HomeMy WebLinkAbout1997-01-21 City Council" City of Palo Alto
City Manager’s Report
TO:
FROM:
AGENDA DATE:
HONORABLE CITY COUNCIL
CITY MANAGER DEPARTMENT:
January 21, 1996
UTILITIES
CMR:102:97
4
SUBJECT:Approval of Consultant Contracts for Specialized Services to Prepare
for Electric Industry Restructuring
REOUEST
This is a request for Council to approve contracts with Barakat & Chamberlin, Inc., Pacific
Consulting Services, Resource Management International, Inc. (RMI) and EES Consulting, Inc.
(EES) for a combined, maximum annual total of $300,000 for specialized consulting services with
a major focus to continue preparing for electric industry restructuring.
These contracts were not included in the list of contracts sent to Council at the beginning of the year
to request Committee participation in determining the scope of services. Staff misinterpreted the
requirements for consulting services to be reviewed by Council. Staffhas reviewed the appropriate
policies and procedures and has a better understanding of the review requirements for future
consulting contracts. ~.
While the contracts have large dollar amounts, the proposed scope of work is non-controversial, and
the consultants will be completing a broad range of work for the Utilities Department. Given the
very short time frame for Palo Alto to prepare for electric industry restructuring, staff requests that
Council approve these contracts without referral to Committee for further review.
RECOMMENDATIONS
1. Approve and authorize the Mayor to execute the attached consultant contracts with:
-Barakat & Chamberlin, Inc.
-Pacific Consulting Services
-Resource Management International, Inc. (KMI)
-EES Consulting Inc.
for a combined, maximum total of $300,000 for specialized consulting services for a term of one
year.
CMR:102:97 Page 1 of 4
Authorize the City Manager or her designee, upon review and approval of the appropriate
committees, to negotiate and execute annual change orders to extend the contracts for up to two
additional years. The sum of work performed will not exceed $300,000 in FY 97/98 and
$300,000 in FY 98/99.
POLICY IMPLICATIONS
The award of these contracts is consistent with existing policies.
EXECUTIVE SUMMARY
Consultant Service Description:
The Utilities Department, Resource Management Division, has identified the need for consulting
services to augment staff resources and provide specialized knowledge, analysis and objective
appraisal of program activities and direction. A major focus of these services, as emphasized in the
organizational review recommendation, will be to prepare for electric utility industry restructuring;
These services include:
-Develop plans and procedures to prepare the electric utility for competition.
-Assess markets and competitors.
-Segment and analyze customer needs.
-Develop products and services to meet customer needs. ’
-Develop short term load forecasts.
-Analyze supply market, regulatory and legislative issues.
These consultants have been selected to provide specialized consultation, guidance, and analysis on
an as-needed basis. The four firms were selected to provide sufficient overlap of skills required to
¯ meet the utilities consulting needs during the next three years of electric industry restructuring.
Selection Process
On August 30, 1996, a request for proposals was sent to 38 consulting firms which were known to
offer relevant services. Firms were given 30 days to respond to the request. The scope of work was
divided into three major sections. The RFP allowed consultants to respond to any or all sections of
the scope of work. The RFP stated that more than one consulting firm would be retained to perform
tasks outlined in the scope of work. The sections and sub-sections from the Scope of Work were:
Electric utility
1. Technical consulting
2. Legislative & regulatory services
B. Natural gas industry
1. Technical consulting
CMR:102:97 Page 2 of 4
2. Legislative and regulatory services
C.Market assessment services
1. Forecasting
2. Customer surveying
3. Market analysis
4. Demand-side management program activities
5. Data management activities
On September 11, 1996, a pre-bid conference was held and it was attended by 20 of the firms.
Proposals were due at 3:00 P.M. on October 1, 1996. A total of 18 fLrms submitted proposals
responding to all or parts of the scope of work.
Two selection committees reviewed proposals related to specific sections in the scope of work. A
committee consisting of the Manager of Supply Resources and two members of the Supply
Resources Group reviewed each proposal for responses to Section A and Section B work. Another
committee consisting of the Manager of Competitive Assessment and two members of the
Competitive Assessment Group reviewed each proposal with respect to responses to Section C
work. The committees carefully reviewed each firm’s qualifications and submittals. Ten firms were
invited to participate in or~ interviews.
The final four firms were selected because they ranked the highest, based on the evaluation factors
contained in the request for proposals. These factors were~ experience related to the services
offered, ability to perform the services in a timely manner, analysis tools, relevant education and
cerlifieation, references, rates, and other related information. The following section provides a brief
summary of the expertise of each of the selected firms:
Barakat & Chamberlin: This firm has demonstrated capabilities and experience in all areas of
resource management and market analysis, with particularly superior capabilities in market analysis,
Demand Side Management (DSM), and strategic business and marketing planning. Barakat &
Chamberlin just recently assisted the management of the Sacramento Municipal Utility District and
Seattle City Light in the development of their plans for electric industry restructuring. Also, the
firm has developed extensive databases on participants in the electric supply market. The anticipated
services from this firm include market research on customers, competitors, utility industry changes
and trends, market segmentation, development of new utility products and services, strategic
business and marketing planning, and benehrna_rking.
Pacific Consulting Services: This is a Bay Area firm with demonstrated capabilities in customer
surveying and Demand Side Management (DSM). They were selected because of their technical
excellence in customer surveying and statistical analysis and will be particularly helpful with
customer questionnaire design, sample selection, survey implementation and statistical analysis of
the results.
CMR:102:97 Page 3 of 4
Resource Management International, lnc. - RMI has excellent knowledge of Westem Area Power
Administration, Transmission Agency of Northem California (TANC), and Palo Alto electric and
gas issues dueto its previous involvement with CPA in these areas.
EES Consulting lnc. - EES showed very good overall capability and experience. They have very
strong knowledge of the Pacific Northwest, and their experience with Bonneville Power
Administration (BPA) will be very useful. They have a good understanding of the Califomia electric
restructuring process and are familiar with Palo Alto Utilities. EES is expected to provide Palo Alto
an independent perspective on the complex issues relating to electric restrueauing. Their rates are
the lowest of the firms interviewed by the Supply Resources Group.
FISCAL IMPACT
Funds for this project are included in the FY1996/97 budget. The total budget for work to be
performed under these contracts is $300,000 for FY 96/97. Renewal of these contracts will be
subject to appropriation of funds during the FY 97/98 and FY 98/99 budget process. The contracts
may be terminated with ten days’ notice with or without cause.
ENVIRONMENTAL ASSESSMENT
These services do not constitute a project for the purposes of the California Environmental Quality
Act.
ATTACHMENTS
Attachment 1: Agreements
PREPARED BY:Doug Boeeignone, Manager, Supply Resources
W. Blake Heitzman, Manager, Competitive Assessment
Resource Management Division
(~~EDWA~
CITY MANAGER APPROVAL: ~]ir~~,~
CMR:102:97 Page 4 of 4
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
BARAKAT & CHAMBERLIN, INC.
FOR CONSULTING SERVICES
This Contract No.is entered into ,
by and between the CITY OF PALO ALTO, a chartere~ city and a
municipal corporation of the State of California ("CITY"), and
BARAKAT & CHAMBERLIN, INC., a California corporation, located at
1800 Harrison Street, 18th Floor, Oakland, California 94612
("CONTRACTOR").
RECITALS:
WHEREAS, CITY desires certain ’consulting services
("Services"), as more fully described in Exhibit "A"; and
WHEREAS, CITY desires to engage CONTRACTOR, including its
employees, if any, in providing the Services by reason of its
qualifications and experience in performing such Services, and
CONTRACTOR has offered to provide the Services on the terms and in
the manner set forth herein;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Contract, the parties agree:
SECTION I. TERM
i.I This Contract will commence on the date of its
execution by CITY. CONTRACTOR will commence work on tasks as
directed by the CITY’s project manager, In the event that the
Services are not completed within the specified time schedule on
account of CONTRACTOR’s default, CITY’s city manager will have the
option of extending the time schedule for any period of time. This
provision will not preclude the recovery of damages for delay
caused by CONTRACTOR.
SECTION 2.
CONTRACTOR
QUALIFICATIONS,STATUS,AND DUTIES OF
2.1 CONTRACTOR represents and warrants that it has the
expertise and professional qualifications to furnish or cause to be
furnished the Services. CONTRACTOR further represents and warrants
that the project director and every individual charged with the
performance of the Services under this Contract are duly licensed
or certified by the State of California, to the extent such
licensing or certification is required by law to perform the
Services.
2.2 In reliance on the representation and warranty set
forth in Section 2.1, CITY hires CONTRACTOR to perform, and
CONTRACTOR covenants and agrees that it will furnish or cause tobe
furnished, the Services.
961216 syn 0071092
1
2.3 CONTRACTOR will assign MICHAEL PRETT0 as the project
director to have supervisory responsibility for the performance,
progress, and execution of the Services. If circumstances or
conditions subsequent to the execution of this Contract cause the
substitution of the project director for any reason, -the
appointment of a substitute project director will be subject to the
prior written approval of the project manager.
2.4 CONTRACTOR represents and warrants that it will:
2.4.1 Procure all permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
incident to the due and lawful prosecution of the Services;
2.4.2 Keep itself fully informed of all existing and
future Federal, State of California, and local laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
employed under this Contract, .any materials used in CONTRACTOR’s
performance under this Contract, or .the performance of the
Services;
2.4.3 At all times observe and comply with, and cause
its employees and contractors (and consultants), if any, who are
assigned to the performance of this Contract to observe and comply
with, the laws, ordinances, regulations, orders and decrees
mentioned above; and
2.4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to any plans, drawings, specifications or provisions of
this Contract.
2.5 Any reports, information, data or other material
given to, or prepared or assembled by, CONTRACTOR or its
contractors, if any, under this Contract will become the property
of CITY and will not be made available to any individual or
organization by CONTRACTOR or its contractors, if any, without the
prior written approval of the city manager.
2.6 CONTRACTOR will provide CITY with seven (7), copies
of the final report, if any, which may be required under this
Contract, upon completion and acceptance of each report by CITY.
2.7 If CITY requests additional copies of reports,
drawings, specifications or any other material which CONTRACTOR is
required to furnish in limited quantities in the performance of
the. Services, CONTRACTOR will provide such additional copies and
CITY will compensate CONTRACTOR for its duplication costs.
2.8 CONTRACTOR will be responsible for employing or
engaging all persons necessary to perform the Services. All
contractors of CONTRACTOR will be deemed to be directly controlled
and supervised~by CONTRACTOR, which will be responsible for their
performance. If any employee or contractor of CONTRACTOR fails or
961216 syn 0071092
2
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner, the
employee or contractor will be discharged immediately from further
performance under this Contract on demand of the project manager.
SECTION 3. DUTIES OF CITY
3.1 CITY will furnish or cause to be furnished the
specified services set forth in Exhibit "A" and such other
information regarding its requirements as may be reasonably
requested by CONTRACTOR.
3.2 The city manager will represent CITY for all
purposes under this Contract. BLAKE HEITZMAN, Manager, Competitive
Assessment, is designated as the project manager for the ~city
manager. The project manager will supervise the performance,
progress, and execution of the Services, and will be assisted by
DOUG BOCCIGNONE, Manager, Supply Resources.
3.3 If CITY observes or otherwise becomes aware of any
default in the performance of CONTRACTOR, CITY will use reasonable
efforts to give written notice thereof to CONTRACTOR in a timely
manner.
SECTION 4.- COMPENSATION
4.1 In consideration of the full performance of the
Services by CONTRACTOR, CITY will pay CONTRACTOR within thirty
(30) days of submission by CONTRACTOR of its itemized billings, in
triplicate, in accordance with the following fee schedule set forth
in Exhibit "B".
SECTION 5.AUDITS
5.1 CONTRACTOR will permit CITY to audit, at any
reasonable time during the term of this Contract and for three (3)
years thereafter, CONTRACTOR’s records pertaining to matters
covered by this Contract. CONTRACTOR further agrees~to maintain
and retain such records for at least three (3) years after the
expiration or earlier termination of this Contract.
SECTION 6. INDEMNITY
6.1 CONTRACTOR agrees to protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
agents from any and all demands, claims, or liability of any
nature, including death or injury to any person, property damage or
any other loss, caused by or arising out of CONTRACTOR’s, its
officers’, agents’, subcontractors’ or employ.ees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct ~for which
applicable law may impose strict liability on CONTRACTOR in the
performance of or failure to perform its obligations under this
Contract.
3
961216 syn 0071092 ~.
SECTION 7. WAIVERS
7.1 .The waiver by either party of any breach or
violation of any covenant, term, condition or provision of this
Contract, or of the provisions of any ordinance or law, will not be
deemed to be a waiver of any other term, covenant, condition,
provisions, ordinance or law, or of any subsequent breach or
violation of the same or of any other term, covenant, condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or violation
by the other party of any term, covenant, condition or provision of
this Contract or of any applicable law or ordinance.
7.2 No payment, partial payment, acceptance, or partial
acceptance by CITY will operate as a waiver on the part of CITY of
any of its rights under this Contract.
SECTION 8. INSURANCE
8.1 CONTRACTOR, at its sole cost and expense, will
obtain and maintain, in full force and effect during the term of
this Contract, the insurance coverage described in Exhibit "C",
insuring not only CONTRACTOR and its contractors, if any, but also,
with the exception of workers’ compensation, employer’s liability,
and professional liability insurance, naming CITY as an additional
insured concerning CONTRACTOR’s performance under this Contract.
8.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Rating Guide ratings of
A:X or higher which are admitted to transact insurance business in
the State of California. Any and all contractors of CONTRACTOR
retained to perform Services under this Contract will obtain and
maintain, in full force and effect during the term of this
Contract, identical insurance coverage, naming CITY as an
additional insured under such policies as required above~
8.3 Certificates of such insurance, preferably on the
forms provided by CITY, will be filed with CITY concurrently with
the execution of this Contract. The certificates will be subject
to the approval of CITY’s risk manager and will contain an
endorsement stating that the insurance is primary coverage and will
not be canceled or altered by the insurer except after filing with
CITY’s city clerk thirty (30) days’ prior written notice of such
cancellation or alteration, and that the City of Palo Alto is named
as an additional insured except in policies of workers’
compensation, employer’s liability, and professional liability
insurance. Current certificates of such insurance will be kept on
file at all times during the term of this Contract with the city
clerk.
8.4 The procuring of such required policy or policies of
insurance will not be construed to limit CONTRACTOR’sliability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
961216 syn 0071092
4
CONTRACTOR will be obligated for the full and total amount of any
damage, injury, or loss caused by or directly arising as a result
of the Services performed under this Contract, including such
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
SECTION 9.WORKERS’ COMPENSATION
9.1 CONTRACTOR, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against
liability for workers’ compensation or to undertake self-insurance
in accordance with the provisions of that Code, and certifies that
it will comply with such provisions, as applicable, before
commencing the performance of the Services.
SECTION 10.
SERVICES
TERMINATION OR SUSPENSION OF CONTRACT
i0.I The city manager may suspend the performance of the
Services, in whole or in part,.or terminate this Contract, with or
without cause, by giving ten (I0) days’ prior written notice
thereof to CONTRACTOR. Upon receipt of such notice, CONTRACTOR
will immediately discontinue its performance of the Services.
10.2 CONTRACTOR may terminate this Contract or suspend
its performance of the Services by giving thirty (30) days’ prior
written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY or in the event CITY
indefinitely withholds or withdraws its request for the initiation
or continuation of the Services to be performed.
I0.~ Upon such suspension or termination by CITY,
CONTRACTOR will be paid for the Services actually rendered to CITY
on or before the effective date of suspension or termination;
provided, however, if this Contract is suspended or terminated on
account of a default by CONTRACTOR, CITY will be obligated to
compensate CONTRACTOR only for that portion of the Services which
are of direct and immediate benefit to CITY, as such determination
may be made by the city manager acting in the reasonable exercise
of her discretion.
10.4 Upon such suspension or termination, CONTRACTOR will
deliver to the city manager immediately any and all copies of
studies, sketches, drawings, computations, and other data, whether
or not completed, prepared by CONTRACTOR or its contractors, if
any, or given to CONTRACTOR or its contractors, if any, in
connection with this Contract. Such materials will become the
property of CITY.
