Loading...
HomeMy WebLinkAboutStaff Report 354-06TO: FROM: DATE: SUBJECT: City HONORABLE CITY COUNCIL CITY MANAGER SEPTEMBER 11, 2006 City of Palo Alto Report DEPARTMENT: UTILITIES CMR:354:06 APPROVAL OF CONTRACT WITH ECOLOGY ACTION INC. IN THE AMOUNT OF $ 250,000 TO PROCEED WITH A SMALL COMMERCIAL ENERGY EFFICIENCY PROGRAM RECOMMENDATION Staff recommends that Council: o Approve and authorize the City Manager or designee to execute the attached contract with Ecology Action for a turn-key Small Commercial Energy Efficiency Program in an amount not to exceed $250,000 over a three year term. Authorize the City Manager or designee to exercise the option to renew the contact for the second and/or third year provided 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. BACKGROUND In 1997, California State AB1890 was passed requiring municipal utilities to collect an electric charge to fund public benefit programs. The funding level established for Palo Alto is approximately 2.85% of electric revenue annually. AB1890 established that funds be expended in any one or more of four program categories: Demand-side management programs New investment in renewable energy resources Research, development and demonstration programs Low income services. To comply with AB1890, the City Council approved an initial public benefit package with funding allocations as part of the budget process for 1998-99 (CMR:237:98). The program allocation served as a guideline and was expressed by a range, which in sum cannot exceed $1.77 million cap. The cap allocation for a given program may be exceeded, with a corresponding reduction in another program if, for example, customer demand is high for a particular program. CMR:354:06 Page 1 of 4 The components and details of public benefit programs will continuously evolve through an iterative process involving the residents and businesses of Palo Alto, staff, Council and the UAC. DISCUSSION Although City of Palo Alto Utilities (CPAU) has a long history of offering incentive programs to Palo Alt0 customers, there has been low participation from small commercial customers due to lack of adequate financial resources and insufficient staff time to design, implement and manage a specialized program that meets the needs of a small commercial customer. In order to be able to provide high quality, high value services to small commercial customers, CPAU Utilities Marketing Services (UMS) recommends securing the services of Ecology Action Inc. to provide a full service, "turn-key" energy efficiency installation and service program with delivered verified energy savings for low cost to both CPAU and to customers. This recommendation for a full scale program is based upon the highly successful pilot project CPAU ran between June 1, 2005 and February 1, 2006. The 2005 "Palo Alto Right Lights Program" substantially over-delivered on program targets as well as demonstrated a low retrofit cost per customer. Staff set a target goal to serve 32 customers with an energy reduction of 64 kW or 320,000 kWh. Ecology Action was able to audit 45 sites, reaching an impressive 141% of goal. Accordingly it also was able to get 79 kW energy reductions or 405,279 kWh. Not only was "Right Lights" a cost-effective program to run, it also eliminated 445,807 lbs. of C02 from being discharged into the environment. Since the start of this program, Ecology Action has been able to deliver verifiable energy savings tO the hard-to-reach small commercial customer class. See appendix A for complete pilot program details. The primary goal for the Small Commercial Energy Efficiency Program is to improve customer satisfaction by achieving a high participation rate, measured as percentage of customers participating in the lighting retrofit. The ideal customer class is businesses with 1 to 9 employees and under 10 kW in demand. The turn-key program will help business customers reduce energy use and lower annual energy costs in their business through a variety of project services and installations, such as: Energy efficient lighting: Fluorescent fixture conversion, compact fluorescent lamps (CFL), high intensity discharge (HID) replacement of incandescent lamps, and light emitting diode (LED) upgrades of exit signs. Performance-based operation and maintenance system improvements and verification to increase operational efficiency for rooftop "packaged" heating, cooling, and ventilating systems sized between 5 and 20 tons. The contractor will check and replace belts, clean condenser and evaporator coils, tighten cover panels, provide a new filter, economizer lubrication/check/cleaning, check and properly charge the refrigerant, install locking Schrader valve caps, assess airflow performance, and check/reprogram existing thermostats. CMR:354:06 Page 2 of 4 Programmable thermostats replacement. Anti-sweat heater controls for refrigeration doors, primarily in convenience stores and flower shops. Occupancy sensors, wall box lighting sensors, wall or ceiling mounted lighting, plug load sensors, lighting time clocks. A unique feature of this program is the measure to assure air conditioning performance and to capture operations and maintenance savings. Most rebate programs focus on equipment replacement using stated manufacturer energy efficiency ratios as a standard of assuring the best