Loading...
HomeMy WebLinkAboutContracts & Agreements_146-2002South Coast Air Quality Management District FY01/02 MSRC AB 2766Discretionary Fund Alternative Fuels Local Government Match Program Contract No. AB 2766/L0209 ALTERNATIVE FUELS LOCAL GOVERNMENT 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, California 91765, and the City of Redlands (hereinafter referred to as "CONTRACTOR") whose address is 30 Cajon Street, Redlands, California 92373. 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 California (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 California Clean Air Act; and WHEREAS, under State Health 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 Attachment 1 - Statement of Work and Project Schedule 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 Alternative Fuels Local Government Match Program Application dated November 1, 2001. NOW THEREFORE, the Parties agree as follows: TERMS AND CONDITIONS OF PERFORMANCE 1. 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 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. 1 FYOI/02 MSRC AB 1766 Discretionary Fund Alternative Fuels Local Government Match Program Contract No. AB 2766/L0209 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. 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. 3 TERM - The term of this Contract is from date of contract execution by both parties through completion of the project or February 28, 2003, unless terminated earlier as provided for in Paragraph 4 below entitled Termination. 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 Attachments 1 and 2, 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 23 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. AQMD reserves the right to terminate this Contract at any time for non -breach, and for the convenience of AQMD for any reason judged sufficient by AQMD, AQMD will reimburse CONTRACTOR for actual costs incurred in performance of this Contract through the effective date of termination for any reason other than breach. 5. INSURANCE - Prior to the start of this Contract, CONTRACTOR shall furnish evidence of workers' compensation insurance in accordance with California statutory requirements and 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. AQMD 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 AQMD. Such modification is subject to pre -approval by AQMD. If CONTRACTOR fails to maintain the required insurance coverage, AQMD 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 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 as a result of the performance of this Contract. 2 FYO//02 MARC AB 2766 Discretionary, Fund Alternative Fuels Local Government Matc/i Program Contract No. AB 2766/L0209 7. PAYMENT A. AQMD shall pay CONTRACTOR a Firm Fixed Price of Forty Thousand Dollars ($40,000) 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 agency 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 East Copley Drive, Diamond Bar, CA 91765. Attn: Phil Yenovkian. C. No funds shall be paid out to CONTRACTOR pursuant to this contract, until the project described in Attachment 1 is completed and proof of completion is provided to AQMD. If the project described in Attachment 1 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 performance, 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 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 amount(s) contained in Attachment 2, the actual amount of AB 2766 funds reimbursed to CONTRACTOR shall be adjusted on a prorated basis. G. An amount equal to ten percent (10%) shall be withheld from each invoice paid. Upon satisfactory completion and final acceptance of work and the final report by AQMD, CONTRACTOR'S invoice for the 10% withheld will be released. s-- 10. 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. 11. 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 performance of services required to be performed under this Contract. CONTRACTOR further represents that in performance of this FY01/02 MSRC AB 2766 Discretionary Fund Alternative Fuels Local Government' Match Program Contract No. AB 2766/L0209 Contract, no person having any such interest shall be employed by CONTRACTOR or any subcontractor. 12, OWNERSHIP - Title and full ownership rights to any products purchased or developed under this Contract shall at all times remain with CONTRACTOR. 13. 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 seq.), 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. 14. 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. 15. 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. 16. 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. 17. 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 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. 18, 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. 19, 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. 4 FY01/01 MSRC AB 1766 Discretionary Fund Alternative Fuels Local Government Match Program Contract No. AB 2766/L0209 20. DUPLICATE EXECUTION - This Contract is executed in duplicate. Each signed copy shall have the force and effect of an original. 