10.5 The failure of CITY to agree with CONTRACTOR’s
independent findings, conclusions, or recommendations, if the same
are called for under this Contract, on the basis of differences in
matters of judgment, will not be construed as a failure on the part
of CONTRACTOR to fulfill its obligations under this Contract.
961216 ~Jn 0071092
SECTION11.ASSIGNMENT
Ii.i This Contract is for the personal services of
CONTRACTOR, therefore, CONTRACTOR will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
or interest in or to the same or any part thereof without the prior
written consent ~of CITY. A consent to one assignment will not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the approval of the city manager will be
void and, at the option of the city manager, this Contract may be
terminated. This Contract will not be assignable by operation of
law.
SECTION 12.NOTICES
12.1 All notices hereunder will be given in writing and
mailed, postage prepaid, by certified mail, addressed as follows:
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
Copy to:Department of Utilities
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
Attn: Project Manager
To CONTRACTOR: Attention of the project director
at the address of CONTRACTOR recited above
SECTION 13.CONFLICT OF INTEREST
13.1 In accepting this Contract, CONTRACTOR covenants
that it presently has no interest, and will not acquire any
interest, director indirect, financial or otherwise, which would
conflict in any’ manner or degree with the performance of the
Services.
13.2 CONTRACTOR further covenants that, in the
performance of this Contract, it will not employ any contractor or
person having such an interest. CONTRACTOR certifies that no
person who has or will have .any financial interes~ under this
Contract is an officer or employee of CITY; this provision will be
interpreted in accordance with the applicable provisions of the
Pal0 Alto Municipal Code and the Government Code of the State of
California.
SECTION 14 NONDISCRIMINATION
14.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made in the employment of any person under
this Contract because of the age, race, color, national origin,
ancestry, religion, disability, sexual preference or gender of that
961216 syn 0071092
6
person. If the value of this Contract is, or m~y be, five thousand
dollars ($5,000) or more, CONTRACTOR agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the requisite
form furnished by CITY and set forth in Exhibit "D".
14.2 CONTRACTOR agrees that each contract for services
with an independent provider will contain a provision substantially
as follows:
"[Name of Provider] will provide CONTRACTOR
with a certificate stating that [Name of
Provide~] is currently in compliance with all
Federal and State of California laws covering
nondiscrimination in employment; that¯ [Name of
Provider].will pursue an affirmative course of
action as required by the Affirmative Action
Guidelines of the City of Palo Alto; and that
[Name of Provider] will not discriminate in
the employment of any person under this
contract because of the age, race, color,
national origin, ancestry, religion,
disability, sexual preference or gender of
such person."
14.3 If CONTRACTOR is found in violation of the
nondiscrimination provisions of the State of California Fair
Employment Practices Act or similar provisions of Federal law or
executive order in the performance of this Contract, it will be in
default of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
the sum of twenty-five dollars" ($25) for each person for each
calendar day during which such person was subjected to acts of
discrimination, as damages for breach of contract, or both. Only
a finding of the State of California Fair Employment Practices
Commission or~ the equivalent federal agency or officer will
constitute evidence of a breach of this Contract.
14.4 If CONTRACTOR is in default of the nondiscrimination
provisions of this Contract or the Affirmative Action Guidelines
pertaining to this Contract, CONTRACTOR will be found in material
breach of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
from the amount payable, to CONTRACTOR the sum of two hundred fifty
dollars ($250) for each calendar day during which CONTRACTOR is not
in compliance with this provision as damages for breach of
contract, or both.
SECTION 15. MISCELLANEOUS PROVISIONS
15.1 CONTRACTOR represents and warrants that it has
knowledge of the requirements of the Americans with Disabilities
Act of 1990, and the Government Code and the Health and Safety Code
of the State of California, relating to access to public buildings
and accommodations for disabled persons, and relating to facilities¯
961216 syn 0071092
for disabled persons. CONTRACTOR will comply with or ensure by its
advice that compliance with such provisions will be effected in the
performance of this Contract.
15.2 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
15.3 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Northern District of California in the County of Santa
Clara, State of California.
15.4 The prevailing party in any action brought to
enforce the provisions of this Contract may recover its reasonable
costs and attorneys’ fees expended in connection with that action.
15.5 This document represents the entire and integrated
agreement between the parties and supersedes all prior negotia-
tions, representations, and contracts, either written or oral.
This document may be amended only by a written instrument, which is
signed by the parties.
15.6 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
15.7 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and contractors, as the case
may be, of the parties.
15.8 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any. amendments thereto will remain in full force and effect°
15.9 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time
to time, may be referred to in any duly executed amendment hereto
are by such reference incorporated in this Contract and will be
deemed to be a part of this Contract.
15o10 This Contract may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one and the same instrument°
15.11 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Municipal
Code. This Contract will terminate without any penalty (a) at the
end of any fiscal year in the event that funds are not appropriated
for the following fiscal year, or (b) at any time within a fiscal
year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer
available. This Section 15.11 shall take precedence in the event
of a conflict with any other covenant, term, condition, or
961216 sy~ 0071092
8
provision of this Contract.
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF PALO ALTO
City Clerk
APPROVED AS TO FORM:
Senior Asst. City Attorney
Assistant City Manager
Director of Utilities
Mayor
BARAKAT & CHAMBERLIN, INC.
Taxpayer’s I.D. No. 94-2964717
Deputy City Manager,
Administrative Services
Risk Manager
Attachments:
EXHIBIT "A" :
EXHIBIT "B" :
EXHIBIT "C" :
EXHIBIT "D" :
SCOPE OF SERVICES AND TIME SCHEDULE
FEE SCHEDULE
INSURANCE
.NONDISCRIMINATION COMPLIANCE FORM
9
961216 syn 0071092
CERTIFICATE OF ACKNOWLEDGEMENT
(Civil Code S i189)
)) ss.
)
a Notary Public in and for said County and State, ~ersonally
appeared D~II ~,’~A , personally known to me
or proved to me on the_~asis of satisfactory evidence to be the
personj~ whose name~O i~/a~ subscribed to the within instrument
~acknowledged to me that O/s~<e/t~y executed the same in
h~/t~ir authorized capacity(i~), and that by~/~/th~Zr
s~gnature~0 on the instrument.the person/~, or the entity upon
behalf of which the person(~ acted, executed the instrument.
WITNESS my hand and official seal.
Signature of Notary ~ublic
961216 syn 0071092
10
Exhibit "A":Scope of Services and Time Schedule
The Scope of Services for this contract is provided below. The consultant will be asked to
perform services in one or more of the following areas.
A. ~tilitv - Technical Consulting. Legislative and R.~gulatory Services
Within the Electric Utility, there are three main focus areas:
-Western Area Power Administration (WAPA)
-Electric industry restructuring and related issues
-Miscellaneous consulting services
A1.WAP/~ - Monitoring, analyzing, and reporting on key Western Area Power
Administration (WAPA) activities that may.affect the CITY’S electric utility.
These services include but are not limited to:
Identify and analyze WAPA issues and activities that may impact the
rates that the CITY pays for power or impact the amount of power the
CITY receives from WAPA.
Analyze Federal and State legislative activities that may impact
CITY of PALO ALTO: RFP (2/96)SECTION 00001-7
PART II - SCOPE of WORK or SERVICES City of Palo Alto
availability or cost of the WAPA resource.
Provide assistance in developing appropriate response strategies to
relevant WAPA issues.
Monitor key environmental proceedings such as the Bay/Delta
proceedings, State Water Resource Control Board, water quality
proceedings and others.
A2.J~lectric Industry Restructuring and Related Issues_
Assist the CITY to respond to the challenges related to electric industry
restructuring, including, but not limited to:
Identification of possible market opportunities and threats;
Response to the challenges that the CITY may face from increased
competition;
Analysis relating to stranded costs and customer contracts
*Assistance with monitoring and/or influencing any of the Western
Power Exchange (WEPEX) activities;
Financial and technical analysis related to the Independent System
Operator (ISO) and Power Exchange (PX);
*Assistance with transmission and other FERC related issues.
~Assistance with State Legislative monitoring and intervention.
Assistance with interventions at selected proceedings, including
technical assistance, draft tes’timony, and/or analysis of related
litigation.
A3.""’ II I""
*Assistance in Planning and .Economic Analysisof transmission services
and supply resources
CITY of PALO ALTO: RFP (2/96)SECTION O0001-8
PART II - SCOPE of WORK or SERVICES City of Palo Alto
Assistance in analyzing and developing energy price risk management
tools, products and services and in developing new energy, pricing
strategies.
Monitor, analyze, and report on key USBR, State of California,
CALFED, and San Francisco Bay, Sacramento and San Joaquin Delta
Oversight Committee Activities that may affect the CITY’S electric
utility.
Management Consulting
Contract Negotiations
Interconnection Agreement evaluation and negotiation
Identification and analysis of partnering opportunities
B. Natural Gas Industry -Tech’nical Consulting, Legislative and Re~
Consultant shall provide natural gas consulting services and legislative and
regulatory support to the City. The services and support are in the following task
categories:
B1.Work with the City to establish regulatory goals, objectives, and priorities.
B2.Monitor, analyze and testify in CPUC and FERC proceedings to represent the
City’s interests.
B3.Maintain routine and sufficient access to key policy makers and staff at the
CPUC to facilitate, upon City authorization, effective and efficient
representation of the City’s viewpoints and concerns on gas regulatory
issues.
B4.
B5.
B6.
Assist the city in attaining its gas acquisition and transportation objectives.
Monitor and intervene in the legislative process as required.
Provide the City with miscellaneous natural gas consulting services including
development and use of optimization models, financial analysis and contract
negotiations.
CITY of PALO ALTO: RFP (2196)SECTION 00001-9
PART II - SCOPE of WORK or SERVICES City of Palo Air0
C. Utility Market Assessment Services
Consultant shall provide the following market assessment services as desired.
C1. Forecasting Services
The Consultant may be requested to assist with forecasting annual usage for
electricity, natural gas, and water. Advanced probabilistic and stochastic models
may be required. Short term electricity forecasts for dispatching and forecasting
for specific customer classes may be required. Forecasting skills may include but
are not limited to:
*Development of dynamic regression models using Forecast Pro.
*Development of probabalistic forecasts using EXCEL add-ins.
*Development of stochastic forecasting models using a Monte Carlo
model.
Development of appropriate and defensible methods and data sets.
Development of analysis of sensitive variables and correlations.
Statistical analysis of results, written and oral reporting of results with
conclusions and appropriate recommendations in a concise,
understandable, and convincing manner.
C2..Customer Surveying Servi¢_e.~.
Resource Management is responsible for investigating, analyzing and reporting to
upper management important market information about Utilities customers,
individually, by segmentation, or in aggregate. Possible Consultant services in this
area would include:
.Development of scientifically useful and appropriate survey
instruments
Scientific and appropriate selection of customers for surveying
CITY of PALO ALTO: RFP (2/96)SECT|ON 00001-10
PART II - SCOPE of WORK or SERVICES City of Palo Alto
Appropriate professional and defensible polling of customers through:
focus groups, phone survey, written instrument surveys, etc.
Analysis of survey results, written and oral reporting of results with
conclusions and recommendations in a concise, understandable, and
convincing manner.
Providers who offer services in customer surveying should demonstrate a
breadth of experience and expertise in all aspects of those services listed
here, as well as other relevant expertise and experience, as the proposer
deems appropriate.
C3. Market Analysis
Resource Management is responsible for and may request consultant assistance in:
investigating, analyzing and reporting information about the market environment,
including market forces, legislative issues and resulting laws, regulatory issues and
resulting regulation, competitor behavior, etc. Also, Resource Management is
responsible for assimilating, reporting and recommending related actions to upper
management in a timely and effective manner. Services in this area include:
Investigation and evaluation of competitor activities
Regulatory and legislative monitoring, analysis, and intervention.
Benchmarking of gas, water, waste-water, or electric utility activities
and services in terms of economics, availability, quality, etc.
c4.
Customer risk analysis including scenario, simulation, decision
analysis, etc., addressing the economic impact of customer losses,
individually or in aggregate, under various potential market situations.
DSM Program Activities
Resource Management is responsible for and may request customer assistance in:
investigating new DSM technologies, setting DSM program goals and guidelines,
developing and maintaining customer participation data, and evaluating programs.
Services in this area include:
Investigation of DSM and other customer end-use.technologies and
CITY of PALO ALTO: RFP (2/96)SECTION 00001-11
PART II - SCOPE of WORK or SERVICES City of Palo Alto
methods, estimating technical and market potential of these
technologies, and .recommending realistic goals for customer programs
Develop DSM program goals and guidelines using: 1) City DSM goals
related to specific technologies, customer segments, and end-use
loads; 2) knowledge of DSM and other customer program methods
and technologies; 3) and customer information (from formal and
informal surveys)
Develop DSM and other customer programs to satisfy Utilities goals
for specific technologies, customer segments, or end-use loads
Evaluate and report DSM and other customer programs’ success
related to goals and guidetines "
C5. Data Management Activities
Resource Management is responsible for and may request consultant assistance in
developing, managing, analyzing, routing, maintaining confidentiality and providing
other services related to sensitive data. Specifically these services may include :
Development, maintenance, accessing and programing of the
Marketing Information System
Development, maintenance, telemetry and programing of customer and
city load data system
Development, maintenance, programming of an intranet information
network
*Development, operation, and mainte’nance of an information
clearinghouse for utility related data
Development and dissemination of confidentiality policies and
procedures
TASK AS,.SIGNMENT PROCED__U_B~
Selection of Consultant does not insure that the Consultant will be assigned work,
but only makes the Consultant available to provide services to the CITY. At times,.
CITY of PALO ALTO: RFP (2/96)SECTION 00001-12
PART II - SCOPE bf WORK or SERVICES City of Palo.Alto
however, one or more Consultants may be assigned work by the CITY’s Project
Manager. All work assignments will be made at the discretion of the CITY’s Project
Manager based .on the Project Manager’s opinion of Consultant’s qualifications,
availability, and past performance. An activity work plan shall be developed for
each assignment requested by the Project Manager that includes scope, schedule,
deliverables, budget and other information. Said work plan must be approved by
the City’s Project Manager prior to its implementation. The Project Manager may
give telephone authorization to Consultant to perform certain tasks at his/her sole
discretion.
The term of this contract is for 12 months from date of execution. This contract may be renewed,
upon mutual agreement, for two additional one-year periods.
EXHIBIT
FEE SCHEDULE
The maximum compensation due and payable to
CONTRACTOR, whose hourly rates also are set forth in this Exhibit
"B", is subject to CITY’s budget of $300,000 per year established
for the award of one or more contracts pursuant to CITY’s Request
for Proposals No. 91104 and CITY’s appropriations for these service
contracts. No representation or warranty is made by CITY that
CONTRACTOR shall be entitled to a minimum amount of compensation
under this Contract.
The following persons have been selected under RFP
No. 91104, and their total compensation is subject to the $300,000
annual budget: Barakat & Chamberlin, Inc.; EES Consulting, Inc.;
Pacific Consulting Services, Inc.; and Resource Management
International, Inc.
BARAKAT & CHAMBERLIN, INC.
HOURLY BILLING RATES
Effeclive January 1, 1996
Executive Officer
Hourly Rate
$230.00-$275.00
Principal
Project Director
Senior Associate
$180.00"$250.00
155.00
130.00
Associate 105.00
Analyst
Support
Production
75.00
40.00
40.00
Editing 40.00
961216 s.’,m 0071092
11
=ART III - INSURANCE R.~~ JIREMENTS -Long Form City C. !~alo Alto:
Insurance Requirements for Contractors
CONTRACTOR:
PROJECT MANAGER:
CONTRACT NAME:
Blake Heitzman, URM
Consultant Services: Electric - Gas - Water Utilities
SECTION 650(~)
GENERAL TERMS AND INSTRUCTIONS
THIS INSTRUCTION SHEEr SHOULD BE GIVEN TO YOUR INSURANCE AGENT/~ROKER
CO~O~S TO THE CI’Pf OF P~.O ALTO, AT THEIR ,~)LE EXPENSE SHALL OBTAIN AND MAJNTAIN INSURANCE FOR THE ’r~RM OF THE CONTRACT CONTRACTORS W~LL BE
REQUIRED TO PROVIDE A CERTIFICATE EVIDENCING THE INSURANCE AND NAMING THE crrY AS AN ADOmON/~. iNSURED, ALL INSUR,.t~{CE COVERAGE REQUIRED SHALL BE
PROVIDED THROUGH CARRIERS WITH A BEST RATING OF A. VII OR HIGHER T].~AT ARE ADMI’T’r~o TO DO BUSINESS IN THE STATE OF CALIFORNIA.
