HomeMy WebLinkAbout2004-08-09 City CouncilCity of Palo Alto
C ty Manager’s Report
TO:
FROM:
DATE:
SUBJECT:
HONORABLE CITY COUNCIL
9
CITY MANAGER DEPARTMENT: UTILITIES
AUGUST 9, 2004 CMR:342:04
APPROVAL A OF CONSULTING CONTRACT WITH NAVIGANT
CONSULTING FOR GAS REGULATORY AND TECHNICAL
CONSULTING FOR A TOTAL AMOUNT OF $436,000 FOR THE
FISCAL YEARS FY2004-05, FY2005-06 AND FY2006-07
APPROVAL OF A CONSULTING CONTRACT WITH NAVIGANT
CONSULTING FOR ELECTRIC REGULATORY AND
TECHNICAL CONSULTING FOR A TOTAL AMOUNT OF
$150,000 FOR THE FISCAL YEARS FY2004-05, FY2005-06 AND
FY2006-07
APPROVAL OF A CONSULTING CONTRACT WITH FLYNN
RESOURCE CONSULTING INC. FOR ELECTRIC REGULATORY
AND TECHNICAL CONSULTING FOR A TOTAL AMOUNT OF
$228,000 FOR THE FISCAL YEARS FY2004-05, FY2005-06 AND
FY2006-07
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached three contracts; two of
the contracts are with Navigant Consulting for Electric Technical and Regulatory
Consulting Services and Gas Regulatory Consulting Services and the third
contract is for Electric Technical and Regulatory Consulting Services with Flynn
Resource Consultants Inc.
CMR:342:04 Page 1 of 6
The annual contract amounts by fiscal year and by fund for the consulting services
are as follows:
Consultant/Fund FY 04/05 FY 05/06 FY 07/08
a) Navigant Consulting/Gas $138,000 $145,000 $153,000
b) Navigant Consulting/Electric $ 50,000 $ 50,000 $ 50,000
c) Flynn RCI/Electric $ 72,000 $ 76,000 $ 80,000
Total $260,000 $271,000 $283,000
2.Authorize the City Manager to extend the contracts annually for up to two
additional years, subject to Council approval of sufficient funds.
BACKGROUND
For more than a decade the City has retained consultants to assist staff in the electric and
gas regulatory, legislative, and technical consulting areas. In fiscal year 2003-04, the City
will directly spend approximately $90,000 on gas regulatory consulting and $95,000 on
electric regulatory consulting. This is in addition to the approximately $150,000 spent on
consulting in these areas through joint action agencies. The gas consultants provided
assistance to the City in regulatory proceedings at the California Public Utility
Commission (CPUC). Assistance was provided in areas that included preparing for
Pacific Gas and Electric’s (PG&E) Gas Accord II and Gas Accord III proceedings, the E1
Paso settlement refund proceeding, the CPUC’s capacity rulemaking, analyzing PG&E’s
existing pipeline infrastructure, and monitoring and influencing miscellaneous regulatory
changes at the CPUC. The electric regulatory consultants provided assistance to the City
in the area of regulatory and Bay Area transmission planning proceedings at the CPUC,
California Independent System Operator (ISO), California Energy Commission (CEC),
Federal Energy Regulatory Commission (FERC), and PG&E. Specific issues for which
the consultant provided assistance included PG&E’s 2003 and 2004 transmission grid
expansion plans, ISO’s reliability must-run (RMR) studies, Phase II San Francisco
Peninsula Study, CPUC’s rulemaking order for transmission assessment, ISO’s 2003
controlled grid study, CEC’s supply assessment model and evaluation of transmission
interconnection options for the City.
CMR:342:04 Page 2 of 6
DISCUSSION
Gas
During the next three years, issues such as PG&E’s post 2005 Gas Accord market
structure, PG&E’s rate case, and future gas supply and infrastructure needs for California
will be heard at the CPUC, CEC and FERC and will continue to be a matter of concern to
the City.
It is important that the City’s interest be advocated in these regulatory proceedings. To
this end, the City will present its own witnesses, cross-examine other utilities’ witnesses,
submit briefs, file petitions and take actions as necessary to advance its interests.
Reliance upon consultants with expertise in CPUC, CEC and FERC matters is necessary,
due to the complexity and extent of technical and procedural issues involved in these
proceedings.
Electricity
The California electricity market design remains in flux. During the next three years,
electric regulatory proceedings, which might affect the City of Palo Alto and its
consumers, will continue in several major areas at both the state and federal level. Issues
include comprehensive market redesign and market power mitigation; locational
marginal pricing and congestion management; long-term grid planning; transmission
access charge settlement and implementation; new facilities interconnection policy; cost
determination and allocation of Reliability Must Run units; PG&E’s transmission grid
expansion plans; ISO’s controlled grid study, CEC’s supply assessment model and
regional transmission organization filings by the CAL ISO and others.
The City also needs to develop long-term, solutions to its transmission needs, given
expiring long-term supply contracts, the introduction of a complex regional market
design and the lack of sufficient investment in electric reliability infrastructure in the Bay
Area. In order to improve reliability and electricity supply in the Bay Area the City will
advocate the need for additional transmission at ISO stakeholder meetings at the State and
federal levels. The City will also work closely with other municipal utilities and electric
consumer groups in the Bay Area in planning and advocating for additional new
transmission and generation projects.
Consultant assistance is needed to supplement staff resources in conducting technical
studies to support transmission planning, and providing electric regulatory services in the
proceedings mentioned above. Consultants’ experience in working with agencies such as
CMR:342:04 Page 3 of 6
the ISO, FERC, CPUC, CEC, and local municipal utilities is especially useful for the
City.
Selection Process
Summary of Solicitation Process
Proposal Description/Number
Proposed Length of Project
Number of RFPs Mailed
Total Days to Respond to Proposal
Pre-proposal Meeting Date
Number of Company Attendees at
Pre-proposal Meeting
Number of Proposals Received:
Company Name
1. TriAxis Engineering, Inc
2. Barrington-Wellesley Group, Inc
3. Henwood Energy Service
4. Navigant Consulting, Inc.
5. Ellision Schneider & Harris, LLP
6. Davis Wright & Tremaine, LLP
7. Grueneich Resource Advocates
8. Flyrm RCI
Range of Consultant Hourly Rates in Submitted Proposals
Technical Consulting in Electric and
Legislative and Regulatory Services/206775
3 Years
18
20 days
NA
NA
8 proposals and 2 no bids
Location (City, State)
Corvallis, OR
Walnut Creek, CA
Sacramento, CA
Rancho Cordova
Sacramento, CA
San Francisco, CA
San Francisco, CA
Discovery Bay, Ca
$175 - $445/hr
Selected
interview?
