Loading...
HomeMy WebLinkAbout1996-03-11 City Council (18)City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL FROM: AGENDA DATE: SUBJECT: CITY MANAGER UTILITIES DEPARTMENT MARCH 11, 1996 CMR:159:96 Approval of Contract with Theodore Barry and Associates for an Organizational Review of the Utilities Department. REQUEST This report requests that Council approve the Utilities Advisory Commission (UAC) recommendation and authorize the Mayor to execute a contract with Theodore Barry and Associates (TBA) in the amount of $193,140 to conduct an organizational review of the Utilities Department. RECOMMENDATIONS Staff recommends that Council: 1. Approve a Budget Amendment Ordinance (Attachment 1) in the amount of $112,540 from the Electric $53,602, Water $19,964, Gas $27,451 and Wastewater $11,523 Rate Stabilization Reserves for funding the organizational review. Approve and authorize the Mayor to execute the attached contract with exhibits, (Attachment 2) with Theodore Barry and Associates in the amount of $193,140 to conduct an organizational review of the Utilities Department. Authorize the City Manager or her designee to negotiate and execute one or more change orders to the contract to cover additional related but unforeseen work which may develop during the project. The value of these change orders shall not exceed $19,400. POLICY IMPLICATIONS This contract does not represent any change to existing policies. CMR:159:95 Page I of 4 EXECUTIVE SUMMARY Project Description The priorities of the Utilities Department are changing because of the changes in the utilities industry; particularly in the gas and, more recently, in the electric utilities. Competition for Palo Alto’s utility customers is an issue of the future. Exceeding customer expectations and maintaining customer loyalty are paramount in keeping the Utilities’ customer base. This is an opportune time to conduct an organizational review of the Department to ascertain if any changes are appropriate. The goal is to ensure that the Utilities are prepared organizationally for the future competition in the industry and have the ability to meet the customers’ service expectations efficiently while remaining competitive. Additionally it is important to periodically review departmental structure to ensure that the. most efficient and effective structure is in place. In December 1994, the City Council approved the City .Manager’s recommendation to perform an organizational review of the Utilities Department. On February 13 1995, the Council assigned the administration of the Utilities Organizational Review to the Utilities ¯ Advisory Commission (UAC) with support from the City Manager’s Office. The Council also directed the UAC to create a "Blue Ribbon" Task Force (Task Force) to review and comment on the Request for Proposals (RFP) and aid in the selection of the consultant to perform the study. The UAC selected the Task Force at the May 3, 1995 meeting. Over the next several months the UAC, the Task Force, and the City Council edited and reviewed the draft Scope of Services of the RFP. Invitation for Proposals Council approved the Scope of Services for the Organizational Review at the October 16, 1995 meeting. A request for proposals (RFP) for the Organizational Review was sent out to 30 consultants on November 1, 1995. Proposals were received on November 28, 1995 from eight consultants, ranging from $149,800 to $259,580. One consultant sent a letter to the project manager stating that his company was unable to bid at this time. At the request of the UAC, the eight proposals submitted were initially evaluated by a staff screening committee with the purpose of developing a "short list". The screening committee included, the City Auditor, the Director of Public Works, the Director of Human Resources, the Contracts Administrator, a Senior Accountant, the Assistant Director of Engineering and Operations, the Assistant Director of Resource Management, the Manager of Rates, and the Utilities Administrator. The committee met on November 20, 1995 to screen the proposals based on the criteria established in the RFP: the Executive Summary, understanding of the review, the approach, the project schedule, cost, related experience, and references. The recommended short list was presented to the UAC at the December 1995 meeting. Members of the UAC and the Task Force also received copies of all the proposals. At that meeting the UAC and the Task Force chose four firms to interview. Interviews were scheduled for January 10, and 11, 1996 with the four CMR:159:95 Page 2 of 4 consultants, R. W. Beck, Price Waterhouse/CH2MHill, Kiynveld Peat Marwick Goerdeler (KMPG)/Barakat and Chamberlin, and Theodore Barry and Associates(TBA)/Resource Management International (RMI). After the interviews and under the guidance of the UAC and the Task Force, staff was instructed to conduct a reference check on three consultants with the questions provided by the UAC and the Task Force. The resulting information and a voting sheet were distributed to all the Commissioners and members of the Task Force. The criteria used were the same as those used in the RFP: qualifications and experience of the firm, quality of the proposal, value of the work per cost, and soundness of the methodology. The votes were tallied as seen on the attached bid evaluation summary (Attachment 3), with a point score for each of the cdteria and a value assigned to each criterion. The combined scores ranged from 45.62 for Price Waterhouse/CH2MHILL to a high of 62.65 for Theodore Barry and Associates (TBA)/Resource Management International (RMI). R.W. Beck was second with a score of 56.86. The UAC and the Task Force met on February 7, 1996 and chose the firm of TBA for the organizational review with Resource Management International (RMI) a subcontractor for TBA on the project. The firm of R. W. Beck was selected as the backup consultant. The UAC requested staff to begin the contract negotiations. The Organizational Review will begin in April 1996, after approval of this contract by City Council. Project Schedule The consultant plans to begin work within two weeks after the contract is signed and complete the project in four months. The UAC Commissioners at the February 7, 1996 meeting stated they believe the project may take longer, due to the interaction of the consultant with the Commission and the timing of Commission meetings. However, according to the consultant, the work will take 1,140 hours and the work plan designates the following timeline: Step One ( weeks one through five) Initiation period High level diagnostics Data requests Step Two (weeks four through twelve) Detailed Analysis G as/Wate r/Wastewate r Competitive Evolution Step Three (weeks twelve through sixteen) Final Report and Implementation Plan CMR:159:95 Page 3 of 4 FISCAL IMPACT The $100,000 included in the adopted FY 1995-96 operating budget for this project is not sufficient. All of the eight proposals received exceeded this amount, with proposals rang ing from $149,800 to $259,580. TBA proposed $193,140 for the project. The attached BAO (Attachment 1) requests that additional $112,540 be added to the Utilities Administration budget to cover the costs of the contract and the contingency for the organizational review of the Utilities Department. ENVIRONMENTAL ASSESSMENT This award of contract does not constitute a project for California Environmental Quality Act purposes and, therefore, no Environmental Assessment is required. ATTACHMENTS Attachment 1. Attachment 2. Attachment 3. Budget Amendment Ordinance Contract with Exhibits Bid Evaluation Summary PREPARED BY: Rosemary Ralston, Utilities Administrator DEPARTMENT HEAD APPROVAL: CITY MANAGER APPROVAL: FLEMING Manager CMR:159:95 Page 4 of 4 A TTA CHMENT ~ ORDINANCE NO. ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO AMENDING THE BUDGET FOR THE FISCAL YEAR 1995-96 TO PROVIDE AN ADDITIONAL APPROPRIATION TO CONDUCT AN ORGANIZATIONAL REVIEW OF THE UTILITIES DEPARTMENT WHEREAS, pursuant to the provisions of Section 12 of Article III of the Charter of the City of Palo Alto, the Council on June 19, 1995 did adopt a budget for fiscal year 1995-96; and WHEREAS, on June 19, 1995 Council approved $!00,000 in funding to conduct an organizational review of the Utilities Department; and WHEREAS, an organizational review will ensure the Utilities Department’s ability to efficiently and effectively meet customer service expectations in an increasingly competitive industry; and WHEREAS, the Utilities Advisory Commission and the ~Blue Ribbon" Task Force chose a firm on February 7, 1996 to conduct the organizational review; and WHEREAS, additional funding of $112,540 is requested to execute the contract with the chosen firm, Theodore Barry and Associates, and to cover potential change orders. NOW, THEREFORE, the Council of the City of Palo Alto does ORDAIN as follows: SECTION i. The sum of One Hundred Twelve Thousand Five Hundred and Forty Dollars(S112,540) is hereby transferred from the reserve funds hereinafter described, to the appropriation for Utilities Administration for additional expenses for the Utilities Department Organizational Review. The amounts so transferred are from the following reserve funds, which will be reduced by the amount listed: Electric Rate Stabilization Reserve Water Rate Stabilization Reserve Gas Rate Stabilization Reserve WastewaterCollection Rate Stabilization Reserve $53,602 19,964 27,451 11,523 SECTION 2. Non-salary expense and allocated revenues in Utilities Administration wil! be increased by $112,540. SECTION 3. The appropriation transfers approved by Section 1 will reduce the following Rate Stabilization Reserve (RSR) : From:To: Electric RSR Water RSR Gas RSR Wastewater Collection RSR $25,058,000 6,571,000 11,060,000 7,569,000 $25,004,398 6,551,036 11,032,549 7,557,477 SECTION 4. As specified in Section 2.28.080(a) of the Palo Alto Municipal Code, a two-thirds vote of the City Council required to adopt this ordinance. is SECTION 5. This project has been determined to be categorically exempt under Section 15302 of the California Environmental Quality Act. SECTION 6. As provided in Section 2.04.350 of the Palo Alto Municipal Code, this ordinance shall become effective upon adoption. INTRODUCED AND PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATTEST: Senior Asst. City Attorney City Clerk APPROVED AS TO FORM: APPROVED: Mayor City Manager Deputy City Manager Director of Utilities A TTA CHMENT 2 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND THEODORE BARRY AND ASSOCIATES 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 THEODORE BARRY AND ASSOCIATES, a California corporation, !ocated at 515 South Figueroa Street, #1500, Los Angeles, CA 90071 ("CONSULTANT"). RECITALS: WHEREAS, CITY desires certain professional consulting services ("Services") and the preparation and delivery of, without limitation, one or more sets of documents, drawings, reports, data, calculations, surveys, schedules or other writings ("Deliverables") (Services and De!iverables are, collectively, the "Project"), as more fully described in Exhibit "A"; and WHEREAS, CITY desires to engage CONSULTANT, including its emp!oyees, if any, in providing the Services by reason of its qualifications and experience in performing the Services, and CONSULTANT has offered to complete the Project 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 !. TERM !.I This Contract will commence on the date of its execution by CITY, and will terminate upon the completion of the Project, unless this Contract is earlier terminated by CITY. Upon the receipt of CITY’s notice to proceed, CONSULTANT wil! commence work on the initial and subsequent Project tasks in accordance with the time schedule set forth in Exhibit "A". Time is of the essence of this Contract. In the event that the Project is not completed within the time required through any fault of CONSULTANT, 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 CONSULTANT. SECTION 2.SCOPE OF PROJECT;CHANGES & CORRECTIONS 2.1 The scope of Services andDeliverables constituting the Project will be performed, delivered or executed by CONSULTANT under the phases of the Basic Services as described below. 1 960227 syn 0070921 2.2 CITY may order substantial changes in the scope or character of the Basic Services, the Deliverables, or the Project, either decreasing or increasing the amount of work required of CONSULTANT. In the event that such changes are ordered, subject to the approval of CITY’s City Counci!, as may be required, CONSULTANT will be entitled to full compensation for all work performed prior to CONSULTANT’s receipt of the notice of change and further will be entitled to an extension of the time schedule. Any increase in compensation for substantia! changes will be determined in accordance with the provisions of this Contract. CITY wil! not be liable for the cost or payment of any change in work, unless the amount of additional compensation attributable to the change in work is agreed to, in writing, by CITY before CONSULTANT commences the performance of any such change in work. 2.3 Any and all errors, omissions, or ambiguities in the De!iverables, which are discovered by CITY after the contract is awarded by CITY, wil! be performed by CONSULTANT, as fol!ows: (a) at no cost to CITY insofar as those Services, including the Basic Services or the Additional Services, as described below, or both, will result in minor or nonbeneficial changes in the work required of the CONSULTANT; or (b) at CITY’s cost insofar as those Services, including the Basic Services or the Additiona! Services, or both, will add a direct and substantial benefit to the work required of the CONSULTANT. The project manager in the reasonable exercise of his or her discretion will determine whether the Basic Services or the Additional Services, or both, will contribute minor or substantial benefit to the work. SECTION 3. QUALIFICATIONS, STATUS, AND DUTIES OF CONSULTANT 3.1 CONSULTANT represents andwarrants that it has the expertise and professional qualifications to furnish or cause to be furnished the Services and De!iverables. CONSULTANT further represents and warrants that the project director and every individual, including any consultant (including CONSULTANTS), charged with the performance of the Services 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, and that the Project will be executed by them or under their supervision. CONSULTANT will furnish to CITY for approval, prior to execution of this Contract, a list of all individuals and the names of their employers or principals to be employed as consultants. 3.2 In reliance on the representations and warranties set forth in this Contract, CITY hires CONSULTANT to execute, and CONSULTANT covenants and agrees that it will execute or cause to be executed, the Project. 