21. 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, Califomia. 22. PRE -CONTRACT 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, pre -contract cost expenditures authorized by the Contract will be reimbursed in accordance with the cost schedule and payment provision of the Contract. 23. 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 pre -paid, whichever is earlier. AQMD: South Coast Air Quality Management District 21865 Copley Drive Diamond Bar, CA 91765 Attn: Phil Yenovkian CONTRACTOR: City of Redlands P. O. Box 3005 Redlands, CA 92373 Attn: Marjie Pettus 24. 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 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 six (6) inches in height and eight (8) inches in width (Note: a smaller decal may be specified for electric vehicle infrastructure contracts). 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. 25. CHANGE TERMS - Changes to any part of this Contract must be requested in writing by CONTRACTOR and approved by MSRC in accordance with MSRC policies and procedures. Requests 5 FYOI/02 MSRC AB 2766 Discretionary Fund Alternative Fuels Local Government Match Program Contract No. AB 2766/L0209 to expend funds above the Contract value stated in Paragraph 7A must be approved prior to the expenditure of additional funds. 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. 26. 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 AIR QUALITY MANAGEMENT DISTRICT CITY OF REDLANDS By: ilev Norma J. Glover, Date: /3 iJr r an of the Board ATTEST: Jackie Dix, Clerk of the Board APPROVED AS TO FORM: Barbara Baird, District Counsel By: By: Karl N. Haws, Mayor Date: September 3, 2002 Attest : By e Por City Cle 6 Attachment 1 — Statement of Work and Project Schedule City of Redlands Hereinafter Referred to as CONTRACTOR AB 2766 Contract Number L0209 Project Description CONTRACTOR will purchase two heavy-duty vehicles as specified below. Statement of Work CONTRACTOR shall purchase two (2) OEM CNG powered heavy-duty vehicles as follows: Vehicle Life Expectancy Miles Per Year Ford E-450 Paratransit Bus with 5.4L 225 hp CNG Engine. 4 years 38,450 CONTRACTOR shall be reimbursed for vehicles according to the costs stated in Attachment 2 — Cost Schedule, upon proof of vehicle delivery, vehicle acceptance, and placement of vehicle into service. Engine must be certified for sale in California by California Air Resources Board prior to the release of MSRC funds. CONTRACTOR shall place vehicle into service within eighteen (18) months of Contract execution. Project Schedule Task Start Completion September, 2002 January, 2003 Order Vehicles Deliver Vehicles Quarterly Reports December, 2002 Quarterly through completion of contract Project Summary February, 2003 Attachment 1 — Statement of Work and Project Schedule City of Redlands Hereinafter Referred to as CONTRACTOR AB 2766 Contract Number L0209 Hardware: Two CNG-fueled vehicle as listed above. Reports Quarterly Reports: CONTRACTOR shall monitor the project and prepare and submit quarterly progress reports. The first report is due the 15th day of the fourth month after the date of Contract execution. Quarterly reports shall include, but are not limited to achievement of milestones; equipment activity, including documentation of total vehicle miles and/or engine operating hours accumulated; vehicle performance; any project delays or problems and solutions; summary and analysis of project results to date; preliminary findings, and recommendations for completion of project; identification of any unexpected circumstances or potential problems with the project, especially those that may delay the project schedule; and recommendations to resolve problems. Progress Reports that do not comply will be returned to the CONTRACTOR as inadequate. Project Summary: A project summary 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 of this project including the manner in which any replaced vehicles were retired. CONTRACTOR will identify any barriers encountered and solutions developed to overcome the barriers, impact on vehicle operating costs and impact of project on future alternative fuel deployment and near and long term alternate fuel vehicle goals. In the event the CONTRACTOR files for bankruptcy or becomes insolvent or discontinues this project, the following items revert to the AQMD for disposition into the AB 2766 Discretionary Fund account: none 2 Attachment 2 — Cost Schedule City of Redlands Hereinafter Referred to as CONTRACTOR AB 2766 Contract Number L0209 Infrastructure Bonus Point Application Multi -Jurisdictional Development (5%) Multiple Fleet Use (5%) Gap Closure (5%) Public Accessibility (10%) Total Infrastructure Bonus Points n/a Cost Breakdown Purchase Category Number of Items AB 2766 Cost per Unit Total MSRC Costs Local Gov't Funds Applied Total Cost Medium Duty Vehicles (100% match to $10,000) 0 $0 $ $ $ Heavy Duty Vehicles (100% match to $20,000) 2 $20,000 $40,000 $96,000 $136,000 Fueling Station (50% basic match) 0 n/a $ $ $ Infrastructure Bonus (as calculated above) n/a % $ $ $ Total n/a n/a $40,000 $96,000 $136,000 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. Engines shall be certified by California Air Resources Board at an optional low NOx certification prior to release of MSRC funds. Attachment 3 — Supporting Documentation AB2766 Contract Number L0209 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. Certificate of Self-insurance. 