Yes
No
No
Yes
No
Yes
No
Yes
Gas
for oral
On June 2, 2004, a Request for Proposal (RFP) was sent to eighteen consulting firms,
which were known to offer relevant services. Firms were given twenty days to respond.
The RFP allowed consultants to respond to any or all of the major sections of the scope
of work: These sections were, Electric Technical Consulting, Legislative and Regulatory
Services, and Gas Technical Consulting, and Legislative and Regulatory Services. The
RFP also stated that more than one consultant firm could be retained to perform tasks
outlined in the scope of work.
A total of eight firms submitted proposals responding to all or parts of the scope of work.
A selection advisory committee consisting of the Assistant Director Utilities, two
members of the Utilities Resource Management Division, one member of Utilities
Electric Engineering Division and one member of the Purchasing Department reviewed
the proposals. Four firms were invited to participate in oral interviews that were held
between July 14, 2004 and July 19, 2004. The committee reviewed each firm’s
CMR:342:04 Page 4 of 6
qualifications and submittal in response to the RFP relative to the criteria outlined in the
RFP. Navigant Consulting, and Flynn RCI were selected because they ranked the highest,
based on the following evaluation factors: experience related to the services offered,
ability to perform in a timely manner, relevant education and certification, references,
rates and other related information.
Navigant Consulting was selected as the sole consultant for the gas regulatory and
technical consulting. Both Navigant Consulting and Flynn RCI were selected for the
electric regulatory and technical consulting. Flynn RCI was selected primarily for
electric regulatory and strategic consulting. Navigant Consulting was selected primarily
for electric technical and engineering analyses.
RESOURCE IMPACT
The total budget impact by fund and by fiscal year is show below:
Navigant Consulting
Gas Fund TOTAL
FY 04/05 FY 05/06 FY 07/08 3-yeartotal
$138,000 $145,000 $153,000
$138,000 $145~000 $153,000 $436,000
Flynn RCI/Electric
Navigant Consulting
Electric Fund TOTAL
72,000 $ 76,000 $ 80,000 $228,000
50,000 $ 50,000 $ 50,000 $150,000
122~000 $126~000 $130,000 $378,000
Funds for FY04/05 are included in the electric and gas fund budgets. Funds
subsequent years will be subject to appropriation of funds in subsequent budgets.
for
POLICY IMPLICATIONS
This recommendation is consistent with the Council approved Utilities Strategic Plan to
obtain reliable electric and natural gas supplies and to preserve a supply cost advantage
compared to the market.
CMR:342:04 Page 5 of 6
ENVIRONMENTAL REVIEW
These services do not constitute
Environmental Quality Act
a project for the purposes of the California
ATTACHMENTS
A,Navigant Consulting, Inc. - Gas
B.Navigant Consulting~ Inc. - Electric
C.Flynn RCI
PREPARED BY:
DEPARTMENT HEAD:
Raveen Maan, Resource Planner
Debbie Lloyd, Resource Planner
’
~JOl(II~ U’LRI~CH
I~req~or of Utilities
CITY MANAGER APPROVAL:
HARRISON
Assistant City Manager
CMR:342:04 Page 6 of 6
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
NAVIGANT CONSULTING, INC.
FOR GAS CONSULTING SERVICES
Attachment A
This Contract No.is entered into
by and between the CITY OF PALO ALTO, a
chartered city and a municipal corporation of the State of
California ("CITY"), and NAVIGANT CONSULTING, INC., a
corporation organized under the laws of the State of Delaware,
with head office located at Chicago and offices located at 3100
Zinfandel Drive, Suite 600, Rancho Cordova,CA 95670-6026
("CONSULTANT").
RECITALS:
WHEREAS, CITY desires certain professional consulting
services ("Services") and the preparation and delivery of,
without limitation, one or more 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 upon the completion of the
Project, unless this Contract is earlier terminated by CITY.
Upon the receipt of CITY’s notice to proceed, CONSULTANT will
commence work on the initial and subsequent Project tasks in
accordance with the time schedule set forth in Exhibit "A".
Time is of the essence of this Contract. In the event that the
Project is not completed within the time required through any
fault of CONSULTANT, CITY’s city manager will have the option of
extending the time schedule for any period of time. This
provision will not preclude the recovery of damages for delay
caused by CONSULTANT.
040802 cl 0072425 1
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, 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 payment
of any change in work, unless the amount of additional
compensation attributable to the change in work is agreed to, in
writing, 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 whether the Basic Services or the
Additional Services, or both, will contribute minor or
substantial benefit to the construction work.
040802 cl 0072425 2
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 (or 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 will be executed by them or under
their supervision. CONSULTANT will furnish to CITY for
approval, prior to execution of this Contract, a list of all
individuals and the names of their employers or principals to be
employed as <onsultants.
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 Maury Kruth as the project
director to have supervisory responsibility for the performance,
progress, and execution of the Project.Ron Oechsler will be
assigned as the project coordinator who will represent
CONSULTANT during the day-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:
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
040802 cl 0072425 3
laws,ordinances,
above;and
regulations,orders and decrees mentioned
3.4.4 Will report immediately to the project
manager, in writing, any discrepancy or inconsistency it
discovers in the laws, ordinances, regulations, orders, and
decrees mentioned above in relation to 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 five (5) 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 will
provide such additional copies and CITY will compensate
CONSULTANT for its duplicating costs.
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 Contract 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;
040802 cl 0072425 4
3.10.2 Incurring travel and subsistence expenses
for CONSULTANT and its staff beyond those normally required
under the Basic Services; and
3.10.3 Performing any other Additional Servicesthat may be agreed upon by the parties subsequent to the
execution of 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 CONSULTANT 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 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. Girish Balachandran, Assistant
Director, Resource Management is designated as the project
manager for the city manager. The project manager will
supervise the performance, progress, and execution of the
Project, and will be assisted by Raveen Maan and Karla Dailey,
the Resource Planners.
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 for the following
services and work:
040802 cl 0072425 5
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 One
Hundred Thirty Eight Thousand Dollars ($138,000) for fiscal year
2004-2005. CITY will exercise the option to renew the contract
in the amount of One Hundred Forty Five Thousand Dollars
($145,000) for a second fiscal year (2005-2006) and One Hundred
Fifty Three Thousand Dollars ($153,000) for a third fiscal year
(2006-2007) provided the CONSULTANT is responsive to the CITY’s
needs, and the quality of the CONSULTANT’s work is acceptable
during the first year of the contract. The total amount of the
contract over three years shall not exceed Four Hundred Thirty
Six Thousand Dollars ($436,000). 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 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, withouti limitation, any design work or change order
preparation, which is made necessary on account of CONSULTANT’s
errors, omissions, or oversights.