THE CERTIFICATE OF INSURANCE MUST BE COMPLETED AND EXECUTED BY AN AUTHORIZED REPRESENTATIVE OF THE COMPANY PROVIDING INSURANCE, FILED WITH THE cn’~,AND APPROVED BY THE cn’Y BEFORE CONTRACT W1LL BE CONSIDERED COMPLETE AS RESPECTS INSUR,~J’4CE.
RETURN THE COMPLETED CERTIFICATE TO THE CIr’t" OF PALO ALTO, PURCHASING & CONTRACT
ADMINISTRATION, 250 HAMILTON AVENUE, PALO ALTO 94301.
THE INSURANCE REQUIREMENTS CHECKED BELOW ARE REQUIRED FOR THIS CONTRACT.
TYPE OF COVI~RAGE REQUIREMENT
r3 Worker’s Compensation
[~ - Automobile Liability
,Comprehensive General Liability:
INCLUDING:
¯ PERSO~b~4. INJURY
¯BROAD FORM PROPER’rY DAMAGE
¯BL,~NKET CONTRACTUAL
¯FIRE LEGAL LIABILITY
,.Comprehensive Automobile Liability:
INCLUDING:
¯OWNED
¯HIRED
¯NON-OVVNEO
Statutory
BODILY INJURY
PROPERTY DAMAGE
BODILY INJURY & PROPERTY
DAMAGE COMBINED
Professional Liability:
INCLUDING:
o ERRORS A~’ND OMIS,SIOHS
¯ MALPRACTICE (if Apphcable)
¯ NEGLIGENT PERFORMANCE
LONG,FORM {Minimum Limlt~}
BODILY INJURY (Each Person)
~OOlI~Y INJURY iE,(N 0~~=,~,IpROP{RTY DAMAO~
BC~)ILY INJURY & PRORER~
O~GE COMB{NED
ALL DAMAGES
~, ,THE Cll-~ OF PALO ALTO IS TO BE NAMED AS AN AODITIONAL INSURED
D.
E.
F.
The City of Pard ARo, its officers, agents and employees are named as additional Insured, but only as to work performed under contract. Said
coverage as.to the City of Paid Alto, etc,, shall be primary coverage, without offset against City’s existing insurance and any other insurance carded
by the City being excess Insurance only.
Whero the v, ork invotves grading, paving, excavating, drilling or other underground work, the policy Includes destnJclion of wires, conduits, pipes,
mains, or other similar Ixopedy or any apparatus in connection therev~th below the sudace of the ground whether owned by third parties or the City
of Paid Alto,
Where the work Involves excavating, collapse coverage is provided in the amounts above.
The policy Includes a "Severability of Interest" provision.
Deductibles over $5,000 must be indicated and are subject to approval.
If auch policies are canceled or changed during the period’of coverage as stated herein, in such a manner as to affect the Cedificate, thirty (30)
days written notice will be mailed to the City of Paid Alto, Contract Administration, P,O. Box t0250, 94303
The liab~ty insurance policy includes a contractual liability endorsement providing insurance overage for Contractor’s agreement to indemnify theCity.
The coverage afforded under the policies is subject to all terms of the policies designated herein and meets all of the provisions called
for h~rein,
DATE:CONTRACT ADMINISTRATOR Ken M Haskins.Manaqer (4151 329-2300
END OF SECTION
CITY OF PALO ALTO: Insurance Requirements (REV.6/94)SECTION 00650-1
EXHIBIT D
CERTIFICATION of NONDISCRIMINATION SECTION 410
Consulting Services
Certification of Nondiscrimination: As suppliers of goods or services to the City of Palo Alto, the
firm and individuals listed below certify that they do not discriminate in employment with regards to
age, race, color, religion, sex, national odgin, ancestry, disability, or sexual preference; that they are
in compliance with all Federal, State and local directives and executive orders regarding
nondiscrimination in employment; and that they agree to demonstrate positively and aggressively
the principle of equal opportunity in employment.
The Bidder agrees specifically:
1.0 To establish or observe employment policies which affirmatively promote
opportunities for minority persons at all job levels.
2.0 To communicate this policy to all persons concerned, including all employees,
outside recn.=iting services, especially those serving minority communities, and to the
minodty communities at large.
3.0 To take affirmative action steps to hire minority employees within the organization.
4.0 To be knowledgeable of the local, state, and federal laws and regulations concerning
affirmative action policies and provide opportunities for employees.
Title of Officer
Please include any additional information ava’ilable regarding equal
programs now in effect within your company.
opportunity employment
(Please attach additional pages if necessary)
END OF SECTION
CITY of PALO ALTO: Non-discrimination (6194)SECTION 410-1
CONTRACT NO.
BETWEEN THE CITY OF PALOALTO AND
PACIFIC CONSULTING SERVICES, INC.
FOR CONSULTING SERVICES
This Contract No. is entered into .,
by and between the CITY OF PAL~ ALTO, a chartered city and a
municipal corporation of the State of California ("CITY"), and
PACIFIC CONSULTING SERVICES, INC., a California corporation,
located at 1320 Solano Avenue, Suite 203, Albany, California 94706
("CONTRACTOR").
RECITALS:
WHEREAS, CITY desires certain consulting services
("Services"), as more fully described in Exhibit " "-A , and
WHEREAS, CITY desires to engage CONTRACTOR,. including its
employees, if any, in providing the Services by reason of its
qualifications and experience in performing such Services, and
CONTRACTOR has offered to provide the Services on the terms and in
the manner set forth herein;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Contract, the parties agree:
SECTION i. TERM
I.I This Contract will commence on the date of its
execution by CITY. CONTRACTOR will commence work on tasks as
directed by the CITY’s project manager. In the event that the
Services are not completed within the specified time schedule on
account of CONTRACTOR’s default, CITY’s city manager will have the
option of extending the time schedule for any period of time. This
provision, will .not preclude the recovery of damages for delay
caused by CONTRACTOR.
SECTION 2.
CONTRACTOR
QUALIFICATIONS,STATUS, AND DUTIES OF
2.1 CONTRACTOR represents and warrants that it has the
expertise and professional qualifications to furnish or cause to be
furnished the Services..CONTRACTOR further represents ~and warrants
that the project director and every individual charged with the
performance of the Services under this Contract are duly licensed
or certified by the State of California, to the extent such
licensing or certification is required by law to perform the
Services.
2.2 In reliance on the representation and warranty set
forth in Section 2.1, CITY hires CONTRACTOR to perform, and
CONTRACTOR covenants and agrees that it will furnish or cause to be
furnished, the Services.
1
961216 m/n 007|093
2.3 CONTRACTOR will assign PATRICE IGNELZI as ~the
project director to have supervisory responsibility for the
performance, progress, and execution of the Services. If
circumstances or conditions subsequent to the execution of this
Contract cause the substitution of the project director for any
reason, the appointment of a substitute project director will be
subject to the prior written approval of the project manager.
2.4 CONTRACTOR represents and warrants that it will:
2.4.1 Procure all permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
incident to the due and lawful prosecution of the Services;
2.4.2 Keep itself fully informed of all existing and
future Federal, State of California, and local laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
employed under this Contract, any materials used in CONTRACTOR’s
performance under this Contract, or the performance of the
Services;
2.4.3 At all times observe and comply with, and cause
its employees and contractors (and consultants), if any, who are
assigned to the performance of this Contract to observe and comply
with, the laws, ordinances, regulations, orders and decrees
mentioned above; and
2.4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to any plans, drawings, specifications or provisions of
this Contract.
2.5 Any reports, information, data or other material
given to, or prepared or assembled by, CONTRACTOR or its
contractors, if any, under this Contract will become the property
of CITY and will not be made available to any individual or
organization by CONTRACTOR or its contractors, if any, without the
prior written approval of the city manager.
2.6 CONTRACTOR will provide CITY with seven (7), copies
of the final report, if any, which may be required under this
Contract, ~upon completion and acceptance ofeach report by CITY.
2.7 If CITY requests additional copies of reports,
drawings, specifications or any other material which CONTRACTOR is
required to furnish in limited quantities in the performance of
the Services, CONTRACTOR will provide such additional copies and
CITY Will compensate CONTRACTOR for its duplication costs.
2.8 CONTRACTOR will be responsible for employing or
engaging all persons necessary to perform the Services. All
contractors of CONTRACTOR will be deemed to be directly controlled
and supervised by CONTRACTOR, which will be responsible for their
performance. If any employee or contractor of CONTRACTOR fails or
961216 syn 0071093
2
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner, the
employee or contractor will be discharged immediately from further
performance under this Contract on demand of the project manager.
SECTION 3.DUTIES OF CITY
3.1 CITY will furnish or cause to be furnished ’the
specified services set forth in Exhibit "A" and such other
information regarding its requirements as may be reasonably
requested by CONTRACTOR.
3.2 The city manager will represent CITY for all
purposes under this Contract. BLAKE HEITZMAN, Manager, Competitive
Assessment, is designated as the project manager for the city
manager. The project manager will supervise the performance,
progress, and execution of the Services, and will be assisted by
DOUG BOCCIGNONE, Manager, Supply Resources.
3.3 If CITY observes or otherwise becomes aware of any
default in the performance of CONTRACTOR, CITY will use reasonable
efforts to give written notice thereof to CONTRACTOR in a timely
manner.
SECTION 4 COMPENSATION
4.1 In consideration of the full performance of the
Services by CONTRACTOR, CITY will pay CONTRACTOR within thirty
(30) days of submission by CONTRACTOR of its itemized billings, in
triplicate, in accordance with the following fee schedule set forth
in Exhibit "B".
SECTION 5. AUDITS
5.1 CONTRACTOR will permit CITY to audit, at any
reasonable time during the term of this Contract. and for three (3)
years thereafter, CONTRACTOR’s records pertaining to matters
covered by this Contract. CONTRACTOR further agrees to maintain
and retain such records for at least three (3) years after the
expiration or earlier termination of this Contract.
SECTION 6.INDEMNITY
6.1 CONTRACTOR agrees to protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
agents from any and all demands, claims, or liability of~ any
nature, including death or injury to any person, property damage or
any other loss, caused by or arising out of CONTRACTOR’s, its
officers’, agents’, subcontractors’ or employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONTRACTOR in the
performance of or failure to perform its obligations under this
Contract.
961216 syn 0071093
SECTION 7.WAIVERS
7.1 The waiver by either party of any breach or
violation of any ~covenant, term, condition or provision of this
Contract, or of the provisions of any ordinance or law, will not be
deemed to be a waiver of any other term, covenant, condition,
provisions, ordinance or law, or of any subsequent breach or
violation of the same or of any other term, covenant, condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or violation
by the other party of any term, covenant, condition or provision of
this Contract or of.any applicable law or ordinance.
7.2 No payment, partial payment, acceptance, or partial
acceptance by CITY will operate as a waiver on the part of CITY of
any of its rights under this Contract.
SECTION 8. INSURANCE
8.1 CONTRACTOR, at its sole cost and expense, will
obtain and maintain, in full force and effect during the term of
this Contract, the insurance coverage described in Exhibit "C",
insuring not only CONTRACTOR and its contractors, if any, but also,
with the exception of workers’ compensation, employer’s liability,
and professional liability insurance, naming CITY as an additional
insured concerning CONTRACTOR’s performance under this Contract.
8.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Ratinq Guide ratings of
A:X or higher which are admitted to transact insurance business.in
the State of California. Any ~nd all contractors of CONTRACTOR
retained to perform Services under this Contract will obtain and
maintain, in full force and effect during the term of this
Contract, identical insurance coverage, naming CITY as an
additional insured under such policies as required above.
8.3 Certificates of such insurance, preferably on the
forms provided by CITY, will be filed with CITY concurrently with
the execution of this Contract. The certificates will be subject
to the approval of CITY’s risk manager and will contain an
endorsement stating that the insurance is primary coverage and will
not be canceled or altered by the insurer except after filing with
CITY’s city clerk thirty (30) days’ prior written notice of such
cancellation or alteration, and that the City of Palo Alto is named
as an additional insured except in policies of workers’
compensation, employer’s liability, and professional liability
insurance. Current certificates of such insurance will be kept on
file at all times during the term of this Contract with the city
clerk.
8.4 The procuring of such required policy or policies of
insurance will not be construed to limit CONTRACTOR’s liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
961216 syn 0071093
CONTRACTOR will be obligated for the full and total amount of any
damage, injury, or loss caused by or directly arising as a result
of the Services performed under this Contract, including such
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
SECTION 9.WORKERS’ COMPENSATION
9.1 CONTRACTOR, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against
liability for workers’ compensation or to undertake self-insurance
in accordance with the provisions of that Code, and certifies that
it will comply with such provisions, as applicable, before
commencing the performance of the Services. ~
SECTION I0.
SERVICES
TERMINATION OR SUSPENSION OF CONTRACT OR
i0.I The city manager may suspend the performance of the
Services, in whole or in part, or terminate this Contract, with or
without cause, by giving ten (i0) days’ prior written notice
thereof to CONTRACTOR. Upon receipt of such notice, CONTRACTOR
will immediately discontinue its performance of the Services.
10.2 CONTRACTOR may terminate this Contract or suspend
its performance of the Services by giving thirty (30) days’ prior
written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY or in the event CITY
~ind~ withholds or withdraws its request for the initiation
or continuation of the Services to be performed.
10.3 Upon such suspension or termination by CITY,
CONTRACTOR will be paid for the Services actually rendered to CITY
on or before the effective date of suspension or termination;
provided, however, if this Contract is suspended or terminated on
account of a default by CONTRACTOR, CITY will be obligated to
compensate CONTRACTOR only for that portion of the Services which
are of direct and immediate benefit to CITY, as such determination
may be made by the city manager acting in the reasonable exercise
of her discretion.
10.4 Upon such suspension or termination, CONTRACTOR will
deliver to the city manager immediately any and all copies of
studies, sketches, drawings, computations, and other data, whether
or not completed, prepared by CONTRACTOR or its contractors, if
any, or given to CONTRACTOR or its contractors, if any, in
connection with this Contract. Such materials will become the
property of CITY.
10.5 The failure of CITY to agree with CONTRACTOR’s
independent findings, conclusions, or recommendations, if the same
are called for under this Contract, on the basis of differences in
matters of judgment, will not be construed as a failure on the part
of CONTRACTOR to fulfill its obligations under this Contract.
961216 syn 0071093
5
SECTION ii.ASSIGNMENT
ii.i This Contract is for the personal services of
CONTRACTOR, therefore, CONTRACTOR will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
or interest in or to the same or any part thereof without the prior
written consent of CITY. A consent to one assignment will not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the approval of the city manager will be
void and, at the option of the city manager, this Contract may be
terminated. This Contract will not be assignable by operation of
law.
SECTION 12. NOTICES
12.1 All notices hereunder will be given in writing and
mailed, postage prepaid, by certified mail, addressed as follows:
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
Copy to:Department of Utilities
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
Attn: Project Manager
To CONTRACTOR: Attention of the project director
at the address of CONTRACTOR recitedabove
SECTION 13. CONFLICT OF INTEREST
13.1 In accepting this Contract, CONTRACTOR covenants
that it presently has no interest, and will not acquire any
interest, direct for indirect, financial or otherwise, which would
conflict in any ~manner or degree with the performance of ~the
Services.
13.2 CONTRACTOR further covenants that, in the
performance of this Contract, it will not employ any contractor or
person having such an interest. CONTRACTOR certifies that no
person who has or will have any financial interest under this
Contract is an officer or employee of CITY; this provision will be
interpreted in accordance with theapplicable provisions of the
Palo Alto Municipal Code and the Government Code of the State of
California.
