Loading...
HomeMy WebLinkAbout1999-01-19 City Council (14)TO: City of Palo Alto C ty Manager’s Report HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTTMENT: UTILITIES DATE: SUBJECT: JANUARY 19, 1999 CMR: 121:9~ APPROVAL OF A CONSULTING CONTRACT WITH POWER RESOURCE MANAGERS, LLP TO PROVIDE SERVICES RELATING TO ELECTRIC DEREGULATION RECOMMENDATIONS Staff recommends that the Council authorize the Mayor to execute the attached consultant contract with Power Resources Managers, LLP (Attachment 1)’ for a not-to-exceed amount of $160,000 for FY 1998-99, and contingent on Council approval of the budget, not to exceed $210,000 for FY 1999-00 and $210,000 for FY 2000-01. The consultants will provide consulting services to the Utilities Department in the areas of retail energy services, demand side management programs, development of products and services, and energy risk management. DISCUSSION Consultant Service Description The Utilities Department has identified the need for consulting services to augment staff resources and provide specialized knowledge, analysis and program development assistance. A major focus of these services is continuing to prepare and implement actions related to ¯ electric and gas industry restructuring. Services to be provided by the consultant include: assistance with design, development and implementation of demand side management programs; conducting engineering studies for industrial and large commercial customers; assessing markets and competitors; segmenting CMR: 121:98 Page 1 of 3 and analyzing customer needs for distribution and commodity products and services; assistance with new product development for products and services to meet customer needs; assisting, as needed, in developing an appropriate risk management program; and assistance with developing our retail sales effort (both inside and outside of Palo Alto territory). Selection Process On June 11, 1998 a Request for Proposals (# 107176) was sent to 22 consulting firms which were known to offer relevant services. Firms were given 30 days to respond to the request. The scope of work was divided into several sections and consultants were allowed to respond to any or all sections. A selection committee was composed of the Assistant Director Resource Management Division (Tom Habashi), Public Relations Manager (Linda Clerkson), Manager of Competetive Assessment (Blake Heitzman), Manager of Supply Resources (Girish Balchandran), Manager of Utility Marketing Services (Tom Auzenne), and a Resource Planner (Kirk Miller) A total of six firms provided responsive proposalsl The selection committee reviewed the proposals and selected four firms based on the evaluation criteria contained in the request for proposals. The evaluation criteria included: the ability to enhance City’s capabilities; overall approach and responsiveness; identified corporate resources and tools; personnel experience and capability; and cost and/or pricing flexibility. Oral presentations were conducted with the fmai four firms and Power Resource Managers, LLP was selected to assist Palo Alto in several specific areas (listed above). PRM was particularly strong in their background with working with municipal utilities in the electric marketplace. The team was unanimous in choosing PRM. RESOURCE IMPACT The required funds ($160,000) for this consulting work are already included in the FY 1998- 99 budget. Continued work under this contract for the 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 by the City with thirty days’ notice with or without cause. CMR:121:98 Page 2 of 3 POLICY IMPLICATIONS The award of this contract is consistent with existing City policy. ENVIRONMENTAL ASSESSMENT These services do not constitute a project for th~ purposes of the California Environmental Quality Act. ATTACHMENTS Attachment 1: Consulting Contract with Power Resource Managers, LLP PREPARED BY:Girish Balachandran, Manager, Supply Resources Blake Heitzman, Manager, Competitive Assessment Tom Auzenne, Manager, Utility Marketing Services Linda Clerkson, Public Relations Manager Kirk Miller, Resource Planner DEPARTMENT HEAD APPROVAL: Director of Utilities CITY MANAGER APPROVAL: EMILY HARRISON Assistant City Manager CMR: 121:98 Page 3 of 3 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND POWER RESOURCE MANAGERS, LLP 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 POWER RESOURCE MANAGERS, LLP, a Washington limited liability partnership, located at 2100 ll2th Ave., N.E., Suite i00, Bellevue, WA 98004 (~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 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. 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 QUALIFICATIONS.STATUS,AND DUTIES OF 2.1 CONTRACTOR represents and warrants that it has the expertise and professional qualifications to furnish or cause to be furnished the Services. CONTRACTOR further represents and warrants that the project director and every individual charged with the performance of the Services under this Contract are duly licensed or certified by the State of California, to the extent such 981217 syn 0071553 licensing or certification is required by law to perform the Services. 2.2 In reliance on the representation and warranty set forth in Section 2.1, CITY hires CONTRACTOR to perform, and CONTRACTOR covenants and agrees that it will furnish or cause to be furnished, the Services. 