5.1.3 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 the
Project, and in services rendered during Construction at the
site, to the extent such services are expressly contemplated
under this Contract. Included 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.
040802 cl 0072425
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 Payment 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 deductions 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 CONSULTANT, but CONSULTANT disclaims any
responsibility or liability for any alterations or modifications
of such documents.
SECTION 7. INDEMNITY
7.1 CONSULTANT agrees to prot6ct, indemnify, defend
and hold harmless CITY, its Council members, officers, employees
and agents, from any and all demands, claims, or liability of
040802 cl 0072425 7
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 any 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’ compensation, 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.
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
040802 cl 0072425 8
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 insured except in policies
of workers’ compensation, employer’s liability, and professional
liability insurance. Current certificates of such insurance
will be kept on file at all times during the term of this
Contract with the city clerk.
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 will 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 the
Project, in whole or in part, or terminate this Contract, with
or without cause, by giying 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 thirty (30) days prior
written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY or in the event CITY
indefinitely withholds or withdraws its request for the
initiation or continuation of Basic Services or the execution of
the Project.
040802 cl 0072425 9
11.3 Upon such suspension or termination by CITY,
CONSULTANT will be compensated for the Basic Services and
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 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 in the reasonable exercise of his
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
will 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.
11.6 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 the part of CONSULTANT to fulfill its obligations
under this Contract.
040802 cl 0072425 1 0
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 written consent of CITY. A consent to one assignment
will not be ~deemed to be a consent to any ~subsequent assignment.
Any assignment made without the approval of 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, by certified mail, addressed as
follows:
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
Copy to:Girish Balachandran
Department of Utilities - 3rd Flr.
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
To CONSULTANT: Navigant Consulting, Inc.
3100 Zinfandel Drive, Suite 600
Rancho Cordova, CA 95670-6026
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 will not employ contractors or
persons having such an interest mentioned above. CONSULTANT
certifies 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.
040802 cl 0072425 11
SECTION 15. NONDISCRIMINATION
15.1 AS set forth in the Palo Alto Municipal Code, no
discrimination will be made in the employment 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 ($5,00~) or more, CONSULTANT agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment] including completing the
requisite form furnished by CITY and set forth in Exhibit ’~D~
15.2 CONSULTANT agrees that each contract for services
from independent providers will contain a provision
substantially as follows:
"[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, 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 im the performance of this Contract, it will be
in default of this Contract. Thereupon, CITY will have the
power to cancel or suspend this Contract, in whole or in part,
or to deduct the sum of twenty-five dollars ($25) for each
person for each calendar day during which such person was
subjected to 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.
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 the State of California, relating to access
to public buildings and accommodations for disabled persons, and
relating to facilities for disabled persons. CONSULTANT will
040802 cl 0072425 1 2
comply with or ensure by its advice 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 Arbitration 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.
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 ofCalifornia 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
040802 cl 0072425 13
hereto are by such reference incorporated in this Contract and
will be deemed to be a par~t 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.
//
//
//
//
//
//
//
//
//
//
//
//
//
//
//
//
040802 Cl 0072425 1 4
IN WITNESS WHEREOF, the parties hereto have by their
duly authorized representatives executed this Contract on the
date first above written.
ATTEST:CITY OF PAL0 ALTO
City Clerk Mayor
APPROVED AS TO FORM:NAVIGANT CONSULTING, INC.
Senior Assistant City Attorney
APPROVED:
By:
Name:
Title:
Assistant City Manager
By :
Director of Administrative
Services
Name:.
Title:
Director of Utilities Taxpayer Identification No.
36-409-4854
Risk Manager
(Compliance~ with Corp. Code § 313 is
required if the entity on whose behalf
this contract is signed is a corporation.
In the alternative, a certified corporate
resolution attesting to the signatory
authority of the individuals signing in
their respective capacities is
acceptable)
Attachments:
EXHIBIT
EXHIBIT "B":
EXHIBIT "C":
EXHIBIT "D":
SCOPE OF PROJECT &TIME SCHEDULE
RATE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
040802 cl 0072425 l 5
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF )
COUNTY OF )
On , 2004, before me, the undersigned, a
Notary Public in and for said County and State,personally
appeared ,
personally known to me or proved to me on the basis of
satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that
he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature of Notary Public
040802 cl 0072425 16
CERTIFICATE OF ACKNOWLEDGMENT
ciVil Code § 1189)
STATE OF )
) SS.
COUNTY OF )
On , 2004, before me, the undersigned, a
Notary Public in and for said County and State, personally
appeared
personally known to me or proved to me on the basis of
satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that
he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature of Notary Public
040802 cl 0072425 17
EXHIBIT A SUMMARY OF SERVlCF
Navigant shall provide natural gas consulting services and regulatory support to the City of Palo
Alto as outlined in the City’s Request for Proposal, Project number 106775. Services and support
shall be comprised of the following six task categories.
TASK 1: Monitor and analyze CPUC, FERC,CEC proceedings and represent the City’s interests.
In this task Navigant shall monitor and analyze orders, decisions, and filings by and before the
CPUC and the CEC and the FERC for impact on the City. Consultant shall recommend
courses of action to represent the City’s interests in such proceedings, including presentation
of testimony. Specifically, Consultant shall provide this support for the CPUC’s Capacity OIR
and PG&E gas rate cases.
TASK 2: Maintain an on going presence at the CPUC and PG&E to represent the City’s interests
effectively
In this task Navigant shall maintain routine and sufficient access to key policymakers and staff
at the CPUC to facilitate, upon City authorization, effective and efficient representation of the
City’s viewpoints and concerns on gas regulatory issues. Consultant will also maintain routine
contact with key staff at PG&E.
TASK 3: Work with City to establish regulatory and legislative objectives, goals and priorities.
In this task Navigant will communicate on a regular basis with the City staff and develop
regulatory and legislative objectives and strategies for the City. Consultant shall perform work
requested by the City to support attaining its gas acquisition, gas storage and transportation
objectives.
TASK 4. Assist City in any negotiation with PG&E’s post Gas Accord 2005
In this task Navigant shall assist City staff in negotiating with PG&E for backbone transmission
service, storage assets and other related issues for the period after the expiration of PG &E’s
Gas Accord II.
