Loading...
HomeMy WebLinkAboutStaff Report 224-07City of Palo Alto City Manager’s Report 16 TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: UTILITIES DATE:MAY 7, 2007 CMR:224:07 SUBJECT:ADOPTION OF ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO AUTHORIZING THE CITY MANAGER TO PURCHASE A PORTION OF THE CITY’S ELECTRICITY REQUIREMENTS FROM CERTAIN PREQUALIFIED ELECTRICITY SUPPLIERS UNDER SPECIFIED TERMS AND CONDITIONS DURING CALENDAR YEARS 2007 THROUGH 2022, INCLUSIVE RECOMMENDATION Staff recolmnends that Council approve the following: Authorize the City Manager to negotiate and sign new, amended, or restated Master Agreements with the following electricity suppliers: a.ConocoPhillips Company; b.Coral Power, LLC; c.Sempra Energy Trading Corporation; d.BP Energy Company; e.JP Morgan Ventures Energy Corporation; f.Powerex Corporation; and g.Pacific Sulmnit Energy, LLC o Anthorize the City Manager or his designee, to execute nmltiple transactions under the Master Agreements with one or more of the above suppliers to procure electricity supplies and related services sufficient to meet the City’s forecasted electricity load, with the date for delivery of the electricity for each transaction not to exceed 36 months from the date the transaction is executed. The delivery date for any transaction will not extend beyond December 2022, and the maximum aggregate transaction limit under each Master Agreelnent shall be $75 million. CMR:224:07 page 1 of 7 BACKGROUND The City’s 40-year contract with Western Area Power Administration (Western) expired at the end of December 2004. This contract was replaced with the new Western Base Resource contract in January 2005. The energy delivered under the new contract was approximately 40% of the energy provided under the prior contract, resulting in the need to purchase new supplies in 2005 to meet approximately 55% of the City’s electricity load during an average hydrological year. In addition, the energy provided under the new contract varies with changing hydro conditions. A large portion of the deficit has since been met through long-term renewable contacts. The remaining energy needs are met through market purchases. This remaining energy deficit is highly variable and dependent on hydro conditions, with the deficit as high as 50% in a dry hydro year and with the potential for surpluses in a wet year. Council has previously approved the City’s Long-tern1 Electric Acquisition Plan (LEAP) objectives, guidelines and implementation plan (CMR:425:01, CMR398:02, and CMR:354:03). The LEAP objectives are to serve electricity loads of the City at competitive and predictable costs. The City meets these objectives by procuring electricity supplies in a diversified, systematic fashion over a rolling 36-month period. To implement the "laddered electricity purchase strategy" and to facilitate obtaining competitive price quotes from suppliers, the City established Master Agreements with a set ofpre-qualified suppliers. The July 2002 Assessment of Utility Risk Management Procedures by the City Auditor made recommendations to improve the City of Palo Alto Utilities’ (CPAU) energy procurement process. The Auditor’s report recommended that Master Agreements with suppliers be approved by the Council with clearly defined dollar, volume and duration limits and with clearly defined transaction types that staff is authorized to execute under the agreements (recommendation #4). The Auditor’s report also recommended that the process of securing Master Agreements be undertaken in an open and competitive mamaer (recolnmendation #6). The City cun’ently procures electricity supplies from three suppliers (BP Energy, Coral Power, and Sempra Energy) under Master Agreements that were approved by Council in January 2004 [Ordinance #4812]. An additional Master Agreement with Duke Energy Marketing, LLC was approved in 2004 but that counterparty has since withdrawn from the Western energy markets and is, therefore, no longer transacting with the City. DISCUSSION The current Master Agreements were approved by the Council for transactions with deliveries no later than December 31, 2011. By the end of December 2008, the existing Master Agreements will no longer be in accord with the City’s 36-month laddered purchase strategy. In addition, the exit of Duke Energy Marketing, LLC increased the need for additional suppliers to ensure competitive pricing and diversification of purchases across multiple creditworthy suppliers. Finally, new regulations to meet resource adequacy standards create the need to purchase capacity-related products that were not contemplated in the original Master Agreements. To that end, an RFP was issued in June 2006 to solicit interest from new and existing suppliers to sign Master Agreements with the City to enable future procurement of electricity supplies required to CMR:224:07 Page 2 of 7 meet the City’s electricity needs. The supplier selection process for the RFP is provided in Attachlnent A. The seven proposed Master Agreements were negotiated under terms and conditions acceptable to the City. The Master Agreements with BP, Coral and Sempra approved under Ordinance 4812 remain