units are installed. However, ongoing research by E Source, Northwest Energy Alliance, and Portland Energy Conservation, Inc., all indicate that stated manufacturer ratios are not yielding the expected energy savings and that a focus on assessing HVAC installed performance may be a better approach to capturing energy and demand savings. Federal Energy Management Program (FEMP) indicates potential savings of between 5% and 20% of energy bills through implementation of low and no-cost operation and maintenance schedule which targets energy efficiency. Program services targeted to the heating, ventilation, and air conditioning systems under this contract would be offered to customers during the initial site visit for lighting and efficiency assessment. Customers would be provided with marketing material describing the operations and maintenance program and its benefits. The contractor would then manage and coordinate all aspects of scheduling with customers and the City’s project manager. Each participant will be provided with a report from the contractor of findings, operations and maintenance measures performed, and anticipated energy and dollar savings. The selected provider will perform and deliver a follow-up survey of solicited participants with analysis through on-site surveys and participant surveys. Quarterly and final reports detailing work described above will be provided. Summary of Bid Process Bid Name/Number RFP 116342 Name/Number of Bid here 4 Proposed Length of Project 36 months Number of Bids Mailed to 6 Contractors Total Days to Respond to Bid 21 Pre-Bid Meeting?Yes Number of Company Attendeesat 5 Pre-Bid Meeting Number of Bids Received:4* *Bid summary provided in Attachment B. An evaluation consisting of three Utilities staff members review the proposals. A total of five companies were invited to bid on this project. One company chose not to respond due to high CMR:354:06 Page 3 of 4 workload. All contactors were invited to a pre bid meeting to gain a better understanding of the project goals and targets on March 14, 2006. The committee carefully reviewed the firm’s qualifications and submittal in response to the criteria identified in the RFP. The committee evaluated the proposals on four main criteria consisting of: consultant’s strengths and qualifications, program management expertise, program cost effectiveness, and successful completion of similar projects with CPAU. Please see Attachment B for detail criteria of each category. Ecology Action Inc. (EAI) was selected based on its expertise with the small commercial energy efficiency programs. EAI has audited and installed energy efficiency measures for small commercials customers for the past 10 years in communities that surround Palo Alto. EAI has done similar work for Pacific Gas& Electric (PG&E) and was awarded a 10.25 million contact for its Energy Partners Program to serve small businesses in San Mateo, Santa Clara, Santa Cruz, Monterey and San Benito counties through 2008. EAI has also completed a successful pilot program with CPAU. RESOURCE IMPACT Staff has determined that sufficient budgeted funds do exist to allow for the implementation of this program for FY 2006-07. POLICY IMPLICATIONS This recommendation is consistent with the Council-approved Utilities Strategic Plan Objective #1, Enhance customer satisfaction and utility infrastructure. It also supports Key Strategy No. 6: Provide targeted customer and environmental programs and services. Strategy No. 7: Implement programs that improve the quality of the environment. ENVIRONMENTAL REVIEW This project is categorically exempt from California Environmental Quality Act (CEQA). ATTACHMENTS A: Appendix A - 2005 Palo Alto Rights Program: Impacts and Results B: Bid Summary C: Certificate of Non-Discrimination D: Contract ~/~)~t~ ~PREPARED BY: BRIAN WARD Utility Account Representative DEPARTMENT HEAD: CARL YEATS Director CITY MANAGER APPROVAL: Assistant City Manager CMR:354:06 Page 4 of 4 Appendix A The 2005 Palo Alto RightLights Program: Impacts and Results Ecology Action achieved great success in customizing and delivering RightLights for CPAU in 2005. Beginning in March 2005 with an $80,000 one-year contract, Palo Alto RightLights was completed in January 2006, with the exception of $3,676 in unspent funds. Ecology Action subsequently received clearance to spend the remaining funds on additional retrofits (~50% to incentives and 50% to labor) in order to achieve greater energy savings. Final installation activities were completed in the May 2006 reporting period, and the final impacts and results listed in this report are inclusive of all activities since Program inception. ~ Customer Eligibility. Palo Alto RightLights ensured that all participants were CPAU customers. This was accomplished by 1) ascertaining that the customers’ zip codes comported with those of CPAU’s service territory, and 2) obtaining CPAU customer and/or meter numbers for each participant. In addition, Palo Alto RightLights staff ensured that only customers meeting other CPAU eligibility requirements (i.e., approved rate schedule) were allowed to participate. Deliverables vs. Goals. Palo Alto RightLights substantially overdelivered on all Program deliverables while remaining within budget. ICustomers 32 141% kW 64.0 79.1 124% kWh 320,000 405,279 127% Cost Effectiveness. RightLights’ cost per delivered kW is among the most competitive among turn-key lighting programs in the state. The 2005 Palo Alto RightLights Program achieved the following cost effectiveness performance: Program $/kW $1,012 Program S/kWh $0.20 Incentive $/kW $ 431 Incentive S/kWh $ 0.08 Customer Impacts. The 2005 Palo Alto RightLights Program achievements demonstrate a very low retrofit cost per customer as shown below. Even after eliminating "QSP only" jobs, out-of-pocket costs averaged under $100. Overall, customer out-of- pocket expenses averaged just $52. We note that some "QSP-only" jobs are in fact comprehensive, i.e., businesses with no linear fluorescents which are so small that the QSP lamps replaced virtually all the pre-existing incandescent lighting. 