TASK 5: Assist City in the PG&E’s BCAP process
In this task Navigant shaft assist City staff analyzing PG&E ’s local transmission rates.
Task 6: Provide the City with miscellaneous natural gas consulting services
In this task Navigant shaft perform other natural gas related work as requested by City staff.
N IGANT
CONSULTING
Exhibit "B"
Professional and support services for the City of Palo Alto’s gas and electric
utilities, except for testimony, shall be billed at the following rates during
Calendar Year 2004:
Managing Director
Director
Principal
Senior Engagement Manager
Senior Consultant
Consultant
Associate
Analyst
Office Services
$270 per hour
$251 per hour
$225 per hour
$205 per hour
$185 per hour
$165 per hour
$137 per hour
$120 per hour
$ 60 per hour
*The above rates are discounted rates to reflect the City of Palo Alto’s long-
standing relationship with NCI.
The rates shall be adjusted each year, commencing January 1, 2005, to reflect the
change in rates officially established by NCI.
Testimony shall be billed at not less than eight (8) hours per day.
Reproduction, printing, communications, computer services, and other
miscellaneous support services shall be billed at rates for such services as
determined from time to time and officially established by NCI.
All travel, food, lodging, and miscellaneous expenses, except automobile
mileage, associated with the provision of services hereunder shall be billed at
cost plus ten (10) percent. Automobile mileage will be billed at the rate
approved by the Internal Revenue Service.
Client shall reimburse NCI for any applicable sales tax imposed on services
rendered by NCI to Client.
EXHIBIT "C"
PARTII-INSURANCE REQUIREMENTS FORM 650
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 TO TRANSACT
INSURANCE BUSINESS IN THE STATE OF CALIFORNIA.
AWARD 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.
BODILY INJURY
EACH PERSON
EACH OCCURRENCE
PROPERTY DAMAGE
BODILY INJURY 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: BIDDER, 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 BIDDER AND ITS
SUBCONTRACTORS, 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.
I1.
INSURANCE COVERAGE MUST INCLUDE:
A.A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF
COVERAGE CANCELLATION; AND
B.A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S
AGREEMENT TO INDEMNIFY CITY.
SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE, OR COMPLETE THIS SECTION AND
IV AND 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 NO. 148685 PAGE 1 OF 2
PART II - INSURANCE REQUIREMENTS FORM 65(~
D.DEDUCTIBLE AMOUNT(S) (DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR
APPROVAL):
III.
IV.
AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AND BIDDER’S SUBMI-I-IAL
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 CONTRIBUTINGWITH ANYOTHER 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.
NOTICE OF CANCELLATION
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.
IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF
PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITYAT LEAST A TEN (10) DAY WRITTENNOTICE 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 300A.
Firm:
Signature:
Name:
(Print or type name)
(Print or type name)
Signature:
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 NO. 148685 PAGE 2 OF 2
EXHIBIT "D"
CERTIFICATION OF NONDISCRIMINATION
Certification of Nondiscrimination:
As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below
certify that they do not discriminate in employment with regards to age, race, color, religion, sex,
national 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.
THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW.
Firm:
Signature:
Name:
Signature:
Name:
Note:
(PRINT OR TYPE NAME)
(PRINT OR TYPE NAME)
California Corporations Code Section 313 requires two corporate officers to execute
contracts.
*The signature of First Officer* must_ be one of the following: Chairman of the
Board; President; or Vice President.
**The signature of the Second Officer** must be one of the following: Secretary;
Assistant Secretary; Chief Financial Officer; or Assistant Treasurer.
(In the alternative, a certified corporate resolution attesting to the signatory
authority of the individuals signing in their respective capacities is acceptable)
CITY OF PALO ALTO PAGE 1 OF 1
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
NAVIGANT CONSULTING, INC.
FOR ELECTRIC TECHNICAL CONSULTING SERVICES
Attachment B
This Contract No. is entered into
by and between the CITY OF .PALO ALTO, a
chartered city and a municipal corporation of the State of
California ("CITY~), and NAVIGANT CONSULTING, INC., a
corporation organized under the laws of the State of Delaware,
with head office located at Chicago and offices located at 3100
Zinfandel Drive, Suite 600, Rancho Cordova,CA 95670-6026
("CONSULTANT").
RECITALS:
WHEREAS, CITY desires certain professional consulting
services ("Services-) and the preparation and delivery of,
without limitation, one or more 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 upon the completion of the
Project, unless this Contract is earlier terminated by CITY.
Upon the receipt of CITY’s notice to proceed, CONSULTANT will
commence work on the initial and subsequent Project tasks in
accordance with the time schedule set forth in Exhibit ~A~
Time is of the essence of this Contract. In the event that the
Project is not completed within the time required through any
fault of CONSULTANT, CITY’s city manager will have the option of
extending the time schedule for any period of time. This
provision will not preclude the recovery of damages for delay
caused by CONSULTANT.
040802 cl 0072~-26 1
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, 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 payment
of any change in work, unless the amount of additional
compensation attributable to the change in work is agreed to, in
writing, 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 Servi.ces 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 whether the Basic Services or the
Additional Services, or both, will contribute minor or
substantial benefit to the construction work.
040802 el 0072426 2
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 (or 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 will be executed by them or under
their supervision. CONSULTANT will furnish to CITY for
approval, prior to execution of this Contract, a list of all
individuals and the names of their employers or principals to be
employed as consultants.
3.2 In reliance on the representations andwarranties
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 Maury Kruth as the project
director to have supervisory responsibility for the performance,
progress, and execution of the Project. Bryan Griess will be
assigned as the project~ coordinator who will represent
CONSULTANT during the day-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:
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
040802 cl 0072426 3
laws,ordinances,
above;and
regulations,orders and decrees mentioned
3.4.4 Will report immediately to the project
manager, in writing, any discrepancy or inconsistency it
discovers in the laws, ordinances, regulations, orders, and
decrees mentioned above in relation to the Deliverables.
3.5 Any Deliberables 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 five (5) 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 will
provide such additional copies and CITY will compensate
CONSULTANT for its duplicating costs.
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 Contract 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;
040802 cl 0072426
3.10.2 Incurring travel and subsistence expenses
for CONSULTANT ~and its staff beyond those normally required
under the Basic Services; and
3.10.3 Performing any other Additional Services
that may be agreed upon by the parties subsequent to the
execution of 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 C!T.Y 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 CONSULTANT 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 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. Girish Balachandran, Assistant
Director, Resource Management is designated as the project
manager for the city manager. The project manager will
supervise the performance, progress, and execution of the
Project, and will be assisted by Debra Lloyd, Resource Planner,
and Tom Finch, Senior Electric Project Engineer.
