Loading...
HomeMy WebLinkAbout1996-05-28 City Council (18)TO: FROM: AGENDA DATE: SUBJECT: City City of Palo Alto Manager’s Report HONORABLE CITY COUNCIL CITY MANAGER DEPARTMENT: UTILITIES May 28, 1996 CMR:262:96 Approval of Contract with R.W. Beck, Inc. for Consulting Services - Electric Distribution System REQUEST This is a request for approval of a consultant contract with R.W. Beck, Inc. for professional engineering consulting services in an electrical distribution system study. RECOMMENDATIONS Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract with R. W. Beck, Inc. in the amount of $69,500 for professional engineering consulting services in an electrical distribution study. Authorize the City Manager or her designee to negotiate and execute one or more change orders to the contract to cover additional but unforeseen work which may develop during the project. The value of the change orders shall not exceed $7,000. Approve waiver of City Policy and Procedure 1-10, which requires consultant services in excess of $25,000 to be referred to Council standing committees prior to consultant selection. CMR:262:96 Page 1 of 5 POLICY IMPLICATIONS This contract does not represent any change to existing policies. EXECUTIVE SUMMARY PROJECT DESCRIPTION This contract is for R.W. Beck, Inc. to provide engineering services to perform reviews of the City’s existing electrical distribution system including assessment of the City’s existing electric distribution engineering, construction, and operational practices. As part of this effort, R.W. Beck, Inc. will determine cost effective and reasonable improvements to the current design criteria, develop applications for devices which could improve service reliability, determine cost effective improvements to the City’s standard practices, prepare standard sketches, and summary reports, and make presentations to the Utilities Department staff.. This project was initiated by the recommendations submitted by a 1995 Underground Task Force comprised of Utility Engineering and Operations Division personnel. The Underground Task Force was established to investigate the rising number of underground outages and to make recommendations on how to improve service reliability. As part of a multi-faceted plan to improve service reliability to the electric distribution underground system, the Task Force recommended both short-term and long-term action items. The short-term items consisted of increase in the number of infrared inspections of the underground system, implementing an oil switch replacement program, and developing a formal underground maintenance program. The major long-term action item recommended by the Task Force was the hiring of a consultant to assist engineering in developing new methods, plans, design criteria and standards. The Task Force recommended the use of consultant services in order to provide an independent review of design and construction methods currently in use at the City. Utilization of a consultant will allow the Electric Utility to expedite changes in the design criteria which will improve the service reliability of the existing distribution system. In addition, a consultant will provide the Electric Utility Division with an unbiased comparison between the City’s design and construction methods and the practices of other municipal and privately owned utilities. The consultant will assess switching configurations to determine what improvements may be reasonable and cost effective to increase the service reliability to the City’s customers. CMR:262:96 Page 2 of 5 An evaluation will be made of different types of underground system configurations commonly used by other utilities. The evaluation will consider the benefits and restrictions of each type of system, and mixes of system types. Along with the evaluation, consideration will be made of the use of loop feed transformers. The consultant will review existing fault isolation devices in use by the City and develop recommendations for applications of additional types of devices. Recommendations will be developed for the cost effective application of additional types and quantities of fault interrupting devices that provide the desired level of reliability. The consultant will determine what cost effective improvements should be made to the City’s standard practices with regard to substructure design. An evaluation of the substructure design practices used by the City for electrical distribution will be made and the result of the responses from other utilities will be integrated into the evaluation. In addition, a planning level cost estimate will be prepared for different types of substructures in order to determine the cost differentials and benefits of using substructures of different types and sizes. The consultant will review existing City equipment standards and prepare supplemental sketches for equipment installation. Reviews will be made of equipment presently in common use by the City, and devices that have not been used in the past in large quantities. SELECTION PROCESS Request for