Loading...
HomeMy WebLinkAbout1996-04-01 City Council (22)TO: City of Palo Alto City Manager’s Report THE HONORABLE CITY COUNCIL O FROM:CITY MANAGER DEPARTMENT: UTILITIES AGENDA DATE:APRIL 1, 1996 CMR:193:96 SUBJECT:Award of Contract to Barakat & Chamberlin, Inc., for Electric Cost-Of-Service Study REQUEST This report requests that the Council approve and authorize the Mayor to execute a contract with Barakat & Chambeflin, Inc., in the amount of $59,550 to perform a comprehensive electric cost-of-service study, RECOMMENDATIONS Staff recommends that the Council approve and authorize the Mayor to execute the attached contract with Barakat & Chamberlin, Inc., in the amount of $59,550 for performance of the electric cost-of-service study. POLICY IMPLICATIONS This contract does not represent any change to existing policies. EXECUTIVE SUMMARY General Project Description Recent regulatory policy developments and increasing competition in the electric industry are causing the Palo Alto Electric Utility to reevaluate the cost of providing services to its customers. To position the City’s Utility in this new environment, it is important to have a clear picture of the cost of every type of service and identification of all the factors responsible for these costs. The cost-of-service study will unbundle services, functionalize, classify, and allocate capital investment costs, operating expenses, reserve requirements, and all other financial obligations. Unbundling refers to the development of separate rates for generation, transmission, and distribution services. Traditionally, utilities charge one CMR:193:96 Page 1 of 3 rate for all services. In addition, the consultant will evaluate and recommend changes in the design of street lighting and traffic signals rates based on the updated cost-of- service study. The current cost-of-service model was developed by Economic and Engineering Services, Inc. (EES) in 1986. Periodically, staff updates this cost-of-service model in combination with other information to evaluate the adequacy and fairness of its rate structures. However, the model was not designed to address the variety of rates and service options expected to evolve as the industry moves to open competition. Recognizing the need to obtain more detailed cost-of-service information that takes into account marginal costs as well as accounting costs, staff budgeted $60,000 in FY 1995-96 Electric Fund budget for a comprehensive electric cost-of-service study. In the utility industry, marginal costs are the change in total costs resulting from the production of one additional unit (Kilowatt) of electricity. Consultant Selection Criteria A Request for Proposal (RFP) was developed and distributed to nine consulting firms who have expertise in the ratemaking area. Three proposals were received, and one consultant declined. The three firms that responded to the RFP were invited to discuss their proposals with a selection committee. The Consultant Selection Committee was comprised of the following five persons: Tom Auzenne, Manager, Market Assessment Doug Boccignone, Manager, Resource Planning Blake Heitzman, Manager, Competitive Assessment Lucie Hirmina, Manager, Utility Rates Christopher Weiler, Utilities Rate Analyst The consultant selection criteria included in the RFP are listed below: 1.Specialized experience, qualifications, and credentials of the person(s) assigned to perform the cost-of-service study. 2.Quality of work in timing and completion of similar projects for other utilities. References are required. 3.Completeness in responding to the Request for Proposal. 4.Geographic Location of the firm. 5 Proposed fee relative to the services provided. CMR:193:96 Page 2 of 3 Subsequent to these interviews, references were checked and the committee ranked the three firms (Table 1) in the following order: 1.Barakat & Chamberlin, Inc.$59,550 2.Resource Management International (RMI)57,500 3.R.W. Beck 52,400 The Selection Committee staff were nearly unanimous in their choices of Barakat & Chamberlin Inc., RMI and R.W. Beck for 1st, 2nd and 3rd places. The presentations of the three consultants’ presentations were impressive, however, Barakat & Chamberlin Inc., has an edge with regard to their team experience, qualifications, and credentials. They provided the most comprehensive, organized response especially in the areas of rate design, data gathering, and marginal cost approach. FISCAL IMPACT Funds for this project were included in the FY 1995-96 Electric Fund operating budget. ENVIRONMENTAL ASSESSMENT Execution of this agreement with Barakat & Chamberlin, Inc., does not constitute a project under the California Environmental Quality Act; therefore, no environmental assessment is required. ATTACHMENTS Contract with Barakat & Chamberlin, Inc., PREPARED BY: LUCIE HIRMINA, Manager Utility Rates DEPARTMENT HEAD APPROVAL: Jo :tor of Utilities CITY MANAGER APPROVAL: STROJNY Asi istant City Manager CMR:193:96 Page 3 of 3 0 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 chartered city and a municipa! corporation of the State of California ("CITY"), and BARAKAT & CHAMBERLIN, INC., a California corporation, located at 1800 Harrison Street, Oakland, CA 946!2("CONTP~ACTOR"). RECITALS: WHEREAS, CITY desires certain professional 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.! This Contract will commence on the date of its execution by CITY. The obligation of CONTRACTOR to perform the Services will commence in accordance with the time schedule set forth in Exhibit "~’. Time is of the essence of this Contract. 