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 for the following
services and work:
040802 cl 0072426 5
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
Thousand Dollars ($50,000) for fiscal year 2004-2005. CITY will
exercise the option to renew the contract in the amount of Fifty
Thousand Dollars ($50,000) for a second fiscal year (2005-2006)
and Fifty Thousand Dollars ($50,000) for a third fiscal year
(2006-2007) provided the CONSULTANT is responsive to the CITY’s
needs, and the quality of the CONSULTANT’s work is acceptable
during the first year of the contract. The total amount of the
contract over three years shall not exceed One Hundred and Fifty
Thousand Dollars ($150,000). 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 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 change order
preparation, which iis made necessary on account of CONSULTANT’s
errors, omissions, or oversights.
5.1.3 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 the
Project, and in services rendered during construction at the
site, to the extent such services are expressly contemplated
under this Contract. Included 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.
040802 cl 0072.426
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 De!iverables, including, without limitation,
reports which have been approved by the project manager.
5.2.2 Payment 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 deductions 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 CONSULTANT, but CONSULTANT disclaims any
responsibility or liability for any alterations or modifications
of such documents.
SECTION 7. INDEF!NITY
7.1 CONSULTANT agrees to protect, indemnify, defend
and hold harmless CITY, its Council members, officers, employees
and agents, from any and al! demands, claims, or liability of
040802 cl 0072426 7
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 any 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
insuring not only ’CONSULTANT and its consultants, if any, but
also, with the exception of workers’ compensation, 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.
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 wil! be
040802 cl 0072426 8
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 insured except in policies
of workers’ compensation, employer’s liability, and professional
liability insurance. Current certificates of such insurance
will be kept on file at all times during the term of this
Contract with the city clerk.
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 will comply with such provisions,as
applicable, before commencing the performance of the Project.
PROJECT
SECTION i!. TERMINATION OR SUSPENSION OF CONTRACT OR
ii.i The city manager may suspend the execution of the
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 wil! immediately
discontinue its performance under this Contract.
11.2 CONSULTANT may terminate this Contract or suspend
its execution of the Project by giving thirty (30) days prior
written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY or in the event CITY
indefinitely withholds or withdraws its request for the
initiation or continuation of Basic Services or the execution of
the Project.
040802 cl 0072426 9
11.3 Upon such suspension or termination by CITY,
CONSULTANT will be compensated for the Basic Services and
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 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 in the reasonable exercise of his
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
will 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 tota! 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 wil! become the property of CITY.
11.6 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 the part of CONSULTANT to fulfill its obligations
under this Contract.
040802 cl 0072426 1 0
SECTION 12. ASSIGNMENT
12.1 This Contract is for th~ 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 written consent of CITY. A consent to one assignment
will not be deemed to be a consent to .any subsequent assignment.
Any assignment made without the approval of CITY will be void
and, at the option of the city manager, this Contract may be
terminated. This Contract wil!. not be assignable by operation
of law.
SECTION 13. NOTICES
13.1 All notices hereunder will be given, in writing,
and mailed, postage prepaid, by certified mail, addressed as
follows:
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
Copy to:Girish Balachandran
Department of Utilities - 3rd Flr.
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
To CONSULTANT: Navigant Consulting, Inc.
3100 Zinfandel Drive, Suite 600
Rancho Cordova, CA 95670-6026
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 will not employ contractors or
persons having such an interest mentioned above. CONSULTANT
certifies 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.
040802 cl 0072426 i i
SECTION 15. NONDISCRIMINATION
15.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made in the employment 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
nondiscrimination 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:
"[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, 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 ithe performance of this Contract, it wil! be
in default of this Contract. Thereupon, CITY will have the
power to cancel or suspend this Contract, in whole or in part,
or to deduct the sum of twenty-five dollars ($25) for each
person for each calendar day during which such person was
subjected to 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.
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 the State of California, relating to access
to public buildings and accommodations for disabled persons, and
relating to facilities for disabled persons. CONSULTANT will
040802 ¢1 0072426 ~_ 2
comply with or ensure by its advice 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 Arbitration 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.
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
040802 cl 0072426 13
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.
//
//
//
//
//
//
//
//
//
//
//
//
//
//
//
//
040802 cl 0072426
IN WITNESS WHEREOF, the parties hereto have by their
duly authorized representatives executed this Contract on the
date,first above written.
ATTEST:CITY OF PALO ALTO
City Clerk Mayor
APPROVED AS TO FORM:NAVIGANT CONSULTING, INC.
Senior Assistant City Attorney
APPROVED:
By:
Name:
Title:
Assistant City Manager
By:
Director of Administrative
Services
Name:
Title:
Director of Utilities Taxpayer Identification No.
36-409-4854
Risk Manager
(Compliance with ~orp. Code § 313 is
required if the entity on whose behalf
this contract is signed is a corporation.
In the alternative, a certified corporate
resolution attesting to the signatory
authority of the individuals signing in
their respective capacities is
acceptable)
Attachments:
EXHIBIT "A’:
EXHIBIT "B":
EXHIBIT "C":
EXHIBIT "D":
SCOPE OF PROJECT &TIME SCHEDULE
RATE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE. FORM
040802 cl 0072426 ! 5
CERTIFICATE OF ACKNOWLEDGMENT
Civil Code § 1189)
STATE OF )
COUNTY OF )
On , 2004, before me, the undersigned, a
Notary Public in and for said County and State, personally
appeared
personally known to me or proved to me on the basis of
satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that
he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature of Notary Public
040802 cl 0072426 1 6
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF )
COUNTY OF )
On , 2004, before me, the undersigned, a
Notary Public in and for said County and State, personally
appeared
personally known to me or proved to me on the basis of
satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that
he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature of Notary Public
040802 cl 0072426 17
EXHIBIT A SUMMARY OF SERVICE
Navigant Consulting, Inc (Navigant) will provide electric technical consulting, and legislative and
regulatory support services to the City of Palo Alto as outlined in the City’s Request for Proposal,
Project Number 106775. Services and support will consist of the following six task categories:
Task 1: Monitor and analyze ISO, CPUC, CEC, FERC, PG&E (Grid Planning), and other related
agencies’ activities, and, based on discussion with Staff, represent the City’s interests in
proceedings.