valid, however, a number of amendments were negotiated during the process. Due to each agreement’s multiple page count, staff has elected to not attach copies to this CMR in an effort to save paper. However, the Master Agreements are available for review in the Office of the City Clerk. Description of a Master Agreement The proposed Master Agreements are based on the 2000 Edison Electric Institute (EEI) Master Power Purchase and Sale Agreement. A Master Agreement is similar to a blanket purchase order, and includes the general terms and conditions that govern transactions. The Master Agreement consists of a Base Contract and a Cover Sheet, which lists special provisions negotiated between the City and the supplier. Addendums to the Master Agreements include Schedule P, which defines energy and capacity products. Executing a Master Agreement does not commit the City to execute any transaction nor is it a promise of business by the City or by the supplier. Each transaction for part of the City’s monthly, annual, or multi-year electricity requirements is completed through subsequent competitive bidding, as evidenced by a completed Transaction Confirmation document. Each Master Agreement may be terminated at any time by either party according to the terms of the agreement. Termination of the Master Agreement cancels the supplier’s ability to bid on further transactions until a new Master Agreement is executed. Any transaction executed under the Master Agreement prior to ternaination will remain in place until the final electricity delivery date, unless an event of default has transpired. In the event of default by a supplier, the City has the option to terminate the remaining transactions that were executed under the Master Agreement. The City may suspend the privilege of solicitation to bid on individual transactions with any supplier due to counterparty credit or transaction limits, a supplier credit downgq’ade event, supplier default or suspected default, or where inclusion in the solicitation would not comply with the law or City policies, guidelines, rules or procedures. If the number of eligible suppliers dwindles to an unacceptable level, the City reserves the right to conduct an RFP for new Master Agreements. Staff intends to conduct another RFP to solicit new suppliers within 5 years, well before the 2022 term limit on these Master Agreements. This provides the City with the flexibility to execute one or more long-term transactions with Council approval if the laddering strategy is revised to include longer-term purchases. If a recommendation is made to make purchases outside of the 36 month purchase plan, the transaction(s) will have a specific cost limit and transaction time limit to be approved by Council at that time. That cost may be in addition to the $75 million per supplier limit in the attached Ordinance. All transactions under the Master Agreements wilt be executed by staff in accordance with the Energy Risk Management Policies, Guidelines, and Procedures. These procedures are monitored CMR:224:07 Page 3 of 7 by the Energy Risk Manager and the Utilities Risk Oversight and Coordination Committee to ensure that risks inherent in the energy industry are managed prudently. Staff provides Council with an update of all executed transactions under the Master Agreements in the quarterly Energy Risk Management reports. Limits of Authorization The proposed limits and parameters for Council’s authorization to the City Manager include the following: o o 4. 5. 6. Delegation of authority, in accordance with the Palo Alto Municipal Code, to the City Manager to purchase and, incidental to purchase, sell electricity to meet the City’s retail load requirements within a 3-year period from the date the transaction is executed. Requirement that all transactions are consistent with Council-approved Energy Risk Management Policies (CMR: 128:06) and internal energy risk management guidelines and procedures. Regular reporting of all transactions in excess of $65,000 to Council (per the Energy Risk Management Policies and Guidelines). Authorization of transactions to be executed under Council-approved Master Agreements. A maximum total dollar amount of $75 million for aggregated electricity transactions for any single Master Agreement. Requirement that comlnodity products allowed for purchase or sale incidental to purchase must be "authorized transacting products" as defined in the Council-approved Energy Risk Management Policies. All other transactions lie outside of the authority delegated to the City Manager and will require Council approval, including: Any transactions with a term beyond 3 years from the date of transaction; Any transaction beyond the limitations listed above; or Any transactions costing more than the limits specified above. In no event shall any transaction with either BP Energy Company or Sempra Energy Trading Corporation exceed 4 years. Collateral Of the seven Master Agreements, two require that the City post collateral in the form of cash or a Letter of Credit for assurances under certain circumstances. Such a circumstance would occur in the rare event that the City purchases a high portion