SECTION 14.NOND~sCRIMINATION
14.1 As set forth in the Palo Alto Municipal Code, no
discrimination will bemade in the employment~of any person under
this Contract because’of the age, race, color, national origin,
ancestry, religion, disability, sexual~preference or gender of that
961216 syn 0071093
6
person. If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONTRACTOR agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the requisite
form furnished by CITY and set forth in Exhibit "D".
14.2 CONTRACTOR agrees that each contract for services
with an independent providerwill contain a provision substantially
as follows:
"[Name of Provider] will provide CONTRACTOR
with a certificate stating that [Name of
Provider] is currently in compliance with all
Federal and State of California laws covering
nondiscrimination in employment; that [Name of
Provider] will pursue an affirmative course of
action as required by the Affirmative Action
Guidelines of the City of Palo Alto; and that
[Name of Provider] will not discriminate in
the employment of any person under this
contract because of the age, race, color,
national origin, ancestry, religion,
disability, sexual preference or gender of
such person."
14.3 If CONTRACTOR is found in violation of the
nondiscrimination provisions of the State of California Fair
Employment Practices Act or similar provisions of Federal law or
executive order in the performance of this Contract, it will be in
default of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
the sum of twenty-five dollars¯ ($25) for each person for each
calendar day during which such’person was subjected to acts of
discrimination, as damages for breach of contract, or both. Only
a finding of the State of CaliforniaFair Employment Practices
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this Contract.
14.4 If CONTRACTOR is in default of the nondiscrimination
provisions of this Contract or the Affirmative Action Guidelines
pertaining to this Contract, CONTRACTOR will be found in material
breach of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
from the amount payable to CONTRACTOR the sum of two hundred fifty
dollars ($250) for each calendar day during which CONTRACTOR is not
in compliance with this provision as damages for breach of
contract, or both.
SECTION 15. MISCELLANEOUS PROVISIONS
15.1CONTRACTOR represents and warrants that it has
knowledge of the requirements of the Americans with Disabilities
Act of 1990, and the Government Code and the Health and Safety Code
9f the State of California, relating to access to public buildingsand accommodations for dlsabled persons, and relating to facilities
961216 syn 0071093
for disabled persons. CONTRACTOR will comply with or ensure by its
advice that compliance with such provisions will be effected in the
performance of this Contract.
15.2 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
15.3 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Northern District of California in the County of Santa
Clara, State of California.
15.4 The prevailing party in any action brought to
enforce the provisions of this Contract may recover its reasonable
costs and attorneys’ fees expended in connection with that action.
15.5 This document represents the entire and integrated
agreement between the parties and supersedes all prior negotia-
tions, representations, and contracts, either written or oral.
This document may be amended only by a written instrument, which is
signed by the parties.
15.6 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
15.7 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and contractors, as the case
may be, of the parties.
15.8 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto will remain in full force and effect.
15.9 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time
to time, may be referred to in any duly executed amendment hereto
are by such reference incorporated in this Contract and will be
deemed to be a part of this Contract.
15.10 This Contract may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one and the same instrument.
15.11 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Municipal
Code. This Contract will terminate without any penalty (a) at the
end of any fiscal year in the ~event that funds are not appropriated
for the following fiscal year, or (b) at any time within a fiscal
.year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer
available. This Section 15.11 shall take precedence in the event
of a conflict with any other covenant, term, condition, or
961216 syn 0071093
provision of this Contract.
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF PALO ALTO
City Clerk
APPROVED AS TO FORM:
Senior Asst. City Attorney
Assistant City Manager
Director of Utilities
Mayor
PACIFIC CONSULTING
By:
SERVICES,
Taxpayer’s I.D. No. 94-3193306
Deputy City Manager,
Administrative Services
Risk Manager
Attachments:
EXHIBIT "A" :
EXHIBIT "B" :
EXHIBIT "C" :
EXHIBIT "D" :
SCOPE OF SERVICES AND TIME SCHEDULE
FEE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
961216 syn 0071093
9
CERTIFICATE OF ACKNOWLEDGEMENT
(Civil Code § 1189)
STATE OF California
COUNTY OF Alameda
)) ss.
)
On Jan. 7 ,199~, before me, Tonya K. Sanner ,
a Notary Public in and for said County and State, personally
appeared P.C. I~nelzi* , personally known to me
or proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to. the within instrument
and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their
signature(s) on the instrument.the person(s), or the entity upon
behalf of which the person(s), acted, executed the instrument.
WITNESS my hand and official seal.
~~ ....AI.~AMEDA COUNTY
ig~ath~re of Notary Public~"--.
961216 syn 0071093
10
Exhibit "A":Scope of Services and Time Schedule
The Scope of Services for this contract is provided below. The consultant will be asked to
perform services in one or more of the following areas.
C..Utility Market Assessment Services
Consultant shall provide the following market assessment services as desired.
C1. Forecasting Services
The Consultant may be requested to assist with forecasting annual usage for
electricity, natural gas, and water. Advanced probabilistic and stochastic models
may be required. Shor~ term electricity forecasts for dispatching and forecasting
for specific customer classes may be required. Forecasting skills may include but
are not limited to:
Development of dynamic regression models using Forecast Pro.
Development of probabalistic forecasts using EXCEL add-ins.
Development of stochastic forecasting models using a Monte Carlo
model.
.Development of ’appropriate a’nd defensible methods and data sets.
Development of analysis of sensitive variables and correlations.
Statistical’ analysis of results, written and oral reporting of results with
conclusions and appropriate recommendations in a concise,
understandable, and convincing manner.
CITY of PALO ALTO: RFP 12196)SECTION 00001
PART II - SCOPE of WORK or SERVICES City of Palo A!to
C2. Customer Surveying Services
Resource Management is responsible for investigating, analyzing and reporting to
upper management important market information about Utilities customers,
individually, by segmentation, or in aggregate. Possible Consultant services in this
area would include:
Development of scientifically useful and appropriate survey
instruments
Scientific and appropriate selection of customers for surveying
Appropriate professional and defensible polling of customers through:
focus groups, phone survey, written instrument surveys, etc.
Analysis of survey results, written and oral reporting of results with
conclusions and recommendatior~s in a concise, understandable, and
convincing manner.
Providers who offer services in customer surveying should demonstrate a
breadth of experience and expertise in all aspects of those services listed
here, as well as other relevant expertise and experience, as the proposer
deems appropriate.
C3. Market Ana!.ysi8
Resource Management is responsible for and may request consultant assistance in:
investigating, analyzing and reporting information about the market environment,
including market forces, legislative issues and resulting laws, regulatory issues and
resulting regulation, competitor behavior, etc. Also, Resource Management is
responsible for assimilating, reporting and recommending related actions to upper
management in a timely and effective manner. Services in this area include:
Investigation and evaluation of competitor activities
Regulatory and legislative monitoring, analysis, and intervention.
Benchmarking of gas, water, waste-water, or electric utility activities
and services in terms of economics, availability, quality, etc.
CITY of PALO ALTO: RFP 12/96)SECTION 00001.
PART II - SCOPE of WORK or SERVICES City of Palo Alto
Customer risk analysis including scenario, simulation, decision
analysis, etc., addressing the economic impact of customer losses,
individually or in aggregate, under various potential market situations.
C4. DSM Program Activities.
Resource Management is responsible for and may request customer assistance in:
investigating new DSM technologies, setting DSM program goals and guidelines,
developing and maintaining customer participation data, and evaluating programs.
Services in this area include:
Investigation of DSM and other customer end-use.technologies and
methods, estimating technical and market potential of these
technologies, and recommending realistic goals for customer programs
Develop DSM program goals and guidelines using: 1) City DSM goals
related to specific technologies, customer segments, and end-use
loads; 2) knowledge of DSM and other customer program methods
and technologies; 3) and customer information (from formal and
informal surveys)
Develop DSM and other customer programs to satisfy Utilities goals
for specific technologies, customer segments, or end-use loads
Evaluate and report DSM and other customer programs’ success
related to goals and guidelines
C5. Data Management.’Activities
Resource Management is responsible for and may request consultant assistance in
developing, managing, analyzing, routin, g, maintaining confidentiality and providing
other services related to sensitive data. Specifically these services may include :
Development, maintenance, accessing and programing of the
Marketing Information System
Development, maintenance, telemetry and programing of customer and
city load data system
CITY of PALO ALTO: RFP {2/96)SECTION 00001
PART II - SCOPE of WORK or SERVICES City of Palo Alto
Development, maintenance, programming of an intranet information
network
Development, operation, and maintenance of an information
clearinghouse for utility related data
Development and dissemination of confidentiality policies and
procedures
TASK ASSIGNMENT PROCEDURE
Selection of Consultant does not insure that the Consultant will be assigned work,
but only makes the Consultant available to provide services to the CITY. At times,
however, one or more Consultants may be assigned work by the CITY’s Project
Manager. All work assignments will be made at the discretion of the CITY’s Project
Manager based on the Project Manager’s opinion of Consultant’s qualifications,
availability, and past performance. An activity work plan shall be developed for
each assignment requested by the Project Manager that includes scope, schedule,
deliverables, budget and other information. Said work plan must be approved by
the City’s Project Manager prior to its implementation. The Project Manager may
give telephone authorization to Consultant to perform certain tasks at his/her sole
discretion.
Time Schedule
The term of this contract is for 12 months from date of execution. This contract may be renewed,
upon mutual agreement, for two additional one-year periods.
EXHIBIT
FEE SCHEDULE
The maximum compensation due and payable to
CONTRACTOR, whose hourly rates also are set forth in this
Exhibit "B", is subject to CITY’s budget of $300,000 per year
established for the award of one or more contracts pursuant to
CITY’s Request for Proposals No. 91104 and CITY’s appropriations for
these service contracts. No representation or warranty is made by
CITY that CONTRACTOR shall be entitled to a minimum amount of
compensation under this Contract.
The following persons have been selected under RFP
No. 91104, and their total compensation is subject to the $300,000
annual budget: Barakat & Chamberlin, Inc.; EES Consulting, Inc.;
Pacific Consulting Services, Inc.; and Resource Management
International, Inc. .
PACIFIC CONSULTING SERVICES
RATES
The following hourly rates are in force through December 1997. Subsequent year rates are
subject to negotiation.
Team Member Title Hourly Rate
Patrice Ignelzi Projeht Leader 120
Bruce Mast Project Manager 80
Tom Vogt Analyst 60
Juliet Cox Analyst 60
Eric Heitfield Analyst 55
Clercial Support 35
961216 s)~ 0071093
11
PARTIII - INSURANCE RE JIREMENTS -Long Form City ~ L aid Alto"
Insurance Requirements for Contractors
CONTRACTOR:
PROJECT MANAGER:Blake Heitzman, URM
CONTRACT NAME:Consultant Services: Electdc - Gas - Water Utilities
GENERAL TERMS AND INSTRUCTIONS
THIS INSTRUCTION SHEET SHOULD BE GIVEH TO YOUR INSURANCE AGENT/BROKER
SECTION 650(~)
COhrI"RA£.:TORS TO THE CrTY OF PALO ALTO. AT THEIR SOLE E,XPENSE SI-IALL OBTAIN ANO MAJNTA~N INSURANCE FOR THE TERM OF THE CONTRACT CONTRACTORS V~ILL BE
REQUIRE0 TO PROV1OE A CERTIFICATE E’V1OENCING THE INSURANCE/~NO NAMING THE CITY/kS/~N AD0mONAL INSUREO ALL INSURANCE COVERAGE REQUIRED SHALL BE
PROVIOED THROUGH C.~RRIERS Vbl"I’H A EES’T RAriNG OF A.Wl OR HIGHER THAT ARE ADMIT’I~O TO GO BUSINESS IN THE STATE OF CALIFORNIA,
THE CERTIFICATE OF INSURANCE Mu~’r BE COMPLETED ,,~J~O P.XECUTED BY/~ AU’r~ORIZEO REPRESENTATIVE OF THE COMPANY PROVI01NG INSUR.~qCE, FILED wrrH THE CITY,
AND APPRO~.D BY THE cn~ BEFORE ~ VVtLL BE CONSlOERED CQMPt.ETE A,S RESPECTS INSURAHCE.
RETURN THE COMPLETED CERTIFICATE TO THE CITY OF PALO ALTO, PURCHASING & CONTRACT
ADMINISTRATION, 250 HAMIL TON A VENUE, PALO ALTO 94301.
D.
E.
F.
[]
[]BODILY INJURY
PROPERTY DAMAGE
THE INSURANCE REQUIREMENTS CHECKED BELOW ARE REQUIRED FOR THIS CONTRACT.
TYPE OF COV1ERAGE REQUIREMFNT LONG FORM (Minimum Limit~} I
BOOILY INJURY & PROPERTY
DAMAGE COMRINED
,Comprehensive General Liability:
INCLUDING:
*P~RSO~AL INJURY
¯ BROAD FORM PROPERTY DAMAGE
¯ BLANKET CONTP,~CTUAL
’ FIRE LEGAL LIABILITY
,Comprehensive Automobile Liability:
INCLUDING:
¯OWNED
¯HIRED
¯NON-OWNED
BODILY INJURY (Each Person)
I~OOILY INJURY I~.~h o~ {~,,,N.I
PROPER TY I;)AMAGE
BODILY INJURY & PROPERTY
DAMAGE COMBNED
0~,t/ Pl’ofe ~;slonal Liability:
INCLUDING:
¯ERRORS AND OMISSIONS ALL DAMAGES
¯ MALPRACTICE (If A~ophcable}
¯NEGLIGENT PERFORMANCE
,THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED
The City of PaiD Aito, its officers, agents and employees are named as additional Insured. but only as to work performed under contract. Said
cov~wage as to the City o1’ Pa~o Ait0, etc., shall be primary coverage, without offset against Clt,/s existing insurance and any other insurance carded
by the City being excess insurance only.
Where ~ wod~ ~ grading, paving, excavating, drilling or other underground work, the policy Includes destruction of wires, conduits, pipes,
mains, or o~ similar property or any apparatus in connection therewith below the surface of the ground whether owned by third parties or the City
of PaiD Alto.
Where the work Involves excavating, collapse coverage is provided in the amounts above.
The policy Includes a "Severability of Interest" provision.
Deductibles over $5,0G0 must be indicated and are subject to approval.
If such policies are canceled or changed during the period of coverage as stated herein, in such a manner as to affect the Certificate, thirty (30)
days written notice will be mailed to the City of Paid Alto, Contract Administration, P.O. Box 10250, 94303
The ~ insumr~e p~icy includes a contractual liability endorsement providing insurance coverage for Contractor’s agreement to Indemni~ the
C~.The coverage afforded under the policies is subject to all terms of the policies designated herein and meets all of the provisions called
l~or her~’in.
DATE~I’I",I~(-Z..~/q (o CONTRACT ADMIN STRATOR ///r " ~ ~ Ha k, ’: ~..~_.LP__~_LL_%. ~:~~=~-~-’~ __ Ken M. s ’ns, Manaqe~5~I|
END OF SECTION
CITY OF PALO ALTO: Insurance Requirements (REV.6/94)SECTION 00650-1
CERTIFICATION of NONDISCRIMINATION
EXHIBIT D
SECTION 410
Consulting Services
~..~rt;~fication of Nondiscrimirlatiorl: As suppliers of goods or services to the City of Palo Alto, the
firm and individuals listed below certify that they do not discriminate in employment with regards to
age, race, color, religion, sex, national odgin, ancestry, disability, or sexual preference; that they are
in compliance with all Federal, State and local directives and executive orders regarding
nondiscrimination in employment; and that they agree to demonstrate positively and aggressively
the principle of equal opportunity in employment.
The Bidder agrees specifically:
1.0 To establish or observe employment policies which affirmatively promote.
opportunities for minodty persons at all job levels.
2.0 To communicate this policy to all persons concerned, including all employees,
outside recruiting services, especially those serving minority communities, and to the
minodty communities at large.
3.0 To take affirmative action steps to hire minority employees within the organization.
Firm:
4.0 To be knowledgeable of the local, state, and federal laws and regulations concerning
affirmative action policies provide opportunities for employees.
