HomeMy WebLinkAbout1999-01-19 City Council (13)C ty
City of Palo Alto
Manager’s Report
TO:
FROM:
DATE:
HONORABLE CITY COUNCIL
CITY MANAGER
JANUARY 19, 1999
DEPARTMENT: UTILITIES
CMR: 120:98
SUBJECT:APPROVAL OF A CONSULTING CONTRACT WITH FLYNN &
ASSOCIATES TO ASSIST THE CITY WITH ELECTRIC
REGULATORY AFFAIRS
RECOMMENDATION
Staff recommends that the Council authorize the Mayor toexecute the consulting agreement
(Attachment 1) with Flyrm & Associates for the scope of work and fee schedule shown in
Exhibits A and B for a maximum total amount of $70,000 in FY 1998-99, $125,000 in FY
1999-00 and $135,000 in FY 2000-01.
DISCUSSION
Consultant Services Description
Staff has identified the need for consulting services in the electric regulatory area to augment
internal resources and provide strategic advice, specialized knowledge and monitoring
services. A major focus of these services is continuing to prepare the City for restructuring
of the electricity industry in California, monitoring and influencing regulatory changes
related to the operation of the Independent System OperatOr (ISO) and the Power Exchange
(PX), and protecting the City’s existing contact rights. The attached scope of work outlines
the tasks involved in providing these services.
Selection Process
A Request for Proposals was sent on August 31, 1998 to 16 consulting firms with relevant
expertise for providing consulting services to the City in three specific work areas: (I) electric
regulatory affairs, (ii) gas regulatory affairs, and (iii) risk management. The consultants were
CMR:120:98 Page 1 of 3
asked to offer services in any or all areas. By September 29, 1998, the due date, 7 firms
responded with proposals to offer services in the electric regulatory area.
A utilities staff evaluation committee reviewed the proposals and short-listed two firms
based on the evaluation criteria contained in the RFP. These two firms were invited to make
presentations to the evaluation committee, and Flynn & Associates was selected as the
consultant to work with the City in the electric regulatory area. The evaluation committee
decided that Flynn & Associates is better informed about the regulatory process, ISO/PX
developments and specific transmission related issues for the San Francisco Bay Area. They
are already working in this field and supporting the City of San Francisco in the regulatory
area. They also have direct knowledge of issues important for municipal utilities and
experience of working with them.
RESOURCE IMPACT
The required funds ($70,000) for providing consulting services are included in the FY 1998-
99 budget. Continued work under this contract for FY 1999/2000 and FY 2000/2001 will
be subject to satisfactory performance by the consultant and appropriation of required funds
in these fiscal years. The contract can be terminated with 30 days written notice with or
without cause.
POLICY IMPLICATIONS
This recommendation is consistent with existing City policy.
ENVIRONMENTAL REVIEW
These services do not constitute a project for the purposes of the California Environmental
Quality Act.
CMR: 120:98 Page 2 of 6
ATTACHMENTS
Attachments 1: Contract for consulting services with Flyrm Associates.
PREPARED BY:Girish Balachandran, Manager, Supply Resources
Shishir Mukherjee, Resource Planner
DEPARTMENT HEAD APPROVAL:
Director of Utilities
CITY MANAGER APPROVAL:
EMILY HARRISON
Assistant City Manager
CMR: 120:98 Page 3 of 3
EXHIBIT A
SCOPE OF SERVICES AND TIME SCHEDULE FOR FLYNN & ASSOCIATES
Electric Utility: Technical consulting, Legislate and Regulatory_ Services
Flynn & Associates (the CONTRACTOR) will assist the City of Palo Alto (CITY) to
respond to the challenges related to electric industry restructuring in California in areas
including, but not limited to:
Assistance with monitoring and/or influencing any of the ISO/PX, CPUC, FERC and
investor-owned utility (PG&E, SCE, and SDG&E) activities and filings, ISOiPX
tariff amendments, grid management charges, administrative charges, protection of
CITY’s existing contract rights, and participation in the Existing Rights Working
Group (ERWG).