In this task Navigant will monitor, analyze and, represent the City’s interest in the activities of
the ISO, CPUC, CEC, FERC, PG&E (Grid Planning) and other agencies as related to ISO tariff
amendments, grid management charges, congestion charges, transmission access charges,
neutrality and other charges and protect the City’s interests. Navigant will recommend
regulatory strategies for the City and positions in proceedings before the FERC, CPUC and
other agencies as appropriate.
Navigant will monitor the developing California electricity market design and energy markets,
and increasing State and Federal involvement in the electricity industry as they relate to the
San Francisco Greater Bay Area (Bay Area). Navigant will identify the Bay Area specific risks
for the City from developments such as Iocational pricing and firm transmission rights or other
instruments such as CRRs, and State imposed measures for deliverability, outage
coordination, maintenance standards and the use of muni-owned transmission lines and local
generation.
Task 2: Maintain an ongoing presence at the IS(::) to represent the City’s interest effectively.
In this task Navigant shall maintain routine and sufficient access to key policymakers and staff
at the ISO to facilitate, upon City authorization, effective and efficient representation of the
City’s viewpoints and concerns on Bay Area transmission and system operation issues.
Task 3: Work with the City to establish regulatory and legislative objectives, goals and priorities.
In this task Navigant will communicate on a regular basis with the City staff and develop
regulatory and legislative objectives and strategies for the City.
Task 4: Assist City with analysis, improvement and expansion of transmission, generation, and
reliability issues in the Bay Area.
In this task Navigant will assist the City in identifying, developing and promoting long-term
solutions for reliability and economic transmission needs, local generation, and non-wires
solutions. Navigant may recommend economic transmission expansion or other alternatives
for the Bay Area.
Navigant will perform power flow, short circuit and feasibility studies for electric transmission,
substation and generation conceptual plans as directed by City staff. Navigant will provide
technical support to the City in discussions with PG&E concerning these plans.
Task 5: Assist City with issues related to public power and municipal utilities.
In this task Navigant will assist the City with municipal utility issues related to jurisdiction, tax-
exempt bonds, access to low-cost federal power, independence in setting rates and
involvement in Joint Powers Authority for investment in generation and transmission of
electricity.
Task 6: Provide City with other electricity-related services as needed.
The rapidly developing electricity industry scenario in Califomia will require other advisory
services from the Navigant as these nee,ds are identified by City staff.
N i\VI CANT
CONSULTING Exhibit "B"
Professional and support services for the City of Palo Alto’s gas and electric
utilities, except for testimony, shall be billed at the following rates during
Calendar Year 2004:
Managing Director
Director
Principal
Senior Engagement Manager
Senior Consultant
Consultant
Associate
Analyst
Office Services
$270 per hour
$251 per hour
$225 per hour
$205 per hour
$185 per hour
$165 per hour
$137 per hour
$120 per hour
$ 60 per hour
*The above rates are discounted rates to reflect the City o/Palo Alto’s long-
standing relationship with NCI.
The rates shall be adjusted each year, commencing January 1, 2005, to reflect the
change in rates officially established by NCI.
Testimony shall be billed at not less than eight (8) hours per day.
Reproduction, printing, communications, computer services, and other
miscellaneous support services shall be billed at rates for such services as
determined from time to time and officially established by NCI.
All travel, food, lodging, and miscellaneous expenses, except automobile
mileage, associated with the provision of services hereunder shall be billed at
cost plus ten (10) percent. Automobile mileage will be billed at the rate
approved by the Internal Revenue Service.
Client shall reimburse NCI for any applicable sales tax imposed on services
rendered by NCI to Client.
EXHIBIT "C"
PART II - INSURANCE REQUIREMENTS FORM 65O
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 TO TRANSACT
INSURANCE BUSINESS IN THE STATE OF CALIFORNIA.
AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW:
REQUIRED
YES
YES
YES
YES
NO
YES
TYPE OF COVERAGE
WORKER’S COMPENSATION
AUTOMOBILE LIABILITY
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.
BODILY INJURY
EACH PERSON
EACH OCCURRENCE
PROPERTY DAMAGE
BODILY INJURY AND PROPERTY
DAMAGE, COMBINED
ALL DAMAGES
MINIMUM LIMITS
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,o00,000
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
THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: BIDDER, 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 BIDDER AND ITS
SUBCONTRACTORS, 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.
If.
INSURANCE COVERAGE MUST INCLUDE:
A.A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF
COVERAGE CANCELLATION; AND
B.A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S
AGREEMENT TO INDEMNIFY CITY.
SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE, OR COMPLETE THIS SECTION AND
IV AND 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 NO. 148685 PAGE 1 OF 2
PART II - INSURANCE REQUIREMENTS FORM 650
D.DEDUCTIBLE AMOUNT(S) (DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR
APPROVAL):
III.
IV.
AWARD IS CONT NGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AND BIDDER’S SUBMI-Ft-AL
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 CONTRIBUTINGWITH ANYOTHER INSURANCE CARRIEDBY 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.
NOTICE OF CANCELLATION
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.
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 SAMESIGNATURE(S) AS APPEAR(S) ON SECTION 300A.
Firm:
Signature:
Name:
(Print or type name)
(Print or type name)
Signature:
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 NO. 148685 PAGE 2 OF 2
EXHIBIT "D"
CERTIFICATION OF NONDISCRIMINATION
Certification of Nondiscrimination:
As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below
certify that they do not discriminate in employment with regards to age, race, color, religion, sex,
national origin, ancestry, disability, or sexual preference; tliat they are in compliance with all
Federal, State, and local directives and executive orders regarding nondiscrimination in
employment.
THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW.
Firm:
Signature:
Name:
Signature:
Name:
Note:
(PRINT OR TYPE NAME)
(PRINT OR TYPE NAME)
California Corporations Code Section 313 requires two corporate officers to execute
contracts.
*The signature of First Officer* must be one of the following: Chairman of the
Board," President; or Vice President.
**The signature of the Second Officer** must be one of the following: Secretary;
Assistant Secretary; Chief Financial Officer; or Assistant Treasurer.
(In the alternative, a certified corporate resolution attesting to the signatory
authority of the individuals signing in their respective capacities is acceptable)
CITY OF PALO ALTO PAGE 1 OF 1
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
FLYIqN RESOURCE CONSULTANTS, INC.
FOR CONSULTING SERVICES
Attachment C
This Contract No.is entered into
by and between the CITY OF PALO ALTO,’ a
chartered city and a municipal corporation of the State of
California (~CITY"), and FLYNN RESOURCE CONSULTANTS, INC., a
sole proprietorship, located at 5440 Edgeview Drive, Discovery
Bay, CA 94514 (~CONSULTANT").
