Loading...
HomeMy WebLinkAbout1999-05-17 City CouncilCity of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL 1 FROM:CITY MANAGER DEPARTMENT: UTILITIES DATE:MAY 17, 1999 CMR:229:99 SUBJECT:AWARD OF CONTRACT FOR $75,000 TO INTERSTATE GAS SERVICES FOR GAS POOL MANAGER SERVICES RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract with Interstate Gas Services in the amount of $75,000 for gas pool manager services through June 30th, 2000. Authorize the City Mariger or her designee to negotiate and execute one or more change orders to the contract with Interstate Gas Services for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $7,500. 3. Authorize the City Manager or her designee to exercise the option to renew the contract for up to two additional years, with a budget -of $40,000 each year, provided the proposed contract is consistent with the Bay Area Consumer Price Index, the contractor ¯ ¯ is responsive to the City’s needs, and the quality of the contractor’s work is acceptable during the first year of the contract. CMR:229:99 Page 1 of 3 DISCUSSION Consultant Services Description The work to be preformed under the contract is for gas pool management services. Gas pool management services are a core element of the gas direct access program which was approved by Council on April 19th, 1999 (C~MR 148:99). Gas pool management sets up and operates the systems to direct and account for the gas flow into Palo Alto by the gas service providers of customers who participate in the gas direct access program. The program is currently scheduled to begin September 1, 1999. At that time large natural gas customers (non-core customers) will be given the opportunity to purchase gas on the open market. Depending on Palo Alto customer response and the success of other direct access programs in California Public Utilities Commission (CPUC) territory, Palo Alto may extend gas direct access to additional Palo Alto customers. Selection Process Staff sent a request for proposals to 13 firms on January 20, 1999. The firms were given thirty-four days to respond to the request, or until February 23rd. A pre-proposal meeting was held on February 10th; four potential proposers attended the meeting. Two firms submitted proposals. Proposed first year costs with set-up fees ranged from $75,000 to$225,650. Additional years ranged from $40,000 to $180,000 respectively. Contractors who failed to submit bids were contacted. Most felt that they weren’t currently prepared to perform this service due to their time schedules. A selection advisory committee consisting of the Manager, Competitive Assessment and two Resource Planners reviewed the proposals. The committee carefully reviewed each firm’s qualifications and submittal in response to the RFP relative to the following criteria: price, staffing level and knowledge, knowledge of California operations, relevant experience, location of corporation, hours of operation, additional related services offered. IGS was selected because it ranked substantially superior inall categories, including lower costs over any potential program period. RESOURCE IMPACT Funding for the program exists in the Resource Management Operating Budget of the Gas Distribution Business Unit (GDBU). POLICY IMPLICATIONS This recommendation does not represent any change to existing City policies. CMR:229:99 Page 2 of 3 ENVIRONMENTAL REVIEW ~ - Approval of the contract does not constitute a project under the California Environmental Quality Act (CEQA). ATTACHMENTS Attachment A - Contract Prepared by:Blake Heitzman Manager, Competitive Assessment DEPARTMENT HEAD: CITY MANAGER APPROVAL:. of Utilities Assistant City Manager CMR:229:99 Page 3 of 3 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND INTERSTATE GAS SERVICES FOR CONSULTING SERVICES This Contract No.is entered into , by and between the CITY OF P~LO ALTO, a chartere~d city and a municipal corporation of the~ State of California (’iCITY"), and INTERSTATE GAS SERVICES, INC., a California Corporation, located at 5776 Stoneridge Mall Road, Suite 230, Pleasanton, CA 94588 ("CONSULTANT"). RECITALS: WHEREAS, CITY desires certain professional consulting services ("Services") and the preparation and delivery of, without limitation, one_ormoge 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 on the end of the business day of June 30, 2000 unless this Contract is earlier terminated by CITY. Upon the receipt of CITY’s notice to proceed, CONSULTANT will commence work-~n the initial and subsequent Projec~ tasks in’ accordance with the time schedule set forth in Exhibit ~A". Time is of the essence of this Contract. CITY’s city manager will have the option of extending for two additional one-year terms. 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 and Deliverables constituting the Project will be performed, delivered or executed by CONSULTANT under the phases of the Basic Services as described below. 