’DATS; I
Title of Officer Signing:,
Signature ~t~t"J" ~’
Please include any additional information available regarding
programs now in effect within your company..
equal opportunity employment
(Please attach additional pages if necessary)
END OF SECTION
CITY of PALO ALTO: Non-discdrnination (6194)SECTION 410-1
CONTRACT NO.
BETWEEN THE CITY. OF PALO ALTO AND
RESOURCE MANAGEMENT INTERNATIONAL, INC.
FOR CONSULTING SERVICES
This Contract No. is entered into ,
by and between the CITY OF PALO ALTO, a chartered city and a
municipal corporation of the State of California ("CITY"), and
RESOURCE MANAGEMENT INTERNATIONAL, INC., a California corporation,
located at 3100 Zinfandel Drive, Suite 600, Sacramento, CA 95670
("CONTRACTOR") .
RECITALS:
WHEREAS, CITY desires certain consulting services
("Services"), as more fully described in Exhibit "A"; and
WHEREAS, CITY desires to engage CONTRACTOR, including its
employees, if any, in providing the Services by reason of its
qualifications and experience in performing such Services, and
CONTRACTOR has offered to provide the Services on the terms and in
the manner set forth herein;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Contract, the parties agree:
SECTION I. TERM
i.i This Contract will commence on the date of its
execution by CITY. CONTRACTOR will commence work on tasks as
directed by the CITY’s project’manager. In the event that the
Services are not completed within the specified time schedule on
account of CONTRACTOR’s default, CITY’s city manager will have the
option of extending the time schedule for any period of time. This
provision will .not preclude the recovery of damages for delay
caused by CONTRACTOR.
SECTION 2
CONTRACTOR
QUALIFICATIONS, STATUS, AND DUTIES -OF
2.1 CONTRACTOR represents and warrants that it has the
expertise and professional qualifications to furnish or cause to be
furnished the Services.’ CONTRACTOR further represents and warrants
that the project director and every individual charged with the
performance of the Services under this Contract are duly licensed
or certified by the State of California, to the extent such
licensing or certification is required by law to perform the
Services.
2.2 In reliance on the representation and warranty set
forth in Section 2.1, CITY hires CONTRACTOR to perform, and
CONTRACTOR covenants and agrees that it willfurnish or cause to be
furnished, the Services.
9612 |6 syn 0071090
2.3 CONTRACTOR will assign RON 0ECHSLER as the project
director tohave supervisory responsibility for the performance,
progress, and execution of the Services. If circumstances or
conditions subsequent to the execution of this Contract cause the
substitution of the project director for any reason, the
appointment of a substitute project director will be subject to the
prior written approval of the project manager.
2.4 CONTRACTOR represents and warrants that it will:
2.4.1 Procure all permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
incident to the due and lawful prosecution of the Services;
2.4.2 Keep itself fully informed of all existing and
future Federal, State of California, and local laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
employed under this Contract, any materials used in CONTRACTOR’s
performance under this Contract, or the performance of the
Services;
2.4.3 At all times observe and comply with, and cause
its employees and contractors (and consultants), if any, who are
assigned to the performance of this Contract to observe and comply
with, the laws, ordinances, regulations, orders and decrees
mentioned above; and
2.4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to any plans, drawings, specifications or provisions of
this Contract.
2.5 Any reports, information, data or other material
given to, or prepared or assembled by, CONTRACTOR or its
contractors, if any, under this Contract will become the property
of CITY and will not be made available, to any individual or
organization by CONTRACTOR or its contractors, if any~ without the
prior written approval of the city manager.
2~6 CONTRACTOR will provide CITY with seven (7), copies
of the final report, if any, which may be required under this
Contract, upon completion and acceptance of each report by CITY.
2.7 If CITY requests additional copies of reports,
drawings, specifications or any other material which CONTRACTOR is
required to furnish in limited quantities in the performance of
the Services, CONTRACTOR will provide such additional copies and
CITY will compensate CONTRACTOR for its duplication costs.
2.8 CONTRACTOR will be responsible for employing or
engaging all persons necessary to perform the Services. All
contractors of CONTRACTOR will be deemed to be directly controlled
and supervised by CONTRACTOR, which will be responsible for their
performance. If any employee or contractor of CONTRACTOR fails or
2
9612 ! 6 syn 0071090 ’~ ~
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner, the
~employee or contractor will be discharged immediately from further
performance under this Contract on demand of the project manager.
SECTION 3.DUTIES OF CITY
3.1 ~CITY will furnish or cause to be furnished the
specified services .set forth in Exhibit "A" and such other
information regarding its requirements as may be reasonably
requested by CONTRACTOR.
3.2 The city manager will represent CITY for all
purposes under this Contract. TOM HABASHI, Assistant Director of
Resource Management, is designated as the project manager for the
city manager. The project manager will supervise the performance,
progress, and execution of the Services, and will be assisted by
DOUG BOCCIGNONE, Manager, Supply Resources.
3.3 If CITY observes or otherwise becomes aware of any
default in the performance of CONTRACTOR, CITY will use reasonable
efforts to give written notice thereof to CONTRACTOR in a timely
manner.
SECTION 4 -COMPENSATION
4.1 In consideration of the full performance of the
Services by CONTRACTOR, CITY will pay CONTRACTOR within thirty
(30) days of submission by CONTRACTOR of its itemized billings, in
triplicate, in accordance with the following fee schedule set forth
in Exhibit "B".
SECTION 5. AUDITS
5.1 CONTRACTOR will permit CITY to audit, at any
reasonable time during the term of this Contract and for three (3)
years thereafter, CONTRACTOR’s records pertaining to matters
covered by this Contract. CONTRACTOR further agrees to maintain
and retain such records for at least three (3) years after the
expiration or earlier termination of this Contract.
SECTION 6. INDEMNITY
6.1 CONTRACTOR agrees to protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
agents from any and all demands, claims, or liability of any
nature, including death or injury to any person, property damage or
any other loss, caused by or arising out of CONTRACTOR’s, its
officers’, agents’, subcontractors’ or employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONTRACTOR in the
performance of or failure to perform its obligations .under this
Contract.
961216 syn 0071090 ~
SECTION 7.WAIVERS
7.1 The waiver by either party of any breach or
violation of any covenant, ’term, condition or provision of this
Contract, or of the provisions of any ordinance or law, will not be
deemed to be a waiver of any other term, covenant, condition,
provisions, ordinance or law, or of any subsequent breach or
violation of the same or of any other term, covenant, condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or violation
by the other party of any term, covenant, condition or provision of
this Contract or of any applicable law or ordinance.
7.2 No payment, partial payment, acceptance, or p~rtial
acceptance by CITY will operate as a waiver on the part of CITY of
any of its rights under this Contract.
SECTION 8.INSURANCE
8.1 CONTRACTOR, at its sole cost and expense, will
obtain and maintain, in full force and effect during the term of
this Contract, the insurance coverage described in Exhibit "C",
insuring not only CONTRACTOR and its contractors, if any, but also,
with the exception of workers’ compensation, employer’s liability,
and professional liability insurance, naming CITY as an additional
insured concerning CONTRACTOR’s performance.under this Contract.
8.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Rating Guide ratings of
A:X or higher which are admitted to transact insurance business in
the State of California. Any and all contractors of CONTRACTOR
retained to perform Services under this Contract will obtain and
maintain, in full force and effect during the term of this
Contract, identical insurance coverage, naming CITY as an
additional insured under such policies as required above.
8.3 Certificates of such insurance, preferably on the
forms provided by ~CITY, will be filed with CITY concurrently with
the execution of this Contract. The certificates will be subject
to the approval of CITY’s risk manager and will contain an
endorsement stating that the insurance is primary coverage and will
not be canceled or altered by the insurer except after filing with
CITY’s city clerk thirty (30) days’ prior written notice of such
cancellation or alteration, and that the City of Palo Alto is named
as an additional insured except in policies of workers’
compensation, employer’s liability, and professional liability
insurance. Current certificates of such insurance will be kept on
file at all times during the term of this Contract with the city
clerk.
8.4 The procuring of such required policy or policies of
insurance will not be construed to limit CONTRACTOR’s liability
hereunder nor to fulfill the indemnification provisions, of this
Contract. Notwithstanding the policy or policies of insurance,
4
961216 sTn 0071090 ~
CONTRACTOR will be obligated for the full and total amount ofany
damage, injury, or loss caused by or directly arising as a result
of the Services performed under this Contract, including such
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
SECTION 9.WORKERS’ COMPENSATION
9.1 CONTRACTOR, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against
liability for workers’ compensation or to undertake self-insurance
in accordance with the provisions of that Code, and certifies that
it will comply with such provisions, as applicable, before
commencing the performance of the Services.
SERVICES
SECTION i0. TERMINATION OR SUSPENSION OF CONTRACT OR
i0.I The city manager may suspend the performance of the
Services, in whole or in part, or terminate this Contract, with or
without cause, by giving ten (I0) days’ prior written notice
thereof to CONTRACTOR. Upon receipt of such notice, CONTRACTOR
will immediately discontinue its performance of the Services.
10.2 CONTRACTOR may terminate this Contract or suspend
its performance of the Services by giving thirty (30) days’ prior
written notice thereof to CITY, but only .in the event of a
substantial failure of performance by CITY or in the event CITY
indefinitely withholds or withdraws its request for the initiation
or continuation of the Services to be performed.
10.3 Upon such suspension or termination by CITY,
CONTRACTOR will be paid for the Services actually rendered to CITY
on or before the effective date of suspension or termination;
provided, however, if this Contract is suspended or terminated on
account of a default by CONTRACTOR, CITY will be obligated to
compensate CONTRACTOR only for that portion of the Services which
are of direct and immediate benefit to CITY, as such determination
may be made by the city manager acting in the reasonable exercise
of her discretion.
10.4 Upon such suspension or termination, CONTRACTOR will
deliver to the city manager immediately any and all copies of
studies, sketches, drawings, computations, and other data, whether
or not completed, prepared by CONTRACTOR or its contractors, if
any, or given to .CONTRACTOR or its contractors, if any, in
connection with this Contract. Such materials will become the
property of CITY.
10.5 The failure of CITY to agree with CONTRACTOR’s
independent findings, conclusions, or recommendations, if the same
are called for under this Contract, on the basis of differences in
matters of judgment, will not be construed as a failure on the part
of CONTRACTOR to fulfill its obligations under this Contract.
961216 syn 0071090
5
SECTION ii. ASSIGNMENT
11.1 This Contract is for the personal services of
CONTRACTOR, therefore, CONTRACTOR will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
or interest in or to the same or any part thereof without the prior
written consent of CITY. A consent to one assignment will not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the approval of the city manager will be
void and, at theoption of the city manager, this Contract may be
terminated. This Contract will not be assignable by operation of
law.
SECTION 12.NOTICES
12.1 All notices hereunder will be given in writing and
mailed, postage prepaid, by certified mail, addressed as follows:
To CITY:Office~of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
Copy to:Department of Utilities
City of Palo Alto
Post Office Box 10250
Pal0 Alto, CA 94303
Attn: Project Manager
To CONTRACTOR: Attention of the project director
at the address of CONTRACTOR recited above
SECTION 13. CONFLICT "OF INTEREST
13.1 In accepting this Contract, CONTRACTOR covenants
that it presently has no interest, and will not acquire any
interest, direct~or indirect, financial or otherwise, which would
conflict in. any manner or degree with the performance of the
Services. CONTRACTOR further agrees that it will not engage in any
activity which constitutes a conflict of interest as described in
Exhibit "E’.
13.2 CONTRACTOR further covenants that, in the
performance of this Contract, it will not employ any contractor or
person having such an interest. CONTRACTOR certifies that no
person who has or will have any financial interest under this
Contract is an officer or employee of CITY; this provision will be
interpreted in accordance with the applicable provisions of the
Palo Alto Municipal Code and the Government Code of the State of
California.
SECTION 14. NONDISCRIMINATION
14.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made in the employment of any person under
961216 syn 0071090
this Contract because of the age, race, color, national origin,
ancestry, religion, disability, sexual preference or gender of that
person. If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONTRACTOR agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the requisite
form furnished by CITY and set forth in Exhibit "D".
14.2 CONTRACTOR agrees that each contract for services
with an independent provider will contain a provision substantially
as follows:
"[Name of Provider] will provide CONTRACTOR
with a certificate stating that [Name of
Provider] is currently in compliance with all
Federal and State of California laws covering
nondiscrimination in employment; that [Name of
Provider] will pursue.an affirmative course of
action as required by the Affirmative Action
Guidelines of the City of Palo Alto; and that
[Name of Provider] will not discriminate in
the employment of any person under this
contract because of the age, race, color,
national origin, ancestry, religion,
disability, sexual preference or gender of
such person."
14.3 If CONTRACTOR is found in violation of the
nondiscrimination provisions of the State of California Fair
Employment Practices Act or similar provisions of Federal law or
executive order in the performance of this Contract, it will be in
default of this Contract. Ther@upon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
the sum of twenty-five dollars ($25) for each person for each
calendar day during which such person was subjected to acts of
discrimination, as damages for breach of contract, or both. Only
a finding of the State of California Fair Employment Practices
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this Contract.
14.4 If CONTRACTOR is in default of the nondiscrimination
provisions of~ this Contract or the Affirmative Action Guidelines
pertaining to this Contract, CONTRACTOR will be found in material
breach of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
from the amount payable to CONTRACTOR the sum of two hundred fifty
dollars ($250) for each calendar day during which CONTRACTOR is not
in compliance with this provision as damages for breach of
contract, or both.
SECTION 15. MISCELLANEOUS PROVISIONS
15.1 CONTRACTOR represents and warrants that it has
knowledge of the requirements~ of the Americans with Disabilities
Act of 1990, and the Government Code and the Health and Safety Code
961216 syn 007 ! 090
of the State of California, relating to access to public buildings
and accommodations for disabled persons, and relating to facilities
for disabled persons. CONTRACTOR will comply with or ensure by its
advice that compliance with such provisions will be effected in the
performance of this Contract.
15.2 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
15.3 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court ~
for the Northern District of California in the County of Santa
Clara, State of California.
15.4 The prevailing party in any action brought to
enforce the provisions of this Contract may recover its reasonable
costs and attorneys’ fees expended in connection with that action.
15.5 This document represents the entire and integrated
agreement between the parties and supersedes all prior negotia-
tions, representations, and contracts, either written or oral.
This document may be amended ~only by a written instrument, which is
signed by the parties.
15.6 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
15.7 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and contractors, as the case
may be, of the parties.
15.8 If a court of competent jurisdiction finds or rules
that any provision of this Contract .or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto will remain in full force and effect.
15.9 All exhibits referred.to in this Contract and any
addenda, appendices,~attachments, and schedules which, from time
to time, may be referred to in any duly executed amendment hereto
are by such reference incorporated fin this Contract and will be
deemed to be a part of this Contract.
15.10 This Contract may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one and the same instrument.
15.11 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto~and the Palo Alto Municipal
Code. This Contract will terminate without any penalty (a) at the
end of any fiscal year in the event that funds are not appropriated
for the following fiscal year, or (b) at any~time within a fiscal
year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer
961216 syn 0071090
8
available. This.Section 15.11 shall take precedence in the event
of a conflict with any other covenant, term, condition, or
provision of this Contract.
IN WITNESS WHEREOF, the parties hereto~have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF P~LO ALTO
City Clerk
APPROVED AS TO FORM:
Senior Asst. City Attorney
Assistant City Manager
Director of Utilities
Mayor~
RESOURCE MANAGEMENT
INTERNATIONAL, INC.
Its: Senior Vice President
Taxpayer’s I.D. No.94-2611224
Deputy City Manager,
Administrative Services
Risk Manager
Attachments:
EXHIBIT "A" :
EXHIBIT "B" :
EXHIBIT "C" :
EXHIBIT "D" :
EXHIBIT "E" :
SCOPE OF SERVICES AND TIMESCHEDULE
FEE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
CONFLICT OF INTEREST
961216 syn 0071090
CERTIFICATE OF ACKNOWLEDGEMENT
(Civil Code S 1189)
STATE OF California )
) SS.