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. 960321 0070933 2.3 CONTRACTOR will assign DANA TOULSON 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 !ocal laws, ordinances, regulations, orders, and decrees which may affect thbse 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 wil! 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 ten (i0) copies of the final report, if any, which may be required under this Contract, upon completion and acceptance of "the 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. Al! 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 960321 0070933 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. LUCIE HIRMINA 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 CHRISTOPHER WEILER, the Utilities Rate Analyst. 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 Tn consideration of the full performance of the Services by CONTRACTOR, CITY will pay CONTRACTOR a total sum not to exceed Fifty-Nine Thousand Five Hundred Fifty Dollars ($59,550), payable 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 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,iis 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. 960321 0070933 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 professiona! 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 wil! 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, 960321 0070933 C0NTP~ACTOR 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. SERVICES SECTION i0. TERMINATION OR SUSPENSION OF CONTRACT OR i0.! 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 thirty (30) 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 fulfil! its obligations under this Contract. 960321 0070933 SECTION ii.ASSIGNMENT I!.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 A!l 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 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. 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 f~rth 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 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" 960321 0070933 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, nationa! 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 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. 960321 0070933 7 15.3 In the event that an action is brought, the parties agree that trial of such action wili 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 fund~ 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 provision of this Contract. 960321 0070933 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. Cit]: Attorney APPROVED: Assistant City Manager Director of Utilities Deputy City Manager, Administrative Services INC. By: Its: Taxpayer’s I.D. No. 94-2964717 Risk Manager Attachments: EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : SCOPE OF SERVICES AND TIME SCHEDULE FEE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 960321 0070933 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code ~ 1189) STATE OF 4D¢~ ~) ) ss. a Notary Public in a~d for said County and State, persoially appeared ~[~\\ ~%~% personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) whose name~ is/~n_re-subscribed to the within instrument and acknowledged to me that h=/=~/~- executed the same in his/~ authorized capacity(~), and that by his~he~~ signature~ on the instrument the person(~-, or the entity upon behalf of which the person@e% acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary Public 960321 0070933 10 Exhibit "A" 1. of 7 II.STATEMENT OF WORK Barakat & Chamberlin has developed a plan of work that allows for some flexibility "in the details" to ensure the fulfdlment of the City’s overall ratemaking objectives and strategic goals and the best use the City’s existing resources. The best way to update the City’s existing cost-of-service models and to design unbundled or competitive rates depends on current data availability and the flexibility of current models in providing sufficiently disaggregated outputs. The best way to update also depends on the overall flexibility needed by the City to reasonably provide competitive services to its customers while meeting its ongoing rate and revenue objectives. Barakat & Chamberlin proposes to conduct the City of Palo Alto’s cost-of-service study in six broadly defined tasks, each of which covers well-defined steps: In Task 1, we will kick off the project and clarify the City’s financial and ratemaking objectives. We will also review the City’s existing and proposed cost and financial models, together