Assistance with transmission and other ISO and FERC related issues, including
transmission pricing (transmission access and usage fees), congestion management
and setting up of congestion zones, firm transmission rights (FTR) auction and
auction of existing rights as FTRs, and transmission owner’s tariff with specific
emphasis on San Francisco Bay Area Transmission issues.
Assistance with issues related to municipal utilities, and California Municipal Utilities
association (CMUA), including those related to jurisdiction, tax-exempt bonds,
independence in setting rates, and related to their San Francisco Bay area
Transmission issues.
Assistance with interventions in selected proceedings before CPUC and FERC,
including technical assistance, drafting of testimony, and/or analysis of related
litigation directly on behalf of the CITY or in collaboration with other interested
utilities, or through Transmission Agency of Northern California (TANC), Northern
California Power Agency (NCPA) and/or CMUA.
Other related areas as needed
TASK 1
CMR: 120:98 Page 4 of 6
The CONTRACTOR will perform technical consulting, legislative and regulatory services
within the overall scope until June 30, 1999 for an amount not to exceed $70,000. The
CONTRACTOR will work with the CITY staff and at the direction of the Project Manager
or his designee, and concentrate his activities in the following areas:
1.CITY’s Exposure to Usage Charges/Congestion Fees
The CONTRACTOR will monitor developments at the ISO which may affect the
exposure the CITY has to paying marginal priced congestion fees as part of a
transmission cost. Unless and until a formal ISO stakeholder process is developed
covering the adjustment of or designation of zones, this monitoring will be
concentrated in ISO and PG&E stakeholder processes which concern pricing
incentives for new generation and satisfying the must run requirements of the ISO.
2.Access Fee
The CONTRACTOR will monitor developments at the ISO with respect to the design
of a successor access fee to replace the current utility specific one contained in the
Transmission Owner’s Tariff (TOO) of each of the three major investor-owned
utilities in California. This may involve participation in CMUA, TANC, NCPA and/or
other stakeholder group meetings which may be developing positions on the subject.
In addition, .the CONTRACTOR will assist CITY staff follow FERC decisions and
developments on the current utility specific access fee which may set precedence for
the future rate.
o
Grid Management Charges (GMC)
The CONTRACTOR will monitor developments at the ISO with respect to the
unbundling of the GMC based on the ISO appointed consultant’s report and
negotiations related to revised allocation of GMC on the basis of flows, transactions
and other billing parameters, and its impact on the CITY. This may involve
participation in CMUA, TANC, NCPA and/or other stakeholder group meeting which
may be developing positions on the subject.
Other issues
The CONTRACTOR will monitor other activities at the ISO, PX, FERC, CPUC and
Western which will/may have an effect on the CITY’s ability to maintain an
CMR:120:98 Page 5 of 6
economical power supply..These include:
The effort to define system units to allow Pal. Alto and other municipal
utilities to supply ancillary services in the ISO markets.
The effort at the Existing Rights Working Group (ERWG) to allow the
designation of a Metered Subsystem (MSS) and different levels of ISO
membership.
Co Development of and issuance of Firm Transmission Rights (FTR) by the ISO,
and the possibility to auction existing contract rights at the FTR auctions.
The effect on Western of the new ISO/PX environment and changes to it
which might impact the price and/or the flexibility of this source of power for
Pal. Alto.
In addition to the above monitoring activities, within the allocated budget, the
CONTRACTOR will also work with the CITY staff to perform analytical studies of the
effect of proposed changes in the areas listed above. On the same basis, the CONTRACTOR
will develop position papers and assist the CITY in developing positions on policy issues and
strategies for dealing with them.
The CONTRACTOR will develop and submit quarterlyreports before March 31, 1999, and
June 30, 1999, which describe the current state of regulatory issues that are critical to the
CITY and recommend a strategy for future CITY efforts.