COUNTY OF Sacramento )
On December 20 ,1996, before me,Pat Holbrook
a Notary Public in and for said County and State, personally
appeared Maurice Kruth ,personally known to me
or proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their
signature(s) on the instrument .the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature of ic
PAT HOL RO
COMM. #1114114 ~
Notary Public-California -o
SACRAMENTO COUNTY~"
961216 8yn 0071090
10
Exhibit "A":Scope of Services and Time Schedule
The Scope of Sen’ices for this contract is provided below. The consultant will be asked to
perform sen’ices in one or more of the following areas.
A. Electric Utility - Technical Consulting. Legislative and Regulatory Services
Within the Electric Utility, there are three main focus areas:
-Western Area Power Administration (WAPA)
-Electric industry restructuring and related issues
-Miscellaneous consulting services
AI.WAPA - Monitoring, analyzing, and reporting on key Western Area Power
Administration (WAPA) activities that may affect the CITY’S electric utility.
These services include but are not limited to"
Identify and analyze WAPA issues and activities that may impact the
rates that the CITY pays for power or impact the amount of power the
CITY receives from WAPA.
Analyze Federal and State legislative activities that may impact
CITY of PALO ALTO: RFP (2/96)SECTION O0001-7
PART II - SCOPE of WORK or SERVICES City of Palo Alto
availability or cost of the WAPA resource.
Provide assistance in developing appropriate response strategies to
relevant WAPA issues.
Monitor key environmental proceedings such as the Bay/Delta
proceedings, State Water Resource Control Board, water quality
proceedings and others.
A2.Electric Industry Restructurina and Related Issues
Assist the CITY to respond to the challenges related to electric industry
restructuring, including, but not limited to:
Identification of possible market opportunities and threats;
Response to the challenges that the CITY may face from increased
competition;
Analysis relating to stranded costs and customer contracts
Assistance with monitoring and/or influencing any of the Western
Power Exchange (WEPEX) activities;
Financial and technical analysis related to the Independent System
Operator (ISO) and Power Exchange (PX);
Assistance with transmission and other FERC related issues.
*Assistance with State Legislative monitoring and intervention.
Assistance with interventions at selected proceedings, including
technical assistance, draft tes’timony, and/or analysis of related
litigation.
A3.’I l i v"
Assistance in Planning and Economic Analysis of transmission services
and supply resources
CITY of PALO ALTO: RFP (2/96)SECTION 00001
PART II - SCOPE of WORK or SERVICES City ot’ Palo Alto
Assistance in analyzing and developing energy price risk management
tools, products and services and in developing new energy, pricing
strategies.
Monitor, analyze, and report on key USBR, State of Califo’rnia,
CALFED, and San Francisco Bay, Sacramento and San Joaquin Delta
Oversight Committee Activities that may affect the CITY’S electric
utility.
Management Consulting
Contract Negotiations
Interconnection Agreement evaluation and negotiation
Identification and analysis of partnering opportunities
B. Natural Gas Industry - Technical Con.s~!!ting, Legislative and Regulatory Services
Consultan~ shall provide natural gas consulting services and legislative and
regulatory support to the City. The services and support arein the following task
categories’
Work with the City to establish regulatory goals, objectives, and priorities.
B2.Monitor, analyze and testify in CPUC and FERC proceedings to represent the
City’s interests.
B3.Maintain routine and sufficient access to key policy makers and staff at .the
CPUC to facilitate, upon City authorization, effective and efficient
representation of the City’s viewpoints and concerns on gas regulatory
issues.
B4.Assist the city in attaining its gas acquisition and transportation objectives.
B5.Monitor and intervene in the legislative process as require’d.
136.Provide the City with miscellaneous natural gas consulting services including
development and use of optimization models, financial analysis and contract
negotiations.
CITY of PALO ALTO: RFP |2/961 SECTION 00001-9
PART II - SCOPE of WORK or SERVICES Cib/ol’ Palo Alto
C. Utility Market Assessment S~
Consultant shall provide the following market assessment services as desired.
C1. Forecasting Services
The Consultant may be requested to assist with forecasting annual usage for
electricity, natural gas, and water. Advanced probabilistic and stochastic models
may be required. Shor{ term electricity forecasts for dispatching and forecasting
for specific customer classes may be required. Forecasting skills may include but
are not limited to’
*Development of dynamic regression models using Forecast Pro.
*Development of probabalistic forecasts using EXCEL add-ins.
*Development of stochastic forecasting models using a Monte Carlo
model.
Development of ’appropriate and defensible methods and data sets.
Development of analysis of sensitive variables and correlations.
Statistical analysis of results, written and oral reporting of results with
conclusions and appropriate recommendations in a concise,
understandable, and convincing manner.
C2. Customer Surveying Services
Resource Management is responsible for investigating, analyzing and reporting to
upper management important market information about Utilities customers,
individually, by segmentation, or in aggregate. Possible Consultant services in this
area would include:
Development of scientifically useful and appropriate survey
instruments
Scientific and appropriate selection of customers for surveying
CITY of PALO ALTO: RFP (2/96)SECTION O0001-10
PART II o SCOPE of WORK or SERVICES City of Palo Alto
Appropriate professional and defensible polling of customers through:
focus groups, phone survey, written instrument surveys, etc.
Analysis of survey results, written and oral reporting of results with
conclusions and recommendations in a concise, understandable, and
convincing manner.
Providers who offer services in customer surveying should demonstrate a
breadth of experience and expertise in all aspects of those services listed
here, as well as other relevant expertise and experience, as the proposer
deems appropriate.
C3. Market Analysis
Resource Management is responsible for and may request consultant assistance in:
investigating, analyzing and reporting information about the market environment,
including market forces, legislative issues and resul’ting laws, regulatory issues and
resulting regulation, competitor behavior, etc. Also, Resource Management is
responsible for assimilating, reporting and recommending related actions to upper
management in a timely and effective manner. Services in this area include:
Investigation and evaluation of competitor activities
Regulatory and legislative monitoring, analysis, and intervention.
Benchmarking of gas, water, waste-water, or electric utility activities
and services in terms of economics, availability, quality, etc.
Customer risk analysis including scenario, simulation, decision
analysis, etc., addressing the economic impact of customer losses,
individually or in aggregate, under various potential market situations.
C~$..DSM Program Activities
Resource Management is responsible for and may request customer assistance in:
investigating new DSM technologies, setting DSM program goals and guidelines,
developing and maintaining customer participation data, and. evaluating programs.
Services in this area include:
Investigation of DSM and other customer end-use.technologies and
CITY of PALO ALTO: RFP |2196)SECTION O0001-11
PART II - SCOPE of WORK or SERVICES City ot Palo Alto
methods, estimating technical and market potential of these
technologies, and recommending realistic goals for customer programs
Develop DSM program goals and guidelines using: 1) City DSMgoals
related to specific technologies, customer segments, and end-use
loads; 2) knowledge of DSM and other customer program methods
and technologies; 3) and customer information (from formal and
informal surveys)
Develop DSM and other customer programs to satisfy Utilities goals
for specific technologies, customer segments, or end-use loads
Evaluate and report DSM and other customer programs’ success
related .to goals and guidelines
C5. Data M#negement Activities.
Resource Management is responsible for and may request consultant assistance in
developing, managing, analyzing, routing, maintaining confidentiality and providing
other services related to sensitive data. Specifically these services may include :
Development, maintenance, accessing and programing of the
Marketing Information System
Development, maintenance, telemetry and programing of customer and
city load data system
Development, maintenance, programming of an intranet information
network
Development, operation, and maint6nance of ah information
clearinghouse for utility related data
*Development and dissemination of confidentiality policies and
procedures
~L~LS.J~/~LS~C E D U R E
Selection of Consultant does not insure that the Consultant will be assigned work,
but only makes the Consultant available to provide services to the CITY. At tim~s,
CITY of PALO ALTO: RFP (2/96}SECTION 00001-12
PART II - SCOPE ~f WORK or SERVICES City of Palo Allo
however, one or more Consultants may be assigned work by the CITY’s Project
Manager. All work assignments will be made at the discretion of the CITY’s Project
Manager based on the Project Manager’s opinion of Consultant’s qual{fications,
availability, and past performance. An activity work plan shall be developed for
each assignment requested by the Project Manager that includes scope, schedule,
deliverables, budget and other information. Said work plan must be approved by
the City’s Project Manager prior to its implementation. The Project Manager may
give telephone authorization to Consultant to perform certain tasks at his/her sole
discretion.
Time Schedu|e
The term of this contract is for 12 months from date ofexectLtion. This contract may be renewed,
upon mutual agreement, for two additional one-year periods.
EXHIBIT "B" ~
FEE SCHEDULE
The maximum compensation due and payable to
CONTRACTOR, whose hourly rates also are set forth in this Exhibit
"B", is subject to CITY’s budget of $300,000 per year established
for the award of one or more contracts pursuant to CITY’s Request
for Proposals No. 91104 and CITY’s appropriations for these service
contracts. No representation or warranty is made by CITY that
CONTRACTOR shall be entitled to a minimum amount of compensation
under this Contract.
The following persons have been selected under RFP
No. 91104, and their total compensation is subject to the $300,000
annual budget: Barakat & Chamberlin, Inc.; EES Consulting, Inc.;
Pacific Consulting Services, Inc.; and Resource Management
International, Inc.
RESOURCEMANAGEMENTINTERNATIONAL, INC.
1997
Professional and support services, except for testimony, shall be billed at the following rates:
Managing Executive Consultant
Principal Executive Consultant
Executive Consultant
Principal Consultant ,
Supervising Consultant
Senior Consultant
Associate Professional
Analyst
Research Assistant
Technician
Office Services
$166 per hour
$150 per hour
$142 per hour
$131 per hour
$116 per hour
$106 per hour
$92 per hour
$81 per hour
$61 per hour
$53 per hour
$49 per hour
The above rates shall be adjusted each year, commencing January 1, 1998, to reflect the
change in rates officially established by the RMI Board of Directors.
Testimony shall be billed at not less than eight (8)hours per day.
Reproduction, printing, communications, computer services, and other miscellaneous support
services shall be billed at rates for such services as determined from time to time and
officially established by the RMI Board of Directors plus ten (10) percent.
AH travel, food, lodging, and miscellaneous expenses, except automobile mileage, associated
with the provision of services hereunder shah billed at cost. Automobile mileage will be
billed at the rate approved by the Internal Revenue Service.
Client shall reimburse RMI for any applicable sales tax imposed on services rendered by RMI
to Client.
11
’961216 syn 0071090
EXHIBIT C
PARTIII-INSURANCE K JUIREMENTS -Lon~! Form City~,r Palo Alto"
Insurance Requirements for Contractors
CONTRACTOR:
PROJECT MANAGER:Blake Heitzman, URM
CONTRACT NAME:Consultant Services: Electric - Gas - Water Utilities
GENERAL TERMS AND INSTRUCTIONS
THIS INSTRUCTION SHEET SHOULD BE GI~2EN TO YOUR INSURANCE AGENT/BROKER
SECTION 650(~)
CON’TR/~ORS TO THE CITY OF PALO ALTO, AT THEIR ,~LE EXPENSE SHALL OBTAIN AND MAINTAIN INSURANCE FOR THE TERM OF THE cOWrRAc’r. CONTRACTORS WILL BE
REQUIRED TO PROVIDE A CERTIFICATE EVIDENCING THE INSURANCE AND NAMING THE CITY AS AN ADDITIONAL INSURED. ALL INSURANCE COVERAGE REQUIRED SHALL BEPROV1DED THROUGH CARRIERS Wt’TH A BEST RATING OF A:Vll OR HIGHER THAT ARE ADMi"f’~ED TO DO BUSINESS IN THE STATE OF CALIFORNIA.
THE CERTIFICATE OF INSURANCE MUST BE COMPLETED AND EXECUTED BY AN AU’rHORIZED REPRESENTATIVE OF THE COMPANY PROVIDING INSURANCE, FILED WffH THE CITY,AND APPROVED BY THE cn’Y BEFORE CONTRACT WILL BE CONSIDERED COMPLETE AS RESPECTS INSURANCE.
RETURN THE COMPLETED CERTIFICATE TO THE CITY OF PALO ALTO, PURCHASING & CONTRACT
ADMINISTRATION, 250 HAMILTON A VENUE, PALO ALTO 94301.
THE INSURANCE REQUIREMENTS CHECKED BELOW ARE REQUIRED FOR THIS CONTRACT.
"r~’PE OF COVERAGE REQUIREMENT LONG FORM (Minimum Limit~}
BODILY INJURY Sl,000,0O0 $1,000,000 .
PROPERTY DAMAGE S 1,000,000 S 1,000,000
Worker’s Compenr~tion
Automobile Liabllit~
,Comprehensive General Liability:
INCLUDING:
¯PERSONAL INJURY
" BROAD FORM PROPERTY DAMAGE
¯~J~NKET CONTRACTUAL
¯FIRE LEGAL LIABILITY
,Comprehensive Automobile Liability:
INCLUDING:
¯OWNED
¯HIRED
¯NON-OWNED
Professional Liability:
INCLUDING:
*ERRORS AND OMIS,.RIONS
¯ MALPRACTICE (If Applicable)
o NEGLIGENT PERFORMANCE
BODILY INJURY & PROPERTY
DAMAGE COMBINED
BODILY INJURY (Each Per.on)
~ODILY INJURY (E~, ~’~*I
PROPL~R T’Y DAMAGE
BODILY INJURY & PROPERTY
DAMAGE COMBINED
ALL DAMAGES
~{/,THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED
D.
E.
F.
The City of PaiD Alto, its officers, agents and employees are named as additional insured, but only as to work performed under contract. Said
coverage as to the City of Paid AJto, etc., shall be primary coverage, without offset against City’s existing insurance and any ether insurance carded
by the City being excess Insurance only.
~Nhere the work invokes grading, paving, excavating, ddlling or other underground work, the policy includes destruction of wires, conduits, pipes,
mains, or other ~milar Wopedy or any apparatus in connection therewith below the surface of the ground whether owned by third padies or the City
of Paid Alto.
Where the work Involves excavating, collapse coverage is provided in the amounts above.
The policy includes a "Severability of Interest" provision.
Deductibles over $5,000 must be indicated and are subject to approvat.
If such policies are canceled or changed during the period of coverage as stated herein, in such a manner as to affect the Cedificate, thirty (30)
days written notice will be mailed to the Cit7 of PaiD Alto, Contract Administration, P.O. Box 10250, 94303
The ~ insurance pelicy includes a contractual liability endorsement providing insurance coverage for Contractor’s agreement to indemnify theCity,
The coverage afforded under the policies is subject to all terms of the policies designated herein and meets all of the provisions called
for herein.
DATE: ~/~t/I?~CONTRACTADMINISTRATOR~~-~ KenM. Haskins, Manaqer (415}329-Z300 "
END OF SECTION
CITY OF PALO ALTO: Insurance Requirements (REV.6/94)SECTIO~ 00650-1
EXHIBIT
CERTIFICATION of NONDISCRIMINATION
Consulting Services
SECTION 410
Certification of’ Nondiscrimination; As suppliers of goods or services to the City of Palo Alto, the
firm and individuals listed below certify that they do not discriminate in employment with regards to
¯ age, race, color, religion, sex, national odgin, ancestry, disability, or sexual preference; that they are
in compliance with all Fede~:al, State and local directives and executive orders regarding
¯ nondiscrimination in employment; and that they agree to demonstrate positively and aggressively
the principle of equal opportunity in employment.
The Bidder agrees specifically:
1.0 To establish or observe employment policies which affirmatively promote
opportunities for minodty persons at all job levels.
To communicate this policy to all persons concerned, including all employees,
outside recruiting services, especially those serving minority communities, and to the
minority communities at large.
2.0
3.0 To take affirmative action steps to hire minority employees within the organization.
To be knowledgeable of the local, state, and federal laws and regulations conceming
affirmative action policies and provide opportunities for employees.
4.0
12/20/96
opportunity employment
Firm: Resource Management International, Inc. DATE;
Title of Officer Signing:S,.e,.~}~Vice President ~
Signature ~’i::~
Please include any additional information available regarding equal
programs now in effect within your company.
