HomeMy WebLinkAbout1996-11-12 City Council (16)City of Palo Alto 5
City Manager’s Report
TO:
FROM:
AGENDA DATE:
SUBJECT:
HONORABLE CITY COUNCIL
CITY MANAGER
NOVEMBER 12, 1996
DEPARTMENT:UTILITIES
CMR~
APPROVAL OF CONTRACT WITH ELEY ASSOCIATES TO
CONDUCT DESIGN REVIEW SERVICES FOR COMMERCIAL
AND INDUSTRIAL NEW CONSTRUCTION DEMAND SIDE
MANAGEMENT PROJECTS AS PART OF THE UTILITY
MARKETING SERVICES PROGRAM
REQUEST:
This is a request for approval of a contract with Eley Associates in the amount of $50,000 for
performing new construction design review services during Fiscal Year 1996-98.
RECOMMENDATIONS:
Staff recommends that Council approve and authorize the Mayor to execute the attached contract
with Eley Associates in the amount of $50,000 to perform new construction design review
services.
POLICY IMPLICATIONS:
The approval of this contract is consistent with existing policies.
EXECUTIVE SUMMARY:
Project Description
The City has revised the Demand Side Management (DSM) policy to justify programs based
on the community’s support for environmental policies and the Utilities’ goal of retaining and
enhancing the satisfaction of customers (CMR:209:96, April 18,1996). The New Construction
Design Review program is one of seven DSM programs approved by City Council.
The City will offer new construction design review services for optimizing building energy
efficiency to large commercial and industrial customers. The City shall retain consultant
assistance to offer design review services directly to the customer and to advise the customer’s
design team on efficient design alternatives. The program would be available to all major new or
renovated commercial projects.
CMR:460:96 Page 1 of 2
Selection Process
Staff sent a request for proposals to 6 firms on August 9, 1996. The proposal period was 25 davs
in order to provide sufficient time for prospective consultants to consider their proposals. Three
firms submitted proposals on September 3, 1996.
A selection committee consisting of the City Project Manager and the Manager of Utility
Marketing Services reviewed the proposals and two firms were invited to participate in oral
interviews on November 2 and 3, 1996. The committee carefully evaluated each firm’s
qualifications and submittals in response to the RFP relative to the following criteria (see
Evaluation Summary):completeness of proposal, relevant experience; qualifications of staff,
ability to respond, and analysis tools. The firms were then ranked according to the weighted
criteria.
Selection Decision
Eley Associates was selected based on their extensive experience in design review for other
Utility. and State programs, their excellent reputation and staff qualifications. Eley Associates
had the best match of skills and experience to meet the program needs.
FISCAL IMPACT
Funds for the project are included in the FY 1996-97 budget.
ENVIRONMENTAL ASSESSMENT
These services do not constitute a project for the purposes of the California Environmental
Quality Act.
ATTACHMENTS
Attachment A
Attachment B:
PREPARED BY:
DEPARTMENT HEAD REVIEW:
CITY MANAGER APPROVAL:
Evaluation Summary
Agreement
Lindsay Joye, Associate Power Engineer
J~FLEMIN--G
Cit~ Manager
CMR:460:96 Page 2 of 2
ATTACHI~ _ENT A: EVALUATIC. 4 SUMMARY
Weighted Scores for Consultants Under Consideration
Criteria Weight Factor Brown Vence Eley Salas O’Brien
Completeness of Proposal 40 35 33 30
Relevant Experiance 25 20 24 18
Qualifications 15 12 13 1D
Ability to Respond 10 10 10 10
Analysis Tools 10 9 10 10
TOTAL 100 86 90 78
Scores represent the average of the evaluation team members.
A’ ?ACHMENT B: AGRE_ MENT
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTOAND
ELEYASSOCIATES
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 ELEY
ASSOCIATES, a California corporation, !ocated at 142 Minna Street,
San Francisco, CA 94105 ("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, calculations, surveys, specifications, schedules or
other writings ("Deliverables") (Services and Deliverables are,
collectively, the "Project"), as more fully described in Exhibit "A";
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(s), unless this Contract is earlier terminated by CITY.
