQMD 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 term and AQMD shall be an intended third -party beneficiary of any subsequent agreement. Upon receiving notice of any subsequent sale, lease, transfer, assignment or other divestiture, AQMD may elect to either require the reimbursement specified in Clause 14.A and 14.B, 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 AQMD's election of remedies shall be provided to CONTRACTOR and any subsequent purchaser, lessee, transferee or assignee in a timely fashion. 15. NOTICES - Any notices from either party to the other shall be given in writing to the attention of the persons listed below or to other such addresses or addressees as may hereafter be designated in writing for notices by either party to the other. A notice shall be deemed received when delivered or three days after deposit in the U.S. Mail, postage prepaid, whichever is earlier. AQMD: South Coast Air Quality Management District 21865 Copley Drive Diamond Bar, CA 91765-4178 Attn: Cynthia Ravenstein, MSRC Contract Administrator CONTRACTOR: City of La Quinta 78495 Calle Tampico La Quinta, CA 92253 Attn: Therese Vella-Finorio Contract No. MLO7O41 16. EMPLOYEES OF CONTRACTOR A. CONTRACTOR warrants that it will employ no subcontractor without written approval from AQMD. CONTRACTOR shall be responsible for the cost of regular pay to its employees, as well as cost of vacation, vacation replacements, sick leave, severance pay and pay for legal holidays. B. CONTRACTOR shall also pay all federal and state payroll taxes for its employees and shall maintain workers' compensation and liability insurance for each of its employees. C. CONTRACTOR, its officers, employees, agents, or representatives shall in no sense be considered employees or agents of AQMD, nor shall CONTRACTOR, its officers, employees, agents, or representatives be entitled to or eligible to participate in any benefits, privileges, or plans, given or extended by AQMD to its employees. D. CONTRACTOR warrants that it has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of services required to be performed under this Contract. CONTRACTOR further represents that in performance of this Contract, no person having any such interest shall be employed by CONTRACTOR or any subcontractor. 17. NON-DISCRIMINATION - In the performance of this Contract, CONTRACTOR shall not discriminate in recruiting, hiring, promotion, demotion, or termination practices on the basis of race, religious creed, color, national origin, ancestry, sex, age, or physical handicap and shall comply with the provisions of the California Fair Employment & Housing Act (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 clause and shall include in each such subcontract language similar to this clause. 18, 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. 19. ASSIGNMENT - The rights granted hereby may not be assigned, sold, licensed, or otherwise transferred by either party without the prior written consent of the other, and any attempt by either party to do so shall be void upon inception. 20. 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. 21. 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. 22. 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, Contract No. MLO7041 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. 23. SEVERABILITY - In the event that any one or more of the provisions contained in this Contract shall for any reason be held to be unenforceable in any respect by a court of competent jurisdiction, such holding shall not affect any other provisions of this Contract, and the Contract shall then be construed as if such unenforceable provisions are not a part hereof. 24. HEADINGS - Headings on the clauses of this Contract are for convenience and reference only, and the words contained therein shall in no way be held to explain, modify, amplify, or aid in the interpretation, construction, or meaning of the provisions of this Contract. 25. DUPLICATE EXECUTION - This Contract is executed in duplicate. Each signed copy shall have the force and effect of an original. 26. GOVERNING LAW - This Contract shall be construed and interpreted and the legal relations created thereby shall be determined in accordance with the laws of the State of California. Venue for resolution of any dispute shall be Los Angeles County, California. 27. PRECONTRACT COSTS - Any costs incurred by CONTRACTOR prior to CONTRACTOR receipt of a fully executed Contract shall be incurred solely at the risk of the CONTRACTOR. In the event that a formal Contract is not executed, neither the MSRC nor the AQMD shall be liable for any amounts expended in anticipation of a formal Contract. If a formal Contract does result, precontract cost expenditures authorized by the Contract will be reimbursed in accordance with the cost schedule and payment provision of the Contract. 