with their data requirements, to see if the project scope best addresses the City’s actua! needs and objectives. In Task 2 we will develop the marginal-costing approaches appropriate for the City’s future pricing flexibility. " In Task 3, we will perform the City’s cost-of-service study. In Task 4, we will design rates for streetlighting and traffic si~nals based on the updated cost-of service study. In Task 5, we will evaluate the feasibility of integrating the new (or updated ) models with the City’s existing systems. In Task 6, we will prepare a final report documenting all results. Each of these tasks is described in more detail below. We understand that a presentation before the Utility Advisory Commission and the City Council regarding the results of the cost-of-service study may be necessary. We are prepared to make this presentation on request; it is not included in the proposed budget. 4 Exhibit "A" 2 of 7 TASK 1. INITIATE THE PROJECT AND REVIEW OBJECTIVES AND EXISTING METHODS The purpose of this task is confLrTn the project scope and objectives and ensure that we have a full understanding of the Utilities Department’s existing and contemplated service-pricing situation and objectives and the data or models that may already support these objectives. This task will involve team members from Barakat & Chamberlin and EPS as well as Utilities Department staff. Our goals for this task are: To review and analyze the City’s existing revenues and costs, including rate levels and structures, customer classes, and supply sources. To develop a detailed understanding of the City’s current or anticipated pricing and rate design objectives, including cost recovery, "profitability," and other objectives (such as revenue stability, efficiency or rate simplicity). For example, the City may be concerned about "cross-class" subsidies and seek to reduce these over time. To develop a clear picture of the City’s existing models, including its Interactive Fund Accounting System (IFAS), rate design models, load research system, and the new Customer Information System (CIS) currently being developed. We will also want to know about any system planning methods/models used by the City and any marginal-costing approaches in use today. In addition, we want to familiarize ourselves with the cost allocation model and the updating mechanisms employed. To determine the strengths and deficiencies in the City’s existing pricing models and alternative tools that may be available. As an EPRI member, the City has access to EPS’s RateManager model. This model enables utilities to evaluate new rate options both in terms of revenue recovery and economic efficiency. In 1996, EPS (with EPRI funding) will be enhancing the model to evaluate real-time pricing programs. The City may wish to combine this tool with its existing cost-of-service model. TASK 2. EVALUATE SHORT-RUN MARGINAL COSTS Exhibit "A" 3 of 7 Most utilities develop marginal costs by identifying how the cost of operating their own resources changes with increases or decreases in load. Given its position as a net energy and capacity buyer, we suggest that the City base its marginal cost estimates on prices found in California wholesale markets. Under traditional methods, utilities develop short-run marginal energy costs using production cost models, such as IRPManager or MIDAS, that simulate the hourly dispatch of utility-owned resources. If a utility purchases most of its requirements, then marginal energy costs are usually identified by using the purchase contract the utility calls on to follow load. Short-run marginal capacity costs are developed by estimating what customers would either need to pay or be wiiling to pay to avoid an outage. These methods (which include the "peaker" and "value-of-service" methods) rely on production cost models to identify changes in expected unserved energy (EUE) or changes in loss-of-load hours (LOLH) as a result of increases or decreases in load. Some methods also rely on surveys of customer outage costs.1 While these methods may be appropriate, we suggest that the City take advantage of the new types of information that are becoming available as the competitive power market unfolds. Each day, market brokers fax buy and sell offers to utilities throughout the West. The offers involve f’m-n and nonfirm transactions for as little as a day and for as long as three months. Quotes are given for "6x16" power (on-peak hours, six days a week) and for fiat week-long energy purchases. These quotes provide a way to develop market-based short-run marginal costs (SRMC). We understand that the City’s system planning department is in the process of developing a process for estimating market prices in lieu of relying on traditional production cost models. Although we do not know the exact scope of this effort, some of the results could provide rele.vant data for rate design purposes. Our approach to developing SRMC involves four steps: 1.Gather and assess alternative sources of market data (including system planning department efforts). 