TASK ASSIGNMENT PROCEDURE
The CONTRACTOR will be assigned various tasks during the duration of the contract, in
addition to Task 1 above. For tasks beyond the above Task 1, which terminates on June 30,
1999, the CONTRACTOR will propose future tasks in writing. However, future work is
only authorized under this Contract if such future work is authorized by the City’s Project
Manager.
CMR: 120:98 Page 6 of 6
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
FLYNN & ASSOCIATES
FOR CONSULTING SERVICES
This Contract No.is entered into ,
by and between the CITY OF PALO ALTO, a chartered city and a
municipal corporation of the State of California ("CITY"), and
FLYNN & ASSOCIATES, a sole proprietorship, located at 4200
Driftwood Place, Discovery Bay, CA 94514-9267 (~CONTRACTOR").
RECITALS:
WHEREAS, CITY desires certain consulting services
(~Services"), as more fully described in Exhibit ~A"; and
WHEREAS, CITY desires to engage CONTRACTOR, including its
employees, if any, in providing the Services by reason of its
qualifications and experience in performing such Services, and
CONTRACTOR has offered to provide the Services on the terms and in
the manner set forth herein;
NOW, THEREFORE, in consideration of thecovenants, 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 expire on June 30, 2001. CONTRACTOR
will commence work on tasks as directed by the CITY’s project
manager. In the event that the Services are not completed within
the specified time schedule on account of CONTRACTOR’s default,
CITY’s city manager will have the option of extending the time
schedule for any period of time. This provision will not preclude
the recovery of damages for delay caused by CONTRACTOR.
SECTION 2.
CONTRACTOR
OUALIFICATIONS.STATUS, AND DUTIES QF
2.1 CONTRACTOR represents and warrants that it has the
expertise and professional qualifications to furnish or cause to be
furnished the Services. CONTRACTOR further represents and warrants
that the project director and every individual charged with the
performance of the Services under this Contract are duly licensed
or certified by the State of California, to the extent such
licensing or certification’ is required by law to. perform the
Services.
981224 syn 0071566 1
2.2 In reliance on the representation and warranty set
forth in Section 2.1, CITY hires CONTRACTOR to perform, and
CONTRACTOR covenants and agrees that it will furnish or cause to be
furnished, the Services.
2.3 CONTRACTOR will assign BARRY FLYNN, President, as
the project director to have supervisory responsibility for the
performance, progress, and execution of the Services. If
circumstances or conditions subsequent to the execution of this
Contract cause the substitution of the project director for any
reason, the appointment of a substitute project director will be
subject to the prior written approval of the project manager.
2.4 CONTRACTOR represents and warrants that.it will:
2.4.1° Procure all permits and~ licenses, pay all
charges and fees, and give all notices which may be necessary and
incident to the due and lawful prosecution of the Services;
2.4.2 Keep itself fully informed of all existing and
future Federal, State of California, and local laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
employed under this Contract, any materials used in CONTRACTOR’s
performance under this. Contract, or the performance of the
Services;
2.4.3 At all times observe and.comply with, and cause
its employees and contractors (and consultants), if any, who are
assigned to the performance of this Contract to observe and comply
with the laws, ordinances, regulations, orders and decrees
mentioned above; and
2.4.4 Will report immediately to the project’manager,
in writing, any discrepancy or inconsistency it discovers, in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to any plans, drawings, specifications or provisions of
this Contract.
2.5 Any reports, information, data or other material
given to, or prepared or assembled by, CONTRACTOR or its
contractors, if any, under this Contract will become the property
of CITY and will not be made available to any individual or
organization by CONTRACTOR or its contractors, if any, without the
prior written approval of the city manager.
2.6 CONTRACTOR will provide CITY with five (5), copies
of any documents which are part of the deliverables upon their
completion and acceptance by CITY.
981224 syn 0071566 2
2.7 If CITY requests additional copies of reports,
drawings, specifications or any other material which CONTRACTOR is
required to furnish in limited quantities in the performance of
the Services, CONTRACTOR will provide such additional copies and
CITY will compensate CONTRACTOR for its duplication costs.