28. CHANGE TERMS - Changes to any part of this Contract must be requested in writing by CONTRACTOR, submitted to AQMD and approved by MSRC in accordance with MSRC policies and procedures. CONTRACTOR must make such request a minimum of 90 days prior to desired effective date of change. All modifications to this Contract shall be in writing and signed by both parties. 29. ENTIRE CONTRACT - This Contract represents the entire agreement between the parties hereto related to CONTRACTOR providing services to AQMD and there are no understandings, representations, or warranties of any kind except as expressly set forth herein. No waiver, alteration, or modification of any of the provisions herein shall be binding on any party unless in writing and signed by the party against whom enforcement of such waiver, alteration, or modification is sought. The Statement of Work - Attachment 1, The Payment Schedule - Attachment 2, and Supporting Documentation - Attachment 3, are incorporated by reference herein and made a part hereof. 30. AUTHORITY - The signator hereto represents and warrants that he or she is authorized and empowered and has the legal capacity to execute this Contract and to legally bind CONTRACTOR both in an operational and financial capacity and that the requirements and obligations under this Contract are legally enforceable and binding on CONTRACTOR. Contract No. ML07041 IN WITNESS WHEREOF, the parties to this Contract have caused this Contract to be duly executed on their behalf by their authorized representatives. SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT By: Dr. illiam A. Burke, Chairman, Governing Board Date: hlot, ATTEST: Saundra McDaniel, Clerk of the Board B: ,J- APPROVED AS TO FORM: Kurt R. Wiese, District Counsel Updated 03112108 CITY OF LA QUINTA B Name �om�s P �No✓�`s� Title: L.iy`y /l7q,dvytrL S�2yl f- Attachment 1 Statement of Work City of La Quinta Hereinafter Referred to as CONTRACTOR Contract Number ML07041 Project Description CONTRACTOR will purchase one heavy-duty vehicle as specified below. Statement of Work Vehicles CONTRACTOR shall purchase one heavy-duty compressed natural gas (CNG) vehicle as follows: Vehicle Life Hours Per Year Expectancy Street sweeper, with gross vehicle weight rating greater than 14,000 pounds, 5 years 874 equipped with dedicated CNG engine Each model year 2006 or earlier engine must be certified to a low -emission or optional NOX standard by the California Air Resources Board (CARB). Each model year 2007 or later CNG engine must have a CARB NO, certification at least 30% lower than the comparable diesel -fuel engine. AQMD staff shall be the final arbiters of comparability between engines. CONTRACTOR shall be reimbursed for vehicle according to the costs stated in Attachment 2 — Payment Schedule. Promotion CONTRACTOR shall prepare and submit a proposed Public Outreach Plan to promote the acquisition of the MSRC co -funded vehicle. Acceptable outreach may include, but is not limited to, notices in CONTRACTOR mailings to residents, newspaper notices, flyers, and information items at CONTRACTOR Board meetings and community events. The Public Outreach Plan shall automatically be deemed approved 30 days following receipt by AQMD staff, unless AQMD staff notify CONTRACTOR in writing of a Public Outreach Plan deficiency. CONTRACTOR shall implement the approved Public Outreach Plan in accordance with the Project Schedule below. Project Schedule (based on date of Contract execution) Task Completion Order vehicle Month 3 Submit Public Outreach Plan Month 7 Take delivery and place vehicle in service Month 10 Implement Public Outreach Plan Month 11 Quarterly reports Months 4, 7 and 10 Final Report Month 12 Hardware: CNG-fueled vehicle as listed above. Attachment 1 Statement of Work — continued City of La Quinta Hereinafter Referred to as CONTRACTOR Contract Number ML07041 Reports Quarterly Reports: Until all subject vehicles are entered into service, 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 the format provided by AQMD staff. Report shall include, at a minimum: a) an executive summary; and b) a detailed discussion of the results and conclusions at this project. CONTRACTOR will identify any barriers encountered and solutions developed to overcome the barriers, and impact of project on future alternative fuel projects. In the event the CONTRACTOR files for bankruptcy or becomes insolvent or discontinues this project, no items revert to the AQMD for disposition into the AB 2766 Discretionary Fund account. Attachment 2 Payment Schedule City of La Quinta Hereinafter Referred to as CONTRACTOR Contract Number ML07041 Cost Breakdown Local Gov't Other Funds Purchase Total MSRC Costs Funds Applied Total Cost Category