1These methods and others are outlined in Chapter 3 of the rate design text we recently completed for EPRI. See Winning Retail Strategies: Beyond Innovative Rate Design (Palo Alto, Calif.: Electric Power Research Institute, June 1995). 6 Exhibit "A" 4 of 7 Confmn that the City wants to pursue an external, market-based approach as opposed to the more traditional internally focused SRMC methods. Identify and develop any adjustments to the market data. For example, transmission costs will need to be added and market prices may need to divided into energy-related and capacity-related components. (One approach might involve comparing f’m-n and nonfirrn buy/sell offers.) Develop specifications for putting adjusted market data into a usable form for rate design purposes. The City may want to incorporate the data into its embedded cost model or interface the data with EPRI/EPS’s RateManager planning tool. TASK 3. PERFORM COST-OF-SERVICE STUDY This task will provide the City. of Palo Alto Utilities Department with an updated, fully allocated embedded cost-of-service study. As competitive electric markets develop, the City’s enhanced cost of service must provide a detailed identification of costs. The "cost causation" principle underlies cost allocation--ultimately, the goal of the cost allocation process is to best reflect the costs of providing utility service for each class, given how Costs were, are, or will actually be incurred. This means capturing the unique nature of Palo Alto’s municipal system in terms of its loads, operations, and basic planning practices. Our understanding is that the utility’s current revenue requirement covers its capital costs, operating and maintenance expenses, purchased commodity costs, debt service costs, reserve funding, and a transfer to the City’s General Fund based on the rate-of- return on rate base. The City’s accounting system is based on the FERC’s Uniform System of Accounts. We will use the Utilities Department’s recorded accounting costs for FY 1994-95 in developing a cost-of-service study geared toward providing the detailed cost information needed to design unbundled rates. We will cover the following three steps in performing the cost-of-service study: Functionalizing costs, according to generation, transmission, distribution (and by voltage level), customer service, and general utility overhead; Exhibit "A" 5 of 7 2.Classifying costs, according to whether they are demand costs, energy costs, or customer costs; and o Allocating costs to customer classes by direct assignment of costs identifiable by class or using an allocation method for costs common to all classes. We understand that the City requires the use of the average and excess demand (AED) method to allocate demand-related costs to customer classes. Under this method, each customer class bears cost responsibility depending on its share of average system loads; each also shares responsibility for the costs of additional resources to meet maximum system loads. A need to provide for greater unbundling of costs and services requires a focused examination of the functionalized costs. Some amount of functional unbundling is straightforward--for example, the system of accounts typically separates transmission from distribution costs. Other costs--such as overhead costs--may not be unbundled, but can be allocated to customer classes in a variety of ways. We assume that the City’s existing cost-of-service model is usable for the study. In carrying out the study, we will recommend and implement changes that can enhance the City’s service-pricing flexibility. TASK 4. DEVELOP TRAFFIC SIGNAL AND STREETLIGHTING CHARGES The purpose of this task is to develop annual charges for streetlighting and traffic signals. We understand that the Utilities Department provides streetlighting services to the City of Palo Alto; it also serves traffic signals and signalized intersections owned by the State of California, the County of Santa Clara, and the City. Palo Alto’s streetlighting facilities consist of over 6,000 lights of various types and sizes--ranging from 40 watt fluorescent to 400 watt mercury vapor lights. As indicated in the RFP, streetlighting and traffic signal revenues currently amount to approximately 3 % of electric revenue requirements. We will develop the appropriate charges consistent with the rate design goals elicited in Task 1. We will evaluate the development of unbundled charges for these services in light of the City’s needs and objectives and any streetlighting-related services provided by the utility. Exhibit "A" 6 of 7 We will Krst examine tile results of the updated cost-of-service study. Under the AED allocation method used in the cost-of-service study, .streetlighting and traffic signals are allocated some demand-related costs and energy-related costs. (This is not the case with all of the peak responsibility methods). We will also take into account readily available information on marginal costs, including replacement costs for the different facility types, to determine the relationship