45 29 16 Total Average $35,861 $797 $33,510 $745 $2,351 $52 93%$36,702 93%$816 Total Average $35,452 $1,222 $32,967 $2,485 93%$33,034 $1,137 $86 93%$1,139 kW 1.8 2.5 kWh 9,006 12,902 Job Size $797 $1,222 Rebate $688 $1,137 %Rebate 93%93% Annual Utility Savings $ 816 $ 1,139 Payback ~1 month ~1 month Had to Reach 100%100% Capturing Hard-to-Reach Customers. Since its inception the RightLights program has demonstrated an unparalleled ability to deliver energy savings to the hard-to-reach (HTR) small business market. Palo Alto RightLights HTR impacts within CPAU territory (45 customers) are as follows: Language 9% Ownership 100% Size (VS)96% Total HTR 100% Language: Primary language spoken is other than English. Ownership: With 100% of Palo Alto RightLights customers leasing their space, the Program has effectively shattered the split incentive barrier. Size: This number represents businesses with 1-9 employees (CPUC Very Small category. If those with 10 or more workers and under 100 kW in demand (CPUC Small category) were added it would bring ,the total to ~99%. Environmental Impacts. In addition to the Program’s energy savings, the following environmental benefits were delivered to CPAU ratepayers by Palo Alto RightLights in 2005: Palo Alto RightLights 2005: Greenhouse Gas & Pollutant Emissions Impacts Carbon Dioxide (CO2) Nitrogen Oxides (NOx) Carbon Monoxide (CO) Sulfur Dioxide (SO2) Respirable Particulate Matter (PM10) Nitrous Oxide (N20) Volatile Organic Compounds (VOC) Methane (CH4) Sulfur Oxides (SOX) 1.10 0.000842353 0.00056047 0.000540321 0.00051 7.35E-05 6.33E-05 5.57E-05 2.00E-05 445,807 341 227 219 206 30 26 23 8 Mulitply the emission factor by kWh reduced to find pounds of pollutants avoided. CO2 Emission Factor based on California Energy Commission 9/03 published data, PG&E area. Other Emission Factors: Tellus Institute data based on AEO2001 reference case NEMS model for 2003, NERC CNNV subregion power grid emissions (polluting and non-polluting sources), EPA National Air Quality and Emissions Trends Report, Intergovemmental Panel on Climate Change. NOTE: All above based on typical CA generation (mainly natural gas, some hydro, wind, etc.). Impacts would be much higher for US regions that burn a lot of coal for power. 405,279 0.00757 3,066 diversionbasedonSERANEBsstudy, Quantec’sRightLightsEvaluation, 2005. 39 61 69 Homes ~owered per year ** * Based on C02 Reduction ** Based on kWh saved 1.10 I Ibs. 002 per kWh per CEC, 9/03 PG&E simulation run X X X x x ~o 0 0 0 o o LL o X o o u~X o ~ cO X ’,-" ~ .___ ~ >, u ~om :a..go ~’~ u~ X o 0 0 o X o u~ X ~ 0 ~D SCOPE OF WORK ATTACHMENT A Based on the success of the 2005 Palo Alto Right Lights Pilot Program, City of Palo Alto Utilities (CPAU) has chosen Ecology Action to continue to implement a turnkey energy and water efficiency program focused toward CPAU’s small commercial customer class. The program is designed for our small commercial E2 electric rate customers, who due to lack of adequate resources, time and knowledge never participate in public benefit programs. Ecology Action will be provided with a list of qualified customers and will approach these customers, on behalf of CPAU, to provide interested customers with a free energy and water audit. Audits and recommended energy efficiency improvement information will be provided to the customers to install the measures at a subsidized cos~i.. BACKGROUNDINFORMATION In 1997, California State AB 1890 was passed requiring municipal utilities to collect an electric charge to fund public benefit pro.grams. The funding level established for Palo Alto is approximately $1.77 million annually. AB 1890 established that funds be expended in any one or more of four program categories: ’ " . *Demand-side management programs (Energy Efficiency Programs) .New investment in renewable energy resources .Research, development and demonstration programs .Low income services. To comply with AB 1890, the City Council approved an initial public benefit package with funding allocations as part of the budget process for 1998-99 (CMR:237:98). The program allocation served as a guideline and was expressed by a range, which in sum cannot exceed $1.77 million cap. The cap allocation for a given program may be exceeded, with a corresponding reduction in another program if, for example, customer demand is high for a particular program. Staff anticipates that the components and details of public benefit programs will continuously evolve through an iterative process involving the residents