Applied Heavy Duty $25,000 $217,000 $0 $242,000 CNG Vehicles CONTRACTOR shall be reimbursed according to the amounts stated above per vehicle upon proof of vehicle delivery, vehicle acceptance, and placement of vehicle into service. Documentation of the specific engine installed in the vehicle, including the year, manufacturer, and model, must accompany each request for reimbursement. If, at the completion of the Project, the expenditures are less than the Total Cost amount above, the actual amount of AB 2766 Discretionary Funds reimbursed to CONTRACTOR shall be adjusted on a prorated basis, so that the amount reimbursed to CONTRACTOR shall not exceed the amount of local funds applied, up to a maximum of $25,000 per heavy-duty vehicle. Attachment 3 Supporting Documentation City of La Quinta Hereinafter Referred to as CONTRACTOR Contract Number ML07041 The supporting documents attached hereto as Attachment 3, represent obligations of the CONTRACTOR. Nothing herein shall be construed as an assumption of duties or obligations by the AQMD or granting any rights to third parties against the AQMD. 1. Proof of Insurance. !�L? 2 9 CALIFORNIA A August 27, 2007 Mr. Bret Plumlee, Assistant City Manager City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 Dear Mr. Plumlee: On July 3, 2007, the California JPIA mailed your agency's Certificate of Liability Protection for the 2007-2008 coverage period to your agency's risk manager. If applicable, a Certificate of Workers' Compensation Protection was also mailed. This mailing includes the Liability Program Memorandum of Coverage (MOC) effective July 1, 2007, for you to share with your agency's legal counsel. Please note that the definition of Protected Contract, Section C (page 11) has been clarified as follows: AP rotected Contract may cover an architect, engineer, or surveyor for his or her role as a Public Official, except for the application of paragraphs B.(i) and B.(ii) below. Protected Contracts may apply to contract public works directors, building officials, planning directors, City Managers, city attorneys, city prosecutors, redevelopment directors, or other contracted Public Officials for occurrences arising out of thew official duties, but this coverage applies only to the named contract Public Official and does not extend to other individuals within the contractor's firm. It is important to note that while the MOC is a description of the self-insurance program, the excess liability insurance layers may contain differences in insuring agreements, definitions, exclusions, and conditions. This page on our website, http://www.cipia.orgt4dcgi/resources/coverage.shtmi, contains the summaries of all of the programs available through the California JPIA for your reference. These programs include: General Liability, Workers' Compensation, Property, Pollution Legal Liability, Crime Coverage, and Special Events. If you have questions, please contact Beth Lyons, Assistant Executive Officer, or me at (562) 467- 8700. You may also email us atjshull@cjpia.org orblyons@cjpia.org. Sincerely, Jonathan R. Shull Executive Director Enclosure Distribution (with enclosure): California JPIA Director, City Manager, Risk Manager CALIFORNIA JOINT POWERS INSURANCE AUTHORITY 8081 MOODY STREET, LA PALMA, CA 90623 TEL (562) 467-8700 FAX (562) 860-4992 To: From: Date: Subject: CALIFORNIA JPIA MEMORANDUM California JPIA Risk Man Jonathan Shull, Executive July 3, 2007 Certificates of Coverage for July 1, 2007 — June 30, 2008 Enclosed is your agency's Certificate of Liability Protection for the 2007-2008 coverage period and, if applicable, your agency's Certificate of Workers' Compensation Protection for the same coverage period. In the next few weeks, a package will also be mailed to you, your City/Town Manager or Executive Director, and your agency's California JPIA Director. The package will include coverage summaries of all of the programs available through the CnLEFoxNa JPIA. Programs include: General Liability, Workers' Compensation, Property, Pollution Legal Liability, Blanket Fidelity Bond, and Special Events. The mailing will also include the Liability Program's Memorandum of Coverage for the coverage period beginning July 1, 2007. Please contact me at (562) 467-8787 or at jon@cjpia.org if you have questions. 