proposals for Consulting Services for an Electric Distribution System were sent out to four engineering consulting firms on December 15, 1995. Bids were received from the four qualified consulting firms on January 29, 1996, as listed on the attached bid summary (Attachment A). Bids ranged from a high of $85,310 to a low bid of $43,360. A selection committee consisting of Utility Engineering and Operations Division personnel reviewed the proposals. The committee carefully reviewed each farm’s qualifications relative to the following criteria: a combination of experience relating to the requirements, the fees, the apparent understanding of the RFP, the ability to respond in a timely manner, and the completeness of the proposal. R.W. Beck, Inc. was selected because of its recent experience with related projects and understanding of the RFP. In addition, R. W. Beck has proposed to complete the work in substantially less time than the other proposals. The City has recent successful experience with R.W. Beck as a consultant, and staff received all positive reference checks. The two other apparently lower proposals from Vectra and Power Engineers required significantly CMR:262:96 Page 3 of 5 greater City staff involvement for the consultants to complete their tasks, thus adding overriding costs to the project. For these reasons, staff recommends R.W. Beck, Inc.. In order to allow the Council to participate in consultant selection should they desire, City Policy and Procedure 1-10 requires projects in excess of $25,000, which are developed after the adoption of the budget, to be placed on the Consent Calender of a Council agenda, recommending referral to one of the standing committees. Although the amount of this contract is in excess of $25,000, staff is requesting a waiver of this policy for the following reasons: Staff wishes to expedite design and construction improvements for the electric distribution underground system. The completed report will provide staff with cost- efficient design options which will improve the level of service reliability and safety for future CIP projects. Reduced service reliability levels and customer satisfaction due to prolonged and fi’equent outages on the electric distribution underground system need to be addressed and corrected as soon as possible. Staff has already implemented short-term corrective measures to improve the situation. The analysis and recommendations provided by the study will allow staffto implement design and construction improvements which will have both short-term and long-term benefits for the electric utility customers. Also, with electric deregulation and competition in the near future, an improved service reliability level can prove beneficial in retaining existing customers and attracting new customers. The recommendation by the Task Force for a consultant came after the formal review period in the budget process. This recommendation was made in mid-year in order to obtain ’information which could be incorporated into next year’s Capital Improvement Plan. FISCAL IMPACT Funds for this project are available in the Electric Utility budget. ENVIRONMENTAL ASSESSMENT The services to be provided by R. W. Beck do not constitute a project under the California Environmental Quality Act, therefore, there is no Environmental Assessment required for this contract. CMR:262:96 Page 4 of 5 ATTACHMENTS Exhibit "A": Bid Summary Exhibit "B": Contract PREPARED BY: Jim Thompson and Sam Zuccaro. DEPARTMENT HEAD REVIEW: Director of Utilities CITY MANAGER APPROVAL: CMR:262:96 Page 5 of 5 0 0 0 0 0 0 0 0 0 0 0 0Ol~~’~O~O0 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND R. W. BECK, 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 R. W. BECK, INC., a Washington corporation located at 2101 Fourth Avenue, Suite 600, Seattle, Washington 98~21-2375 ("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, maps, plans, designs, data, calcuiations, surveys, specifications, schedules or other writings ("Deliverables") (Services and Deliverables are, collectively, the "Project"), as more fully described in Exhibit "~’; and WHEREAS, CITY desires to engage CONSULTANT, including its employees, 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 i. TERM i.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 toproceed, CONSULTANT will 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. 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. 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 9equired of CONSULTANT. In the event that such changes are ordered, subject to the approval of CITY’s City Council, as may be required, CONSULTANT 960515 syn 0070976 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 substantial changes will be determined in accordance with the provisions of this Contract. CITY will 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. SECTION 3. CONSULTANT QUALIFICATIONS,STATUS, AND DUTIES OF 3.1 CONSULTANT represents andwarrants that it has the expertise and professional qualifications to furnish or cause to be furnished the Services and Deliverables. 