between marginal and allocated embedded costs. For these costs, we may recommend the use of cost information developed by nearby utilities. TASK 5. CONDUCT FEASEBILITY ASSESSMENT FOR INTEGRATING COST-OF-SERVICE MODEL We will perform the following steps to evaluate the feasibility of integrating the embedded cost-of-service model with the City’s existing systems, including the Customer Information System, the Interactive Fund Accounting System, and load research system. In addition, we will explore the advantages of linking the model to spreadsheets or other models that may be in use to develop marginal cost information. The steps are: Review existing data sources for the embedded cost-of-service model. This review will provide a comprehensive summary of all data input requirements, identify the sources within the City, determine the format (electronic or other) in the existing sources, and identify the traditional flow of this information into the cost-of-service process. Define the appropriate type of linkage for each data input item. These interfaces may be direct electronic linkages that allow access to other databases via computer network, electronic data in standard formats exchanged on diskettes, or existing hard copy reports. o Recommend data formats and transfer mediums for the data items requiring electronic linkages. For direct electronid linkages, equipment requirements will be specified. 4.Estimate the level of effort and time frame required to integrate the model. Exhibit "A" 7 of 7 o Document feasibility assessment and recommended actions. This step will include a preliminary review of the steps with the City and a final presentation. Our approach wili provide a comprehensive assessment of the feasibility of integrating the embedded cost-of-service model. It will also provide a clear strategy for maximizing the effectiveness of the embedded cost-of-service model by minimizing barriers to the ongoing use of the model. In addition, it will improve the quality of the results from the model by providing clearly defined and consistent paths for information to be entered into the model. TASK 6. DOCUMENT RESULTS A.ND PREPARE REPORTS We will provide a preliminary draft and a complete final report with documentation, worksheets, and diskettes. 10 Exhibit lofl Exhibit "C" 1 of ! Earakat & Chamberlin. Inc. 1800 Harrison St. i8 Floor Oakland CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATEDOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THEPOLICIES BELOW. O01vPANIE$ AFFORDING COVERAGE COI~AkYLET~ A Kemper Group COW~AHYLET~B Atlantic Mutual Ins. Co. LETTER C Evanston ¢/o Brown & RidinE LETTER D CA 94612 LE~ E ~ICAT ED, NOTWlTHST AND~ANY RECUSANT, TE~ OR ~NDIT~N OF ANY CONTRACT OR OT~R ~C~NT WITH RESPECT TO W~H CERT~ICATE MAY BE B$UED OR MAY ~ERTA~,T~ ~S~A~E AFFOR~D BY T~ POL~IE9 DE$CROED ~RE~ 19 S~CT TO ALL T~ EXCLUSIONS AND CO~T~ OF S~ POL~S. L~TS S~WNMAY HAVE BEEN ~ED BY PA~ ~A~S. _._~ 0~N~R’~ & CI:~ITRACTOR’$ PROf. A P<~IOY~JI.I~I:~)¢YE~FECTWE P<X.10Y EXPI:iATK)N I.LI.illl 432300682 432300682 9113/95 9113195 432300682 9/13195 3BA08468700 (CA/CO/OC 12117194 9/13196 9113196 9113196 12117195 6ENEP,~L A6GREEATE PERSO~I. & ADV. INJJRY B~LY I~ B~LY P~ER~ ~ 1000000 10ooooo 1000000 1000000~ 100000 5000 9113195 9113196 1000000 $ $ $ EACH OCCURRENCE I 1000000 A~0RESAZE $1000000 ~.,.,,;,.-,,,,:;.,......................-.;.;.;.;.;.~ ,:.:.:,: :.:.:~-.--- .........,...., U, CH ACOOENT t 1000000 O=’~EASE-POUCY t ~’,~ T $1000000 ~SEASE-EACH ~PL~E S 1000000 $1,000,000L~t each claim $50,000Ooduct $1,000,000A~ore~zte ~iEXPIRATION DATE THEREOF, THE ISSU~G COMPANY WILL. ENO~AVOR TO MAIL 30 DAYBWRITTENNOTICETOTHECERTF:ICATEHOLDr-’RNAk~DTOTHE ~Examp I ¯~ LEFT, BUT FALSE TO MA[ S~ ~T~ SHA~ ~SE ~ OBL~AT~N OR LIABLITY OF ANY K~ ~ON T~ C~ANY, IT S A~NT SOR RE~ESENT kT~S. 500094000 Exhibit "D" 1 of I CERTIFICATION of NONDISCRIMINATION SECTION 410 PERFORM AN ELECTRIC COST-OF-SERViCE STUDY Certification of Nondiscriminatio!!; As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below certifies 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 2.0 3.0 4.0 Firm: Barakat & Chomb,:rli~l, Inc. Title of Officer Signing: Human ources Manaoer Signature Jennifer Gray Please include any additional available regarding programs now in effect within your company. Barakat & Chamberlin, Inc., has an Affirmative provide a copy to the City on request. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. To communicate this policy to all persons concemed, including all employees, outside recruiting services, especially those serving minodty communities, and to the minodty communities at large. To take affirmative action steps to hire minodty employees within the organization. To be knov,4edgeable of the local, state, and federal laws and regulations concerning affirmative action policies and provide opportunities for employees. pATIO: !2-0z~-95 opportunity employment Action Plan and will (Please attach addi~onal pages if necessa~) CITY of PALO ALTO: Non-discrimination (6/94) END OF SECTION SECTION 410-1