3.3 CONSULTANT will assign THOMAS RESH as the engagement manager to have supervisory responsibility for the performance, progress, and execution of the Project. THOMAS RESH will be assigned as the project coordinator who will represent CONSULTANT 960227 syn 0070921 during the day-to-day work on the Project. If circumstances conditions subsequent to the execution of this Contract cause the substitution of the engagement manager or project coordinator for any reason, the appointment of a substitute engagement manager or substitute project coordinator wil! be subject to the prior written approval of the project manager° 3.4 CONSULTANT represents and warrants that it will: 3.4.1 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 Project; 3.4.2 Keep itself fully informed of all existing and future Federal, State of California, and loca! laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this Contract and any materials used in CONSULTANT’s performance of the Services; 3.4.3 At all times observe and comply with, and cause its employees 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 3.4.4 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 the Deliverables. 3.5 Any Deliverables given to, or prepared or assembled by, CONSULTANT or its consultants, if any, under this Contract will become the proper~y of CITY and will not be made available to any individual or organization by CONSULTANT or its consultants, if any, without the prior written approval of the city manager. 3.6 CONSULTANT will provide CITY with ten (I0) copies of the draft and thirty-five (35) copies of the final report, including executive summary, findings, recommendations and implementation plan. 3.7 If CITY requests additional copies of any documents which are a part of the Deliverables, CONSULTANT will provide such additional copies and CITY will compensate CONSULT~2~T for its duplicating costs. 3.8 CONSULTANT will be responsible for employing or engaging all persons necessary to execute the Project. All consultants of CONSULTANT will be deemed to be directly controlled and supervised by CONSULTANT, which will be responsible for their performance. If any employee or consultant of CONSULTANT fails or 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 consultant will be discharged immediately from further performance under this Contract on demand of the project manager. 3960227 syn 0070921 3.9 In the execution of the Project, CONSU~TANT and its consultants, if any, wil! at all times be considered independent contractors and not agents or employees of CITY. 3.10 CONSULTANT will perform or obtain or cause to be performed or obtained any and all of the following Additional Services, not included under the Basic Services, if so authorized, in writing, by CITY: 3.10.1 Providing services as an expert witness in connection with any public hearing or meeting, arbitration proceeding,or proceeding of a court of record; 3.10.2 Incurring travel and subsistence expenses for CONSULTANT and its staff beyond those normally required under the Basic Services; 3.10.3 Performing any other Additional .Services that may be agreed upon by the parties’subsequent to the execution of this Contract; and 3.10.4 Other Additional Services now or hereafter described in an exhibit, to this Contract. 3.11 CONSULTANT will be responsible for employing all consultants deemed necessary to assist CONSULTANT in the performance of the Services. The appointment of consultants must be approved, in advance, by CITY, in writing, and must remain acceptable to CITY during the term of this Contract. SECTION 4. DUTIES OF CITY 4.1 CITY will furnish or cause to be furnished the services listed in Exhibit "A" and such information regarding its requirements applicable to the Project as may be reasonably requested by CONSULTANT. 4.2 CITY will review and approve, as necessary, in a timely manner the Deliverables and each phase of work performed by CONSULTANT. CITY’s estimated time of review and approval will be furnLshed to ~CONSULTANT at the time of submission of each phase of work. CONSULTANT acknowledges and understands that the interrelated exchange of information among CITY’s City Council, Utilities Advisory Commission and various departments makes it extremely difficult for CITY to firmly establish the time of each review and approval task. CITY’s failure to review and approve within the estimated time schedule will not constitute a default under this Contract. 4.3 The city manager will represent CITY for all purposes under this Contract. EDWARD J. MRIZEK, Director of Utilities, designated as the project manager for the city manager. The project manager wil! supervise the performance, progress, and execution of the Project, and will be assisted by ROSEMARY RALSTON, the Utilities Administrator. 960227 syn 0070921 4.4 If CITY observes or otherwise becomes aware of any default in the performance of CONSULTANT, CITY will use reasonable efforts to give written notice thereof to CONSULTANT in a timely manner. SECTION 5.COMPENSATION 5.1 CITY will compensate CONSULTANT for the following services and work: 5.1.1 In consideration of the full performance of the Basic Services, including any authorized reimbursable expenses, CITY will pay CONSULTANT a fee not to exceed one hundred ninety- three thousand one hundred forty dollars ($193,140). The amount of compensation will be calculated in accordance with the hourly rate schedule set forth in Exhibit "B", on a time and materials basis, up to the maximum amount set forth in this Section. The fees of the consultants, who have direct contractual relationships with CONSULTANT, will be approved, in advance, by CITY. CITY reserves the right to refhse payment of such fees, if such prior approval is not obtained by CONSULTANT. 5.1.2 In consideration of the full performance of Additional Services, the amount of compensation set forth in Exhibit "B" will not exceed nineteen thousand three hundred dollars ($19,300). An employee’s time will be computed at a multiple of one (i) time the employee’s direct personnel expense described below. The rate schedules may be updated by CONSULTANT only once each calendar year, and the rate schedules will not become effective for purposes of this Contract, unless and until CONSULTANT gives CITY thirty (30) days’ prior written notice of the effective date of any revised rate schedule. 5.1.3 The full payment of charges for extra work or changes, or both, in the execution of the Project will be made, provided such request for payment is initiated by CONSULTANT and authorized, in writing, by the project manager. Payment wil! be made within thirty (30) days of submission by CONSULTANT of a statement, in triplicate, of itemized costs covering such work or changes, or both. Prior to commencing such extra work or changes, or both, the parties will agree upon an estimated maximum cost for such extra work or changes. CONSULTANT will not be paid for extra work or changes, including, without limitation, any work or change order preparation, which is made necessary on account of CONSULTANT’s errors, omissions, or oversights. 5.1.4 Direct personnel expense of employees assigned to the execution of the Project by CONSULTANT will include only the work of the members of the project team and administrative staff, in consultation, research and design, work ~in producing Deliverables and other documents pertaining to the Project, and in services rendered during work at the site, to the extent such services are expressly contemplated under this Contract. Included in the cost of direct personnel expense of these employees are salaries and mandatory and customary benefits such as statutory 5960227 syn 0070921 employee benefits, insurance, sick leave, holidays and vacations, pensions and similar benefits, airfare, meals, lodging, and administrative costs. 