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 KEVIN O’CONNOR as the project director to have supervisory responsibility for the performance, progress, and execution of the Project. KEVIN O’CONNOR will be also assigned as the project coordinator who will represent CONSULTANT during the day-to-day work on the Project. If circumstances or conditions subsequent to the execution of this Contract cause the substitution of the project director or project coordinator for any reason, the appointment of a substitute project director or substitute project coordinator will be subject to the prior written approval of the project manager. 3.4 CONSULTANT represents and warrants that it will: 3.4.1 Keep itself fully informed of all existing and future Federal, State of California, and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this Contract and any materials used in CONSULTANT’s performance of the Services; 3.4.2 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 960515 syn 0070976 3.4.3 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 property 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 three (3) copies of any documents which are a Dart of the Deliverables upon their completion and acceptance by CITY. 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 CONSULTANT 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. 3.9 In the execution of the Project, CONSULTANT and its consultants, if any, will 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, ±f so authorized, in writing, by CITY: 3.10.1 Performing any other Additional Services that may be agreed upon by the parties subsequent to the execution of this Contract; and 3.10.2 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. 960515 syn 0070976 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 furnished 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 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. SAM ZUCCAR0 is designated as the project manager for the city manager. The project manager will supervise the performance, progress, and execution of the Project, and will be assisted by JIMTHOMPSON, the project engineer. 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 Sixty-Nine Thousand Five Hundred Dollars ($69,500). The amount of compensation will be calculated in accordance with the schedule set forth in Exhibit "A", 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 refuse payment of such fees, if such prior approva! is not obtained by CONSULTANT. 5.1.2 Direct personnel expense of employees assigned to the execution of the Project by CONSULTANT will include only the work of engineers, designers, job captains, draftspersons, specification writers and typists, in consultation, research and design, work in producing drawings, specifications and other documents pertaining to the Project, 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 employee 4 960515 syn 0070976 benefits, insurance, sick leave, holidays and vacations, pensions and similar benefits. 5.2 The schedule of payments will be made as follows: 5.2.1 Payment of the Basic Services will be made as set forth in Exhibit "A", 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 al! Deliverables, including, without limitation, reports which have been approved by the project manager° 5.3 If the CITY fails to pay undisputed invoices amounts within 30 days after delivery of invoice, additional charges shall become due and payable at a rate of 1-1/2 percent per month (or maximum percentage allowed by law, whichever is lower) on the unpaid amounts. Any financing charges due from the CITY on past due invoices are outside any maximum billing amounts established for this Agreement and shal! not be included in calculating the maximum. All payments shall first be credited against any accrued interest. If the CITY fails to pay undisputed invoiced amounts within 60 days after delivery of invoice. CONSULTANT, at its sole discretion, may suspend work hereunder without incurring any liability or waiving any right established hereunder or by law. SECTION 6.ACCOUNTING, A~ITS, OWNERSHIP OF RECORDS 6.1 Records of the direct personnel expenses and expenses incurred in connection with the performance of Basic 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 following 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 additional compensation. CITY will have the right to utilize any final and incomplete drawings, estimates, specifications, 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, 960521 syn 0070976 errors, or omissions, or willful misconduct, or conduct for which applicable law may impose strict liability on CONSULTANT in the performance of or failure to perform its obligations under this Contract. 7.2 The total, aggregate liability of the CONSULTANT to the CITY for any and al! claims, whether caused by negligence errors, omissions, strict liability, breach of contract, or contribution or indemnity claims based on their party claims, shall not exceed proceeds of insurance required to be maintained under this Agreement. 