260i z �_ O .Ci to oo Q) v o o lull v�T'� Q) [C 7 P,ao �u yP. vo 2f v v W w Z (v to 0 � von a 8 O Q N G^/ v r z .uCq ' �o o y r. O a a 0 o v c N 0 O, ~ 3 " ' O h v 0 O h� p. v O L3 p py U Q v R. O F v z u�° Ou o w V u uto x u [:� o. W O o � v << CJ Z . u o - fir-! t� mu COVER PAGE MEMORANDUM OF LIABILITY COVERAGE FOR THE gALIFORNIA JOINT POWERS INSURANCE AUTHORITY MEMBER: City of La Quinta MAILINGADDRESS: 78495 Calle Tampico La Quinta, CA 92253 PROTECTION LIMITS: Primary layer: $5,000,000 $15,000,000 — Land Subsidence Only PROTECTION PERIOD: From July 1, 2007 at 12:01 a.m. Pacific Time until superseded or terminated. This Memorandum is.a description of the terms and conditions of the Program through which certain specified and limited self -insured risks of liability are administered by the Authority and shared by its Members. This Memorandum is not an insurance policy. As provided in Section 990.8 of the California Government Code and appellate court cases of Orange County Water District v. Association of California Water Agencies JPIA (1997) and City of South El Monte V. Southern California Joint Powers Insurance Authority (1995), the pooling of self -insured claims or losses among the Members of the Authority shall not be considered insurance nor be subject to regulation under the Insurance Code. CALIFORNIAMIA r LIABILITY COVERAGE SUMMARY FOR THE CALIFORNIA JOINT POWERS INSURANCE AUTHORITY PROTECTION LIMITS: All covered claims other than subsidence: Primary Layer (California JPIA SIR): $5,000,000 Per Member Per Occurrence Coverage Details: California JPIA Memorandum of Coverage Annual Aggregate: None Excess Layers: $45,000,000 Per Member Per Occurrence Coverage Details: Each Respective Excess Insurer Policy* Annual Aggregate: $45,000,000 Per Member (products/completed operations only) Subsidence: Primary Layer (California JPIA SIR): $15,000,000 Per Member Per Occurrence Coverage Details: California JPIA Memorandum of Coverage Annual Aggregate: None Excess Layer: Coverage Details: Annual Aggregate: PROTECTION PERIOD: $10,000,000 Per Member Per Occurrence Each Respective Excess Insurer Policy* $10,000,000 Per Member From July 1, 2007 at 12:01 a.m. Pacific Time until superseded or terminated. THE ABOVE IS A SUMMARY OF THE LIABILITY LIMITS AVAILABLE TO CALIFORNIA JOINT POWERS INSURANCE AUTHORITY MEMBERS FOR COVERED OCCURRENCES. IT DOES NOT MODIFY THE MEMORANDUM OF COVERAGE, NOR THE EXCESS INSURANCE DOCUMENTS. *Note thm the Memorandum of Coverage and each cwm haMty huwwzoe kw may contain d7Jjenvrees tm inswing agreements, dgEiftwn& ezdwi w.andeon&1ow Forfafieaveregedetags.seethe Memorandumofcoverogeandfadfvuudpoitctes. Revised 8/2"7 /NA&I Clean Transportation Funding from the MSRC Mobile 59uroe Air Pollution ReducBon Review committee 21865 Copley Drive Diamond Bar CA 91765 909.396.3269 fax 909.396.3682 POLICY ON CONTRACT MODIFICATIONS SCOPE CHANGES, EXTENSIONS, AND COST REALLOCATIONS I 1. Contract extensions or scope changes may be requested on AB 2766 Discretionary Fund Contracts. Contractors should submit requests in writing to the Contract Administrator's i office. Reasons for the request should be well documented by the Contractor. The Contract Administrator will present the requests to both the MSRC-TAC and the MSRC for the consideration and approval. i' 2. Contract extensions and scope changes must be submitted by 9:00 a.m. on the first Monday of the month to be considered by the MSRC-TAC and MSRC for that month. Requests received after the first Monday of the month will be considered at the following month's MSRC-TAC and MSRC meetings. Late extension requests for contracts expiring prior to the following month's MSRC-TAC meeting must include a discussion of the compelling reasons for the untimely submission of the request. Such requests will be considered on a case -by - case basis by the MSRC-TAC. 3. Extension requests and scope changes will be considered by the MSRC-TAC and MSRC on a case -by -case basis. An option clause shall be included in all contracts that will allow MSRC staff the ability to extent a contract an additional six months at no cost to the MSRC or the contractor. All subsequent extensions will be brought to the MSRC for its consideration. If a contract extension or scope change is for the contractor's convenience, the MSRC shall have the discretion to request a downward adjustment in the contract price, an additional task, an additional report or seek other legal consideration as a condition of granting the extension or scope change. Situations defined as convenience are problems or delays caused by internal management or administration, for example, failure to submit progress reports or final reports in a timely manner, failure to aggressively monitor the project, and extensions merely to exhaust unexpended funds. i A delay due to problems with the delivery or manufacturing of equipment or vehicles and circumstances beyond the control of the contractors will not be considered as changes for the contractor's convenience. Documentation of delays will be required. The MSRC shall have the discretion to seek legal consideration for extension or requests granted under these circumstances. MEMBER ORGANIZATIONS: California Air Resources Board • Los Angeles County Metropolitan Transportation Authority • Orange County Transportation Authority . Riverside County Transportation Commission . San Bernardino Associated Governments • South Coast Air Quality Management District . Southern California Association of Governments • Regional Ridesharing Agency 4. Any contract changes made without prior approval of the MSRC will be at the contractor's own risk. If the MSRC does not approve the change, the contractor will not be reimbursed for any costs incurred as a result of the unapproved change. 