of its forward electricity supply with one of the counterparties after which forward prices fall to such a level that the value of the transactions versus the cost is negative. Much of the risk of this occurrence can be managed through sound counterparty diversity practices and monitoring of the value of each transaction executed per supplier. The other event in which the City may be required to post collateral would be if the City’s credit rating is downgraded by either Standard and Poor’s or Moody’s Investor Services. While neither of these events is likely, the contract requires that the City be prepared to promptly offer credit collateral assurances. A separate City Manager’s Report (CMR) detailing these CMR:224:07 Page 4 of 7 issues recommended a plan for implementing a credit facility for posting Letters of Credit (CMR: 108:07). The costs associated with developing this facility will be covered by the relevant enterprise funds. ALTERNATIVES Council could elect to not approve one or more of the proposed contracts. However, doing so would limit the ability of staff to competitively bid and diversify electricity supplies. Council could elect to approve the contracts with different contract limits. Lower limits could reduce the ability of staff to competitively bid and diversify electricity supplies or could require staff to return to Council to increase the limits on certain Master Agreements within the terms of the Master Agreements thereby delaying transactions. Staff does not recommend higher limits at this time. Should higher limits be necessary due to unforeseen circumstances, staff believes that there would be adequate time to request a change in contract limits from Council. RESOURCE IMPACT The cost of the transactions executed under the Master Agreements are a function of the electric market prices and the City’s forecasted and actual volume of electricity needs. Currently, electricity can be purchased for between $60 and $90 per megawatt-hour (MWh) for deliveries during the next several years. The City’s expected market purchases are about 300,000 MWh per year, which translates to an mmual commodity cost of about $18 million to $27 million. Since electricity prices are volatile and the amount of electricity to be purchased under the Master Agreements is dependent on hydro conditions, it is conceivable that the .market purchase cost could double from expected levels. The table below is an illustration of anarket purchase cost under various scenarios. Projected Electric Market Purchase Cost ($M) FY 08:09 Expected Hydro and Market Prices $23.0 $25.0 $26.0 Change in Market Purchases Cost Under High Prices + $ 0.5 + $ 3.5 + $ 5.0 and Expected Hydro Change in Market Purchase Cost Under Dry Hydro + $ 0.5 + $ 9.5 + $ 9.0 Conditions Total Purchase Cost Under $24.0 $38.0 $ 40.0 Dry Hydro & High Market Prices As shown in the table above, the expected electricity market purchase cost for the next several years is between $23 and $26 million!year. The cost estimates are relatively certain for the current fiscal year since a large portion of the electricity has already been purchased at fixed prices and the fiscal year is nearly over. Costs for FY 07-08 and FY 08-09 are less certain as less electricity has been purchased in advance, and future electricity prices could rise above expectations and supply from hydro could fall below expectations. CMR:224:07 Page 5 of 7 The following table summarizes the City’s historical electricity purchase costs and projected costs for the next several years. As of March 20, 2007, transactions worth $24 million have been entered in with existing suppliers for deliveries during the period April 2007 though December 2009. Electricity Procurement Summary as of 3/20/07 - Cost ($M) and Volumes (MWh) FV04-05 FY05-06 FY 06-07 FY 07-08 FY 08-09 FY 09-10 SM SM ~ $M ’ SM ~ : SM : SM BP Energy Company Coral Power LLC S empra Duke TOTAL $ $ $ $ 3.6 2.5 4.4 10.5 $ $ $ $ 3.5 $2.7 13.9 $6.7 3.4 $10.0 2.7 $- 23.5 $ 19.3 $ $ $ $ $ 0.9 5.8 6.3 13.0 $ $ $ $ 6.1 $ $ $ 6.1 $ 2.0 2.0 BP Energy 54,160 46,080 14,655 - Company Coral Power LLC 91,100 307,425 162,145 134,425 138,515 55,225 Sempra 47,560 86,660 157,855 93,300 - Duke 86 400 38,840 --- TOTAL 225,060 487,085 366,080 242,380 138,515 55,225 While the City has selected seven suppliers with whom to sign Master Agreements, it is conceivable that only a few suppliers may ultimately provide the most competitive prices, and some may merge or leave the industry, resulting in transactions being concentrated among fewer qualified suppliers. Staff recommends a maximum transaction limit of $75 million for the term of each Master Agreement. This limit gives staff the flexibility it needs in case electricity costs increase above expectations or if some of the suppliers are unable to continue to do business with the City or do not offer the best prices. It also sets a monetary limit on the transactions that is less than the total anticipated three-year purchase cost. Approval of the recommendation will not impact the FY 06-07 budget. Transactions with deliveries extending beyond the approved budget horizon are contractual commitments, supported by Electricity