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 "B", 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 Rating 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 additiona! insured under such policies as required above. 9.3 Certificates of such insurance, preferably on the forms provided by CITY, will be filed with CITY concurrently with the execution of this Contract. The certificates will be subject to the approval of CITY’s risk manager and will contain -an endorsement stating that the insurance is primary coverage and will not be canceled or altered by the insurer except after filing with 960515 syn 0070976 6 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 ofsuch insurance will be kept on file at all times during the term of this Contract with the city clerk. 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. 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° SECTION ii TERMINATION OR SUSPENSION OF CONTRACT 0R PROJECT ii.i 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 wil! 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 it has been suspended for more than 180 days, any change in CONSULTANT’s compensation will be subject to renegotiation and, if necessary, approva! 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. 960515 syn 0070976 7 11.4 In the event of termination of this Contract or 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 services, CONSULTANT will 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 will become the property of CITY: 11.6 The failure of CITY to agree with CONSULTANT’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 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 h~reunder will be given, in writing, and mailed, postage prepaid, by certified mail, addressed as follows: 960515 syn 0070976 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, direct or 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 Palo Alto Municipal Code, no discrimination will bemade in the employment 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 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 "C". 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 Palo Alto; and that [Name of Provider] will not discriminate in the employment of any person under this contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person." 960515 syn 0070976 9 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. 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. 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 materia! 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 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 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. 16.2 This Contract will be governed by the laws of the State of California, excluding its conflicts of law. 16.3 In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California or in the United States District Court for the Northern District of California in the County of Santa Clara, State of California. 16.4 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. 16.5 This document represents the entire and integrated Contract between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 16.6 All provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants and conditions. 960515 syn 0070976 10 16.7 The covenants, terms, conditions and provisions of this Contract will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants, as the case may be, of the parties. 16.8 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 wil! remain in full force and effect. 16.9 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 wil! be deemed to be a part of this Contract. 16.10 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. 16.11 This Contract is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Contract will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fisca! year and funds for this Contract are no longer available. This Section 16.12 will 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 APPROVED: Assistant City Manager Director of Utilities R. W. BECK, INC. Taxpayer’s I.D. No. 91-0883905 960515 syn 0070976 11 Deputy City Manager, Administrative Services Risk Manager Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": SCOPE OF SERVICES INSURANCE NONDISCRIMINATION COMPLIANCE FORM 960515 syn 0070976 12 CERTIFICATE OF ACKI~OWLEDGM~%~T (Civil Code ~ 1189) STATE OF )) ss. COUNTY OF ) On , 1996, before me,, a Notary Public in and for said County and State, personally appeared , personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary Public 960515 syn 0070976 13 April 8, 1996 City of Palo Alto, California Electric Distribution System Study Attachment I SCOPE OF SERVICES A. GENERAL R. W. Beck will provide engineering services to perform reviews of the existing electrical distribution system of the City of Palo Alto including assessment of primary distribution feeder switching configurations, evaluation of fault isolation devices and their applica- tion, review of substructure design practices, review of substation oil containment stan- dard designs, preparation of additional standard drawings for vault applications, and as- sessment of equipment standards. As part of this effort R. W. Beck will prepare standard sketches, prepare summary reports, and make presentations to the City’s staff and man- agement. DETAILED SCOPE The Etectric Distribution System Study project has been divided into eight tasks with the following scope of services: Task 1.0 Field Review and Data Collection Some initial system data have been obtained, however, additional system data will be required from Palo Alto for development of the Electrical System Study. 