2.8 CONTRACTOR will be responsible for employing or
engaging all persons necessary to perform the Services. All
contractors of CONTRACTOR will be deemed to be directly controlled
and supervised by CONTRACTOR, which will be responsible for their
performance. If any employee or contractor of CONTRACTOR fails or
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner, the
employee or contractor will be discharged immediately from further
performance under this Contract on demand of the project manager.
2.9 In the execution of Services, CONTRACTOR and its
consultants, if any, will at all times be considered independent
contractors and not agents or employees of CITY.
SECTION 3. DUTIES OF CITY
3.1 CITY will furnish or cause to be furnished the
specified services, if any, set forth in Exhibit ~A" and such
other information regarding its requirements as may be’reasonably
requested by CONTRACTOR.
3.2 The city .manager will represent CITY for all
purposes under this Contract. GIRISH BALACHANDRAN, Manager, Supply
Resources, is designated as the project manager for the city
manager. The project manager ~will supervise the performance,
progress, and execution of the Services, and will be assisted by
SHISHIR MUKHERJEE, Resource Planner.
3.3 If CITY observes or otherwise becomes aware of any
default in the performance of CONTRACTOR, CITY willuse reasonable
efforts to give written notice thereof to CONTRACTOR in a timely
manner.
SECTION 4 - COMPENSATIQN
4.1 In consideration of the full performance of the
Services by CONTRACTOR, CITY will pay CONTRACTOR within thirty
(30) days of submission by CONTRACTOR of its itemized billings, in
triplicate, in accordance with the following fee schedule set forth
in Exhibit ~B".
981224 syn 0071566 3
SECTION 5~ AUDITS
5.1 CONTRACTOR will permit CITY to audit, at any
reasonable time during the term of this Contract and for three (3)
years thereafter, CONTRACTOR’s records pertaining to matters
covered by this Contract. CONTRACTOR further agrees to maintain
and retain such records for at least three (3) years after the
expiration or earlier termination of this Contract.
SECTION 6. INDEMNITY
6.1 CONTRACTOR agrees to protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
agents from any and all demands, claims, or liability of any
nature, including death or injury to any person, property damage or
any other loss, caused by or arising out of CONTRACTOR’s, its
officers’, agents’, subcontractors’ or employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONTRACTOR in °the
performance of or failure to perform its obligations under this
Contract.
SECTION 7.WAIVERS
7.1 The waiver by either party of any breach’ or
violation of any covenant, term, condition or provision of this
Contract., or of the provisions of any ordinance or law, will not be
deemed to be a waiver of any other term, covenant, condition,
provisions, ordinance or law, or of any subsequent breach or
violation of the same or of any other term, covenant, condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or violation
by the other party of any term, covenant, condition or provision of
this Contract or of any applicable law or ordinance.
7.2 No payment, partial payment, acceptance, or partial
acceptance by CITY will operate as a waiver on the part of CITY of
any of its rights under this Contract.
SECTION 8.INSURANCE
8.1 CONTRACTOR, at its sole cost and expense, will
obtain and maintain, in full force and effect during the term of
this contract, the insurance coverage described in Exhibit "C",
insuring not only CONTRACTOR and its contractors, if any, but also,
with the exception of workers’ compensation, employer’s liability,
and professional liability insurance, naming CITY as an additional
insured concerning CONTRACTOR’s performance under this Contract.
981224 syn 0071566 4
8.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Rating Guide ratings of
A:VII or higher which are admitted to transact insurance business
in the State of California. Any and all contractors of CONTRACTOR
retained to perform Services under this Contract will obtain and
maintain, in full force and effect during the term of this
Contract, identical insurance coverage, naming CITY as an
additional insured under such policies as required above.