5. The contractor is responsible for properly monitoring the project and should notify the Contract Administrator immediately if the Contractor feels the project is in jeopardy of falling behind schedule or problems arise. 6. Requests for extensions must be received in writing by the Contract Administrator 60 days prior to the close of the contract. The approval process for contract extensions and scope changes takes approximately six weeks. If a request is made within 60 days of end date of the contract, the contract may expire prior to review and approval of the request. If this situation occurs, the contractor must stop work until the time extension is approved. In the event the extension is not approved, the contractor must consider the end date of the contract term and may not bill for work done after this date. Adopted May 25, 1995 Amended November 1& 1999 2 / 21865 Copley Drive Diamond Bar CA 91765 Clean Transportation 909.396.3269 Funding from the MSRC fax909.396.3682 Mobile Source Air Pollution Reduction Review Committee ttachment A Policy to Terminate Contracts Due to Lack of Progress or Response by Contractors The intent of this policy is to discourage Contractors from failing to provide documentation of progress made on AB 2766 Discretionary Fund projects. It is the intent of the MSRC to ensure that work is completed pursuant to the work statement set forth in the respective contracts. In the event that progress is not made without adequate justification by the Contractor and subsequent approval by the MSRC, the MSRC may recommend that the contract be terminated and funds be reallocated to other projects. MSRC contracts require all contractors to submit progress reports within 15 days of the end of the reporting period (quarterly or monthly based upon the type of project). Under this policy, failure to submit progress reports within the allotted time may be considered a material breach and subject to termination. If the Contractor fails to submit progress reports as required by the contract, the following shall occur: If after seven (7) days past the progress report due date, the Contractor fails to submit progress reports as required by the contract, Contract Staff will notify the Contractor in writing of the delinquency and request that the progress report be submitted within seven (7) days of the written notice. For Monthly Reports: If the CONTRACTOR fails to submit a progress report for the second consecutive month, the Contracts Administrator shall send a second written notice indicating that two previous progress reports are due and that they must be submitted within 15 days. If the CONTRACTOR fails to provide a report for a third consecutive month, the AQMD's Contracts Manager shall provide written notice to the CONTRACTOR to cure the delinquency within 15 days of the notice or be subject to termination within 30 days. For Quarterly Reports: If the CONTRACTOR fails to submit a progress report, the Contracts Administrator shall send a written notice indicating that the progress report is due and that it must be submitted within 15 days. If the CONTRACTOR does not respond within the allotted time, the AQMD's Contracts Manager shall provide written notice to the CONTRACTOR to cure the delinquency within 15 days of the notice or be subject to termination within 30 days. Also, if the CONTRACTOR has a history of non-consecutive (three or more occasions) delinquent progress reports, this may be considered a material breach of the contract and be grounds for immediate termination of the contract. For example, if progress reports are submitted in such an inconsistent and sporadic fashion as to indicate a lack of compliance with this contract provision (e.g., progress report submitted one month, skipping several months thereafter). In addition, if a contract is terminated as a result of this policy, the direct contractor involved will not be eligible to apply for AB 2766 Discretionary Funds for two program years. Adopted 3/23/94 Amended 11/18/99 MEMBER ORGANIZATIONS. California Air Resources Board • Los Angeles County Metropolitan Transportation Authority • Orange County Transportation Authority • Riverside County Transportation Commission • San Bernardino Associated Governments • South Coast Air Quality Management District • Southern California