1.1 Initial Conference Call - Initiate project kick-off with a conference call including key project personnel. 1.2 Distribution System Data - Collect data on substation arrangement, feeder configuration, existing switching arrangements, and substructure design stan- dards, from City staff based on a request for data prepared by R. W. Beck. 1.3 Field Review - Perforn’t a brief visual survey of the primary electric facilities of Palo Alto by the project manager and one project engineer. 1.4 Staff Interviews - R. W. Beck will conduct interviews with key engineering and electric operations employees in conjunction with the field reviews to ascertain concerns or special priorities for the distribution system. 1.5 Records Review - Key members of the project team will review City furnished records and data of the existing system and standards. EXHIBIT A Scope of Services April 8, 1996 Page 2 Task 2.0 Primary 12.42"-kV Distribution Feeder Switchlng Configurations To increase reliability to the City’s customers, an assessn-tent will be made of switching configurations to determine what improvements may be reasonable and cost effective. 2.1 Distribution Drawing Review-Reviews of existing distribution drawings will be made including one-line circuit diagrams and cable diagrams, and a representa- tive number of the scaled plan views, in order to ascertain the City’s practices with regard to placement of vaults, transformers and other equipment. Notes will be made on the comparable use of main feeder runs, branches operating as sub loops, and radial taps 2.2 Character of Loads - Observations will be made on the character of the loads, such as large commercial and industrial, smaller mixed commercial and pre- dominately residential areas. 2.3 Underground Configurations - An evaluation will be made of different types of underground system configurations commonly used by municipal electrical utili- ties, including fully looped systems, dual feed systems, main line with sub looped branches, and radial taps without loop feeds. The evaluation will consider the benefits and restrictions of each type of system, and mixes of system types. 2.4 Conversion to Looped Systems - Consideration will be made of the use of loop feed transformers, and the potential of improving system reliability will be re- viewed. Notes will be made on the conditions that would make it feasible to con- vert existing radial branch lines to open looped sub feeds. Guidelines will be de- veloped for standard approaches as to when looped systems should be used in- stead of radial taps, and recommendations will be made for the development of standard design drawings. 2.5 Equipment and Cable Reviews - Equipment types, such as submersible versus padmounted, will be evaluated, along with the switching configurations. Cable sizing, using standardized cable types and sizes, will be developed for each repre- sentative switching configuration. The use of additional types of switching and sectionalizing equipment not commonly used by the City will be evaluated, along with the suitability of the equipment to each type of underground system con- figuration. 2.6 Cost Benefit Analysis - Planning level cost estimates will be prepared for sample switching config-urations in order to determine the comparative cost of the. po- tential benefit in system reliability. Scope of Services April 8, 1996 Page 3 2.7 2.8 Feeder Configurations - Standard primary feeder configurations ;viii be devel- oped based on the evaluation of the application of the different types of under- ground distribution systems. One-Line Diagrams - A series of example one-line diagrams with typical feeder design will be developed for representative loop-feed, dual feed, and single radial distribution systems. The suitability of use with residential, commercial and in- dustrial areas, or mixes of areas, will be noted. 2.9 Service Guidelines - Written guideline will be developed for. appropriate cus- tomer service connections. Basic guidelines will be prepared to address the rec- ommended loading per distribution feeder and representative branches of a typi- cal feeder based on configuration type. Task 3.0 Fault Isolation Devices and Applications Reviews will be made of the existing fault isolation devices in use by the City and recommen- dations developed for application of additional types of devices. 