8.3 Certificates of such insurance, preferably on the
forms provided by CITY, will be filed with CITY concurrently with
the execution of this Contract. The certificates will be subject
to the approval of CITY’s risk manager and will contain an
endorsement stating that the insurance is primary coverage and will
not be canceled or altered by the insurer except after filing with
CITY’s city clerk thirty (30) days’ prior written notice of such
cancellation or alteration, and that the City of Palo Alto is named
as an additional insured except in policies of workers’
compensation, employer’s liability, and professional liability
insurance. Current certificates of such insurance will be kept on
file at all times during the term of this Contract with the city
clerk.
8.4 The procuring of such required policy or policies of
insurance will not be construed to limit CONTRACTOR’s liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
CONTRACTOR will-be obligated for the full and total amount of any
damage, injury, or loss caused by or~directly arising as a result
of CONTRACTOR’s negligent acts, errors, or omissions or willful
misconduct in the Services performed under this Contract, including
such damage, injury, or loss arising after the Contract is
terminated or the term has expired.
SECTION 9. WORKERS’ COMPENSATIQN
9.1 CONTRACTOR, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against
~liability for workers’ compensation or to undertake self-insurance
in accordance with the provisions of that Code, and certifies that
it will comply with such provisions, as applicable, before
commencing the performance of the Services.
SECTION I0.
SERVICES
TERMINATION OR SUSPENSION OF CONTRACT OR
I0.i The city. manager may suspend the performance of the
Services, in whole or in part, or terminate this Contract, with or
without cause, by giving thirty (30) days’ prior written notice
98 I~224 syn 0071566 5
thereof to CONTRACTOR. Upon receipt of such notice, CONTRACTOR
will immediately discontinue its performance of the Services.
10.2 CONTRACTOR may terminate this Contract or suspend
its performance of the Services by giving thirty (30) days’ prior
written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY or in the event CITY
indefinitely withholds or withdraws its request for the initiation
or continuation of the Services to be performed.
10.3 Upon such suspension or termination by CITY,
CONTRACTOR will be paid for the Services, including expenses
incurred, actually rendered to CITY on or before the effective date
of suspension or termination; provided, however, if this Contract
is suspended or terminated on account of a default by CONTRACTOR,
CITY will be obligated to compensate CONTRACTOR only for that
portion of the Services which are of direct and immediate benefit
to CITY, as such determination may be made by the city manager
acting in the reasonable exercise of her discretion.
10.4 Upon such suspension or termination, CONTRACTOR will
deliver to the city manager immediately any and all copies of
studies, sketches, drawings, computations, and other data, whether
or not completed, prepared by CONTRACTOR or its contractors, if
any, or given to CONTRACTOR or its contractors, if any, in~
connection with this Contract. Such materials will become the
property of CITY.
10.5The failure of CITY to agr4e with CONTRACTOR’s
independent findings, conclusions, or recommendations, if the same
are called for under this Contract, on the basis of differences in
matters of judgment, will not be construed as a failure on the part
of CONTRACTOR to fulfill its obligations under this Contract.
SECTION ii.ASSIGNMENT
ii.I This Contract is for the personal services of
CONTRACTOR, therefore, CONTRACTOR will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
or interest in or to the same or any part thereof without the prior
written consent of CITY. A consent to one assignment will not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the approval of the city manager will be
void and, at the option of the city manager, this Contract may be
terminated. This Contract will not be assignable by operation of
law.
981224 syn 0071566 6
SECTION 12. NOTICES
12.1 All notices hereunder will be given in writing and
mailed, postage prepaid, by certified mail, addressed as follows:
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
COpy to:Department of Utilities
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
Attn: Girish Balachandran
To CONTRACTOR: Flynn & Associates
4200 Driftwood Place
Discovery Bay, CA 94514-9267
Attn: Barry Flynn, President
SECTION 13. CONFLICT OF INTEREST
13.1 In accepting this ~Contract, CONTRACTOR covenants
that it presently has no ihterest, and will not acquire any
interest, direct or indirect, financial or otherwise, which would
conflict in any manner or degree with the performance of the
Services. CONTRACTOR further agrees that if any conflict of
interest arises during the performance of this Contract, it wi!l
notify and consult with the CITY. If no other solution is
satisfactory to the CITY, CONTRACTOR shall not undertake
conflicting representation unless and until the following has
occurred:
13.1.1’ CONTRACTOR
representation for the CITY.
has arranged for alternate
13.1.2
representation.