2.3 CONTRACTOR will assign GEOFF CARR 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. 981217 Syn 0071555 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 ap.pears 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 KIRK MILLER, Resource Planner. 3.3 If.’ CITY observes or otherwise becomes aware of any default in the performance of CONTRACTOR, CITY will use reasonable efforts to give written notice thereof to CONTRACTOR in a timely manner. SECTION 4 - COMPENSATION 4.1 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". 981217 syn 0071553 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. 9g1217 syn 0071553 4 8.2 All insurance coverage required hereunder will be provided through carriers with Best’s Key Rating Guid~ 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 CITY and CONTRACTOR agree to limit CONTRACTOR’s professional liability, including any subcontractor’s liability, arising from this contract to an aggregate amount of $I,000,000. SECTION 9. WORKERS’ COMPENSATION 9.1 CONTRACTOR, by executing this Contract, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing the performance of the Services. 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 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 981217 syn 0071553 5 indefinitely withholds or withdraws its request for the initiation or continuation of the Services to be performed. ~i0.3 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. 10.5 The failure of CITY to agree with CONTRACTOR’s independent findings, conclusions, or recommendations, if the same are called for under this Contract, on the basis of differences in matters of judgment, will not be construed as a failure on the~part of CONTRACTOR to 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. SECTION 12.NQTICE$ 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 981217 syn 0071553 6 Copy to:Department of Utilities City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 Attn:’ Girish Balachandran To CONTRACTOR: Power Resource Managers, LLP 2100 - ll2th Ave., N.E., Suite i00 Bellevue, WA 98004-2911 Attn: Project Director SECTION 13.CQNFLICT OF INTEREST 13.1 In accepting this Contract, CONTRACTOR covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. CONTRACTOR further agrees that it will not engage in any activity which constitutes a conflict of interest as described in Exhibit 13.2 CONTRACTOR further covenants that, in the performance of this Contract, it will not employ any contractor or person having such an interest. CONTRACTOR certifies that no person who has or will have any financial interest under this Contract is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. SECTION 14.NONDISCRIMINATION 14.1 As set forth in the Palo Alto Municipal Code, no discrimination will be made in the employment of any person under this Contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of that person. If the value ’of this Contract is, or may be, five thousand dollars ($5,000) or more, CONTRACTOR agrees to meet all requirements of the Palo Alto Municipal Code pertaining to nondiscrimination in employment, including completing the requisite form furnished by CITY and set forth in Exhibit "D". 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 981217 syn 0071553 7 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 amount payable to CONTRACTOR the sum of two hundred fifty dollars ($250) for each calendar day during which CONTRACTOR is not in compliance with this provision as damages for breach of contract, or both. SECTION 15.MISCELLANEOUS PROVISIONS 15.1 CONTRACTOR represents and warrants that it has knowledge of the requirements of the Americans with Disabilities Act of 1990, and the Government Code and the Health and Safety Code of the State of California, relating to access to public buildings -and accommodations for disabled persons, and relating to facilities for disabled persons. CONTRACTOR will comply with or ensure by its advice that compliance with such provisions will be effected in the performance of this Contract. 15.2 This Contract will be governed by the laws of the State of California, excluding its conflicts of law. 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 981217 syn 0071553 8 for the Northern District.of California in the County of Santa Clara, State of California. 15.4 The prevailing party in any action brought to enforce the provisions of this Contract may recover its reasonable costs and attorneys’ fees expended in connection with that action. 15.5 This document represents the entire and integrated agreement between the parties and supersedes all prior negotia- tions, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 15.6 All provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants and conditions. 15.7 The covenants, terms, conditions and provisions of this Contract will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and contractors, as the case may be, of the parties. 15.8 If a court of competent jurisdiction finds or rules that any provision of this Contract or any amendment thereto is void or unenforceable, the unaffected provisions of this Contract and any amendments thereto will remain in full force and effect. 15.9 All exhibits referred to in this Contract and any addenda, appendices, attachments, and schedules which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and will be deemed to be a part of this Contract. 