5.2 The schedule of payments will be made as follows: 5.2.1 Payment of the Basic Services will be made in monthly progress payments in proportion to the quantum of services performed, or in accordance with any other schedule of payment mutually agreed upon by the parties, as set forth in Exhibit or within thirty (30) days of submission, in triplicate, of such requests if a schedule of payment is not specified. Final payment will be made by CITY after CONSULTANT has submitted all Deliverables, including, without limitation, reports which have been approved by the project manager. 5.2.2 Payment of the Additional Services will be made in monthly progress payments for services rendered, within thirty (30) days of submission, in triplicate, of such requests. 5.2.3 No deductions will be made from CONSULTANT’s compensation on account of penalties, liquidated damages, or other sums withheld by CITY from payments to general CONSULTANTS. SECTION 6. ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS 6.1 Records of the direct personnel expenses and expenses incurred in connection with the performance of Basic Services and Additional Services pertaining to the Project will be prepared, maintained, and retained by CONSULTANT in accordance with generally accepted accounting principles and will be made available to CITY for auditing purposes at mutually convenient times during the term of this Contract and for three (3) years fol!owing the expiration or earlier termination of this Contract. 6.2 The originals of the Deliverables prepared by or under the direction of CONSULTANT in the performance of this Contract will become the property of CITY irrespective of whether the Project is completed upon CITY’s payment of the amounts required to be paid to CONSULTANT. These originals will be delivered to CITY without additiona! compensation. CITY will have the right to utilize any final and incomplete surveys, reports, plans, and any other documents prepared hereunder by CONSULTANT, but CONSULTANT disclaims any responsibility or liability for any alterations or modifications of such documents. SECTION 7. INDEMNITY 7.1 CONSULTANT 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 CONSULTANT’s,~ its officers’, agents’, consultants’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which 960227 syn 0~70921 6 applicable law may impose strict liability on CONSULTANT in the performance of or failure to perform its obligations under this Contract. SECTION 8. WAIVERS 8.1 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 such covenant, term, condition, provision, ordinance, or law or of any subsequent breach or violation of the same or of any other covenant, term, 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 covenant, term, condition or provision of this Contract or of any applicable law or ordinance. 8.2 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 9. INSURANCE 9.1 CONSULTANT, 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 CONSULTANT and its consultants, if any, but also, with the exception of workers’ compensation, employer’s liability and professional liability insurance, naming CITY as an additional insured concerning CONSULTANT’s performance under this Contract. 9.2 All insurance coverage required hereunder will be provided through carriers with Best’s Key Ratin~ Guide ratings of A:X or higher which are admitted to transact insurance business in the State of California. Any and all consultants of CONSULTANT 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. 9.2 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 the 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. 960227 syn 0070~r21 7 9.4 The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT’s liability hereunder nor to fulfill the indemnification provisions of this Contract. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and tota! 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 I0. WORKERS’ COMPENSATION i0.i CONSULTANT, 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 Project. PROJECT SECTION ii TERMINATION OR SUSPENSION OF CONTRACT OR ii.! The city manager may suspend the execution of the Project, in whole or in part, or terminate this Contract, with or without cause, by giving thirty (30) days’ prior written notice thereof to CONSULTANT, or immediately after submission to CITY by CONSULTANT of any completed item of Basic Services. Upon receipt of such notice, CONSULTANT wil! immediately discontinue its performance under this Contract. 11.2 CONSULTANT may terminate this Contract or suspend its execution of the Project 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 Basic Services or the execution of the Project. 11.3 Upon such suspension or termination by CITY, CONSULTANT will be compensated for the Basic Services and Additional Services performed and Deliverables received and approved prior to receipt of written notice from CITY of such suspension or abandonment, together with authorized additional and reimbursable expenses then due. If the Project is resumed after being suspended, for more than 180 days, any change in CONSULTANT’s compensation wil! be subject to renegotiation and, if necessary, approval of CITY’s City Council. If this Contract is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and immediate benefit to CITY, as such determination may be made by the city manager in the reasonable exercise of her discretion. 960227 syn 0070921 8 11.4 In the event of termination of this Contract suspension of work on the Project by CITY where CONSULTANT is not in default, CONSULTANT will receive compensation as follows: 11.4.1 For approved items of sez-vices, CONSULTANT wi!I be compensated for each item of service fully performed in the amounts authorized under this Contract. 11.4.2 For approved items of services on which a notice to proceed is issued by CITY, but which are not fully performed, CONSULTANT will be compensated for each item of service in an amount which bears the same ratio to the total fee otherwise payable for the performance of the service as the quantum of service actually rendered bears to the services necessary for the full performance of that item of service. 11.4.3 The total compensation payable under the preceding paragraphs of this Section will not exceed the payment specified under Section 5 for the respective items of service to be furnished by CONSULTANT. 11.5 Upon such suspension or termination, CONSULTANT will deliver to the city manager immediately any and all copies of the Deliverables, whether or not completed, prepared by CONSULTANT or its consultants, if any, or given to CONSULTANT or its consultants, if any, in connection with this Contract. Such materials wil! become the property of CITY. 11.6 The failure of CITY to agree with CONSULTANT’s independent findings, conclusions, or reco~mmendations, 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 CONSULTANT to fulfill its obligations under this Contract. SECTION 12. ASSIGNMENT 12.1 This Contract is for the personal services of CONSULTANT, therefore, CONSULTANT 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 CITY 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 13.NOTICES 13.1 All notices hereunder will be given, in writing, and mailed, postage prepaid, by certified mail, addressed as follows: 960227 syn 0070921 To CITY:Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 14. CONFLICT OF INTEREST 14.1 In accepting this Contract, CONSULTANT 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. 