The CITY has agreed to accept-such alternate
13.2 CONTRACTOR further covenants that, in the
performance of this Contract, it will not employ any contractor or
person having such an interest. CONTRACTOR certifies that no
person who has or will have any financial interest under this
Contract is an officer or employee of CITY; this provision will be
interpreted in accordance with the applicable provisions of the
Palo Alto Municipal Code and the Government Code of the State of
California.
981224 syn 0071566
SECTION 14. NONDISCRIMINATION
14.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be madein the employment of any person under
this Contract because of the age, race, color, national.origin,
ancestry, religion, disability, sexual preference or gender of that
person. If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONTRACTOR agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the. requisite
form furnished by CITY and set forth in Exhibit "D".
14.2 CONTRACTOR agrees that each contract for services
with an independent provider will contain a provision substantially
as follows:
"[Name of Provider] will provide CONTRACTOR
with a certificate stating that [Name of
Provider] is currently in compliance with all
Federal and State of California laws covering
nondiscrimination in employment; that [Name of
Provider] will pursue an affirmative course of
action as required by the Affirmative Action
Guidelines of the City of Palo Alto; and that
[Name of Provider] will not discriminate in
the employment of any person under this
contract because of the age, race, color,
national origin, ancestry, religion,
disability, sexual preference or gender of
such person."
14.3 If. CONTRACTOR is found in violation of the
nondiscrimination provisions of the State of California Fair
Employment Practices Act or similar provisions of Federal law or
executive order in the performance of this Contract, it will be in
default of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
the sum of twenty-five dollars ($25) for each person for each
calendar day during which such person was subjected to acts of
discrimination, as damages for breach of contract, or both. Only
a finding of the State of California Fair Employment Practices
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this Contract.
14.4 If CONTRACTOR is in default of the nondiscrimination
provisions of this Contract or the Affirmative Action Guidelines
pertaining to this Contract, CONTRACTOR will be found in material
breach of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
from the amountpayable to CONTRACTOR the sum of two hundred fifty
dollars ($250) for each calendar day during which CONTRACTOR is not
981224 syn 0071566 8
in compliance with this provision as damages for breach of
contract, or both.
SECTION 15.MISCELLANEOUS PROVISIONS
15.1 CONTRACTOR represents and warrants that it has
knowledge of the requirements of the Americans with Disabilities
Act of 1990, and the Government Code and the Health and Safety Code
of the State of California, relating to access to public buildings
and accommodations for disabled persons, and relating to facilities
for disabled persons. CONTRACTOR will comply with or ensure by its
advice that compliance with such provisions will be effected in the
performance of this Contract.
15.2 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
15.3 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Northern District of California in the County of Santa
Clara, State of California.
15.4 The prevailing party in any action brought to
enforce the provisions of this Contract may recover its reasonable
costs and attorneys’ fees expended in connection with that action.
15.5 This document represents the entire and integrated
agreement between the parties and supersedes all prior negotia-
tions, representations, and contracts, either written or oral.
This document may be amended only by a written instrument, which is
signed by the parties.
15.6 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
15.7 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the .heirs, Successors,
executors, administrators, assignees, and contractors, as the case
may be, of the parties.
15.8 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto will remain in full force and effect.
15.9 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time
to time, may be referred to in any duly executed amendment hereto
are by such reference incorporated in this Contract and will be
deemed to be a part of this Contract.
981224 Syn 0071566 9
15.10 This Contract may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one and the same instrument.
15.11 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Municipal
Code. This Contract will terminate without any penalty (a) at the
end of any fiscal year in t~e 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. CONTRACTOR shall be entitled to compensation due under
this contract for services performed and expenses incurred, prior
to notification by the CITY. This Section 15.11 shall take
precedence in the event of a conflict with any other covenant,
term, condition~ or provision of this Contract.