(Please attach additional pages if necessary)
END OF SECTION
CITY ofPALO ALTO: Non-discdrnination (6/94)SECTION 410-1
EXHIBIT
CONFLICT OF INTEREST
CONTRACTOR shall not knowingly undertake before the FERC
or CPUC representation of clients whose interests conflict with the
interests of Palo Alto in the proceeding, unless Palo Alto has
given its prior written consent to the conflicting representation.
In the event Palo Alto refuses such consent, CONTRACTOR shall not
undertake the conflicting representation unless and until each of
the following has occurred: (i) CONTRACTOR has arranged for
alternate representation for Palo Alto in the proceeding, and (2)
Palo Alto has agreed to accept such alternate representation.
Moreover, CONTRACTOR has agreed not to knowingly undertake
conflicting representation without prior consultation with the
City.
9612 !6 syn 0071090
12
CONTRACT NO.
BETWEEN THE CITY OF PALOALTOAND
EES CONSULTING, INC.
FOR CONSULTING SERVICES
This Contract No.is entered into ,
by and between the CITY OF PALO ALTO, a chartered city and a
municipal corporation of the State of California ("CITY"), and
EES CONSULTING, INC., a Washington corporation, located at 12011
Bel-Red Road, Suite 201, Bellevue, Washington 98005 ("CONTRACTOR").
RECITALS:
WHEREAS, CITY desires certain consulting services
("Services"), as more fully described in Exhibit "A"; and
WHEREAS, CITY desires to engage CONTRACTOR, including its
employees, if any, in providing the Services by reason of its
qualifications and experience in performing such Services, and
CONTRACTOR has offered to provide the Services on the terms and in
the manner set forth herein;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Contract, the parties agree:
SECTION i. TERM
i.i This Contract will commence on the date of its
execution by CITY. CONTRACTOR will commence work on tasks as
directed by the CITY’s project/manager. In the event that the
Services are not completed within the specified time schedule on
account of CONTRACTOR’s default, CITY’s city manager will have the
option of extending the time schedule for any period of time. This
provision will not preclude the recovery of damages for delay
caused by CONTRACTOR.
SECTION 2.
CONTRACTOR
QUALIFICATIONS,STATUS, AND DUTIES OF
2.1 CONTRACTOR represents and warrants that it has the
expertise and professional qualifications to furnish or cause to be
furnished the Services. CONTRACTOR further represents and warrants
that the project director and every individual charged with the
performance of the Services under this Contract are duly licensed
or-~certified by the State of California, to the extent such
licensing or certification is required by law to~ perform the
Services.
2.2 In reliance on the representation and warranty set
forth in Section 2.1, CITY hires CONTRACTOR to perform, and
CONTRACTOR covenants and agrees that it will furnish or cause to be
furnished, the Services.
961216 sy. 0071091
2.3 CONTRACTOR will assign BORIS PROKOP as the project
director to have supervisory responsibility for the performance,
progress, and execution of the Services. If circumstances or
conditions subsequent to the execution of this Contract cause the
substitution of the project director for any reason, the
appointment of a substitute project director will be subject to the
prior written approval of the project manager.
2.4 CONTRACTOR represents and warrants that it will:
2.4.1 Procure all permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
incident to the due and lawful prosecution of the Services;
2.4.2 Keep itself fully informed of all existing and
future Federal, State of California, and local laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
employed under this Contract, any materials used in CONTRACTOR’s
performance under this Contract, or the performance of the
Services;
2.4.3 At all times observe and comply with, and cause
its employees and contractors (and consultants), if any, who are
assigned to the performance of this Contract to observe and comply
with,, the laws, ordinances, regulations, orders and decrees
mentioned above; and
2.4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to any plans, drawings, specifications or provisions of
this Contract.
2.5 Any reports, information, data or other material
given to, or prepared or assembled by, CONTRACTOR or its
contractors, if any, under this Contract will become the property
of CITY and will not be made available to any individual or
organizationby CONTRACTOR or its contractors, if any, without the
~prior written approval of the city manager.
2.6 CONTRACTOR will provide CITY with seven (7), copies
of the final report, if any, which may be required under this
Contract, upon completion and acceptance of~each report by CITY.
2.7 If CITY requests additional copies Of reports,
drawings, specifications or any other material which CONTRACTOR is
required to furnish in limited quantities in the performance of
the Services, CONTRACTOR will provide such additional copies and
CITY will compensate CONTRACTOR for its duplication costs°
2.8 CONTRACTOR will be responsible for employ±ng or
engaging all persons necessary to perform the Services. All
contractors of CONTRACTOR will be deemed to be directly controlled
and supervised by CONTRACTOR, which will be responsible for their
performance. If any employee or contractor of CONTRACTOR fails or
961216 syn 007109[
2
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner, the
employee or contractor will be discharged immediately from further
performance under this Contract on demand of the project manager.
SECTION 3.DUTIES OF CITY
3.1 CITY will furnish or cause to be furnished the
specified services set forth in ~Exhibit "A" and such other
information regarding its requirements as may be reasonably
requested by CONTRACTOR.
3.2 The city manager will represent CITY for all
purposes under this Contract. TOM HABASHI~ Assistant Director of
Resource Management, is designated as the project manager for the~
city manager. The project manager will supervise the performance,
progress, and execution of the Services, and will be assisted by
DOUG BOCCIGNONE, Manager, Supply Resources.
3.3 If CITY observes or oth~erwise becomes aware of any
default in the performance of CONTRACTOR, CITY will use reasonable
efforts to give written notice thereof to CONTRACTOR in a timely
manner..
SECTION 4 - COMPENSATION
4.1 In consideration of the full performance of the
Services by CONTRACTOR, CITY will pay CONTRACTOR within thirty
(30) days of submission by CONTRACTOR of its itemized billings, in
triplicate, in accordance with the following fee schedule set forth
in Exhibit "B".
SECTION 5. AUDITS
5.1 CONTRACTOR will permit CITY to audit, at any
reasonable time during the term of this Contract and for three (3)
years thereafter, CONTRACTOR’s records pertaining to matters
covered by this Contract. CONTRACTOR further agrees to maintain
and retain such records for at least three (3) years after the
expiration or earlier termination of this Contract.
6.1 CONTRACTOR agrees to protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
agents from any and all demands, claims, or liability of any
nature, including death or injury to any person, property damage or
any other loss, caused by or arising out of CONTRACTOR’s, its
officers’, agents’, subcontractors’ or employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONTRACTOR in the
performance of or failure to perform its obligations under this
Contract.
961216 syn 0071091
3
SECTION 7.WAIVERS
7.1 The waiver by either party of any breach or
violation of any covenant, term, condition or provision of this
Contract, or of the provisions of any ordinance or law, will not be
deemed to be a waiver of any other term, covenant, condition,
provisions, ordinance or law, or of any subsequent breach or
violation of the same or of any other term, covenant, condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or~violation
by the other party of any term, covenant, condition or provision of
this Contract or of any applicable law or ordinance.
7.2 No payment, partial payment, acceptance, or partial
acceptance by CITY will operate as a waiver on the part of CITY of
any of its rights under this Contract.
SECTION 8. INSURANCE
8.1 CONTRACTOR, at its sole cost and expense, will
obtain and maintain, in full force and effect during the term of
this Contract, the.insurance coverage described~ in Exhibit "C",
insuring not only CONTRACTOR and its contractors, if any, but also,
with the exception of workers’ compensation, employer’s liability,
and professional liability insurance, naming CITY as an additional
insured concerning CONTRACTOR’s performance under this Contract.
8.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Rating Guide ratings of
A:X or higher which are admitted to transact insurance business in
the State of California. Any and all contractors of CONTRACTOR
retained to perform Services under this Contract will obtain and
maintain, in full force and effect during the term of this
Contract, identical insurance coverage, naming CITY as an
additional insured under such policies as required above.
8.3 Certificates of such insurance, preferably on the
forms provided by CITY, will be filed with CITY concurrently with
the execution of this Contract. The certificates will be subject
to the approval of CITY’s risk manager and will contain an
endorsement stating that the insurance is primarycoverage and will
not be canceled or altered by the insurer except after filing with
CITY’s city clerk thirty (30) days’ prior written notice of such
cancellation or alteration, and that the City of Palo Alto is named
as an additional insured except in policies of workers’
compensation, employer’s liability, and professional liability
insurance. Current certificates of such insurance will be kept on
file at all times during the Germ of this Contract with the city
clerk.
8.4 The procuring of such required policy or policies of
insurance will not be construed to limit CONTRACTOR’s liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
961216 syn 0071091
CONTRACTOR will be obligated for the full and total amount ofany
damage, injury, or loss caused by or directly arising as a result
of the Services performed under this Contract, including such
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
SECTION 9. WORKERS’ COMPENSATION
9.1 CONTRACTOR, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against.
liability for workers’ compensation or to undertake self-insurance
in accordance with the provisions of that Code, and certifies that
it will comply with such provisions, as applicable, before
commencing the performance of the Services.
SERVICES
SECTION i0. TERMINATION OR SUSPENSION OF CONTRACT OR
I0.i The city manager may suspend the performance of Zhe
Services, in whole or in part, or terminate this Contract, with or
without cause, by giving ten (i0) days’ prior written notice
thereof to CONTRACTOR. Upon receipt of such notice, CONTRACTOR
will immediately discontinue its performance of the Services.
10.2 CONTRACTOR may terminate this Contract or suspend
its performance of the Services by giving thirty (30) days’ prior
written notice ~thereof~ to CITY, but only in the event of a
substantial failure of performance by CITY or in the event CITY
indefinitely withholds~or withdraws its request for the initiation
or continuation of the Services to be performed.
10.3 Upon such suspehsion or termination by CITY,
CONTRACTOR will be paid for the Services actually rendered to CITY
on or before the effective date of suspension or termination;
provided, however, if this Contract is suspended or terminated on
account ~of a defaultby CONTRACTOR, CITY will be obligated to
compensate CONTRACTOR only for that portion of the Services which
are of direct and immediate benefit to CITY, as such determination
may be made by the city manager acting in the reasonable exercise
of her discretion.
10.4 ~Upon such suspension or termination, CONTRACTOR will
deliver to the city manager immediately any and all copies of
studies, sketches, drawings, computations, and other data, whether
or not completed, prepared by CONTRACTOR or its contractors, if
any~ or given to CONTRACTOR or its contractors, if any, in
connection with this Contract. Such materials will become the
property of CITY.
10.5 The failure of CITY to agree with CONTRACTOR’s
independent findings, conclusions, or recommendations,~if~e same
are called for under this Contract, on the basis of differences in
matters of judgment, will not be construed as a failure on the part
of CONTRACTOR to fulfill its obligations under this Contract.
961216 syn 0071091
5
SECTION ii.ASSIGNMENT
ii.i This Contract is for the personal services of
CONTRACTOR, therefore, CONTRACTOR will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
or interest in or to the same or any part thereof without the prior
written consent of CITY. A consent to one assignment will not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the approval of the city manager will be
void and, at the option of the city manager, this Contract may be
terminated. This Contract will not be assignable by operation of
law.
SECTION 12. NOTICES
12.1 All notices hereunder will be given in writing and
mailed, postage prepaid, by certified mail, addressed as follows:
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
Copy to:Department of Utilities
City of Palo Alto
Post Office Box 10250
Pal0 Alto, CA 94303
Attn: Project Manager
To CONTRACTOR: Attention of the project director
at the address of CONTRACTOR recited above
SECTION 13. CONFLICT’OF INTEREST
13.1 In accepting this Contract, CONTRACTOR covenants
that it presently has no interest, and will not acquire any
interest, direct~or indirect,~ financial or otherwise, which would
conflict in any manner or degree with the performance of the
Services. CONTRACTOR further~agrees that it will not engage in any
activity which constitutes a conflict of interest as described in
Exhibit "E".
13.2 CONTRACTOR further covenants that, in the
performance of this Contract, it will not employ any contractor or
person having such an interest. CONTRACTOR certifies that no
person who has or will have any financial interest under this
Contract is an officer or employee of CITY; this provision will be
interpreted in accordance with the applicable provisions of the
Palo Alto Municipal Code and the Government Code of the State of
California.
SECTION 14. NONDISCRIMINATION
14.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made. in the employment of any person under
961216 sy~ 0071091
6
this Contract because of the age, race, color, national origin,
ancestry, religion, disability, sexual preference or gender of that
person. If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONTRACTOR agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the requisite
form furnished by CITY and set forth in Exhibit "D".
14.2 CONTRACTOR agrees that each contract for services
withan independent provider will contain a provision substantially
as follows:
"[Name of Provider] will provide CONTRACTOR
with a certificate stating that [Name of
Provider] is currently in compliance with all
Federal and State of California laws covering
nondiscrimination in employment; that [Name of
Provider] will pursue an affirmative course of
action as required by the Affirmative Action
Guidelines of the City of Palo Alto; and that
[Name of Provider] will not discriminate in
the employment of any person under this
contract because of the age, race, color,
national origin, ancestry, religion,
disability, sexual preference or gender of
such person."
14.3 If CONTRACTOR is found in violation of the
nondiscrimination provisions of the State of California Fair
Employment Practices Act or similar provisions of Federal law or
executive order in the performance of this Contract, it will be in
default of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
the sum of twenty-five dollars ($25) for each person for each
calendar day during which such person was subjected to acts of
discrimination, as damages for breach of contract, or both. Only
a finding of the State of California Fair Employment Practices
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this Contract°
14.4 If CONTRACTOR is in default of the nondiscrimination
provisions of this Contract or the Affirmative Action Guidelines
pertaining to this Contract, CONTRACTOR will be found in material
breach of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
from the amount payable to CONTRACTOR the sum of two hundred fifty
dollars ($250) for each calendar day during which CONTRACTOR is not
in compliance with this provision as damages for breach of
contract, or both°
SECTION 15. MISCELLANEOUS PROVISIONS
15.1 CONTRACTOR represents and warrants that it has
knowledge of the requirements of the Americans with Disabilities
Act of 1990, and the Government Code and the Health and Safety Code
961216 syn 0071091
7
of the State of California, relating to access to public buildings
and accommodations for disabled persons, and relating to facilities
for disabled persons. CONTRACTOR will comply with or ensure by its
advice that compliance with such provisions will be effected in the
performance of this Contract.
15.2 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
15.3 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Northern District of California in the County of Santa
Clara, State of California.
15.4 The prevailing party in any action brought to
enforce the provisions of this Contract may recover its reasonable
costs and attorneys’ fees expended in connectio~ with that action.
15.5 This document represents the entire and integrated
agreement between the parties and supersedes all prior negotia-
tions, representations, and contracts, either written or oral.
This document may be amended only by a written instrument, which is
signed by the parties.
15.6 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
15.7 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and contractors, as the case
may be, of the parties.
15.8 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto will remain in full force and effect.
15.9 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time
to time, may be referred to in any duly executed amendment hereto
are by such reference incorporated in this Contract and will be
deemed to be a part of this Contract.
15.10 This Contract may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one and the same instrument.
15.11 This Contract is subject to the fiscal provisions
of the Charter of the City of.Palo Alto and the Palo Alto Municipal
Code. This Contract will terminate without any penalty (a) at the
end of any fiscal year in the event that funds are not appropriated
for the following fiscal year, or (b) at any time within a fiscal
year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer
8
961216 ~syn 007109 !
available. This Section 15.11 shall take precedence in the event
of a conflict with any other covenant, term, condition, or
provision of this Contract.
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
.ATTEST:CITY OF PALO ALTO
City Clerk
APPROVED AS TO FORM:
Senior Asst. City Attorney
Assistant City Manager
Director of Utilities
Mayor
EES CONSULTING, INC.
Taxpayer’s I.D. No. ~1
Deputy City Manager,
Administrative Services
Risk Manager
Attachments:
EXHIBIT "A" :
EXHIBIT "B" :
EXHIBIT "C" :
EXHIBIT "D" :
EXHIBIT "E" :
SCOPE OF SERVICES AND TIME SCHEDULE
FEE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
CONFLICT OF INTEREST
961216 syn 0071091
9
CERTIFICATE OF .ACKNOWLEDGEMENT
(Civil Code ~ 1189)
) ss.