15.10 This Contract may be executed in any number of counterparts, each of which will be an original, but all of which together will constitute one and the same instrument. 15.11 This Contract is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Contract will terminate without any penalty (a) at the end of any fiscal year in the event that 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. 981217 syn 0071553 9 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: Senior Asst. City Attorney Assistant City Manager Director of Utilities Mayor POWER RESOURCE MANAGERS, LLP / Name : Loren A. Baker Title: senior Vice President Director of Administrative Services Risk Manager By Name : Nancy J. Gil~ Title :Partnership Secretary (Compliance with Corp. Code § 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "D": EXHIBIT "E": SCOPE OF SERVICES AND TIME SCHEDULE FEE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM CONFLICT OF INTEREST 981217 sya 0071553 10 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code ~ 1189) {44/ k,,) ss. COUNTY OF kq~//) On ~I , before me,~, a Notary Public in affd for _said Counhy and State,. personally appeared ~/-~}~ ]~ ~2~//~/’~/7~,.-~ ~/// , personally known to me or proved to n~e on th~b~sis 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(is), 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 hand and official seal. CERTIFICATE OF ACKNOWLEDGMENT (Civil Code ~ 1189) STATE OF ) ) SS. COUNTY OF-) on , 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 [he same in his/her/their authorized capacity(is), 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 981217 syn 0071553 11 EXHIBIT SCOPE OF SERVICES AND TIME SCHEDULE The Scope of Services for this contract is provided below. The CONTRACTOR may be asked to perform services in one or more of the following areas: A.Retail Energy Services Assist the CITY in the development of an overall approach to marketing for retention of existing customers and attaining new customers.Tasks may include, but are not limited to, the following: Develop an overall (integrated) retail marketing plan and approach that incorporates both demand- and supply-side solutions. Formation of teams and organizational processes to implement a retail marketing program B.New Product Development Assist CITY in developing new energy products and/or services for its existing internal customers and potential outside retail customers. Tasks may include, but not be limited to, the following: i.’Perform market research in several areas to determine: a.products being offered to customers b.mechanisms for product delivery c.available pricing information and customer response to product offerings Analyze market data Determine which products (or packages of products) the CITY should undertake to market to various customer classes as well as the market potential and pricing for those products. Prepare specifications for suppliers of the products which the CITY determines that it wishes to offer to its customers, and to interview and select suppliers for these services. Develop marketing plans and materials for various products to be~offered. 981217 syn 0071553 Retail Outside Sales Program Assist the CITY in developing and implementing its Retail Outside Sales Program. Task may include, but not be limited to assistance with the following: Completion of business plan including review and feedback on goals, objectives, strategies and competitor assessment. Financial modeling to support and/or evaluate business plan objectives Development of a marketing plan and materials Implementation of a sales process Implementation details for outside sales, including: requirements for scheduling coordination, billing, metering, and settlements in the ISO and PX systems Review and/or development of contracts and associated rules, regulations and fees D.Engineering Studies for Industrial and L~rge Commercial Customers Assist CITY in a number of areas relating to industrial and large commercial energy usage. Tasks may include, but not be limited to, the following: Steam trap maintenance and economizer additions to existing boilers Uninterrupted power supplies and power transfer schemes Boiler blow-down heat recovery Cooling tower evaluations aimed at improving efficiency and minimizing water consumption and wastewater disposal Compressed air system energy efficiency improvements General evaluation of processes to conserve thermal and electrical energy and conserve water and reduce wastewater E.Demand Sid@ Man~gem~nt Assist the CITY in areas relating to design, development and implementation of energy efficiency programs and other types of Demand Side Management (DSM) Approaches. Tasks may include, but are not limited to, the following: Review of current and past CITY programs and services opportunities for the target markets Recommendations for programs comprehensive approaches and delivery options Program development including, detailed implementation steps and timelines 981217 syn 0071553 Identification and selection of local trade allies and contractors Implement and evaluate energy efficiency programs on a "pilot" or trial basis, and/or "turn-key" basis for residential and business customers.Such programs may include, but are not limited to: Lighting retrofits Small business resource efficiency improvements Residential irrigation efficiency Home improvement financing packages Outdoor lighting Appliance warranty programs Window efficiency improvements Implement and evaluate energy efficiency programs for large commercial and industrial customers using a comprehensive and integrated approach. F.Risk Management Assist CITY in the advancement of its energy commodity risk management systems and procedures. Tasks may include, but are not limited to, the following: Review and/or develop risk management guidelines in the following areas: transaction limits internal controls Allowable financial instruments Counter party credit limitations Transaction procedures Performance measurement Record keeping Identification and/or management software a.Front office b.Middle office c.Back office development of required risk 4. 