3.1 Fault Isolation Devices - A review will be made of the types of fault isolation devices in use by the City and the system configuration used. 3.9.Fault Interrupter Application - Recommendations will be developed for the cost effective application of additional types and quantities of fault interrupting devices that provide the desired reliability. 3.3 Standard Design Drawings - Standard sets of design drawings will be prepared for underground feeders, or branches, serving residential, light commercial, and commercial and industrial areas. 3.4 Application Guidelines - Guideline will also be developed for use of particular fault isolation devices based on the projected feeder loading and number of cus- tomers served. ’ 3.5 Intermediate Review - Submit preliminary products of Tasks 2.0 and 3.0 to the City staff for their review. Schedule conference call for discussion of the intermediate re- sulks. Scope of Services April 8, 1996 Page 4 Task 4.0 Substructure Design Practices Reviews will be made of the substructure design practices of the City and other utilities in order to determine what cost effective improvements should be made to the City’s standard practices. 4.1 Utility Reviews - Interviews will be conducted with other California and west coast utilities regarding the application of substructure vaults, manholes, and ductbanks in the California geological area. Six utilities will first be interviewed by telephone, with a follow-up review of requested documents depicting their standard practices. 4.2 Service Life History - Comments on the service life history of different types of structures, and specific brands will be solicited from the responding utilities. Seismic considerations will be included with the interview questions of the utili- ties also located in California. 4.4 Task 5.0 4.5 4.6 Design Practices Comparison - Evaluations of the substructure design practices usedby the City for electrical distribution will made and the results of the re- sponses from the other utilities will be integTa ted into the structural evaluation. Cost Benefit Analysis - Planning level cost estimates will be prepared for different types of substructures in order to determine the cost differentials and benefits of using substructures of different types and sizes. The potential use of handholes in place of full vaults will be included in the comparison. Substructure Application - A report will be prepared summarizing the current substructure design practices of the other utilities, the independent review by the project team, and the recommended improvements to the existing practices of the City. Substructure Listings - Included as appendices to the report will be listings of standard substructure types for both underground primary and secondary service applications in common use by the interviewed utilities. The listings will include specific vendor information, when furnished by the responding utility. Substation Foundations Review Reviews will be made of the City’s current practices for foundations and oil containment structures. Scope of Services April 8, 1996 Page 5 5.1 5.2 5.3 Task 6.0 Substation Foundations - Brief structural reviews will be made of the typical substation foundation standards in use by the City. Oil Containment Structures - Evaluations will be made regarding the application of the type of oil containment structures in use by the City, with consideration given to the review of the suitability of different types of oil containment, such as the use of oil-water separa tots. Substation Structures Recommendations ,,viii be made regarding possible modifications or improvements to the standard desig-n practices for substation foundations and oil containment structures. Equipment Standards Reviews will be made of existing City equipment standards and supplemental sketches prepared for equipment ins talla tion. 6.1 6.2 6.3 6.4 " Task 7.0 Review of Equipment Standards - Copies will be obtained of the existing City equipment standards to review for current practice. Comparisons will be made to a variety of applicable standards, including some developed and modified over time by R. W. Beck internally, standards used by other west coast utilities, and selected sample standards proposed by qualified vendors. Supplemental Equipment Review - Reviews will be made of equipment presently in common use by the City, such as single-phase and three-phase padmount and submersible transformers, and devices that have not been used in the past in large quantities, such as submersible and padmount vacuum or SF6 switches. Vault Cable Racking - Detail drawings will be prepared, based on suitable utility standards, for cable racking in underground vaults. Installation Standards - Standard drawings will be prepared, based on the existing City drawing format, for installation of both submersible and padmount switching equipment. Approximately six standard drawings will be required. Final Reference Notebook Palo Alto will be presented with a reference notebook that summarizes the recommendations for improvements to the electrical distribution system. Scope of Services April 8, 1996 Page 6 7.1 Preliminary Reference - Prepare a preliminary notebook with recommendations and sketches for review by the engineering staff. AII sketches and drawings will be delivered in AutoCad release 12 format. 