Upon the receipt of CITY’s notice to proceed, CONSULTANT will
commence work on the initial and subsequent Project tasks in
accordance with the time schedule set forth in Exhibit "A". In the
event that any Project is not "completed within the time required
through any fault of CONSULTANT, CITY’s city manager will have the
option of extending the time schedule for any period of time. This
provision will not preclude the recovery of damages for delay
caused by CONSULTANT.
SECTION 2.SCOPE OF PROJECT;CHANGES & CORRECTIONS
2.1 The scope of Services andDeliverables constituting
the Project wil! be performed, delivered or executed by CONSULTANT
under the phases of the Basic Services as described in Exhibit~"A".
2.2 CITY may order substantial changes in the scope or
character of the Basic Services, the Deliverables, or the Project,
either decreasing or increasing the amount of work required of
CONSULTANT. In the event that such changes are ordered, subject to
961025 syn 0071070
1
the approval of CITY’s City Council, as may be required, CONSULTANT
will be entitled to ful! 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. QUALIFICATIONS, STATUS,. AND DUTIES OF
CONSULTANT
3.! 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 CHARLES ELEY as the project
director to have supervisory responsibility for the performance,
progress, and execution of the Project. ERIK KOLDERUP will be
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 wil! be subject to the prior written
approval of the project manager.
3.4 CONSULTANT represents and warrants that it will:
3.4.1 Procure all permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
incident to the due and lawful prosecution of the Project;
3.4.2 Keep itself fully informed of all existing and
future Federal, State of California, and 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;
961025 ~’n 0071070
2
3.4.3 At all times observe and comply with, and cause
its employees and consultants, if any, who are assigned to the
performance of this Contract to observe and comply with, the laws,
ordinances, regulations, orders and decrees mentioned above; and
3.4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to the Deliverables.
3.5 Any Deliverables given to, or prepared or assembled
by, CONSULTANT or its consultants, if any, under this Contract will
become the 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 approva! of the city manager.
3.6 CONSULTANT will provide CITY with two(2) copies of
any documents which are a part 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 Deliverabies, 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, wil! at all times be considered independent
contractors and not agents or employees of CITY.
3.10 CONSULTANT will perform or obtain or cause to be
performed or obtained any and all of the following Additional
Services, not included under the Basic Services, if so authorized,
in writing, by CITY:
3.10.1 Providing services as an expert witness in
connection with any public hearing or meeting, arbitration
proceeding,or proceeding of a court of record;
3.10.2 Incurring travel and subsistence expenses for
CONSULTANT and its staff beyond those normally required under the
Basic Services;
3.10.3 Performing any other Additional Services that
may be agreed upon by the parties subsequent to the execution of
this Contract; and
961025 ~"yn 0071070
3
3.10.4 Other Additional Services now or hereafter
described in an exhibit to this Contract.
3.11 CONSULTANT will be responsible for employing all
consultants deemed necessary to assist CONSULTANT in the
performance of the Services. The appointment of consultants must
be approved, in advance, by CITY, in writing, and must remain
acceptable to CITY during the term of this Contract.
SECTION 4. DUTIES OF CITY
4.1 CITY will furnish or -cause to be furnished the
services listed in Exhibit "A" and such information regarding its
requirements applicable to the Project as may be reasonably
requested by CONSULTANT.
4.2 CITY will review and approve, as necessary, in a
timely manner the Deliverables and each phase of work performed by
CONSULTANT. CITY’s estimated time of review and approval will be
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. LINDSAY JOYE 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 TOM AUZENNE, the Manager of Utility
Marketing Services.
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 fifty thousand dollars
($50,000). The amount of compensation will be calculated in
accordance with the hourly rate schedule set forth in Exhibit "B",
on a time and materials basis, up to the maximum amount set forth
in this Section. The fees of the consultants, who have direct
contractual relationships with CONSULTANT, wil! 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.
961025 syn 0071070
4
5.1.2 In consideration of the full performance of
Additional Services, if any, the amount of compensation set forth
in Exhibit "B" will not exceed the amount set forth in Exhibit "B".