and businesses of Palo Alto, staff, Council and the UAC. PROJECT OBJECTIVES There are two main objectives of the Small Commercial Energy Efficiency Program are: Objective 1 - Improve customer satisfaction by achieving a high participation rate, measured as percentage of customers participating in the lighting retrofit. The ideal customer class is businesses with 1-9 employees and under 10 kW in demand. Objective 2 Create a cost effective program that will help businesses customers reduce energy use and lower annual energy costs in their business. PROJECT DESCRIPTION The 2005 "Palo Alto Right Lights Pilot Program" substantially over delivered on program targets as well as demonstrated a low retrofit cost per customer. CPAU staff set a target goal to serve 32 customers with an energy reduction of 64 kW or 320,000 kWh for a one year period. Ecology Action was able to audit 45 sites reaching an impressive 141% of goal. Accordingly they also were able to get 79 kW energy reductions or 405,279 kWh. Not only was Right Lights a cost effective program torun it also eliminated 445,807 lbs. of C02 from being discharged into the environment. Since the start of the pilot program Ecology Action as been able deliver verifiable energy saving to the hard to reach small commercial customer class. The primary goal for the Small Commercial Energy Efficiency Program is to improve customer satisfaction by achieving a high participation rate, measured as percentage of customers participating in the lighting retrofit. The ideal customer class is businesses with 1-9 employees and under 10 kW in demand. The turn-key program will help businesses customers reduce energy use and lower annual energy costs in their business through a variety of project services and installations, such as: Energy efficient lighting: (T 12 to T 8 fluorescent fixture conversion, compact fluorescent lamps (CFL), high intensity discharge (HID)replacement of incandescent lamps, light emitting diode (LED) upgrades of exit signs Performance based operation and maintenknce system improvements and verification for rooftop "packaged" heating, cooling, and ventilating systems sized between 5 and 20 tons (check and replace belts, clean condenser and evaporator coils, tighten cover panels, provide a new filter, economizer lubrication/check/cleaning, check and properly charge the refrigerant, install locking Schrader valve caps, assess airflow performance, and checkireprogram existing thermostats Programmable thermostats replacement Anti-Sweat Heater Controls for doors primarily in convenience stores, flower shops Occupancy sensors, wall box lighting sensors, wall or ceiling mounted lighting, plug load sensors, lighting time clocks. Currently there are no existing programs in CPAU to assure air conditioning performance or to capture operations and maintenance savings. Our existing rebate program focuses on equipment replacement using stated manufacturer energy efficiency ratios as a Standard of assuring the best units are installed. However, ongoing research by E Source, Northwest Energy Alliance, Portland Energy Conservation, Inc., all indicate that stated manufacturer ratios are not yielding the expected energy savings and that a focus on assessing HVAC installed performance may be a better approach to capturing energy and demand savings. Federal Energy Management Program indicates potential savings of between 5% and 20% of energy bills through implementation of low and no-cost operation and maintenance schedule which targets energy efficiency. Program services targeted to the heating, ventilation, and air conditioning systems under this contract would be offered to customers during the initial site visit for lighting and efficiency assessment. Customers would be provided with marketing material describing the operations and maintenance program and its benefits. The contractor would then manage and coordinate all aspects of scheduling with customers and the City’s Project Manager. Each participant will be provided with a report from the contractor of findings, operations and maintenance measures performed, and anticipated energy and dollar savings. Ecology Action will perform and deliver a follow-up survey of solicited participants with analysis through on-site surveys and participant surveys. Quarterly and final reports detailing work described above will be provided. All work shall be completed in a timely manor. CONSULTANT SERVICES Ecology Action’s scope of work shall include, bu~ not be limited to, the following: Task 1" Review Existing Information No Review the 2005 Right Lights Palo Alto Pilot Program customer database for list of customers served, areas targeted, list of customers approached, list of all E2 commercial customers in billing system B.Review and become familiar with the April 2006 Final Right Lights Palo Alto Pilot Program savings ’report. Co Data collection .............. Create a specific potential list of customers and locations. Conduct site visits and determine savings potential on full or partial energy efficiency retrofits. Report all findings. Task 2: Market Analysis Detailed market assessment The market assessment shall include all E2 potential users in the project areal CPAU will provide information to prospective customers. Ecology Action will perform energy audit assessment