2.2 CITY may order substantial changes in the scope or character of the Basic Services, the Deliverables, or the Project, 990415 syn 0071607 1 either decreasing or increasing the amount of work required of CONSULTANT. In the event that such changes are ordered, subject to the approval of CITY’s City Council, as may be required, CONSULTANT will be entitled to full compensation for all work performed prior to CONSULTANT’s receipt of the notice of change and further will be entitled to an extension of the time schedule. Any increase in compensation for substantial changes will be determined in accordance with the provisions of this Contract. CITY will not be liable for the cost or paymen£~ of any change in work, unless the amount of additional compensation attributable to the change in work is agreed to, in wrih-ing, by CITY before CONSULTANT commences the performance of any such change in work. 2.3 Where the Project entails the drafting and submission of Deliverables, for example, construction plans, drawings, and specifications, any and all errors, omissions, or ambiguities in the Deliverables, which are discovered by CITY before invitations to bid on a construction project (for which the Deliverables are required) are distributed by CITY, will be corrected by CONSULTANT at no cost to CITY,~ provided CITY gives notice to CONSULTANT. 2.4 Any and all errors, omissions, or ambiguities in the Deliverables, which are discovered by CITY after the construction contract is awarded by CITY, will be performed by CONSULTANT, as follows: (a) at no cost tO CITY insofar as those Services, including the Basic Services or the Additional Services, as described below, or both, will result in minor or nonbeneficial changes in the construction work required of the construction contractor; or (b) at CITY’s cost insofar as those Services, including the Basic Services or the Additional Services, or both, will add a direct and substantial benefit to the construction work required of the construction contractor. The project manager in the reasonable exercise of his or her discretion will determine whetherthe Basic Services or the Additional Services, or both, will contribute minor _or substantial benefit to the construction work. SECTION 3. CONSULTANT QUALIFICATIONS, STATUS, AND DUTIES OF 3.1 CONSULTANT represents and warrants 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 contractors), 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 wil! be executed by them or under their .supervision. CONSULTANT will furnish to CITY for approval, prior to execution of this Contract, a list of al! indivfduals and the names of their employers or principals to be emp!oyed as CONSULTANTS. ~ 990415 syn 0071607 2 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 Mr. Mark Baldwin as the project director to have supervisory responsibility for the performance, progress, and execution of the Project. Mr. Rich Hall will be assigned as the proje~ct coordinator who will represent CONSULTANT during the ¢gy-to-day work on the Project. If circumstances or conditions. subsequent to the execution of this Contract cause the substitution of the project director or project~ coordinator for any reason, the appointment of a substitute project director or substitute project coordinator will be subject to the prior written approval of the project manager. 3.4 CONSULTANT represents and warrants that it will execute the duties described in Exhibit "A", and: 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; 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 imn~ediately to the project manager, in writing,.any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and decrees mentioned above in relation to the Deliverables. 3.5 Any Deliverables given to, or prepared or assembled by, CONSULTANT or its consultants, if any, under this Contract will become the property of CITY and will not be made available to any individual or organization by CONSULTANT or its consultants, if any, without the prior written approval of the city manager. 3.6 CONSULTANT will provide CITY with four(4) 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 Deliverables~ CONSULTANT wil! provide such additional copies and CITY will compensate CONSULTANT for its duplicating costs. 3 990415 syn 0071607 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 Contrao[ on demand of the project manager. 3.9 In the execution of the Project, CONSULTANT and its consultants, if any, will at all times be considered independent contractors and not agents or employees of CITY. 3.10 CONSULTANT will perform or obtain or cause to be performed or obtained any and all of the following Additional Services, not included under the Basic Services, 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 3.10.4 Other Additional Services now or hereafter described in Exhibit ~A" 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 CONSULTT~NT 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 990415 syn 0071607 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. Blake ~Heitzman or the Manager of Competitive Assessment is designated as the project manager for the city manager. The project manager will supervise the performance, progress, and execution of the~roject. 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 according to the attached Exhibit "B". 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-Five Thousand Five Hundred Dollars ($55,500.00). 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, will be approved, in advance, by CITY. CITY reserves the right to refuse payment of such fees, if such prior approval is not obtained by CONSULTANT. 5.1.2 In consideration of the full performance of Additional Services, the amount of compensation set forth in Exhibit "B" will not exceed Nineteen Thousand Five Hundred Dollars ($19,500.00). 