5. 6. Development of asset management strategies Development of appropriate management reporting process including review of risk measures being utilized Staff and management training in portfolio riskmanagement Additional tasks as needed 981217 syn 0071553 Asset Management Assist CITY in the optimal use of existing generation and transmission .assets (including ’NCPA resources, WAPA resources, contracts, market purchases). Tasks may include, but are not limited to, the following: Development of asset management strategies Assistance with implementing market transactions Evaluation of NCPA services and alternatives TASK ASSIGNMENT PROCEDURE The CONTRACTOR will be assigned various tasks during the duration of this contract. The selected tasks will depend upon the needs of the CITY, the scope of the task and the CONTRACTOR’s area of expertise. The Task assignment procedure will be the following: Each workgroup (e.g. UMS, COMPASS, SRG) will designate one Project Manager to define and approve all task assignments to be completed by CONTRACTOR for each workgroup. The CITY will designate a Contract Administrator to coordinate communication between the Project Managers and CONTRACTOR. Each Project Manager will provide a written task description to both the Contract Administrator and CONTRACTOR. Verbal task descriptions may be provided by the Project Manager to the CONTRACTOR for small, clearly defined tasks. The CONTRACTOR. Shall .provide the responsible Project Manager and the Contract Administrator with a written .price quotation for services along with an estimated time of completion, and names of assigned personnel. Reasonable expenses may be included in the price quotation. If a site visit or meeting with the CITY is required to estimate the cost of the task, the CONTRACTOR may charge a reasonable fee for his or her time required for the visit. This may be added to the cost of the project assignment or charged separately. If the CONTRACTOR declines to perform the work on an offered task, the CONTRACTOR shall notify Contract Administrator within five working days¯ 981217 sya 0071553 Based on the CONTRACTOR’s price quotation and other factors (e.g. dates for deliverables, assigned personnel, task methodology, etc), the Contract Administrator will authorize the work with a written ~Notice to Proceed," or redefine the tasks associated with the assignment, or cancel the assignment request. The consultant shall complete the work and provide CITY with the deliverables. TIME SCHEDULE The term of this contract is from the date of execution through June 30, 2001. 981217 syn 0071553 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 $160,000 for FY 1998-99, and $210,000 for FY 1999-000 and $210,000 for FY 2000-01 pursuant to CITY’s Request for Proposals No. 107176 and CITY’s appropriations for these service contracts. No representation or warranty is made by CITY that CONTRACTOR shall be entitled to a minimum amount of compensation under this Contract. The attached billing rates may be adjusted on an annual basis to reflect the change in rates officially established by the CONSULTANT’s Board of Directors. Reproduction, printing, communications, computer services, and other miscellaneous support services shall be 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. 99014 syn 0071553 PROJECT TEAM BILLING RATES Loren Baker Katrina Becker Geoff Carr Ann Donnelly Mike Donnelly Jeff Fuller Jerry Garman Bob McCorkle Ray Nelson Andy Wetz. 220 110 140 160 200 130 220 150 190 130 Glen Brisbine Daniel Jones John Martin 100 100 165 John Graham 105 J.L. (Jeff) Schuster 200 T.J. (Tom) Smolarek 200 Roger Spring 100 Jennifer Williamson 90 EXIIIB I.T D 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 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. /Firm:.Power Resource Managers_z LLP / Signature: Title:£~nior Viqe President Date:¯ July 13t 1998 CITY OF PALO ALTO RFP 107i76 PAGE i OF 1 EXHIBIT E CONFLICT OF INTEREST CONTRACTOR shall not knowingly undertake before the FERC or CPUC representation of clients whose interests conflict with the interests of Palo Alto in the proceeding, unless Palo Alto has given its prior written consent to the conflicting representation. In the event Palo Alto refuses such consent, CONTRACTOR shall not undertake the conflicting representation unless and until each of the following has occurred: (i) CONTRACTOR has arranged for alternate representation for Palo Alto in the proceeding, and (2) Palo Alto has agreed to accept such alternate representation. Moreover, CONTRACTOR has agreed not to knowingly undertake conflicting representation without prior consultation with the City. 981217 syn 0071553