14.2 CONSULTANT further covenants that, in the performance of this Contract, it will not employ contractors or persons having such an interest mentioned above. CONSULTANT certifies that no one 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 15.NONDISCRIMINATION 15.1 As set forth in the Pa!o Alto Municipal Code, no discrimination will be made in the emp!oyment of persons under this Contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person. If the value of this Contract is, or may be, five thousand dollars ($5,000) or more, CONSULTANT agrees to meet al! requirements of the Palo Alto Municipa! Code pertaining to nondiscrimination in employment, including completing the requisite form furnished by CITY and set forth in Exhibit "D" 15.2 CONSULTANT agrees that each contract for services from independent providers will contain a provision substantially as follows: "[Name of Provider] will provide CONSULTANT 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 Pa!o 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." 960227 syn 0070921 10 15.3 If CONSULTANT 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 discrimination, as damages for breach of contract, or both. 0nly 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. 15.4 If CONSULTANT is found in default of the nondiscrimination provisions of this Contract or the applicable Affirmative Action Guidelines pertaining to this Contract, CONSULTANT will be found in material breach of this Contract. Thereupon, CITY will have the power to cance! or suspend this Contract, in whole or in part, or to deduct from the amount payable to CONSULTANT the sum of two hundred fifty dollars ($250) for each calendar day during which CONSULTANT is not in compliance with this provision as damages for breach of contract, or both. SECTION 16.MISCELLANEOUS PROVISIONS 16.1 CONSULTANT represents and warrants that it has knowledge of the requirements of the federa! 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 for disabled persons. CONSULTANT will comply with or ensure by its advice that compliance with such provisions will be effected pursuant to the terms of this Contract. 16.2 Upon the agreement of the parties, any controversy or claim arising out of or relating to this Contract may be settled by arbitration in accordance with the Rules of the American Arbitration Association, and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. 16.3 This Contract will be governed by the laws of the State of California, excluding its conflicts of law. 16.4 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. 16.5 The prevailing party in any action brought to enforce the terms of this Contract or arising out of this Contract may recover its reasonable costs and attorneys’ fees expended in connection with that action. ii960227 syn 0070921 16.6 This document represents the entire and integrated Contract between the parties and supersedes al! pribr negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 16.7 All provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants and conditions. 16.8 The covenants, terms, conditions and provisions of - this Contract will apply to, and wil! bind, the heirs, successors, executors, administrators, assignees, and consultants, as the case may be, of the parties. 16.9 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 ful! force and effect. 16.10 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. 16.11 This Contract may be executed in any number of counterparts, each of which will be an original, but al! of which together will constitute one and the same instrument. 16.12 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 fol!owing 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 16.12 wil! 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: Mayor Senior Asst. City Attorney 960227 syn 0070921 12 APPROVED: Assistant City Manager Director of Utilities THEODO~AND ~SOCIATES Its : Managing Director Taxpayer’s I.D. No.95-23928!4 Deputy City Manager, Administrative Services Risk Manager Attachments: EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : SCOPE OF PROJECT &TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 960227 syn 0070921 13 CERTIFICATE OF ACKNOWLEDGM]~NT (Civil Code § 1189) STATE OF COUNTY OF ) ) ) On Y~£~ ~ /g~b before me, the undersigned, a notary public in ~nd ’for said’ County, personally appeared .... perse~alTy ~ne~.~ re--me (or proved to me on the basis of satisfactory evidence) to be the person~) whose name(>T is/a~ subscribed to the within instrument, and acknowledged to me that he/s~/tbe’y executed~ the same in his/he~r/th~fr authorized capacity(~e~), and that by his/h~/tbe~r signature~s~ on the instrument the person~, or the entity upon behalf of which the person(i acted, executed the instrument. WITNESS my hand and official seal. 14 960227 syn 0070921 EXHIBITA PART II - SCOPE of WORK or SERVICES Cit~’ of Palo Alto REQUEST FOR PROPOSAL (RFP) TO PERFORM AN ORGANIZATIONAL REVIEW OF THE CITY OF PALO ALTO UTILITIES DEPARTMENT !.GENERAL The City of Palo Alto, California (City) Council is seeking the services of a qualified consultant to conduct an Organizational Review of the City’s Utilities Department (Utilities). Utilities manages and operates the Electric, Gas, Water and Wastewater Collection services. The primary objective of this review is to review how the department is organized, determine if the Utilities is performing at a high level of efficiency and effectiveness in providing responsive and reliable service expected by the customers (electric, gas, water, wastewater collection). This determination will address the current service levels being provided and whether they are being achieved at the lowest possible cost appropriately balanced between operational requirements, financial responsibilities and environmental considerations. The review will also include an evaluation of how the Utilities is preparing for future competition in the electric industry and if the Utilities has the ability to meet customer’s service expectations efficiently while remaining competitive. A more detailed discussion of the focus of the review is provided under Section IV, SCOPE OF SERVICES of PART II of the RFP. PART II - SCOPE of WORK or SERVICES City of Palo Alto This RFP is intended to be used to select a firm to perform an Organizational Review. The work will encompass the preparation of a report that addresses the areas listed in the Scope of Work. The City of Palo Alto is located approximately 35 miles south of San Francisco and 15 miles northwest of San Jose. The City is adjacent to the San Francisco Bay to the east, extends laterally across the San Francisco Peninsula, and extends into the foothills of the Coastal Range Mountains to the west. The City covers an area of approximately 26 square miles and has a population of approximately 57,000. The high technological industry for the San Francisco Peninsula is centered in the City of Palo Alto, partly because of its proximity to Stanford University. The 650- acre Stanford Research Park, which is provided utilities service by the City includes headquarters for Hewlett Packard, and Varian Associates. The City is a major employment center with approximately 68,000 jobs. Palo Al~o residents place a high priority on the quality of City services and in protecting the character of residential neighborhoods. .CITY ORGANIZATION The City of Palo Alto was incorporated in 1894, and operates uncer a charter granted by the State of California in 1909. The City operates unCer the Council- manager form of government with nine council members elected ~-. large for four- year terms. The Mayor and Vice-Mayor are selected from among -..