An employee’s time will be computed at a multiple of one (I) times
the employee’s direct personnel expense described below. The rate
schedules may be updated by CONSULTANT only once each calendar
year, and the rate schedules will not become effective for purposes
of this Contract, unless and unti! CONSULTANT gives CITY thirty
(30) days’ prior written notice of the effective date of any revised
rate schedule.
5.1.3 The full payment of charges for extra work or
changes, or both, in the execution of the Project will be made,
provided such request for payment is initiated by CONSULTANT and
authorized, in writing, by the project manager. Payment will be
made within thirty (30) days of submission by CONSULTANT of a
statement, in triplicate, of itemized costs covering such work or
changes, or both. Prior to commencing such extra work or changes,
or both, the parties will agree upon an estimated maximum cost for
such extra work or changes. CONSULTANT will not be paid for extra
work or changes, including, without limitation, any design work or
change order preparation, which is made necessary on account of
CONSULTANT’s errors, omissions, or oversights.
5.1.4 Direct personnel expense of employees assigned
to the execution of the Project by CONSULTANT will include only the
work of architects, 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, and in services rendered
during construction at the site, to the extent such services are
expressly contemplated under this Contract. Included in the cost
of direct personnel expense of these employees are salaries and
mandatory and customary benefits such as statutory employee
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 in
monthly progress payments in proportion to the quantum of services
performed, or in accordance with any other schedule of payment
mutually agreed upon by the parties, as set forth in Exhibit
or within thirty (30) days of submission, in triplicate, of such
requests if a schedule of payment is not specified. Final payment
will be made by CITY after CONSULTANT has submitted all
Deliverables, including, without limitation, reports which have
been approved by the project manager.
5.2.2 Payment of the Additional Services will be
made in monthly progress payments for services rendered, within
thirty (30) days of submission, in triplicate, of such requests.
5.2.3 No deductions will be made from CONSULTANT’s
compensation on account of penalties, liquidated damages, or other
sums withheld by CITY from payments to general contractors.
961025 syn 0071070
5
SECTION 6.ACCOUNTING, AUDITSL. OWNERSHIP OF RECORDS
6.1 Records of the direct, personnel expenses and
expenses incurred in connection with the performance of Basic
Services and Additional Services pertaining to the Project will be
prepared, maintained, and retained by CONSULTANT in accordance with
~generally accepted accounting principles and will be made available
to CITY for auditing purposes at mutually convenient times during
the term of this Contract and for three (3) years 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,
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.
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.
961025 syn 0071070
SECTION 9. INSURANCE
9.1 CONSULTANT, at its sole cost and expense, will
obtain and maintain, in full force and effect during the term of
this Contract, the insurance coverage described in Exhibit "C",
insuring not only CONSULTANT and its consultants, if any, but also,
with the exception of workers’ compensation, employer’s liability
and professional liability insurance, naming CITY as an additional
insured concerning CONSULTANT’s performance under this Contract.
9.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key 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 wil! obtain and
maintain, in full force and effect during the term of this
Contract, identical insurance coverage, naming CITY as an
additional insured under such policies as required above.
9.3 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
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 additiona! 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.
9.4 The procuring of such required policy or policies
of insurance will not be construed to limit CONSULTANT’s liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
CONSULTANT will be obligated for the full and total amount of any
damage, injury, or loss caused by or directly arising as a result
of the Services performed u~der this Contract, including such
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
SECTION I0.WORKERS’ COMPENSATION
i0.i CONSULTANT, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every emp!oyer 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.
961025 syn 0071070
7
SECTION ii TERMINATION OR SUSPENSION OF CONTRACT OR
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 will immediately discontinue its
performance under this Contract.
11.2. CONSULTANT may terminate this Contract or suspend
its execution of the Project by giving thirty (30) days’ prior
written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY or in the event CITY
indefinitely withholds or withdraws its request for the initiation
or continuation of Basic Services or the execution of the Project.
11.3 Upon such suspension or termination by CITY,
CONSULTANT will be compensated for the Basic Services and
Additional Services performed and Deliverables received and
approved prior to receipt of written notice from CITY of such
suspension or abandonment, together with authorized additional and
reimbursable expenses then due. If the Project is resumed after it
has been suspended for more ~than 180 days, any change in
CONSULTANT’s compensation will be subject to renegotiation and, if
necessary, approval of CITY’s City Council. If this Contract is
suspended or terminated on account of a default by CONSULTANT, CITY
will be obligated to compensate CONSULTANT only for that portion of
CONSULTANT’s services which are of direct and immediate benefit to
CITY, as such determination may be made by the city manager in the
reasonable exercise of her discretion.