RECITALS:
WHEREAS, CITY desires certain professional consulting
services ("Services") and the preparation and delivery of,
without limitation, one or more 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 upon the completion of the
Project, unless this Contract is earlier terminated by CITY.
Upon the receipt of CITY’s notice to proceed, CONSULTANT will
commence work on the initial and subsequent Project tasks in
accordance with the time schedule set forth in Exhibit
Time is of the essence of this Contract. In the event that the
Project is not completed within the~ time required through any
fault of CONSULTANT, CITY’s ~city manager will have the option of
extending the time schedule for any period of time. This
provision will not preclude the recovery of damages for delay
caused by CONSULTANT.
040802 cl 0072424 1
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, 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 payment
of any change in work, unless the amount of additional
compensation attributable to the change in work is agreed to, in
writing, 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 whether the Basic Services or the
Additional Services, or both, will contribute minor or
substantial benefit to the construction work.
040802 cl 0072424 2
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 (or 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 will be executed by them or under
their supervision. CONSULTANT will furnish to CITY for
approval, prior to execution of this Contract, a list of all
individuals and the names of their employers or principals to be
employed as consultants.
3.2 In reliance on the represen£ations 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 Barry Flynn as the project
director to have supervisory responsibility for the performance,
progress, and execution of the Project. Doug Boccignone will be
assigned as the project coordinator who will represent
CONSULTANT during the day-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:
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
040802 cl 0072424 3
laws,ordinances,
above;and
regulations,orders and decrees mentioned
3.4.4 Will report immediately to the project
manager, in writing, any discrepancy or inconsistency it
discovers in the laws, ordinances, regulations, orders, and
decrees mentioned above in relation to 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 five (5) 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 will
provide such additional copies and CITY will compensate
CONSULTANT for its duplicating costs.
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 Contract 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;
040802 cl 0072424 4
3.10.2 Incurring travel and subsistence expenses
for CONSULTANT and its staff beyond those normally required
under the Basic Services; and
3.10.3 Performing any other Additional Servicesthat may be agreed upon by the parties subsequent to the
execution of 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 CONSULTANT 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 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. Girish Balachandran, Assistant
Director, Resource Management is designated as the project
manager for the city manager. The project manager will
supervise the performance, progress, and execution of the
Project, and will be assisted by Debra Lloyd, Resource Planner.
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 for the following
services and work:
040802 cl 0072424 5
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 Seventy
Two Thousand Dollars ($72,000) for fiscal year 2004-2005. CITY
will exercise the option to renew the contract in the amount of
Seventy Six Thousand Dollars ($76,000) for a second fiscal year
(2005-2006) and Eighty Thousand Dollars ($80,000) for a third
fiscal year (2006-2007) provided the CONSULTANT is responsive to
the CITY’s needs, and the quality of the CONSULTANT’s work is
acceptable during the first year of the contract. The total
amount of the contract over three years shall not exceed Two
Hundred Twenty Eight Thousand Dollars ($228,000). 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 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 change order
preparation, whichl is made necessary on account of CONSULTANT’s
errors, omissions, .or oversights.
5.1.3 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 the
Project, and in services rendered during construction at the
site, to the extent such services are expressly contemplated
under this Contract. Included 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:
040802 cl 0072424
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 apprQved by the project manager.
5.2.2 Payment 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 deductions 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 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
040802 cl 0072424 7
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 any 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’ compensation, 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.
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
040802 cl 0072424 8
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 insured except in policies
of workers’ compensation, employer’s liability, and professional
liability insurance. Current certificates of such insurance
will be kept on file at all times during the term of this
Contract with the city clerk.
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 will 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 the
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 orsuspend
its execution of the Project by giving thirty (30) days prior
written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY or in the event CITY
indefinitely withholds or withdraws its request for the
initiation or continuation of 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
040802 cl 0072424 9
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 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 in the reasonable exercise of his
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
will 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.
11.6 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 the part of CONSULTANT to fulfill its obligations
under this Contract.
040802 cl 0072424 1 0
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 written consent of CITY. A consent to one assignment
will not be deemed to be a consent to any subsequent assignment.
Any assignment made without the approval of 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, by certified mail, addressed as
follows-
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
Copy to:Girish Balachandran
Department of Utilities - 3rd Flr.
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
To CONSULTANT: Flynn Resource Consultants, Inc.
5440 Edgeview Drive
Discovery Bay, CA 94514
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 will not employ contractors, or
persons having such an interest mentioned above. CONSULTANT
certifies 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.
040802 cl 0072424 11
SECTION 15. NONDISCRIMINATION
15.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made in the employment 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 al!
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the
requisite form furnished by CITY and set forth in Exhibit "D".
15.2 CONSULTANT agrees that each contract for services
from independent providers will contain a provision
substantially as follows:
"[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, 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 this Contract, in whole or in part,
or to deduct the sum of twenty-five dollars ($25) for each
person for each calendar day during which such person was
subjected to 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.
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 the State of California, relating to access
to public buildings and accommodations for disabled persons, and
relating to facilities for disabled persons. CONSULTANT will
040802 cl 0072424 12
comply with or ensure by its advice 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 Arbitration 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.
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 thisContract may recover its reasonable costs and attorneys’feesexpended 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
040802 cl 0072424 13
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.
//
//
//
//
//
//
//
//
//
//
//
//
//
//
//
//
040802 cl 0072424 14
IN WITNESS WHEREOF, the parties hereto have by their
duly authorized representatives executed this Contract on the
date first above written.
ATTEST:CITY OF PAL0 ALTO
City Clerk
APPROVED AS TO FORM:
Senior Assistant City Attorney
APPROVED:
Assistant City Manager
Mayor
FLYNN RESOURCE CONSULTANTS,
INC.
By:
Name:
Title:
Director of Administrative
Services
Director of Utilities
By:
Name:
Title:
Risk Manager
Attachments:
EXHIBIT "A":
EXHIBIT "B":
EXHIBIT "C":
EXHIBIT "D":
Taxpayer Identification No.