-.e council members annually. The City Manager is responsible for all munici~,~’, functions except the offices of the City Attorney, City Auditor and City Clerk. These officials are appointed by and report directly to the City Council. A five person Utilities Advisory Committee is appointed by the CiTz Council to review and make recommendations to the Council on long range L~lity Planning issues. Approximately 205 employees work in Utilities. 2 PART II - SCOPE of WORK or SERVICES City of PaloAIto ~BUDGET AND FINANCIAL INFORMATION The FY1995-96 budget for Utilities reflects total revenues of $109,354,000 with $21,143,000 dedicated to capital improvement projects, .$35,801,000 dedicated to electric purchases, $10,304,000 dedicated to natural gas purchases and $4,606,000 dedicated to water purchases. Based on the current policy and rate of return levels adopted by the Council, the Electric, Gas and Water budgets include a transfer to the General Fund totaling $10,791,000. The budget shows the following Enterprise Fund breakdown: Electric Water Gas Wastewater (Collection) $71,156,000 13,331,000 19,984,000 10.674.000 Total budget $! !5.145.000 II.PROJECT TEAM/MEETINGS "PROJECT TEAM The Utilities Advisory Committee (UAC) with the support of the C~ Manager has been assigned as the administrator of this Review. Work specifiec ’~nder this request for proposal shall begin on or about February 5, 1996, aff.er the notice to proceed has been issued and will be completed by October, 199~ ~ which time the final report and UAC recommendations are reviewed by the C.- Council. This project is supported by a five member UAC appointed Selec;cr, Committee (Task Force) comprised of one member of the UAC and two commercial and two residential utilities customers. The Task Force serves as an Intervew/Selection Committee and will make recommendations to the UAC. The UAC z/ill make a final recommendation on the Consultant selection to the City Council. ~3on approval of a contract by the City Council, the consultant will work directly v,t.-.~-, the UAC. The UAC and the Task Force are an integral part of the selection :rocess. As such, consultants interested in submitting a proposal are asked no.’. :o contact members of the UAC and Task Force. PART II - SCOPE of WORK or SERVICES City of Palo Alto The Task Force will .interview the most qualified respondents at the City’s offices at a date and time to be determined later. The selected consultant shall meet with the UAC during the Orientation Phase and with the UAC and the City Council for their input on the Work Plan during the Review Criteria Phase. The consultant may also meet with the UAC periodically to discuss progress and issues identified to date. Upon completion of the project, the final report will be presented to the UAC and the City Council. The selected consultant will prepare an oral presentation of findings and recommendations to the UAC and the City Council. The following will be the minimum number of meetings to be scheculed by the Consultant. ~Orientation session with the UAC. *Presentation of Organizational Review criteria with the UAC. ~Presentation of Organizational Review criteria with the City Council. Review of Draft Report with the UAC. Review and Presentation of Final Report with the UAC. Review and Presentation of Final Report with the City Counc:.:.. III.DELIVERABLES The consultant is responsible for the following deliverables in kee.~:-.g with the schedule described in Section iV below: 1. Monthly written progress report to the UAC (available for the U~C packet the Friday before the first Wednesday of each month) including: *A summary of work completed during the previous month. * Discussion of any significant problems encountered or issues ~rising from the project. *Percentage of project completed. 4 PART II - SCOPE of WORK or SERVICES 2. Periodic meetings as required by the UAC. City of Palo Alto 3. Ten (10) copies of the draft report including Executive Summary, findings, recommendations and implementation plan. 4. Thirty five (35) copies of the final report including Executive Summary, findings, recommendations and implementation plan. 5. Oral presentation of findings and recommendations to the UAC and the City Council. Additional meetings/presentations with employee groups may be required. IV. TARGET SCHEDULE The following are key dates for the Utilities Organizational Review for the City of Palo Alto: City issues RFP: November, 1995 Consultant selection: November, 1995 - January, 1996 Award of Contract: February, 1996 Organizational Review: February - October, 1996 Project Progress Reports: Monthly Meetings: Upon Request Work Plan to UAC: Three weeks from project initiation date. Work Plan to Council: Three weeks after UAC review. Draft Report to UAC for comments: 18-20 weeks from project initiation date. Final Report to UAC: 24-28 weeks from project initiation date. Final Report and UAC recommendations to Council: 32 weeks from project initiation date. PART II - SCOPE of WORK or SERVICES V. GENERAL COMMENTS City of Palo Alto Although the objectives and scope of this review may include many aspects of traditional organizational reviews, the City is seeking a consultant that will involve City management and employees in developing new and innovative approaches to improving operations and providing Utility services. Based on the results of the review, the consultant should provide realistic recommendations. Benefits from implementing the recommendations, including improved service levels or cost savings, should be described. Additionally, the consultant will wor~< with City staff in developing a plan for implementing these recommendations. "This plan should address the timing and personnel for implementation as well as ~he related cost and service impacts. To control consultant’s fees, every effort should be made to utilize available information, including in-house data, reports, and documents. The consultant’s efforts should focus on analyzing and interpreting this information.. A budgeted amount has not been established for this organizatio~,al review. PART !i - SCOPE of WORK or SERVICES Vl. SCOPE OF SERVICES City of Palo Alto Upon direction by the UAC and the City Manager, the selected consultant will be expected to provide the City with all services specified in this proposal. An Overview of the Consultant Services to be provided is presented below followed by a detailed Scope of Work. OVERVIEW OF CONSULTANT SERVICES TO BE PROVIDED PHASES I. Orientation I1. Review Criteria !11. Draft Report IV. Final Report DELIVERABLES Detailed Work Plan Report and presentation to the UAC and Council Draft Report Final Report Scope of Work: The primary objectives of this review are 1) to cJetermine if Utilities are performing at the optimum level of efficiency and effectiveness in providing responsive and reliable service expected by the customers (electric, gas, water, wastewater collection), 2) to propose any recommendations to improve service levels and/or identify cost savings, 3) to prepare for the c.qanging electric utility regulatory environment and 4) to determine the best organizational structure to accomplish the above. These objectives must also balance operational requirements, financial responsibilities and environmental consicerations. Study Areas to be included in review include: *Utilities Organizational Structure. "General Administration. ~Administrative Services & Customer Service. *Distribution (Water, Gas & Electric) and Collection (Was:ewater). *Resource Management (Supply, Transmission and Dema.