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 until CONSULTANT gives CITY thirty (30) days’ prior written notice of. the effective date of any rgvised 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 990415 syn 0071607 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, surveyors, draftspersons, specification writers and typists, in consultation, research and design, work in producing drawings, specifications and other documents pertaining to ~he Project,rand in services rendered during construction at the site, to the extent such services are expressly contemplated under this Contract. Inciuded 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 "B", 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 ~a~nent 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 deduction~ will be. made from CONSULTANT’s -compensation on account of penalties, liquidated damages} .or Other sums withheld by CITY from payments to general contractors. SECTION 6.ACCOUNTING, AUDITS, 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 990415 syn 0071607 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~a~y covenant, term, condition or provision of this Contract or of any applicable law or ordinance. 8.2 No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Contract. SECTION 9. INSURANCE 9.1 CONSULTANT, at its sole ~cost and expense, will obtain and maintain, in full force and effect_during the term of this Contract, the insurance coverage described in Exhibit "C", insuring not only CONSULTANT and its consultants, if any, but also, with the exception of workers’ compensition, 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:VII or higher which are admitted to transact insurance business in the State of California. Any and all consultants of CONSULTANT retained to perform Services under this Contract will obtain and maintain, in full force and effect during the term of this Contract, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 990415 syn 0071607 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 additional insure~ 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 under 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 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 wil! comply with such provisions, as applicable, before commencing the performance of the Project. PROJECT SECTION II.TERMINATION OR SUSPENSION OF CONTRACT OR Ii.i The city manager may suspend the execution of th~ 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 thgrty (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 8 990415 syn 0071607 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 compensatei7~ONSULTANT 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 will receive compensation as follows: 11.4..1 For approved items of services, CONSULTANT~ill be compensated for each item of service fully performed in the amounts authorized under this Contract. 11.4.2-- For approved items of services on which a notice to proceed is issued by CITY, but which are not fully performed, CONSULTANT will be compensated for each item of service in an amount which bears the same ratio to the total fee otherwise payable for the.performance of the service as the quantum of service actually rendered bears to the services necessary for the full performance of that item of service. 11.4.3 The total compensation payable under the preceding paragraphs of this Section will not exceed the payment specified under Section 5 for the respective items of service to be furnished by CONSULTANT. 11.5 Upon such suspension or termination, CONSULTANT will deliver to the city manager immediately any and all copies of the Deliverables,’whether or not completed, prepared by CONSULTANT or its consultants, if any, or given to CONSULTANT or its consultants, if any, in connection with this Contract. Such materials will become the property of CITY. ~ iI.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 t-he-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 writ-ten consent of CITY. A consent to one assignment will not be 990415 syn 0071607 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,Pby 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: Mark Baldwin .5776 Stoneridge’Mall Road, Suite 230 Pleasanton, CA 9458~ Telephone: (925)~-~~ Fax: (925) 469-6766 SECTION 14. CONFLICT OF INTEREST 14.1 In accepting this Contract, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. -- 14.2 CONSULTANT further covenants that, in the performance of this Contract, it wili not employ contractors or persons having such an interest mentioned above. CONSULTANT certiffes that no one who has or will have any financial interest under this Contract is an officer or employee of CITY; this provision will be-interpreted in accordance with the applicable provisions of the. Palo Alto Municipal Code and the Government Code of the State of California. SECTION 15. NONDISCRIMINATION 15.1 As set forth in the Palo Alto Municipal Code, no discrimination will be made in the e~p!oyment 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 nondiscgimination 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: 990415 syn 0071607 10 "[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; 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, F 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 t~is 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, CONSULTANT 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 CONSULTANT the sum of two hundred fifty dollars ($250) for each calendar day during which CONSULTANT is not in compliance with this provision as damages for breach of contract, or both. SECTION 16. MISCELLANEOUS PROVISIONS 16.1 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-~he 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 advige 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 Arbitra£ion 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. 