Association of Governments • Regional Ridesharing Agency Task l Task 2 Task Attachment A Quarterly (or monthly) Progress Report For Reporting Period of Contract No. AB 2766/XXXXX (Contractor's Name) Contract Period — March 15, 2001 through June 30, 2005 Vehicle Procurement/Design and Engineering A bus bid specification was prepared detailing vehicle design and performance parameters, as well as technical quality assurance, and warranty requirements. Percent Completed this Reporting Period: 0% Percent Complete 100% Bid Process An Invitation for Bid (IFB) package was issued to perspective bus manufacturers of alternative fuel buses. (Contractor) reviewed and evaluated all Requests for Approval Equals submitted by each bus manufacturer. Bid opening was May 30, 2001. Percent Completed this Reporting Period: 0% Percent Complete 100% Pre -Production Meetings Pre -Production Meetings began in June of 2001, and were completed in August of 2001. Construction of the prototype bus has begun. Percent Completed this Reporting Period: Percent Complete 0% 100% Attachment A Task 4 Prototype Bus Production Contractor has in place an inspection team consisting of one Warranty and Equipment Mechanic and one Supervisor as required by the production process. The pre -production prototype bus was completed in October 2001. Percent Completed this Reporting Period: 0% Percent Complete 100% Task 5 Bus Production Contractor has in place an onsite manufacturing inspection team which monitors production quality and conformance to bus specifications. Once the production buses are completed and presented for acceptance, the inspection team will approve documents to allow for purchase and payment of buses. Percent Completed this Reporting Period: 25% Percent Complete 25% Task 6 Service Preparation Contractor has established a bus acceptance team to prepare new buses for service. Each new bus is safety checked, cleaned, and function tested prior to being placed into revenue service. Percent Completed this Reporting Period: 13% Percent Complete 13% Task 7 Vehicle Performance Evaluation New buses are assigned to designated service operating divisions for introduction into Contractors fleet. Performance of vehicles is monitored and warranty provisions of the contract are administered. This process is on -going throughout the life of the bus and has no completion date. The following percentages indicate buses presently in revenue service. While a number of new buses have been placed in service, any performance evaluation at this point would be Attachment A premature. The buses, however, have not exhibited any evidence of major problems or concerns. Percent Completed this Reporting Period: 2% Percent Complete 2% Issues During Current Reporting Period: 1. Engine performance issues related to stalling have been addressed by the manufacturer. The result has been a new engine electronic control module (ECM) software release. In addition, testing is underway on a prototype fuel pressure regulator. 2. Congestion at the fueling site was resolved by the addition and subsequent agreement for use of a new fueling site adjacent to the central terminal. Work Planned for Next Reporting Period: I . Operational Evaluation of the in-service fleet will begin. 2. Contractor will continue to work with bus manufacturer and the engine manufacturer to resolve any performance, reliability, or preventive maintenance issues that may arise. 3. Contractor will also continue to work with the bus manufacturer to resolve various issues related to the in-service fleet. 4. Engineering staff will continue with the full-time inspection and acceptance process at the production facility. For additional information or questions, please contact: 4 Letter of Certification This letter certifies that (PLEASE TYPE IN YOUR ORGANIZATION has received the vehicles that have been partially funded through the above -mentioned AB2766 Discretionary Fund Contract and those vehicles have been tested and placed into regular service. Signature Date Please submit with all invoices for vehicle reimbursement Crean Transportation Funding from the MSRC Mobile Source Air Pollution Reduction Review Committee PROJECT SUMMARY (FINAL REPORT) FORMAT For Selected AB 2766 Discretionary Fund Contracts 21865 Copley Drive Diamond Bar CA 91765 909,396.3269 fax 909.396.3682 For contracts from Fiscal Year (FY) 2004-05 and earlier Work Programs, the Final Report must be submitted in both paper copy and electronic Microsoft Word formats. For contracts from FY 2005-06 and later Work Programs, the Final Report only needs to be submitted electronically. The first two numeric characters of the contract number indicate the FY Work Program (e.g. contract #ML04999 would be from FY 2003-04). The paper copy, if required, must be bound in a three (3) ring