Fund retail revenues with retail rates determined by Council. POLICY IMPLICATIONS Authorizing the City Manager to buy and sell electricity to meet City load under these Master Agreements conforms to existing Council-approved Energy Risk Management Policies [CMR: 128:06]. This recommendation is consistent with the Council-approved Utilities Strategic Plan to 1) preserve a supply cost advantage compared to the market price; and 2) streamline and manage the business process to allow the City of Palo Alto Utilities to work efficiently and cost- effectively. Further, the recommendation supports the Council-approved Utilities’ Electricity Supply Portfolio Planning and Management Objectives and Guidelines for Long-terrn Electric Acquisition Plan (LEAP) [March 2007 CMR: 158:07]. CMR:224:07 Page 6 of 7 ENVIRONMENTAL REVIEW Adoption of the ordinance approving Master Agreements and delegating electricity procurement responsibilities to the City Manager under certain limitations does not constitute a project for the purposes of the California Environmental Quality Act. ATTACHMENTS A: RFP Evaluation Process B: Ordinance of the Council of the City of Palo Alto Authorizing the City Manager to Purchase a Portion of the City’s Electricity Requirements from Certain Prequalified Electricity Suppliers Under Specified Terms and Conditions During Calendar Years 2007 through 2022, Inclusive PREPARED BY: MONICA PADILLA Resource Planner SHIVA SWAMINATHAN Senior Resource Planner DEPARTMENT HEAD: CITY MANAGER APPROVAL: VALERI~ 0._ F(EEo. l,G Director ot’Utilities Assistant City Manager CMR:224:07 Page 7 of 7 CMR: - ATTACHMENT A ATTACHMENT A: Electric Agreement RFP Selection Process Summary The City of Palo Alto issued RFP # 118076 on June 9, 2006 to solicit and execute Master Agreements with multiple suppliers to enable furore procurement of power supplies required to meet the City’s electric load needs. Bid packages were mailed to 29 potential suppliers. The nine suppliers responding to the RFP were evaluated by a team comprising staff from Utilities, Purchasing, Administrative Services and the City Attorney’s Office. The selection was based on supplier ability to competitively and reliably transact with the City and supplier responsiveness in agreeing to meet City’s contractual provisions. The responses were evaluated based on four broad criteria categories. Financial: Financial strength, clarity of financial statements, organizational transparency of the supplier/entity providing c, redit support, overall furore outlook, expected longevity in the industry were ranked by top, middle, and bottom third (A, B, C). Credit: A minimum requirement is the supplier must be investment grade. Quality, nature, and extent of credit support, rating agencies credit ratings, credit contractual provisions, risk limits based on proposed terms, and magnitude of credit risk were ranked by top, middle, and bottom third (A, B, C). Contract Provisions: Several terms must be met as a minimum requirement: Choice of law is California; Venue of dispute is Santa Clara County; and One-way termination applies. Overall contractual provisions beyond the minimum required in addition to flexibility/ease of negotiation were ranked top, middle and bottom third (A, B, C). Performance/Capabilities: Experience in California, relevant physical assets and capabilities, and past performance with Palo Alto or other municipal entities were ranked by top, lniddle, and bottom third (A, BI C). Two suppliers, Constellation Energy Commodities Group, Inc., and Morgan Stanley Capital Group, Inc., did not meet the City’s minimum contract requirements (namely one-way terlnination) and were eliminated from the process. All three of the City’s existing suppliers, BP Energy Company, Coral Power LLC, and Sempra Energy Trading, elected to extend the Master Agreements currently in place. The City amended these three Agreements adding updated bankruptcy language and updated language to reflect upcoming regulatory and legislative changes in the industry. These three suppliers and the other four suppliers that responded to the RFP met the City’s minimum credit and contractual criteria. CMR:Page 1 of 2 CMR: - ATTACHMENT A Composite results of the team’s evaluation are summarized in Table 1 below. Table 1: Electric Master Agreement RFP Evaluation Summary Contract’ Performance Provisions / Reference BP Energy Corporation A A B A ConocoPhillips Company A A A A Coral Power LLC A A A A JP Morgan Ventures Energy Corp.A B B A Pacific Summit Energy, LLC A A A B Powerex Corporation A B A A Sempra Energy Trading Corp.B A B A A- A A B+ A- A- B+ Staff strives to ensure that the City has at least three qualified bidders to obtain competitive pricing and to diversify suppliers, some counterparties do not offer all natural gas products that the City needs, and the industry regularly experiences vendors exiting the business or consolidating. These characteristics dictate securing a set of three to seven agreements. Managing more than seven contracts becomes unduly burdensome. All seven qualifying suppliers were able to agree to negotiate final agreements acceptable to the City. CMR:Page 2 of 2 NOT YET APPROVED A TTACHMENT B ORDINANCE NO. ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO AUTHORIZING THE CITY MANAGER TO PURCHASE A PORTION OF THE CITY’S ELECTRICITY REQUIREMENTS FROM CERTAIN PREQUALIFIED ELECTRICITY SUPPLIERS UNDER SPECIFIED TERMS AND CONDITIONS DURING CALENDAR YEARS 2007 THROUGH 2022, INCLUSIVE The Council of the City of Palo Alto does ORDAIN as follows: SECTION i. The City Council finds, as follows: A.Between November 2001 and August 2003, the Council by minute orders approved the following: (i) four primary energy portfolio objectives ("Objectives"), noted in staff report CMR:425:01, including the objective to ensure low and stable electric supply rates for customers; (2) long-term electric acquisition plan development and management guidelines ("LEAP Guidelines"), noted in staff report CMR:389:02, which requires the diversification of energy purchases based on factors such as dates and terms of commitment, suppliers, prices and fuel sources; and (3) the LEAP Implementation Plan, noted in staff report CMR:354:03, which requires approval of master agreements with suppliers for terms of up to three years. B.In accordance with the LEAP Guidelines and the implementation of the City’s short-term electric purchase laddering strategy, noted in staff report CMR:331:04, the City must annually purchase and, incidental to purchases, sell electricity to meet the needs of its electric customers by contracting for terms varying from less than one month to three years. The City’s Energy Risk Management Policies, noted in staff report CMR:128:06, provide that the City will purchase only that quantity of electricity meeting its load requirements at the time a transaction is executed. C.By Ordinance No. 4812, adopted January 5, 2004, the City has entered into one or more purchase t~ansactions, costing in the aggregate $19 million, which are scheduled for delivery in the 2007 - 2009 period. These transactions will be governed by the new, amended, or restated Edison Electric Institute contracts (each an "EEI Contract") . D.In June 200~, the City conducted an RFP process for electricity purchases and BP Energy Company, Coral Power, L.L.C., Sempra Energy Trading Corporation, ConocoPhillips Company, J.P. Morgan Ventures Energy Corporation, Pacific Summit Energy L.L.C. and Powerex Corporation have been determined to possess the minimum 070420 syl 0072801 NOT YET APPROVED financial and legal qualifications and business experience required of suppliers eligible to do business with the City. E.The City intends to purchase electricity from one or more of these pre-qualified suppliers for delivery during calendar years 2007 through 2022, inclusive, provided the supplier with whom the City negotiates specific transactions continues to be qualified and otherwise eligible to do business with the City. SECTION 2. The Council hereby authorizes the City Manager to negotiate and sign new, amended, or restated EEI Contracts with the suppliers referred to in section I.D above, and further authorizes the City Manager or his designee, the Director of Utilities,to negotiate one or more individual transactions, including,but not limited to, negotiating contracts, addenda, confirmations and transactions for resou-rce adequacy. The authorization shall extend to individual transactions executed under any number of EEI Contracts with the referenced suppliers; provided, however, (a) the maximum expenditure under any EEI Contract shall not exceed $75 million in the aggregate and, with respect to outstanding transactions for $19 million referred to in Section I.C, the respective amounts will not be applied against the maximum expenditure established herein; and (b) the maximum term of any transaction shall not exceed three years, commencing on the date of execution of the transaction. The sentence preceding notwithstanding, the City may enter into a transaction greater than three years with any supplier referred to in Recital D, excepting BP Energy Company and Sempra Energy Trading Corporation, with whom any transaction shall not exceed four years, if the Councfl grants prior approval to such transaction. SECTION 3. No EEI Contract and any related transaction entered into with any qualified supplier, executed by the City Manager or his designated representative and approved as to form by the City Attorney, under the authority of this ordinance shall extend beyond December 31, 2022. SECTION 4. The Council hereby finds that this ordinance is exempt from the provisions of the California Environmental Quality Act pursuant to Section 15061(b) (3) of the California Environmental Quality Act Guidelines, because it can be seen with certainty that there is no possibility of significant environmental effects occurring as a result of the adoption of this ordinance. // // // // 070420 sy3 0072801 NOT YET APPROVED SECTION 5. This ordinance shall be effective on the thirty-first day after the date of its adoption. INTRODUCED: PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATTEST: City Clerk APPROVED AS TO FORM: Mayor APPROVED: Senior Asst. City Attorney City Manager Director of Administrative Services Director of Utilities 070420 sy~ 0072801 3