IN WITNESS WHEREOF,’ the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF PALO ALTO
City Clerk
APPROVED A~ TO FORM:
Senior Asst. City Attorney
Assistant City Manager
Director of Utilities
Mayor
FLYNN & ASSOCIATES
By:
Name:
Title:
Director of Administrative
Services
Risk Manager
Attachments :
EXHIBIT "A" :
EXHIBIT "B":
EXHIBIT "C":
EXHIBIT "D":
SCOPE OF SERVICES AND TIME SCHEDULE
FEE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
981224 syn 0071566 10
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code ~ i189)
COUNTY OF )
On /" ~- ~ , before me, ~~ ~/~A/7~/~ ,
a Notary Public in and for said County and State, personally
appeared ~~ ~. ~ Y/U~t/ ,
personally known to me or proved to me on the basis of satisfactory
evidence to be the person(~ whose name~4) is/~-r~.-subscribed to the
within instrument and acknowledged to me that he/s4~y executed
the same in his/h~ir authorized capacity(is), and that by
his/h~ir signature~) on the instrument the person~), or the
entity upon behalf of which the person(~) acted, executed the
instrument.
WITNESS my hand and official seal.
Signature of Nol ary Public
-_:~- .- FRED J. HUNTER --- --: It
Commission # I17~77~: ~z
Notory Public- CoIifomk~ ~
.Contra Costa C~n~ ~ [
981224 syn 0071566 11
EXHIBIT A
SCOPE OF SERVICES AND TIME SCHEDULE FOR FLYNN & ASSOCIATES
Electric Utility.: Technical consulting, Legislate and Regulatory Services
Flynn & Associates (the CONTRACTOR) will assist the City of Palo Alto (CITY) to
respond to the challenges related to electric industry restructuring in California in areas
including, but not limited to:
Assistance with monitoring and/or influencing any of the ISO/PX, CPUC, FERC and
investor-owned utility (PG&E, SCE, and SDG&E) activities and filings, ISO/PX
tariff amendments, grid management charges, administrative charges, protection of
CITY’s existing contract rights, and participation in the Existing Rights Working
Group (ERWG).
Assistance with transmission and other ISO and FERC related issues, including
transmission pricing (transmission access and usage fees)~ congestion management
and setting up of congestion zones, firm transmission rights (FTR) auction and
auction of existing rights as FTRs, and transmission owner’s tariff with specific
emphasis on San Francisco Bay Area Transmission issues.
Assistance with issues related to municipal utilities, and California Municipal Utilities
association (CMUA), including those related to jurisdiction, tax-exempt bonds,
independence in setting rates, and related to their San Francisco Bay area
Transmission issues.
Assistance With interventions in selected proceedings before CPUC and FERC,
including technical assistance, drafting of testimony, and/or analysis of related
litigation directly on behalf of the CITY or in collaboration with other interested
utilities, or through Transmission Agency of Northern California (TANC), Northern
California Power Agency (NCPA) and/or CMUA.
Other related areas as needed
TASK 1
The CONTRACTOR will perform technical consulting, legislative and regulatory services
within the overall scope until June 30, 1999 for an amount not to exceed $70,000. The
CONTRACTOR will work with the CITY staff and at the direction of the Project Manager
or his designee, and concentrate his activities in the following areas:
CITY’s Exposure to Usage Charges/Congestion Fees
The CONTRACTOR will monitor developments at the ISO which may affect the
exposure the CITY has to paying marginal priced congestion fees as part of a
transmission cost. Unless and until a formal ISO stakeholder process is developed
covering the adjustment of or designation of zones, this monitoring will be
concentrated in ISO and PG&E stakeholder processes which concern pricing
incentives for new generation and satisfying the must run requirements of the ISO.
2.Access Fee
The CONTRACTOR will monitor developments at the ISO with respect to the design
of a successor access fee to.replace the currentutility specific, one contained in the
Transmission Owner’s Tariff (TOO) of each of the three major investor-owned
utilities in California. This may involve participation in CMUA, TANC, NCPA and/or
other stakeholder group meetings which may be developing positions on the subject.