7.2 7.3 Review Trip - R. W. Beck will attend a review meeting at Palo Alto with the engi- neering department staff to review the reference materials. Final Materials - A final reference notebook will be produced that takes into con- sideration the comments of the engineering staff. Presentation of FindingsTask 8.0 An optional task would allow for presentations of the results of the consulting services. 8.1 Staff Reviews - Meetings will be held with the staff and management of the engineering division. 8.2 Operations Presentation - Presentations will be made to the underground crews in the operations division. DELIVERABLES 3. 4. 5. 6. 7. 8. 9. Request for data Feeder configuration one-line dia~ams Primary service guidelines Cost benefit analysis summaries Fault interrupter application standards Substructure applica tion summa ties Substation structure evaluations Installation standard drawings Reference notebook D.ASSUMPTIONS Circuit one-line dia~am files wil! be provided to R. W. Beck as computer files in AutoCad format on diskette. The data required for the initial reviews can be obtained readily from Palo Alto and provided to R. W. Beck. Scope of Services April 8, 1996 Page 7 3.Information on major commercial customers, including their service configuration, will be provided by Palo Alto. E.SCHEDULE Fo From the date of a notice to proceed, field reviews and interviews will be performed in 30 days, analyses will be completed in 60 days, and a preliminary report with reference notebook will be completed in 75 days. Following a re- view by Palo Alto engineering division staff, the final report will be delivered 15 days after receipt of comments. The specific schedule for the individual tasks can be adjusted depending upon Palo Alto’s requirements. COMPENSATION R. W. Beck proposes to furnish engineering services to the City of Palo Alto for electric distribution system consultant services as described in the scope of serv- ices above for a fixed fee of $69,500. The following is our estimate of the effort per task. Labor Task Description Revenue 1 2 3 4 5 6 7 8 Field Review and Data Collection 6,320 Feeder Switching Configurations 14,880 Fault Isolation Devices 7,970 Substructure Design Practices 10,380 Substation Foundation Review 5,240 Equipment Standard Details 8,720 Final Reference Notebook 5,890 Presentation of Findings 2,600 Total Labor $62,000 Expenses 7,500 TOTAL $69,500 $23,000 payable 30 days after notice to proceed. $23,000 payable 60 days after notice to proceed. $23,500 payable upon delivery of final report. 00-00000-60211-2300 O:\O’ ConnorkKTOC212.doc Marsh & MoLenna~, Inco.rporated Marsh& MoLen~a~. B~ilding720 Olive Way Seattle, WA 90101 Gloria J. Iwata R.W. ~FECK, INC.2~01 FOU~T~ A~NU~ SUITE 600 SEATTLE, ~A 98121-2375 31320 COMPANIES AFFORDING COVERAGE ~TIOI~AL SURETY CORP FUND INSURANCE CO. THIS IS TO CERTIFY THAT POUCIES OF INSUI~C~ LIS~ HEREIN HAY~ B~N ISSUE0 TO TH~ INSURED N.~M~.O HEREIN FOP, THE P~UCY PERIOD IN01CATED. NO’TWITHSTANDING ANY R~QUIR~MENT, T-c’c’c’c’c’c’c’c’c~M Of~ CONDmON OF ANY CONTRACT C~ OTHF.R DOCUMENT WITH RESPECT TO WHICH THE C~RTIFICATE MAY 8~ t$$U~D OF, MAY p~:~TA~N, ~ |NSURAN~ ~F0~D~.D ~Y TH~ POLICIES UST~D H~R~]N IS ~ TO ~ ~E ~ ~NDI~ON$ ~O ~C~SlO~ OF SUCH POUCIES. UM[3~ ~}OWN MAY HA~ ~ SUeD ~ ~~~ 80624269 MXX 80624269 DWC 80677640 (SEE REVERSE CF_RTIRCATI= HOL’DE~I City of Pale Alto ~tilities Dept./Attn: Sam 2ucaro clwic C~nter, First Floor 250 Hamilton AvenuePale Rite, CA 94301 7/oz/~6 $2000000 $2000000 $ 1000000 $ 1000000 $ $~ooo $ $ ,$ ,$ ZOQ0000 ~ - POJCY uurr $ EXHIBIT B CERTIFICATION of NONDISCRIMINATION SECTION 410 _Consu!tant Services - Electrica! Distribution.S.vs~em - RFP #820ar8 _Certification of Nondiscrimination; 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 origin, ancestry, disability, or sexual preference; that they are in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employment; and that they agree to demonstrate positively and aggressively the principle of equal opportunity in employment. The Bidder agrees specifically: 1.0 To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2.0 "To communicate this policy to all persons concerned, including all employees, outside recruiting services, especially those serving minodty communities, and to the minority communities at large. To take affirmative action steps to hire minority employees within the organization. To be knowledgeable of the local, state, and federal laws and regulations Concerning affirmative action policies and provide opportunities for employees. 1/26/96£eck, Inc. DATE: Title of Officer Signing: Diz-ector of Human Resou_rces Signature O-..~, ..... 1 ..~W"~,~ L"...--z Please include any additional information available regarding programs now in effect within your company. equal opportunity employment (Please attach additional pages if necessary) "CITY of PALO ALTO: Non-discrirninaSon (6/94) END OF SECTION SECTION 410-1