4 ACORDT,, CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YY) 11/01/2001 PRODUCER (909)793-2373 Davis & Graeber Insurance 470 E. Highland Ave. F.O. Box 40 Redlands, CA 92373 NsuRED City Of Redlands P. O. Box 3005 Redlands, CA 92373 FAX (909)798-6983 Services, Inc. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: Employers Reinsurance Corp INSURER B: INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES 00 INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING AN`I' REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCEAPFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH PC)LiCiES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAO CLAIMS. iNSR : LTR i TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/00/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS GENERAL LIABILITY COMMERC`,")L GFI,ERAL LIABILITY EACH OCCURRENCE FIRE DAMAGE (Any one fire) cLA;ros MADE ! I OCCUR MED EXP (My one person) PERSONAL & ADV INJURY GENT GENERAL AGGREGATE AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG POLICY 7 .7r2T 1 1 LOC , AUTOMOBILE 1--1 I r---' I LIABILITY ANYAUTO ALL OWNED AUTOS SCREDULD AUl'OS 1 FilRELS AUTOS 1 NON -CANNED AO OS COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) r PROPERTY DAMAGE (Per accident) i GARAGE L LIABILITY ANm. AUTO AUTO ONLY - EA ACCIDENT OTHER THAN EA ACC AUTO ONLY: AGG I EXCESS LIABILITY OCCUR I 1 CLAIMS MADE DEDUCTRELE RETENTION S EACH OCCURRENCE ' I AGGREGATE $ WORKERS COMPENSATION AND EMPLOYERSLIABILITY A 0570856 01/01/2001 01/01/2002 X y wcsmiu- OTH- TORY LIMITS ." ER E.L. EACH ACCIDENT S 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT S 1,000,000 OTHER DESCRIPTION OF OPERATIONSA.00ATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPEC1AL PROVISIONS Re: Operations of the Named Insured - Grant: Local Government Match Program - Vehicle Purchase Retention: $300,000 Each Accident/$300,000 Each Employee for Disease Workers Compensation Limit of Liability:$10,000,000 Each Accident/$10,000,000 Each Employee for Disease ADDITIONAL INSURED; INSURER LETTER: Phil Wenovkian MSRC Contracts Administration South Coast Air Quality Management District 21865 E. Copley Drive Diamond Bar, CA 91765 ACORD 25- 7/97) CANCEL TION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL * 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLJGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES, AUTHORIZED REPRESENTATIVE Ross Jones/RLR ©ACORD CORPORATION 1988 ACORD,„ CERTIFICATE OF LIABILITY INSU NCE DATE (MM/DD/YY) 11/01/2001 ppoDucER (909)793-2373 Davis & Graeber Insurance Services, Inc. 470 E. Highland Ave. P,O. Box 40 Redlands, CA 92373 NSURED City Of Redlands P. O. Box 3005 Redlands, CA 92373 FAX (909)798-6983 THIS CERTIFICATE IS ISSUED AS A MATTER OF NFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURERA: Insurance Co. of the State of Pennsylvania iNSURER INSURER C: INSURER U. URER E: COVERAGES THE POLICIES ANY REQUIREMENT, MAY PERTAIN, POLICIES, INSR r LTR OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS , GENERAL . , GENT LIABILITY COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE FIRE DAMAGE (Any cne fire) CLAIMS MADE J OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ , 1 GENERAL AGGREGATE AGGREGATE LIMP' APPLIES PER: PRODUCTS - COMP/OP AGG PRO- 1 POLICY JECT LOC AUTOMOBILE -4 LIABILITY . ANY AUTO ALL OWNED AUTOS I SCHEDULE SCHEDULED AUTOS HIRED AUTOS , NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) r-----1 i1 1 BODILY INJURY (Per amident) S PROPERTY DAMAGE (Per accident) GARAGE LIABILITY ! ; ANY AUTO AUTO ONLY - EA ACCIDENT EA ACC OTHER THAN AUTO ONLY: AGG EXCESS X 1 ,.-L LIABILITY 42992583* 07/01/1999 07/01/2002 EACH OCCURRENCE 10,000,000 OCCUR CLAIMS MADE AGGREGATE 8 10,000,000 DEDUCTIBLE RETENTION $ i I WORKERS COMPENSATION AND 1 EMPLOYERS' LIABILITY WC STATU- OTH- TORY LIMIER TS E. . EACH ACCIDENT S E.L. DISEASE - EA EMPLOYEE $ -. . DISEASE - POUCY LIMIT $ i Se0111-IU lf-insured Retention A I (Any One Occurrence) ' I 1 *42992583 07/0 999 07/0 2002 $500,000 DESCRIPTION OF OF:ERATIONS/LOCAT1ONS/VEHICLES/EXCIUSIONS ADDED BY ENDORSEMENT/SPEC1AL PROVISIONS e: Operations performed by the insured - Grant: Local Government Match Program - Vehicle Purchase ertificate holder is added as additional insured per endorsement to be issued by the company. "Special Excess Liability covering Auto, General Liability, Law Enforcement and Public Official Liab. **IQ days for non-payment of premium r• co-roctr- A = i_. i-... 1-.1- r-t DM NAL INSURED; INSURER LETTER CANCELLATION Phil Wenovkian MSRC Contracts Administration South Coast Air Quality Management District 21865 E. Copley Drive Diamond Bar, CA 91765 ACORD 25-S (7/97) SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL *30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Ross Jones/RBJ ©ACORD CORPO TION 1988