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 wil! 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
961025 syn 0071070
8
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 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 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 wil! 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.
9
961025 syn 0071070
SECTION 15. NONDISCRIMINATION
15.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made 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 "D"
15.2 CONSULTANT agrees that each contract for services
from independent providers will contain a provision substantially
as follows:
"[Name of Provider] will provide CONSULTANT
with a certificate stating that [Name of
Provider] is currently in compliance with all
Federal and State of California laws covering
nondiscrimination in employment; that [Name of
Provider] will pursue an affirmative course of
action as required by the Affirmative Action
Guidelines of the City of 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."
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 material breach of this Contract.
Thereupon, CITY wil! 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.
961025 syn 0(371070
10
SECTION 16.MISCELLANEOUS PROVISIONS
16.1 CONSULTANT represents and warrants that it has
knowledge of the requirements of the federal Americans with
Disabilities Act of 1990, and the Government Code and the Health
and Safety Code of the State of California, relating to access to
public buildings and accommodations for disabled persons, and
relating to facilities for disabled persons. CONSULTANT will
comply with or ensure by its advice that compliance with such
provisions will be effected pursuant to the terms of this Contract.
16.2 Upon the agreement of the parties, any controversy
or claim arising out of or relating to this Contract may be settled
by arbitration in accordance with the Rules of the American
Arbitration Association, and judgment upon the award rendered by
the Arbitrators may be entered in any court having jurisdiction
thereof.
16.3 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
16.4 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Northern District of California in the County of Santa
Clara, State of California.
16.5 The prevailing party in any action brought to
enforce the terms of this Contract or arising out of this Contract
may recover its reasonable costs and attorneys’ fees expended in
connection with that action.
16.6 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.
16.7 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
16.8 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and consultants, as the case
may be, of the parties.
16.9 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto will remain in full force and effect.
16.10 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time
to time, may be referred to in any duly executed amendment hereto
are by such reference incorporated in this Contract and will be
deemed to be a part of this Contract.
961025 syn 0071070
11
16.11 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.
16.12 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Municipal
Code. This Contract will terminate without any penalty (a) at the
end of any fiscal year in the event that funds are not appropriated
for the 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 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:
ELEY ASSOCIATES
Assistant City Manager
Director of Utilities
By:
Its:
Taxpayer’s I.D. No.
Deputy City Manager,
Administrative. Services
Risk Manager
Attachments:
EXHIBIT "A" :
EXHIBIT "B" :
EXHIBIT "C" :
EXHIBIT "D" :
SCOPE OF PROJECT &TIME SCHEDULE
RATE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
12961025 syn 0071070
CERTIFICATE OF ACKNOWLEDGM]KNT
(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
961025 syn 0071070
13
EXHIBIT A: SCOPE OF SERVICES
CITY OF PALO ALTO UTILITIES
Utility Marketing Services
Request for Proposal for New Construction Program Consulting Services
OBJECTIVE AND OVERVIEW
The objective of this solicitation is to secure consulting services for the City of Palo Alto
(CITY) Utilities Department and its commercial and industrial customers. The services will be
provided by the consultant(s) on an as-requested basis, when the need for services is
determined by CITY. Consultant work will be directed by the CITY’s Project Manager
through the issuance of written task assignments. The scope and fee for each task assignment
will be negotiated between the consultant and the CITY’s Project Manager prior to
commencement of the requested work. The contract period will be for two years. One
adjustment in billing rates will be allowed annually.
The type of services include: new construction design review, marketing assistance, technical
assistance (including building energy simulation) for Utilities program implementation.
The CITY’s Utilities Marketing Services Section will select one or two consultant firms for
this program. The selection criteria is described herein.
BACKGROUND
The CITY has revised the Demand Side Management (DSM) policy to justify programs based
on the community’s support for environmental policies and the Utilities goal of retaining and
enhancing the satisfaction of customers (CMR:209:96, April 18,1996). The New Construction
Design Review program is one of seven DSM programs approved by City Council.