of users’ site and his or hers willingness to implement energy efficiency measures. No Incentive Evaluate the savings potential on reduced energy consumption. Evaluation shall take into account the on-site retrofit costs, current and future savings vs. total project cost. Task 3: Proiect Design No Develop project Consultant shall develop a conceptual project to deliver verifiable saving to CPAU. The project shall address the needs of the prospective customers and future requirements. Technical evaluation Consultant shall perform a technical evaluation at the customer’s site including all major equipment. Cost Estimation Contract Ecology Action shall provide the customer and CPAU with a detailed estimate the total costs of the project. The total cost shall include any customer out of pocket costs, any cost to the customer for operations and maintenance costs, and any other costs that are not included in the program description D°Written contract After a’free energy audit has been performed a detailed Cost Estimation Contract (Retrofit Contract) will be presented to the customer. A signature from the customer will be required before any work can be performed. A signature by the customer will act as an acceptance and authorization for any energy efficiency retrofits to be done. Task 4: Preparation of Reports A° No Monthly Report (monthly) Ecology Action shall produce a monthly report detailing the date and number of customer sites visited, number of customer audited, number of customer sites a Quick Saver Packet (QSP) was installed, number of sites a QSP was declined, number of customer sites that signed a retrofit contract with an estimated completion date. Yearly Draft Report Summary (draft report) Ecology Action shall prepare a yearly draft report summary that includes all customer information, customer sites targeted, customer sites audited and customer sites that declined audits and retrofits completed. The draft report will include marketing plan, program goals, % of goal completed, estimated total energy savings potential, actual savings potential. The draft report may include any comments and questions from project manger. Co Final report (final) Ecology Action shall review and respond to all draft report comments from the CPAU and incorporate all appropriate or required changes to Final. Task 6: Proiect Management 4 Proj ect management shall be an integral part of the Small Commercial Energy Efficiency Program. Ecology Action shall monitor all activities, schedule, and budgets of the project. All activities shall be coordinated through CPAU Project Manager. A.Budget and Schedule Tracking Ecology Action shall provide budget and schedule tracking of this project. Provide summaries of project status,, and budget and schedule status on a monthly basis. No Project Meetings Coordinate and attend a minimumof:two prgject meeti.ggs per year to update project Manager on schedule, budget andm;~i!~il i~;~~ta~t~s.: ..... ’ ...... ’~ .... ~<~~ ....... ¯ DELIVERABLES Ecology Action shall prepare and deliver one (1) draft report to Project Manager for review and comments. Consultant shall respond to all review comments, incorporate comments as appropriate, and submit five (5) copies of the final report to Project Manager for distribution. ADDITIONAL SERVICES Ecology Action may be required to perform additional services listed below. Ecology Action shall perform the additional services upon written authorization by the Project Manager. Payment for the additional services shall be time and expense based on the schedule of charges not to exceed a pre-negotiated maximum. The maximum limit for each additional task shall be negotiated and agreed upon prior to providing the service. Ecology Action shall provide a schedule of charges with the fee information, Additi0’~al services may include: A1. Develop and evaluate project alternatives to lighting retrofit in the project area. A2. Conduct meetings or workshops that are not including in the basic scope of services. PROJECT SCHEDULE Theproject shal! start on October 1, 2005. The final report shall be complete before June 30, 2009. Consultant shall establish a schedule showing the critical path and time line for each task at the beginning of the project. The Consultant shall update and maintain the schedule throughout the project. PAYMENT Progress payments for Ecology Action services shall reflect the amount of incentive paid plus administration fees. The cumulative payment shall not exceed the total contact amount of 250k. or completed percent of the total project based on the completed tasks or deliverables. *** END*** ATTACHMENT B INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH A BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. ~WARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: MINIMUM LIMITS REQUIRED TYPE OF COVERAGE YES WORKER’S COMPENSATION YES AUTOMOBILE LIABILITY YES YES NO COMPREHENSIVE GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY COMPREHENSIVE AUTOMOBILE LIABILITY, INCLUDING, OWNED, HIRED, NON-OWNED PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE REQUIREMENT STATUTORY STATUTORY BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. BODILYINJURY EACH PERSON EACH OCCURRENCE PROPERTY DAMAGE BODILYINJURY AND PROPERTY DAMAGE, COMBINED ALL DAMAGES EACH OCCURRENCE $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000~000 $1,000,000 AGGREGATE $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: PROPOSER, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY PROPOSER AND ITS SUBCONSULTANS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSURES CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. II. INSURANCE COVERAGE MUST INCLUDE: A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY - SEE SECTION D, SAMPLE AGREEMENT FOR SERVICES. SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE, OR COMPLETE THIS SECTION AND IV THROUGH V, BELOW. A.NAME AND ADDRESS OF COMPANY AFFORDING COVERAGE (NOT AGENT OR BROKER): B.NAME, ADDRESS, AND PHONE NUMBER OF YOUR INSURANCE AGENT/BROKER: C.POLICY NUMBER(S): City of Palo Alto - RFP Page 1 of 2 ATTACHMENT B INSURANCE REQUIREMENTS D.DEDUCTIBLE AMOUNT(S) (DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR APPROVAL): I11. IV. Vo AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AND PROPOSER’S SUBMITTAL OF CERTIFICATES OF INSURANCE EVIDENCING COMPLIANCE WITH THE REQUIREMENTS SPECIFIED HEREIN, ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSURES" A.PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSURES. B.CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSURES UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C.NOTICE OF CANCELLATION 1.IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2.IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. PROPOSER CERTIFIES THAT PROPOSER’S INSURANCE COVERAGE MEETS THE ABOVE REQUIREMENTS: THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW. SIGNATURE(S) MUST BE SAME SIGNATURE(S) AS APPEAR(S) ON SECTION II, ATTACHMENT A, PROPOSER’S INFORMATION FORM. Firm: Signature: Name: (Print or type name) Signature: Name: (Print or type name) NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303. City of Palo Alto - RFP Page 2 of 2 CERTIFICATION OF NONDISCRIMINATION ATTACHMENT C Project: Certification of Nondiscrimination: As suppliers of goods and/or services to the City of Palo Alto in excess of $5,000, the firm, contractor or individual(s) listed below certify that: they do not and in the performance of this contract they will not discriminate in employment of any person because of race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person; and further certify that they are in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employment. Firm:DATE: Title of Officer Signing: Signature: CITY OF PALO ALTO: CERTIFICATION OF NONDISCRIMINATION CITY OF PALO ALTO CONTRACT NO. C07116342 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND ECOLOGY ACTION, INC. FOR PROFESSIONAL SERVICES (Right Lights Project) This AGREEMENT 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 Ecology Action Inc., a California Corporation, located at 211 River Street, Santa Cruz, CA 95060 ("CONSULTA!NT") . RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to engage a consultant to prepare an energy and water audit efficiency incentive program in connection with the Project ("Services"). B. CONSULTANT has represented that it and any subconsultants have the necessary professional expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. C. CITY in reliance on these representations desires to engage CONSULTANT to provide the Services as more fully described in Exhibit "A", attached to and made a part of this Agreement. D. CONSULTANT has agreed to perform the Services on the terms and conditions contained in this Agreement. NOW, THEREFORE, in consideration of the recitals, ~covenants, terms, and conditions, ~this Agreement, the parties agree: AGREEMENT Section I. SCOPE OF SERVICES. CONSULTANT shall perform the Services described in Exhibit ~A" in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY. SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution to "UPON COMPLETION OF THE SERVICES IN ACCORDANCE WITH THE SCHEDULE OF PERFORMANCE ATTACHED AS EXHIBIT ~B"), unless terminated earlier pursuant to Section 20 of this Agreement. 050310 SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services within the term of this Agreement and in accordance with the schedule set forth in Exhibit ~B", attached to and made a part of this Agreement. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT. CITY’s agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit "A", including both payment for professional services and reimbursable expenses, shall not exceed Eighty Five Thousand Dollars ($85,000) per year. In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed Eight Thousand Five Hundred Dollars ($8,500). The applicable rates and schedule of payment are set out in Exhibit "C,, entitled "COMPENSATION," which is attached to and made a part of this Agreement. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit "C". CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described in Exhibit ."A". SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the services performed and the applicable charges (including an identification of personnel who performed the services, hours worked, hourly rates, and reimbursable expenses), based upon the CONSULTANT’s billing rates (set forth in Exhibit "C") . If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTANT’s payment requests shall be subject to verification by CITY. SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All of the Services shall be performed by CONSULTANT or under CONSULTANT’s supervision. CONSULTANT represents that it possesses the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and subconsultants have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. 