~C Side Management) for the Water, Gas & Electric. *Support services from other Departments. *Support Services from Joint Action Agencies. PART I! - SCOPE of WORK or SERVICES Specific tasks include: Cit~, of Palo Alto 1. Orientation/Review of Past Studies and Plans: Review the various studies, evaluations, strategic plans, and other audits performed by or for the Utilities during the last four years, or currently in progress. Determine the Effectiveness with which the Utilities have implemented and addressed recommendations and findings of these studies. Meet with the UAC in an Orientation session for input. 2.Identification of Organizational/Review Criteria: Develop a Project Work Plan. A. Give the City Council and other interested City officials an opportunity to discuss their concerns with the Utilities’ operations to insure that those issues are being addressed in the review. B. Identify, explain and justify the criteria used to evaluate the current Utilities organizational structure and use of personnel resources and functions. C. Identify, explain and justify the criteria used to evaluate the Utilities’ performance. Focus on major cost factors broken down into various unit measurements, such as cost per customer, cost per employee, cost per mile (electric circuit or gas main or water main, etc.) and overtime per activity. Include operating ratios, benchmarking and best practices it, at compare the Utilities with other utility services of similar size and opera;ion. 3.Performance of Organizational Review/Draft Report A. Benchmark key measures of performance such as reliai3iiity standards or level of service. Examples of the latter include understandin~c customers’ energy requirements and options, response times for various customer requests; the length and frequency of various types of out~es; and surveys of other types of customer satisfaction. Comment on which areas of superior customer service are cost-effective. PART II - SCOPE of WORK or SERVICES Cib! of Palo Alto B. Recognizing the increasing deregulated environment 4n which the Utilities is operating; primarily in the gas industry and more recently in the electric industry, evaluate the organizational and planning actions taken by the Utilities to meet these competitive issues and recommend any needed additional actions. C. Compare the Utilities transfers to the General Fund with Municipal Utilities transfers in other California cities. D. Compare the Utilities rates by customer classes with other Municipal and Investor owned Utilities in California. E. Review and evaluate cost factors for services paid-by Utilities and provided by the City General Government, Such areas include, but are not limited to" Legal Services, Finance, Accounting, Purchasing, Fleet Maintenance, Information Systems and Tree Trimming services. F. Review, evaluate and benchmark the Utilities organization structure and performance. 4.Conclusions and Recommendations/Final Report A. Identify the areas in which the Utilities are performing well and those in which opportunities for improvements exist. Base perforrr~nce on key performance measures relative to practices and standards of other utilities. When making comparisons with other Utilities, identify key differences which may account for performance measure variability. Provide recommendations and alternatives for improving the Utilities operations and services. B. Identify factors that are most likely to affec,t the Utilities’ competitive position with respect to other suppliers. Recognizing the increasing deregulated environment in which the Utilities is operating, which factors will cause increased competition in the future and the potential eros;on of critical revenue resources? Evaluate the Utilities, current and antic:0ated expenditures relative to heightened competition with other utilities and servicesl PART II - SCOPE of WORK or SERVICES City of Palo Alto C. Evaluate the current organization. Clearly explain the pros and cons of the recommendation and relationship to other programs, departments and agencies and capabilities as they exist today and for the future. VII. RFP RESPONSE REQUIREMENTS 1. The proposal shall be as brief as possible and bound in a single volume. ¯ Supplementary information, brochures, and so on, may be submitted if desired, but should be provided in a separate package. In addition to the Purchasing and Contract Administration requirements outlined in Addendum A, the following format and proposal content shall be adhered to by each firm and presented in the following order: A. Executive Summary: An Executive Summary (letter) not to exceed two pages in length should include key elements of the respondents’ proposal. The letter must be signed by the individual authorized to bind the respondent. The letter must stipulate that the proposed price will be valid for a period of 90 days. Indicate the address and telephone number of the respondent’s office located nearest to Palo Alto, California, and the office from which the project will be managed. B. Background and Understanding of Review: The Background and Understanding of Review Section should describe your understanding of the City, the work to be done, and the objectives to be accomplished in the Organizational Review. 1) Methodologv/ies): This section should clearly describe :iqe methodology or methodologies you plan to use to carry out the specific tasks described in the Work Plan. 2) ~: Describe the sequential tasks you plan to carry out in accomplishing this project. Indicate all key deliverables ar, their contents. Identify how much of the work will be done on site. ]0 PART II - SCOPE of WORK or SERVICES City of Palo Alto 3) Pro!ect Organization and Staffing: Describe your approach and methods for managing the project. Provide an or.ganization chart showing all -proposed project team members. Describe the responsibilities of each person on the project team. Identify the Project Director and/or Manager and the person who will be the key contact with the City. Indicate how many hours each team member will devote to the project by task, along with.a statement indicating the availability of the members of the project team for the duration of the project. Include resumes of each member of the project team. List the portion of the work to be subcontracted and information describing the qualifications and relative experience of any proposed subcontractors. Include information that consultants would require from City staff. D. Project Schedule: Provide a schedule for completing each task in the work program, including deadlines for preparing all project deliverables. E. ~: Indicate the total cost for which you will conduct the project by phase. Identify by project team. member: name, classification, and the number of hours each member will spend on each task. Indicate separately, total cost for fees and expenses, including proposed fee discount. F. Related Experience,: Describe recent, directly related experience. Include on