990415 syn 0071607 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. 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-bytheir duly authorized representatives executed this Contract on the date~first above written. -~ 990415 syn 13071607 12 ATTEST:CITY OF. PALO A~TO City Clerk Mayor APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED:Name: Assistant City Manager Director of Administrative Services Director of Utilities Insurance Review Attachments : EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : Title: A~/bJC.,. ~3~-~+~/. Taxpayer Identification No. 94-3179491 (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) SCOPE OF PROJECT &TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 13 990415 syn 0071607 Exhibit "A" Scope of Services and Time Schedule Scope of Services: The scope of services for this contractors provided below. The consultant shall perform all of the services listed, as required, to implement the-program. __ Basic Services: The program management duties will include, and may not be limited to: Review the current gas direct access (GDA) policies, rules, and procedures with the gas service provider(s) (GSP) and designated City of Palo Alto Utilities (CPAU) staff. Ongoing review of the GDA policies, rules, and procedures with the GSP(s) and CPAU staff to resolve issues and improve program. Direct Interstate Gas Services (IGS) staff to implement the GDA program policies, procedures, and rules regarding operations (scheduled volumes, confirmations, etc.) and imbalance~low Order penalties. Develop procedures for program implementation consistent with CPAU and PG&E rules and operating procedures. Oversee the education materials for GSP training programs and review program education materials developed by CPAU staff. Review program documents to identify potential issues and program enhancements. Participate in no more than three (3) half day customer and GSP meetings, per ph_ase. Facilitate a meeting with all qualified GSP(s) to review procedures for GDA program. Facilitate a meeting with CPAU and PG&E’s operations personnel prior to implementation to ensure proper authorization and understandingof roles of Gas Pool Manager and CPAU’s supplier. Meet with and agree upon a data exchange protocol with CPAU’s meter data management agent (MDMA) for delivery of GDA customer meter data on a daily basis. Establish. a system to aggregate meter data by GSP, and communication to each GSP. Adopt an imbalance statement format which is acceptable to Palo Alto to generate statements by GSP. Develop Wocess to track ~FOiEFO requests, compliance, penalty charges, and GSP communication. __ The operational duties will include but may not be limited to: °Monitor the daily/monthly imbalances. °Manage and incorporate the daily meter data information from the MDMA into a format for distribution to the GSPs. ¯Communicate the confirmations, nominations, and scheduled volumes for all four scheduling cycles to the GSPs. °Calculate each GSP’s account imbalances on a daily basis to determine compliance with EFO/EFO within Palo Alto’s direct access pool on PG&E’s system. ° Manage the daily nomination process for the GDA on the PG&E system. Communicate the GDA nominations and meter usage to CPAU’s gas supplier on a confidential basis to ensure proper balancing on PG&E system by supplier. °Perform validations on GSP, average da!ly quantity (ADQ), and maximum daily quantity MDQ in nomination process. The accounting and billing duties will include but may not be limited to: ¯Preparing GSP consolidated billing statements for CPAU for (1) cumulative imbalance position and cash out imbalance charges and (2) applicable EFO/EFO penalties. ° Consolidate daily imbalance positions into month-to-date by GSP. The GSP relations duties will include but may not be limited to: ¯Resolving GSP questions concerning imbalances. °Providing ongoing education to GSP to support the GDA program. Coordinating the communications between the meter and the GSP. Act as liaison to GSP marketing personnel for questions regarding nominations, usage volumes, EFO/EFO conditions/tolerances, and imbalance charge.s. Provide contract administration support to operations for validations on GSP’s customers and MDQs. Additional Services: Other duties not specifically listed here, or not foreseen by IGS and Palo Alto as part of the contracted services may be assigned in writing to IGS by Palo Alto upon mutual agreement. IGS shall promptly notify Palo Alto prior to commencing any work that is not within the existing, scope. The cost of such additional unanticipated duties shall be estimated by IGS based on the hourly fee schedule listed in Exhibit "B". IGS shall commence such additional work only after receiving written order by Palo Alto to begin the additional work. Time Schedule: 1. IGS shall have all systems required for program implementation tested and functioning prior to August 15th, 1999. 