2 050310 All of the ~ervices to be furnished by CONSULTANT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California undem the same or similar circumstances. 3 050310 SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement. CONSULTANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services. CONSULTANT shall report immediately to the CITY’s project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulationS, orders, and/or guidelines in relation to the Project of the performance of the Services. All documentation prepared by CONSULTANT shall provide for a completed project that conforms to all applicable codes, rules, regulations and guidelines that are in force at the time such documentation is prepared. SECTION 8. ERRORS/OMISSIONS. CONSULTANT shall correct, at no cost to CITY, any and all errors, omissions, or.ambiguities in the work product submitted to CITY, provided CITY gives notice to CONSULTANT. SECTION 9. INDEPENDENT CONTRACTOR. It is understood and agreed that in performing the Services under this Agreement CONSULTANT, and any person employed by or contracted with CONSULTANT to furnish labor and/or materials under this Agreement, shall act as and be an independent Contractor and not an agent or employee of the CITY. The manner and means of conducting the Services are the responsibility of and under the control of CONSULTANT, except to the extent they are limited by applicable law and the express terms of this Agreement. CONSULTANT will be responsible for employing or engaging all persons necessary to perform the Services. All contractors and employees of CONSULTANT are deemed to be under CONSULTANT’S exclusive direction and control. CONSULTANT shall be responsible for their performance. SECTION I0. ASSIGNMENT. The parties agree that the expertise and experience of CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSULTANT’s obligations hereunder without the prior written consent of the city manager. Consent to one assignment will not be deemed to be consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void. SECTION II. SUBCONTRACTING. 050310 NO SUBCONSULTANTS. CONSULTANT shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of the city manager or designee. SECTION 12. PROJECT MANAGEMENT. CONSULTANT will assign Mahlon Aldridqe 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 Agreement cause the substitution of the project director or any other key personnel for any reason, the appointment of a substitute project director and the assignment of any key new or replacement personnel will be subject to the prior written approval of the CITY’s project manager. CONSULTANT, at CITY’s request, shall promptly remove personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property. The city manager will represent CITY for all purposes under this Agreement. Brian Ward is designated as the project manager for the CITY. The project manager will be CONSULTANT’s point of contact with respect to performance, progress and execution of the Services. The CITY may designate an alternate Project manager from time to time. SECTION 13. DUTIES of CITY. To assist CONSULTANT in the performance of the Services, CITY will furnish or cause to be furnished the specified services and/or documents described in Exhibit "A" and such other available information as may be reasonably requested by CONSULTANT. SECTION 14. OWNERSHIP OF MATERIALS. All drawings, plans, reports, specifications, calculations, documents, other materials and copyright interests developed or discovered by CONSULTANT or any other person engaged directly or indirectly by CONSULTANT to perform the services required hereunder shall be and remain the property of CITY without restriction or limitation upon their use. Neither CONSULTANT nor its contractors, if any, shall make any of such materials available to any individual.or organization without the prior written approval of the city manager or designee. SECTION 15. AUDITS. CONSULTANT will permit CITY to audit, at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT’s records pertaining to matters covered by this Agreement. CONSULTANT further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Agreement. SECTION 16. INDEMNITY. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an "Indemnified Party") from and against any and all demands, claims, 2 050310 or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements ("Claims") resulting from, arising out of or in any manner related to performance or nonperformance by CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. The acceptance of CONSULTANT’s services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section 16 shall survive the expiration or early termination of this Agreement. SECTION 17. WAIVERS. The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Agreement, 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. SECTION 18. INSURANCE. 18.1.CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit "D". CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile policy or policies. 