each listing the name of the client, description of the wor~done, primary client contact, address and telephone number,, dates of the ~roject, samples of progress reports, and the name of the Project Director anc.,or Manager and members of the project team who worked on the project, ~s well as their respective responsibilities, in addition to the above description, copies of recently completed relevant reports should be provided. At least five references should be included. Additional references may be requested and contacted. For each reference, indicate the reference’s name, organization affiliate, title, complete mailing address and teiephone number. The City reserves the right to contact any organizations or individuals listed. PART il - SCOPE of WORK or SERVICES City of Palo Alto G. Statement of Compliance: Respondents must submit a Statement of Compliance with all parts of the Request for Proposal terms and conditions, or a listing of exceptions and suggested changes, along with a description of any cost implications or schedule changes the exception and/or changes cause. The Statement of Compliance must declare that either: 1) this proposal is in strict compliance with the Request for Proposal and no exceptions are proposed; or 2) this proposal is in strict compliance with the Request for Proposal except for the items listed. 3) For each exception gnd/or suggested change, the respondent must include" a) The suggested change in the RFP or rewording of the contractual obligations. b) Reasons for submitting the proposed exception or change. c) Any impact the change or exception may have on project costs, scheduling or other considerations. PART II - SCOPE of WORK or SERVICES VIii. EVALUATION CRITERIA ,,, Cib/of Palo Alto Proposals will be evaluated on the basis of their response to all provisions of this RFP. The City may use some or all of the following criteria in its evaluation and comparison of DroDosals submitted. These are the major criteria and the order in which they appear is not intended to indicate their relative importance. Qualifications and experience of firm including: *The organization structure of the proposed project team. *Qualifications of the specific individuals assigned to this project. *Demonstrated record of success performed previously by the consultant on projects of similar scope, complexity and magnitude. Quality of proposal: *A demonstrated understanding of the project’s objectives and scope ~Responsiveness to the requirements of the project as set forth in the RFP. *Demonstrated familiarity with the policies and procedures and the benchmarking of service level standards of comparable utilities. The quality of the team, presentation and interview if an interview is requested. The consultant must bring to the interview the Project Manager as well as the person who will be the key manager. Value of work per cost: Reasonableness of the fee requested to complete this work within the approved schedule. Soundness of methodology: *A logical, proven methodology for carrying out the tasks described in the proposal and developing project deliverables. 5. The financial stability of the respondent. 6. Items and documents required by the RFP. End of Section CHAPTER V Project Schedule & Staffing Based upon our understanding of the scope of work and our proposed approach, we are prepared to begin the project within two weeks of notification of project award. The schedule provided in Figure 1 indicates duration of steps and milestone dates for deliverables. In keeping to this proposed schedule, we request that Department personnel give proper priority to study activities and respond promptly to requests for interviews, data, and deliverable review. We will keep the Department project management apprised of any issues which could adversely impact the project schedule. This schedule is shorter than that proposed in the RFP. Based on our prior experience, we believe that it is more efficient to concentrate our efforts over a shorter period, rather than to draw-out the project. The Department will also benefit from having the results of the study sooner. Step I 5 Weeks Initiation High Level Diagnostics Data Requests Figure 1 Project Schedule WEEKS 2 3 4 5 6 7 . 8 9 10 11 12 13 14 15 16 A Step II 8 Weeks Detailed Analysis Gas/Water/Wastewater Competitive Evolution Step IH 4 Weeks Final Report and Implementation Plans A A A Cnmaa Re’,’~ew A ¸A Monthly Monthly Repor~Rel~n A REPORT I Interim Final Re,oort Retmrt PROJECT STAFFING AND SUBCONTRACTORS Detailed staffing plans--including hours worked by each consultant--are available in Chapter VI. Each consultant will be available for discussion with the Department throughout the project. The structure of the consulting team is detailed below. 58800001P City of Palo Alto Organization Review 51127 15 EXHIBIT B CHAPTER Vl Project Cost Figure 2 provides the detailed breakout of fees and hours, by person, by phase for the study. Because TB&A only bills for time and expenses actually incurred on the project, actual fees may be less if the project is completed with fewer resources than expected. Figure 2 Staffing Fees ,TB&A-1LMI Hourly Team Level Rate Step 1 Step 2 Step 3 Total ’Torn Resh Managing Director $220 20 50 30 I00 ,Ken Buckstaff Managing Director $220 30 30 0 60 Tim Szybalski Managing Associate $165 30 80 40 150 Ron Oechsler Principal Consultant $173 40 140 40 220 i Betsy Aylin Executive Consultant $163 20 110 30 160 !Harold Morgan Principal Consultant $150 t0 130 20 160 Richard Lamb Associate $135 50 50 50 150 Kosch/Oyadomari Analyst $70 20 100 20 140 Hours per Step 220 690 230 1,140 Fees per Step $35,780 $106.200 $36,160 $178,140 Consulting Fees $178,140 Expenses 15.000 Total Costs $193,140 This estimate is based on our experience with similar projects where client-site work is required. We bill expenses without markup. Expenses include airfare, meals, lodging, and administrative costs. TB&A’s standard practice is to bill monthly for time and expense incurred in the previous month. 58800001P City of Palo Alto Organization Review 51127 18 EXHIBIT C JOHNSON & NIGGINS Im C27Y OF PALO AL’/’O EXHIBIT D CERTIFICATION of NONDISCRIMINATION SECTION 410 Certfficl~tion of Nondi_s~rlmlnatlon_: As suppliers of goods or services to the City of Palo Alto, the firm ~nd individuals listed below certifies that they do not discriminate in employment with regards to age, race, color, rellg;on, sex, national origin, ancestry, disability, or sexual preference; that they are in compliance with 811 Federal, State and local directives and executive orders regarding nonBiscrimination 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 pollc~es which affirmatively promote opportunities for minority persons at all job levels. 2.0 To communicate this policy to all persons concerned, including all employees, outsi~e recruiting servi¢es, esl~ecially those serving minority communities, and to the minority communities at large. 3.0 TO take affirmative action steps tO hire minority employees within the organize[ion. 1"o be knowledgeable of the local, state, and federal laws and regulations concerning affirmative action policies =nd provide opportunities for employees. Firm: Theodore Barry and A,,ssoci~tes .bATE:f1/30/95 Please =nclu0e any additional information available regarding equal opportunity employment programs now =n eltect within your company. END OF SECTION CITY of PALO ALTO: Non4is=~mination (6/~{)SECTION 410.1 A TTA CHMENT 3 m 0 0 O~ O0 O~ 0 ~