2. IGS shall perform all ongoing service functions in a timely fashion as -described herein. Exhibit "B" Fee Schedule The following is the comprehensive fee schedule for the work outlined in this proposal. It is inclusive of all miscellaneous costs (i.e. travel, materials, meals,~ lodging, meetings, etc.) associated with the work outlined in this proposal. Fees for Basic Services: 1. Setup and Planning Fee: $27,500. This includes all work to implement the program and shall be invoiced monthly over the anticipated preparation and start-up period through August 31, 1999. Operations for the first program year (9)1/1999 - 6/30/2000): a. $2,500 per month fixed fee for each month of the program operation, plus b. $25 per month per GSP participant. (A GSP is defined as a participant if an Imbalance Statement is generated that month.), plus c. the following set-up fee for initiating a program participant: GSP Set-up Fee $100 per new GSP Customer Account (Meter)Set-up Fee $50 per new meter This includes all work to_ manage and administer the ongoing operations and would be invoiced monthly, beginning with the first month of the program. Fees for Additional Services:- 3. Additional unanticipated duties will be priced at the following hourly rates. Associated expenses will be billed at cost to the City. Mark Baldwin .............................................................................$150/hr. Rich Hall .....................................................................................$150/hr. All other professional work ...................:..-:..:. ...........................$135/hr. Other technical work ................................................................$ 80/hr. Clerical work .............................................................................$ 45/hr. 4 DATE:04/15/99 TIME: 09:30 AM TO: Blake Heitzman @ + (650} 6173140 ~=~. u~-v~ ACORD FAX (415)397-5530 U/Insurance Services of S.F. ,0 Pine Street, Suite 1700 m Francisco, CA 94111 tn: Rose Pratt Ext:269 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. COMPANIES AFFORDING COVERAGE ;URED Interstate Gas Sel~vices iCOMPANY Mark Baldwin i Exhibit 5776 Stoneridge ~all. Road, Ste. 230 COMPANYC P] easanton, CA 94588 I i COMPANY THIS IS TO CERTIFY THAT THE POLICIES OF N~URANCE L STED BELOW HAVE BEEN SSUED TO THE NSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWEHSTANDING ANY REQU IREMENT, TERM OR CONDIIION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMES SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ! TYPE OF INSURANCE "~ POLICY NUMBERFR GENERAL LIABILITY COMMERCIAL GENERAL UABIUTY ~ occur 57UUCHQ6210 OWNER’S & CONTRACTOR’S PROT AUTOMOBILE L~A~L~TY ~ ANY AUTO ALL OWNED AUTOS ~" SL.~-iEDULED AUTOS X i HIREDAUTOS NON-OWNED AUTOSX i57UUCHQ62~O GARAGE LIABILITY ! ANY AUTO EXCESS LIABILITY : UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS COMPENSATION ANDEMPLOYERS’ LIABILITY ¯THE PROPRIETOR/ PARTNERS/EXECUTIVE ~ OFFICERS ARE:i ........i EXCLi ’ OTHER ~ESCRIPTION OF OPERATtONS/LOCATIONSNEHICLESiSPECIAL ITEMS POLICY EFFECTIVE i POUCY EXPIRATION DATE{MM,DD~0 i DATE{MMtDD/YY) i07/01/1998 07/01/1999 LIMITS GENERAL AGGREGATE ! $1,000, O00 .......... oooioooi PERSONAL & ADV }N JURY ~ $1,000,000,................ ["; ............. nnE D~A~E (~y ~oflre] ~ ~~00,000 ,, COMBINED SINGLE UMITi BOQILY INJURY(Per pe~s~n) - BODILY INJURY(Per acdcen0 PROFERTY DAMAGE AUTO ONLY- EA ACCIDENT ~ OTHER THAN AUTO ONLY’ EACH A~X:~ DENT i ! EACH OCCURRENC~E~ i AGGREGATE EL EAC~ ACODENT , ~EL DISEASE - POU~ LIMIT EL DISUSE - EA EMPLOYEE 07/02/2998 07/01/199 he City of Palo Alto; Its officers, agents, and .employees are named as additional insur#d~but only as o work performed under contract, said coverage will be primary without offset against City’s exsisting nsurance with other insurance carrier by city being excess insurance only. Purshasing & Contracts Administration City of Palo Alto P.O. Box 10250 Palo Alto,-C~ 94303 SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ~~ MAIL 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, AUTHORIZED REPRESENTATIVE Rose Pratt - Account Manager PART II - CERTIFICATION OF NONDISCRIMINATION Certification of Nondiscrimination: Exhibit D SECTION 410 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 employn~ent with regards to age, race, color, religion, sex, national origin, ancestry, disability, or sexual preference; that they are -in compliance with all Federal, State, and local directives and executive orders regarding nondiscrimination in employment. Signature: Title: Date: Interstate Gas Servicesr Inc. (SIGNATURE MUST BE THE SAME SIGNATURE AS APPEARS ON SECTION 305) President 2/23/99 _ CITY OF PALO ALTO RFP 112397 PAGE 1 OF 1 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) 0~/~I- cIc, ~-~, 1999, before me, the Undersigned, a Notary Public in and for said County and State, personally appeared 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 ~/n aCknowledged to me that~she/they executed the same in her/their authorized capaclt~y(ies), and that by ~her/their ature(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. ignature of Notary ~blid A~omeda county 14 990415 syn 0071607 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) COUNTY OF /~zAgzn~)~4- On .~2~-~z5: 4o --, 1999, before me, the undersigned, a Notary Public in and for said County and State, personally appeared , ~to me orproved 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 ~she/they executed the same in h/f~/her/their authorized capacity(ies), and that by ~jher/their s~nature(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. 15 990415 syn 0071607