PROGRAM DESCRIPTION
The CITY will offer new construction design review services for optimizing building energy
efficiency to large commercial and industrial customers. The CITY shall retain consultant
assistance to offer design review services directly to the customer and to advise the customer’s
design team on efficient design alternatives. The program would be available to all major new or
renovated commercial projects.
EXHIBIT A: SCOPE OF SERVICES
City of Palo Alto Utilities Request for Proposal for New Construction Program
CONTACT SCOPE
At the direction of the CITY’s Project Manager, the consultant(s) shall provide on an as-
needed basis:
Design Review. The consultant shall work with the customer’s design team to
optimize building and system design for efficiency. The consultant may advise the
design team to model efficient alternatives or may directly perform any necessary
energy simulations. The design review should integrate the following systems:
building envelope, windows, cooling loads, air conditioning system components
(chillers, cooling towers, pumps), process equipment, lighting and building
automation system controls. A financial evaluation of lifetime costs and benefits of
the alternative designs would be performed and presented to the customer’s
management.
Development of Design Guidelines. The consultant shall develop design
guidelines to be used for program marketing. The guidelines would be
distributed to local designers for education. Content would include: integrated
approach to designing the building shell and systems (lighting, mechanical and
control systems). The guidelines would be no more than 5 pages. The CITY
will provide final graphic design for all materials produced.
Marketing Services for New Construction. Tasks include assisting CITY staff
in making presentations to customers, advising designers and developers on
efficient equipment in commercial development projects.
Technical Support for Program. Tasks may include:
a.Performing project e~iergy and economic analysis.
b.Performing short-term monitoring and performance evaluation.
Co Reviewing building/system commissioning plans and make
recommendations.
Assist CITY in selecting grant recipients for annual award program.
One or more building designs will receive an award for exceptional
building design efficiency.
2
EXHIBIT A: SCOPE OF SERVICES
City of Palo Alto Utilities Request for Proposal for New Construction Program
TASK ASSIGNMENT PROCEDURE
The selected consultants will be assigned the various tasks as they occur, depending on the
scope of the task and their area of expertise and at the discretion of the CITY’s Project
Manager and the customer.
The CITY’s Project Manager will define the task, in conjunction with the
Utility customer, and provide a written description of the task to the consultant
selected for the task.
o
The consultant shall provide CITY a written, fixed-price quotation for services
along with an estimated time for completion. If a site visit and meeting with the
customer is required to estimate the cost of the task, the consultant may charge a
reasonable fee for his or her time required for the visit. This may be added to
the cost of the project assignments or charged separately.
If the consultant declines to perform the work on an offered task, the CITY’s
Project Manager should be notified within five working days after the site visit.
Based on the price quotation, CITY will authorize the work with a written
"Notice to Proceed", or redefine the tasks associated with the assignment. A
project completion date will be set by CITY.
The consultant shall complete the work and provide CITY with the deliverables.
A 95 % complete draft report must be submitted at least 10 working days before
the project deadline for CITY review and comment.
DELIVERABLES
The deliverables will be determined on a task-by-task basis. Deliverables may include reports,
Title-24 compliance runs, energy calculations, or presentations. Oral presentations and staff
training sessions may be video recorded by the CITY. All reports and written materials must
be provided to and approved by the CITY’s Project Manager prior to the delivery to the
customer.
3
"-XHIBIT B: RATE SCHEY
Hourly Billing Rates
Following is a list of individual fully loaded billing rates for all team
members. Rates include all overhead and profit. Eley Associates does
not mark up its sub-contractors or direct expenses. Immediately
following is a cost estimate for the sample tasks requested in the RFP.
Charles Eley $125
Erik Kolderup $ 85
John Kennedy $ 70
Tom Tolen $ 60
Steve Taylor $1 O0
Eley Associates Proposal Page 17
EXHIBIT C: INSURANCE
!11 - INSURANCE REQUIREMENTS - Long Form City of Palo Alto:
Insurance Requirements for Contractors
CONTRACTOR:~...k,...~,..~ ~:::~,~_,.~ ,:~,..-~..~
PROJECT MANAGER:,,,Lindsay Jo~ye, UMS .