~_~A~_~"OnI 1996, before me, 2-~ ~-~ ,
a Notary PI for said County °a~d State, personallyappeared), ~ersonally known to me
or proved to me on the ba of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their
signature(s) on the instrument.the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
e of Notary Public
i0
961216 syn 0071091 . ~
Exhibit "A":Scope of Services and Time Schedule
The Scope of Services for this contract is provided belov,’. The consultant will be asked to
perform services in one or more of the following areas.
A. Electric Utility - Technics! Consulting. Legislative and Regulatory Service_s_
Within the Electric Utility, there are three main focus areas:
-Western Area Power Administration (WAPA)
-Electric industry restructuring and related issues
-Miscellaneous consulting services
AI.WAPA - Monitoring, analyzing, and reporting on key Western Area Power
Administration (WAPA) activities that may affect the CITY’S electric utility.
These services include but are not limited to:
Identify and analyze WAPA issues and activities that may impact the
rates that the CITY pays for power or impact the amount of power the
CITY receives from WAPA.
Analyze Federal and State legislative activities that may impact
CITY of PALO ALTO: RFP 121961 SECTION 00001-7
PART II o SCOPE of WORK or SERVICES City of Palo Alto
availability or cost of the WAPA resource.
Provide assistance in developing appropriate response strategies to
relevant WAPA issues.
Monitor key environmental proceedings such as the Bay/Delta
proceedings, State Water Resource Control Board, water quality
proceedings and others.
A2.Electric Industry Restructur_ing and Related Issues
Assist the CITY to respond to the challenges related to electric industry
restructuring, including, but not limited to:
*Identification of possible market opportunities and threats;
*Response to the challenges that the CITY may face from increased
competition;
Analysis relating to stranded costs and customer contracts
*Assistance with monitoring and/or influencing any of the Western
Power Exchange (WEPEX) activities;
*Financial and technical analysis related to the Independent System
Operator (ISO) and Power Exchange (PX);
*Assistance with transmission and other FERC related issues.
* ¯Assistance with State Legislative monitoring and intervention.
Assistance with interventions at selected proceedings, including
technical assistance, draft testimony, and/or.analysis of related
litigation.
A3.
Assistance in Plar~ning and.Economic Analysis of transmission services
and supply resources
CITY of PALO ALTO: RFP (2/96)SECTION 00001-8
PART II - SCOPE of WORK or SERVICES City of Palo Alto
Assistance in analyzing and developing energy price risk management
tools, products and services and in developing new energy, pricing
strategies.
Monitor, analyze, and report on key USBR, State of California,
CALFED, and San Francisco Bay, Sacramento and San Joaquin Delta
Oversight Committee Activities that may affect the CITY’S electric
utility.
Management Consulting
Contract Negotiations
*Interconnection Agreement evaluation and negotiation
Identification and analysis of partnering opportunities
B. Natural Gas Irldustry - Technical Consulting. Legislative and Regulatory Services
Consultant shall provide natural gas consulting services and legislative and
regulatory support to the City. The services and support are in the following task
categories:
BI.Work with the City to establish regulatory goals, objectives, and priorities.
B2.Monitor, analyze and testify in CPUC and FERC proceedings to represent the
City’s interests.
B3.Maintain routine and sufficient access to key policy makers and staff at the
CPUC to facilitate, upon City authorization, effective and efficient
representation of the City’s viewpoints and concerns on gas regulatory
issues.
B4.Assist the city in attaining its gas acquisition and transportation objectives.
B5.Monitor and intervene in the legislative process as required.
B6.Provide the City with miscellaneous natural gas consulting services including
development and useof optimization models, financial analysis and contract
negotiations.
CITY of PALO ALTO: RFP (2/96)SECTION O0001o9
PART II - SCOPE of WORK or SERVICES City of Palo AltO)
C..Utility Market Assessment Services
Consultant shall provide the following market assessment services as desired.
Cl."r i
The Consultant may be requested to assist with forecasting annual usage for
electricity, natural gas, and water. Advanced probabilistic and stochastic models
may be required. Shor~ term electricity forecasts for dispatching and forecasting
for specific customer classes may be required. Forecasting skills may include but
are not limited to:
Development of dynamic regression models using Forecast Pro.
Development of probabalistic forecasts using EXCEL add-ins.
Development of stochastic forecasting models using a Monte Carlo
model.
Development of appropriate and defensible methods and data sets.
Development of analysis of sensitive variables and correlations.
Statistical analysis of results, written and oral reporting of results with
conclusions and appropriate recommendations in a concise,
understandable, and convincing manner.
C2. Customer Surveying,Services
Resource Management is responsible for investigating, analyzing and reporting to
upper management important market information about Utilities customers,
individually, by segmentation, or in aggregate. Possible Consultant services in this
area would include:
Development of scientifically useful and appropriate survey
instruments
Scientific and appropriate selection of customers for surveying
CITY of PALO ALTO: RFP (2/96)SECTION 00001-10
PART II - SCOPE of WORK or SERVICES City of Palo Alto
Appropriate professional and defensible polling of customers through:
focus groups, phone survey, written instrument surveys, etc.
Analysis of survey results, written and oral reporting of results with
conclusions and recommendations in a concise, understandable, and
convincing manner.
Providers who offer services in customer surveying should demonstrate a
breadth of experience and expertise in all aspects of those services listed
here, as well as other relevant expertise and experience, as the proposer
deems appropriate.
C3. Market Analysis.
Resource Management is responsible for and may request consultant assistance in:
investigating, analyzing and reporting information about the market environment,
including market forces, legislative issues and resulting laws, regulatory issues and
resulting regulation, competitor behavior, etc. Also, Resource Management is
responsible for assimilating, reporting and recommending related actions to upper
management in a timely and effective manner. Services in this area include:
Investigation and evaluation of competitor activities
Regulatory and legislative monitoring, analysis, and intervention.
Benchmarking of gas, water, waste-water, or electric utility activities
and services in terms of economics, availability, quality, etc.
Customer risk analysis including scenario, simulation, decision
analysis, etc., addressing the economic impact of customer losses,
individually or in aggregate, under various potential market situations.
C~. DSM Program Activities.
Resource Management is responsible for and may request customer assistance in:
investigating new DSM technologies, setting DSM program, goals and guidelines,
developing and maintaining customer participation data, and evaluating programs.
Services in this area include:
Investigation of DSM and other customer end-use.technologies and
CITY of PALO ALTO: RFP (2196)SECTION 00001-11
PART II - SCOPE of WORK or SERVICES City of Palo Alto
methods, estimating technical and market potential of these
technologies, and recommending realistic goals for customer programs
Develop DSM program goals and guidelines using: 1) City DSM goals
related to specific technologies, customer segments, and end-use
loads; 2) knowledge of DSM and other customer program methods
and technologies; 3) and customer information (from formal and
informal surveys)
Develop DSM and other customer programs to satisfy Utilities goals
for specific technologies, customer segments, or end-use loads
Evaluate and report DSM and other customer programs’ success
related to goals and guidelines
C5. Data Management Activities
Resource Management is responsible for and may request consultant assistance in
developing, managing, analyzing, routingi maintaining confidentiality and providing
other services related to sensitive data. Specifically these services may include :
Development, maintenance, accessing and programing of the
Marketing Information System
Development, maintenance, telemetry and programing of customer and
city load data system
Development, maintenance, programming of an intranet information
network
Development, operation, and maintenance of an information
clearinghouse for utility related data
~Development and dissemination of confidentiality policies and
procedures
IGN EN E
Selection of Consultant does not insure that the Consultant will be assigned work,
but only makes the Consultant available to provide services to the CITY. At times,
CITY of PALO ALTO: RFP (2/96)SECTION 00001-12
PART II - SCOPE ~f WORK or SERVICES Cib/of Palo Alto
however, one or more Consultants may be assigned work by the CITY’s Project
Manager. All work assignments will be made at the discretion of the CITY’s Project
Manager based on the Project Manager’s opinion of Consultant’s qualifications,
availability, and past performance. An activity work plan shall be developed for
each assignment requested by the Project Manager that includes scope, schedule,
deliverables, budget and other information. Said work plan must be approved by
the City’s Project Manager prior to its implementation. The Project Manager may
give telephone authorization to Consultant to perform certain tasks at his/her sole
discretion.
The term of this contract is for 12 months from date of execution. This contract may be renewed,
upon mutual agreement, for two additional one-year periods.
EXHIBIT
FEESCHEDULE
~The maximum compensation due and payable to
CONTRACTOR, whose hourly rates also are set forth in this Exhibit
"B", is subject to CITY’s budget of $300,000 per year established
for the award of one or more contracts pursuant to CITY’s Request
for Proposals No. 91104 and CITY’s appropriations for these~service
contracts. No representation or warranty is made by CITY that
CONTRACTOR shall be entitled to a minimum amount of compensation
under this Contract.
The following, persons have been selected under RFP
No. 91104, and their total compensation is subject to the $300,000~
annual budget: Barakat & Chamberlin, Inc.; EES Consulting, Inc.;
Pacific Consulting Services,Inc.;and Resource Management
International, Inc.
Billing Rates by Individual
The following billing rates would hold through the first year of the contract. Expenses would be
billed at cost to the City.
Gary Saleba ...........................................$120 per hour
Boris Prokop,.Stuart Trippel, Gail Tabone,
Marilyn Semro, Paul Maxwell, Charlie Earl ...................105 per hour
Gary Baughman and Anne Falcon... ....’ .....................85 per hour
Steve Andersen, Jon Piliaris, Susan Huse ......................70 per hour
Diane Running ...........................................45 per hour
961216 syn 0071091
11
:~ART III -INSURANCE
CONTRACTOR:
PROJECT MANAGER:
CONTRACT NAME:
~UIREMENTS -Lon9 Form City,., PaiD Alto"
Insurance Requirements for Contractors
Blake Heitzman, URM
Consultant Services: Electdc- Gas - Water Utilities
GENERAL TERMS AND INSTRUCTIONS
THIS INSTRUCTION SHEET SHOULD BE GIVEN TO YOUR INSURANCE AGENT/BROKER
CON’]3~I, CTORS TO *RdE crrY OF PALO/~LTO, AT THEIR SOLE EXPENSE SN.,14.L OBTAIN AND MAJNT~N INSUR.~NCE FOR THE TERM OF THE CONTRACT. CONTRACTORS V~ILL BE
REQUIRED TO PROVIDE A CERTIFICATE EY’IDENCING "tHE INSURANCE AND NAMING ’ride CITY AS AN ADornONAL INSURED ,aLL INSUR,,I~NCE COVER, AGE REQUIRED SH.a&L BEPROVIDED THROUGH C,I.RRIERS IP~TrH A BEST R~nHG OF AVII OR HIGHER ’rl"~T ARE ADMrF’rEo TO IX:) BUSINESS IN THE STATE OF C,~LIFORNI~
THE CERTIFIC&TE OF INSURA~NCE MUST St=’ COMPLETED AND F.XECUTEO BY AN AUTHORIZED REPRESENTA’nVE OF THE COMPANY PROVIDING INSUR,NNGE, FILED WrTH THE CITY.
AND APPROVED BY THE CITY’ 8~FORE CONTR,~’~ WiLL BE CONSIDERED COMPLETE A.~ RESPECTS INSUPJIJ~CF...
RETURN THE COMPLETED CERTIFICATE TO THE CITY OF PALO ALTO, PURCHASING & CONTRACT
ADMINISTRATION, 250 HAMILTON A VENUE, PALO ALTO 94301.
(:3
THE INSURANCE REQUIREMENTS CHECKED BELOW ARE REQUIRED FOR THIS CONTRACT.
TYPE OF COVERAGE REQUIREMENT LONG FORM (Minimum Limi~l
Statutory
BODILY INJURY
PROPER TY DAMAGE
Worker’s Compensation
Autm’~obile Liability
.Comprehensive General Liability:
INCLUDING:
¯P~RSO~L~L INJURY
¯BROAD FORM PROPERTY DAMAGE
¯BL,MMKET CONTRACTUAL
¯FIRE LEGAL LIABILITY
BODILY INJURY & PROPERTY
DAMAGE COMBINED
BODILY INJURY (Each Person}
I~ODILY INJURY i~=h o~+m,,~ .~
PROPER TY QAMAG~
~LY INJURY & PR~ER~
O~GE C~BINEO
ALL DAMAGES
,Comprehensive Automobile Liability:
INCLUDING:
’ OWNED
¯HIRED
¯NON.OWNED
~[/Professional Liability:
INCLUDING:
¯ERRORS ,AND OMISSIONS
¯ MALPRACTICE (tf Applicable)
¯ NEGLIGENT PERFORMANCE
*’THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED
$ I ,ooo.(xx)
$ l,OOO.OOO .
$ I.OOO,o(x)
D.
E.
F.
The City or PaiD Alto, its officers, agents and employees are named as additional insured, but only as to work performed under contract. Said
coverage as to ~ City of PaiD Alto, etc,0 shall be primary coverage, without offset against City’s existing insurance and any other insurance carded
by the City being excess Insurance only.
VVhe~e the work involves grading, paving, excavating, drilling or other underground work, the policy Includes destruction of wires; conduits, pipes,
mains, oi- ~ similar p~operty el" any apparatus in connection therewith below the surface of the ground whether owned by third padies or the City
of PaiD Alto,
Where the work Involves excavating, collapse coverage is provided in the amounts above.
The policy includes a "Severability of Interest" provision:
Deductibles over $5,0(X) must be indicated and are subject to approval.
If such policies sre canceled or changed during the period of coverage as stated herein, in such a manner as to affect the Cedificate, thirty (30)
days vnitten notice will be mailed to the City of Paid Alto, Contract Administration, P.O. Box 10250, 94303
The ~ irtsurarx:e p~icy includes a contractual liability endorsement providing Insurance coverage for Contractor’s agreement to indemnify theCity..
The coverage afforded under the policies is subject to all terms of the policies designated herein and meets all of the provisions called
for herein.
# I
i |
END OF SECTION
CITY OF PALO ALTO: Insurance Requirements IREV.6/94)SECTION 00650-1
CERTIFICATION of NONDISCRIMINATION
EXHIBIT
SECTION 410
Consulting Services
..Gertification of Nondiscriminatior!: As suppliers of goods or services to the City of Palo Alto, the
firm and individuals listed below certify that they do not discriminate in employment with regards to
age, race, color, religion, sex, national odgin, ancestry, disability, or sexual preference; that they are
in compliance with all Federal, State and local directives and executive orders regarding
nondiscrimination in employment; and that they agree .to demonstrate positively and aggressively
the principle of equal opportunity in employment.
The Bidder agrees specifically:
1.0 To establish or observe employment policies which affirmatively promote
opportunities for minority persons at all job levels,
2.0 To communicate this policy to all persons concerned, including all employees,
outside recruiting services, especially those serving minority communities, and to the
minodty communities at large.
3.0 To take affirmative action steps to hire minority employees within the organization.
4.0 To be knowledgeable of the Iocat, state, and federal laws and regulations concerning
affirmative action policies and provide opportunities for employees.
Title of Officer Si
Signature
Please include any additional informz )n available
programs now in effect within your company.
regarding equal opportunity employment
(Please attach additional pages if necessary)
CITY of PALO ALTO:Non-discrimination (6/94)
END OF SECTION
SECTION 410-1
EXHIBIT
CONFLTCT ~OF INTEREST
CONTRACTOR shall not knowingly undertake before the FERC
or CPUC representation of clients whose interests conflict with the
interests of Palo Alto in the proceeding, unless Palo Alto has
given its prior written consent to the conflicting representation.
In the event Palo Alto refuses such consent, CONTRACTOR shall not
undertake the conflicting representation unless and until each of
the following has occurred: (i) CONTRACTOR has arranged for
alternate representation for Palo Alto in the proceeding, and (2)
Palo Alto has agreed to accept such alternate representation.
Moreover, CONTRACTOR has agreed not to knowingly undertake
conflicting representation without prior consultation with~ the
City.
961216 syn 0071091
12