binder. Each page of the report must be legible and suitable for photo production. All pages should be of standard size (8'/2 x 11). Photo reduction is not acceptable for tables or figures; these should be presented on consecutive 8 % x 11 pages with each page containing one portion of the larger chart. Color presentations are acceptable; printing should be in black. Do not include corporate identification on any page of the Final Report, except on the title page. The Project Summary Report should include the following: Title Paae — Include contract number, project title, contractor organization, and date, and include the statement: "Prepared for the Mobile Source Air Pollution Review Committee (MSRC) under the AB 2766 Discretionary Fund Work Program." Acknowlednements — Only this section shall contain acknowledgements of key personnel and organizations who were associated with the project. The last paragraph shall be as follows: "This report was submitted in fulfillment of (contract number) and (project title) by (contractor organization) under the (partial) sponsorship of the Mobile Source Air Pollution Reduction Review Committee (MSRC). Work was completed as of (date)". Disclaimer — The following statement is to appear near the front of the report: "The statement and conclusions in this report are those of the contractor and not necessarily those of the Mobile Source Air Pollution Reduction Review Committee (MSRC) or the South Coast Air Quality Management District (SCAQMD). The mention of commercial products, their sources or their uses in connection with material reported herein is not to be construed as either an actual or implied endorsement of such products." MEMBER ORGANIZATIONS, California Air Resources Board • Los Angelgs County Metropolitan Transportation Authority . Orange County Transportation Authority • Riverside County Transportation Commissionll. San Bernardino Associated Governments • South Coast Air Quality Management District . Southern California Association of Governments . Regional Rideshoring Agency Summary and Conclusions 1. Scope, purpose and background of the project. 2. Detailed description and analysis of the work performed during the course of the project that led to the conclusions. Where appropriate, include a discussion of cost projections and economic analyses. A discussion must be included describing the emissions benefits derived from this contract. This must include quantitative benefits not simply a qualitative statement that benefits were achieved. Use clear, concise statements to state recommended future actions and further study that may be required. 4. To document completed project, a picture or pictures of vehicles and/or infrastructure showing MSRC logo/decal must be included in the report. This section shall also include copies of any media/outreach materials and/or news clippings generated by the project. Revised MOM PTransportation Funding from the MSRC Mobile Source Air Pollution Reduction Review Committee On-line Submission Instructions Final Report, Photo(s) and Project Summary 21865 Copley Drive Diamond Bar CA 91765 909.396.3269 fax 909.396.3682 Final Reports shall be submitted electronically via the MSRC's well at www.cleantransportationfunding.org. A separate upload of at least one project photo, and completion of the on-line Project Summary, are also required as part of the Final Report submission. To use the on-line submission features, follow these steps: iFinal Reports • Go to the MSRC website's homepage at www cleantransportationfunding oro. I I Gesn Trouporltatton Funding from the MSRC • Select "Contractor Resources" from the blue box on the left side of the screen. • On the Contractor Resources page, under Forms and Templates, go to Guidelines. Here you will find a PDF version of the Final Report Format. Final Report;P4f} GUldehnes: Pleese follow these guidelines before submi lg your final Report • Click Final Report to print out a copy of the Final Report Formats' guidelines. • Following the format provided, prepare your Final Report including any charts, graphs, diagrams, photographs, etc. and combine into a single Microsoft Word or Adobe Portable Document Format (PDF) document. To submit your Report: • Go to the MSRC website's homepage. MEMBER ORGANIZATIONS California Air Resources Board • Los Angles County Metropolitan Transportation Authority • Orange County Transportation Authority • Riverside County Transportation Commission • San Bernardino Associated Governments • South Coast Air Quality Management District • Southern California Association of Governments • Regional Ridesharing Agency • Select "Contractor Resources" from the blue box on the left side of the screen. • On the Contractor Resources page, under Forms and Templates, go to Final Report Submission: Click Upload Report. You will be prompted to enter your MSRC contract number (be sure to include any alpha characters, e.g. ML06888). Click " Browse" and locate the file you wish to upload (maximum size 15 megabytes). Click the "Upload New PDF or Microsoft Word Document" bar. Upload - chcl} here tv submit Repo. Report ; dx only: To submit Photo(s) separately from the Final Report: • On the Contractor Resources page, under Forms and Templates, go to Final Report Submission and click Upload Pictures. You will be prompted to enter your MSRC contract number. Click "Browse" and locate your file (maximum image width 800 pixels, maximum height 600 pixels, maximum file size five megabytes). Click the "Upload New GIF, JPEG or TIFF Image" �bar. At least one photo must be uploaded by this method, in addition to any photos incorporated in the Final Report, so that a photo can be associated with the Project Summary discussed below. You must upload photos individually. Upload - clink nc _ to saarlithe 01du as of your =iga Picture 8 tTIFFcrh ion;esoluLon dPG 80DXM0 M S4 To complete your Project Summary: • On the Contractor Resources page, under Forms and Templates, go to Final Report Submission and click Project Summary. You will be prompted to enter your MSRC contract number. Pr i - Please smchte fnis ^nlme fcml as nar 0 Y-0, Summary Finsl Revz t 9Jb:T 153199 • Enter your project information including your agency/company's address and contact information. • Enter any co-sponsors or other project participants outside of your agency • Complete the Project information requested for each category: o Background - enter a brief background on the initiation of your project and your agency's participation in clean air goals. o Project Objectives - describe your project's objectives (i.e. to purchase five alternative fuel vehicles to replace five gasoline powered vehicles, to build a fueling site, etc.) o Implementation — describe what steps you took to implement your project (i.e. developed plans and specifications, research, bidding process, etc). o Status — describe the status of your project. (i.e. when did you complete the project? How many vehicles did you deliver and when? Where are they used? Have you had any issues with them? ) o Project Costs - what was your agency's cost to perform the project? Co-funders? What did you receive from the MSRC? o Results — what were the results of the project, emissions reductions? o Project Expansion - do you have any recommendations for future replication of the project? Click Submit. Please note that only one Final Report per contract may be submitted on-line at any one time. Should you submit a Final Report and then desire to revise it prior to its approval by the MSRC, please contact MSRC Contracts Administration staff and ask us to reject the Final Report. If a Final Report contains materials that the contractor lacks the capability to submit electronically, the entire Final Report must be submitted via a paper copy. Additionally, FY 2004-05 and earlier contracts require submission of a paper copy. To submit a paper copy of the Final Report, the following is required: The Final Report must be bound in a three-ring binder. Each page of the report must be legible and suitable for photo production. All pages should be of standard size (8 '/2 x 11). IDo not reduce large tables and figures to fit on the standard page; �hesO should be presented on consecutive 8 '/ x 11 pages with each page containing one portion of the larger chart. Color images are acceptable; printing should be in black. STANDARD PHOTO RELEASE FORM I hereby authorize the MSRC and AQMD to photograph, copy, publish, broadcast or otherwise distribute photographs or likenesses of my place of business, vehicles, advertisements, promotional materials or other work whether or not these materials are copyrighted, for use in the public service MSRC brochure, placement on the MSRC website for informational purposes, and/or use in other MSRC outreach media. I hold the copyright or I am the owner of the rights to the materials specified herein and am authorized to grant the rights to such publication, reprint, broadcast or other distribution of the materials specified herein. If copyrighted, I grant this license and authorization for no fee and will not require any copyright attribution for the described use for a public service and informational purpose. I do not intend to waive any other rights to the reprint or representation or distribution of these materials and reserve said rights. If I require copyright attribution, I will provide notice of such copyright to AQMD/MSRC at the time this authorization is executed. I am empowered by and on behalf of the entity herein to consent and authorize the above -specified Authorized Signature Organization Title Date