In addition, the CONTRACTOR will assist CITY staff follow FERC decisions and
developments on the current utility specific access fee which may set precedence for
the future rate.
3.Grid Management Charges (GMC)
The CONTRACTOR will monitor developments at the ISO with respect to the
unbundling of the GMC based on the ISO appointed consultant’s report and
negotiations related to revised allocation of GMC on the basis of flows, transactions
and other billing parameters, and its impact on the CITY. This may involve
participation in CMUA, TANC, NCPA and/or other stakeholder group meeting which
may be developing positions on the subject.
Other issues
The CONTRACTOR will monitor other activities at the ISO, PX, FERC, CPUC and
Western which-will/may have an effect on the CITY’s ability to maintain an
economical power supply. These include:
go The effort to define system units to allow Palo Alto and other municipal
utilities to supply ancillary services in the ISO markets.
b. The effort at the Existing Rights Working Group (ERWG) to allow the
designation of a Metered
membership.
Subsystem (MSS) and different levels of ISO
do
Development of and issuance of Firm Transmission Rights (FTR) by the ISO,
and the possibility to auction existing contract rights at the FTR auctions.
The effect on Western of the new ISOiPX environment and changes to it
which might impact the price and/or the flexibility of this source of power for
Palo Alto.
In addition to the above monitoring activities, within the allocated budget, the
CONTRACTOR will also work with the CITY staff to perform analytical studies of the
effect of proposed changes in the areas listed above. On the Same basis, the CONTRACTOR
will develop position papers and assist the CITY in developing positions on policy issues and
strategies for dealing with them.
The CONTRACTOR will develop and submit quarterly reports before March 31, 1999, and
June 30, 1999, whichdescribe the current state of regulatory issues that are critical to the
CITY and recommend a strategy for future CITY efforts.
TASK ASSIGNMENT PROCEDURE
The CONTRACTOR will be assigned various tasks during the duration of the contract, in
addition to Task 1 above. For tasks beyond the above Task 1, which terminates on June 30,
1999, the CONTRACTOR will propose future tasks in writing. However, future work is
only authorized under this Contract if such future work is authorized by the City’s Project
Manager.
EXHIBIT ~B"
FEE SCHEDULE
The maximum compensation due and payable to CONTRACTOR,
whose hourly rates also ~are set forth in this Exhibit "B", is
subject to CITY’s budget of $70,000 in FY 1998-99, $125,000 in FY
1999-2000, and $135,000 in FY 2000-01 pursuant to CITY’s Request
for Proposals No. 109355 and CITY’s appropriations for this service
contract. No representation or warranty is made by CITY that
CONTRACTOK shall be entitled to a minimum amount of compensation
under this Contract.
The attached billing rates may be adjusted at the renewal
date, if any, of this contract to reflect the change in rates
officially established by the CONSULTANT’s Board of Directors.
Reproduction, printing, communications, computer
servic@s, and other miscellaneous supportservices shallbe billed
at 10% (ten percent) of the labor costs for the billing period.
This additional ~non-labor" cost will be included for each billing
period.
All travel, food, lodging and miscellaneous expenses,
except automobile mileage, associated with the provision of
services hereunder shall be billed at cost. Automobile mileage
will be billed at the rate approved by the Internal Revenue
Service.
981224 syn 0071566
RATES
Mr. Flynn’s hourly rate for the three (3) year duration of
this consulting services project are as follows:
Year 1 - $190 per hour
Year 2 - $200 per hour
Year 3 - $210 per hour
981224 syn 0071566
PART II - CERTIFICATION OF NONDISCRIMINATION SECTION 410
Certification of Nondiscrimination:
As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below
certify that they do n, ot 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
Firm:
Signature:
Title:
Date:,
Flvnn & Associates
President
9-28-98
CiTY OF PALO ALTO RFP 109355 PAGE 1 OF 1