18.2.All insurance coverage required hereunder shall be provided through carriers with Best’s Key Rating Guide ratings of A-:VII or higher which are admitted to transact insurance business in the State of California. Any and all contractors of CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 18.3.Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement. 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 materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days’ prior written notice of the cancellation or modification, CONSULTANT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY’s Purchasing Manager during the entire term of this Agreement. 3 050310 18.4.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 Agreement. 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 Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 19. WORKERS’ COMPENSATION. CONSULTANT, by executing this Agreement, 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 and during the performance of the Services. SECTION 20.TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 20.1.The city manager may suspend the performance.of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (i0) days’ prior written notice thereof to CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the Services. 20.2.CONSULTANT may terminate this Agreement or suspend its performance of the Services by giving ten (i0) days prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY. 20.3.Upon such suspension or termination, CONSULTANT shall deliver to the City Manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed, prepared by CONSULTANT or its contractors, if any, or given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the property of CITY. 20.4.Upon such suspension or termination by CITY, CONSULTANT will be paid for the Services rendered or materials delivered to CITY in accordance with the scope of services on or before the effective date (i.e., I0 days after giving notice) of suspension or termination; provided, however, if this Agreement is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and immediate benefit to CITY as such determination may be made by the City Manager acting in the reasonable exercise of his/her discretion 20.5.No payment,partial payment,acceptance, or 4 0s0310 partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Agreement. SECTION 21. NOTICES. 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 With a copy to the Purchasing Manager. To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 22.CONFLICT OF INTEREST 22.1.In accepting this Agreement, 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. 22.2.CONSULTANT further covenants that, in the performance of this Agreement, it will not employ subconsultants, contractors or persons having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this Agreement 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. 22.3. If the Project Manager determines that CONSULTANT is a "Consultant" as that term is defined by the Regulations of the Fair Political Practices Commission, CONSULTANT shall be required and agrees to file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act. SECTION 23. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONSULTANT agrees that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONSULTANT acknowledges that it has read and understands the provisions of Chapter 2.28 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Chapter 2.28 pertaining to nondiscrimination in 5 050310 employment, including completing the form furnished by CITY and set forth in Exhibit "E" SECTION 24.MISCELLANEOUS PROVISIONS. 24.1. This Agreement will be governed by the laws of the State of California. 24.2.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. 24.3.The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys’ fees expended in connection with that action. 24.4.This document represents the entire and integrated agreement 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. 24.5. The covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and CONSULTANTs, as the case may be, of the parties. 24.6.If a court of competent.jurisdiction~finds or rules that any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force and effect. 24.7.All exhibits referred to in this Agreement and any addenda, appendices, attachments, and schedules to this Agreement which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Agreement and will be deemed to be a part of this Agreement. 24.8.This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement 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 Agreement are no longer available. This Section 24.8 shall take precedence in 5he event of a conflict with any other covenant, term, condition, or provision of this Agreement. 6 050310 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. APPROVED AS TO FORM:CITY OF PALO ALTO Senior Asst. City Attorney Assistant City Manager APPROVED: [Ecology Action] Director of Administrative Services / (If corpor~a~tion: President or Vice-President) marne : ~ = U ~ ~ ~ (If corporation: Secretary or Treasurer~ Taxpayer Identification No. Attachments : EXHIBIT "A" : EXHIBIT "B" ¯ EXHIBIT "C" : (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 WORK INSURANCE NONDISCRIMINATION COMPLIANCE FORM 7 050310