94-3024565
(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
040802 cl 0072424 15
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF )
COUNTY OF )
On , 2004, before me, the undersigned, a
Notary Public in and for said County and State, personally
appeared
personally known to me or proved to me on the basis of
satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that
he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature of Notary Public
040802 cl 0072424 1 6
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF )
COUNTY OF )
On , 2004, before me, the undersigned, a
Notary Public in and for said County and State, personally
appeared
personally known to me or proved to me on the basis of
satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that
he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature of Notary Public
040802 cl 0072424 17
EXHIBIT A SUMMARY OF SERVICE
Flynn Resource Flynn RCls Inc. (Flynn RCI) will provide electric technical consulting, and
legislative and regulatory support services to the City of Palo Alto as outlined in the City’s
Request for Proposal, Project Number 106775. Services and support will consist of the following
six task categories:
Task 1: Monitor and analyze ISO, CPUC, CEC, FERC, PG&E (Grid Planning), and other related
agencies’ activities, and, based on discussion with Staff, represent the City’s interests in
proceedings.
In this task Flynn RCl will monitor, analyze and, represent the City’s interest in the activities of
the ISO, CPUC, CEC, FERC, PG&E (Grid Planning) and other agencies as related to ISO tariff
amendments, grid management charges, congestion charges, transmission access charges,
neutrality and other charges and protect the City’s interests. Flynn RCI will recommend
regulatory strategies for the City and positions in proceedings before the FERC, CPUC and
other agencies as appropriate.
Flynn RCI will monitor the developing California electricity market design and energy markets,
and increasing State and Federal involvement in the electricity industry as they relate to the
San Francisco Greater Bay Area (Bay Area). Flynn RCI will identify the Bay Area specific risks
for the City from developments such as Iocational pricing and firm transmission rights or other
instruments such as CRRs, and State imposed measures for defiverability, outage
coordination, maintenance standards and the use of muni-owned transmission lines and local
generation.
Task 2: Maintain an ongoing presence at the ISO to represent the City’s interest effectively.
In this task Flynn RCI shall maintain routine and sufficient access to key policymakers and
staff at the ISO to facilitate, upon City authorization, effective and efficient representation of
the City’s viewpoints and concerns on Bay Area transmission and system operation issues.
Task 3: Work with the City to establish regulatory and legislative objectives, goals and priorities.
In this task Flynn RCI will communicate on a regular basis with the City staff and develop
regulatory and legislative objectives and strategies for the City.
Task 4: Assist City with analysis, improvement and expansion of transmission, generation, and
reliability issues in the Bay Area.
In this task Flynn RCI will assist the City in identifying, developing and promoting long-term "
solutions for reliability and economic transmission needs, local generation, and non-wires
solutions. Flynn RCI may recommend economic transmission expansion or other altematives
for the Bay Area.
Flynn RCI will perform power flow, short circuit and feasibility studies for electric transmission,
substation and generation conceptual plans as directed by City staff. Flynn RCI will provide
technical support to the City in discussions with PG&E conceming these plans.
Task 5: Assist City with issues related to public power and municipal utilities.
In this task Flynn RCI will assist the City with municipal utility issues related to jurisdiction, tax-
exempt bonds, access to low-cost federal power, independence in setting rates and
involvement in Joint Powers Authority for investment in generation and transmission of
electricity.
Task 6: Provide City with other electricity-related services as needed.
The rapidly developing electricity industry scenario in California will require other advisory
services from the Flynn RCI as these needs are identified by City staff.
Exhibit "B"
City of Palo Alto RFP 106775
Fees
Because the level of effort required in each task area is dependent upon outside
influences, such as potential.future ISO FERC filings, and upon the degree to which
CPAU is able to leverage the efforts of other entities with similar interests, such as
CMUA, NCPA and BAMx, it is not possible to provide a detailed breakdown of costs
or fees by work product. Flynn RCI’s hourly rates for services are provided below:
Flynn Resource Consultants Inc.
Rates for Services - 2004
Flynn Resource Consultants Inc. hourly rates for professional services are listed
below:
Principal
Senior Consultant
Consultant
Associate Consultant
Analyst
$240-265 per hour
$180-225 per hour
$160-175 per hour
$125-150 per hour
$ 60-110 per hour
Reproduction, printing, communications, computer services, and other miscellaneous
support services shall be billed at 5% (five percent) of the labor costs for the billing
period. This additional "non-labor" cost will be included for each billing period.
All travel, food, and miscellaneous expenses, except automobile mileage, associated
with the provision of services hereunder shall be billed at cost. Automobile mileage
will be billed at the rate approved by the Internal Revenue Service.
This Schedule of Fees shall be reviewed annually.
PART II - INSURANCE REQUIREMENTS
EXHIBIT "C"
FORM 650
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 TO TRANSACT
INSURANCE BUSINESS IN THE STATE OF CALIFORNIA.
AWARD 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.
BODILY INJURY
EACH PERSON
EACH OCCURRENCE
PROPERTY DAMAGE
BODILY INJURY 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: BIDDER, AT ITS SOLE COST AND EXPENSE,
SHALL OBTAI~N AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT
AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY BIDDER AND ITS
SUBCONTRACTORS, 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.
I1.
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.
SUBMIT CERTIFICATE(S)OF INSURANCE EVIDENCING REQUIRED COVERAGE, OR COMPLETE THIS SECTION AND
IV AND 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 NO. 148685 PAGE 1 OF 2
PARTII-INSURANCE REQUIREMENTS FORM 650~
D.DEDUCTIBLE AMOUNT(S) (DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR
APPROVAL):
III.
IV.
AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AND BIDDER’S SUBMI’I-I’AL
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 CONTRIBUTINGWITH ANYOTHER INSURANCE CARRIEDBY OR FOR THE BENEFIT OF THE ADDITIONAL INSURES.
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.
NOTICE OF CANCELLATION
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.
IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF
PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITYAT LEAST A TEN (10) DAY WRITTENNOTICE 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 300A.
Firm:
Signature:
Name:
Signature:
, (Print or type name)
(Print or type name)
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 NO. 148685 PAGE 2 OF 2
EXHIBIT "D"
CERTIFICATION OF NONDISCRIMINATION
Certification of Nondiscrimination:
As suppliers of goods or services to the City of Pale Alto, the firm and individuals listed below
certify that they do not discriminate in employment 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.
THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW.
Firm:
Signature:
Name:
Signature:
Name:
Note:
(PRINT OR TYPE NAME)
(PRINT OR TYPE NAME)
Cafifornia Corporations Code Section 313 requires two corporate officers to execute
contracts.
*The signature of First Officer* must be one of the following: Chairman of the
Board; President; or Vice President.
**The signature of the Second Officer** must be one of the following: Secretary;
Assistant Secretary; Chief Financial Officer; or Assistant Treasurer.
(In the alternative, a certified corporate resolution attesting to the signatory
authority of the individuals signing in their respective capacities is acceptable)
CITY OF PALe ALTO PAGE 1 OF 1