SECTION 650(~
CONTRACT NAME:New Construction D~, slain Review
~D ~=’R~VE~ BY THE Ct1‘Y ~5=~R~ ~N~.t~J~-T W~L B~ ~N~tDERE~ ~MP~--=3~ ~ ~P~-1~ ~JR‘~J~--
RETURN THE COMPLETED CERTIFICATE TO THE CITY OF PALO ALTO, PURCHASING & CONTRACT
ADMINISTRATION, 250 HAMILTON AVENUE, PALO ALTO g4301.
THE INSURANCE REQUIREMENTS CHECKED BELOW ARE REQUIRED FOR THIS CONTRACT.
Co
D.
E.
F.
TYP~ O~ ¢X:~E
Worker’s Compen=tlon -
Automobile Uabilit~ ........
~.Co~’korehen~ve General Liability:
INCLUDING:
¯BRIS~J~ FC~M PR~I~RTY E~MAGE
INCLUDING:
Pro fe~Jo~al Liability:
INCLUDING:
¯ ~ 0~ Appr, c=b~)
~Y INJURY & PROPERTY
~ E CO~BZNF..D -.
ALL DAMAGES
~L .THE CITY, OF PALO ALTO IS TO BE NAMED AS AN ADDITIO~,~L INSURED ,,
The City of Palo Alto, its off~..ers, =gents and employees ire named as tdditim~l insured, b~t o~ly as to wod< performed under ~ ~
~ as to the C,~ty of Pak~ AJto, etc., shal be I:~mary coverage, vdd’KxJt offset against Cites existing insurance and any other insurance carded
by the City being excess irmurance oaly.Where the work involves grading, paving, excava~ng, drilling or ~her underground work, the policy includes destrucl~n of wires, condu~, pipes,
mair~, or ~ sirrala~ property or any apparatus in connection therewith below the surface of the ground whether owned by third parties or tt~e City
of P=lo Alto.
Where the w~k involves excavating, collapse coverage is pn:Mded in be amounts above.
The policy ~ a "Severability of Interest" ixov~sioa.
Deductibles (~,er $5,000 must be indicated and are subject to approval.
If such pdicies are canceled or changed dudng be pedod of coverage as stated herein, In such a manner as to affect the CertirK:ate, thirty (30)
(~ays written notice will be mailed to the City of Palo Alto, Contract Administ~tion, P.O. Box 10250, 94303
The rBblity insurance po6cy i’K~des a cenkactual liabil~ ~t i:Koviding insurance ~yerage for Contractor’s agreement to indemnify the
City.
The coverage afforded under the pO~K:ias iS subject to all terms of the policies designated herein snd nleets all of be p~ovisicns called
for her~in, ,,~
DATE CONTRACT ADMINISTRATOR:
END OF SECTION
"
: NL.srDISCRIMINATION COMPLIANCE FORM’ ’=zJEXHIBIT D
CERTIFICATION of NONDISCRIMINATION SECTION 410
New Construction Program Consulting Services
Certification of Nondiscrimination: As suppliers of goods or services to the City of Palo Alto, the
firm and individuals listed below certify that they do not discriminate in employment with regards to
age, race, color, religion, sex, national odgin, ancestry, disability, or sexual preference; that they are
in compliance with all Federal, State and local directives and executive orders regarding
nondiscrimination in employment; and that they agree to demonstrate positively and aggressively
the principle of equal opportunity in employment.
The Bidder agrees specifically:
1.0 To establish or observe employment policies
opportunities for minodty persons at all job levels.
which affirmatively promote
2.0 To communicate this policy to all persons concerned, including all employees,
outside recruiting services, especially those serving minority communities, and to the
minority communities at large.
3.0 To take affirmative action steps to hire minodty employees within the organization.
4.0 To be knowledgeable of the local, state, and federal laws and regulations concerning
affirmative action policies and provide opportunities for employees.
Signature
Please include any additional information available regarding equal opportunity employment
programs now in effect within your company.
(Please attach add~onal pages if necessary)
END OF SECTION
CITY of PALO ALTO: Non-discrimination (6/94)SECTION 410-1