Loading...
HomeMy WebLinkAboutStaff Report 8248 City of Palo Alto (ID # 8248) City Council Staff Report Report Type: Consent Calendar Meeting Date: 8/21/2017 City of Palo Alto Page 1 Summary Title: Maybell Electric Substation Protection/Control Upgrade Project Title: Approval of a Professional Services Agreement With Electrical Consultants, Inc. in the Amount of $196,330 for the Maybell Electric Substation Protection/Control Upgrade Project Design, and Authorization for the City Manager to Negotiate and Approve Additional Related Services in a Not to Exceed Amount of $39,266 From: City Manager Lead Department: Utilities Staff recommends that Council: 1. Approve and authorize the City Manager or his designee to execute an eighteen (18) month professional services contract (Attachment A) with Electrical Consultants, Inc. (“ECI”) in the amount of $196,330. 2. Authorize the City Manager or his designee to negotiate and execute requests for additional services to the contract with ECI for related additional, but unforeseen, work which may develop during the project; the total of which shall not exceed $39,266 (20% of contract amount). For a total authorized amount of $235,596 which includes the contract amount of $196,330 plus the 20% additional services provision of $39,266. Background City of Palo Alto Utilities (“CPAU”) owns and operates the electric system serving customers in the City. It consists of a 60,000 Volt (60 kV) subtransmission system linking nine 12,000 or 4,000 Volt (12 kV and 4 kV, respectively) distribution substations. Maybell Electric Substation (“Maybell”) is a 12 kV substation with two, 22,400,000 volt-ampere (22.4 MVA) transformers serving six electric distribution system feeders that provide power to 7,344 commercial and residential customers in the Green Acres, Charleston Meadows, Barron Park, Ventura, and Research Park neighborhoods of the city. Maybell was last upgraded in 1986 and needs replacement. City of Palo Alto Page 2 Discussion The electric substations are used by CPAU to distribute power throughout the City to serve over 29,000 customers. The substations include equipment to control and protect the distribution system safely. Maybell consists of 56 legacy (older technology) protection relays. This equipment is burdensome to operate, difficult to set and calibrate as it operates on mostly mechanical parameters instead of modern microprocessor parameters, prone to failure, and past its 10-year useful life. As a result, Maybell substation has experienced about one unplanned outage every other year. The control scheme at Maybell is unique and does not match any of the City’s other substations, which makes training and maintenance difficult for new substation electricians. CPAU’s other electric substations share a standard control and protection scheme which is different than Maybell’s but also in need of an update. The new installation at Maybell will be an industry proven control scheme using modern equipment that is safer and more reliable. After the Maybell substation upgrade is complete and has successfully operated for 12 months, the scheme developed for Maybell will be replicated to the other substations as the time arrives for their upgrade in the future. An entire protection/controls upgrade all at once is recommended for Maybell as all the equipment must function in an integrated manner. In order to minimize the risk of further unplanned electric outages on the Maybell feeders and due to the complexity and size of the project, Staff is recommending CPAU contract with Electrical Consultants, Inc., to prepare the control and protection system design and create equipment specifications. Once the design is complete, CPAU’s Substation Operations group will perform the actual, physical upgrade, with ECI’s support. Consultant’s Scope of Services A Request for Proposals (RFP #167917) was issued on May 4, 2017 seeking consultant services for the Maybell Electric Substation Protection/Controls Rebuild project. The scope of work includes the following tasks:  Creation of a design control document  Control scheme refinement and approval  Material specification  Detailed design  Construction support The deliverables will include:  Written control scheme  Design drawings for demolition and new installations  Written specifications of material required  Relay logic and settings, formal description of operation  Sequencing, testing, and commissioning procedures City of Palo Alto Page 3 The agreement, Attachment A, contains a complete description of the scope of services. Due to the specialized nature of this work, services of a qualified consultant are required. Solicitation Process Summary of Solicitation Process Proposal Title Maybell Electric Substation Protection/Controls Rebuild Proposal Number 167917 Proposed Length of Project 18 months Number of RFPs Emailed 5 Total Days to Respond to Proposal 19 Pre-Proposal Conference May 12, 2017 Number of Company Attendees at Pre-proposal Meeting 7 Number of Proposals Received: 7 Company Name Location (City, State) Amount Electrical Consultants, Inc. San Diego, CA $196,330 See Cost of Services below. Proposal costs ranged from $128,140 to $199,492. Cost of Services The following criteria were used during the evaluation process to identify the successful bidder: Criteria % Weighting Quality and completeness of proposal 20% Proposer’s expertise. 15% Cost to the city. 35% Past experience 15% References. 15% An evaluation committee reviewed the proposals, proposer qualifications, and responses to the criteria identified in the RFP and ranked them accordingly. After interviews of the two highest rated proposing consultants, staff determined that Electrical Consultants, Inc., has by far the necessary expertise and experience to perform the work. Though ECI’s cost was on the higher end of the range, they rated exceptionally high in the other evaluation criteria and performed well during the interview. ECI’s proposal showed that they had the most complete and thorough understanding of the given scope in the RFP. ECI’s proposed scope clearly and succinctly identified the specific tasks they will perform, which was much clearer and more thorough and higher quality than all of the others. ECI’s schedule was more realistic and detailed than all of the others as well. ECI’s proposed innovations show that they have the complex expertise and knowledge to do this project to the standards expected by CPAU Engineering. Their innovations are more appropriate for this type of utility rebuild than City of Palo Alto Page 4 those proposed by the other proposers. ECI’s references were excellent and were offered from managers of similar projects completed for other entities in the western U.S., which suggests that ECI would be a good fit for CPAU’s needs on this project. All of ECI’s references responded and did so very positively. Other proposers did not have references for any projects similar to the project at hand. The City’s second choice proposer did well in a few areas, but not as well overall as ECI. In addition, their cost was higher. The City’s third choice proposer was a smaller firm. Their lesser experience and expertise showed in their lower quality and less complete proposal, and their cost was lower. Lastly, the third proposer’s references were mostly unresponsive. Additional services that are not included within the scope of services in the contract, but that are determined by the City to be necessary for its proper completion, will be paid on a time and material basis up to a maximum amount of $39,266 (20% of the contract amount), using the consultant’s Charge Rates schedule shown in Exhibit C-1 to the Agreement. The City will require the consultant to submit a written proposal detailing the maximum compensation for any additional services. The consultant shall not commence with additional services before the City approves of them in advance and in writing. Past experience with operations and maintenance at Maybell Substation has revealed that the wiring and design shown on the existing original drawings does not always match the installation in the substation. Although this project involves a major replacement, there may be significant work required to reconcile drawings to facilitate the integration of the upgrade properly for construction and CPAU records. For this reason, staff is asking for a 20% contingency for additional services, as needed. The total not to exceed budget amount proposed for this project is $235,596, comprising $196,330 for the base consultant services and $39,266 (20% of contract) for additional services, as needed. The consultant’s final proposal cost matches their original proposal cost, even though enhancements were added including voltage system sizing verification, pre-wired relay panels, and satellite clock. During the RFP process the City negotiated the price of the work, and the scope of work, upon selection of the successful firm. Resource Impact The funds for this project are available in the Substation Protection Improvements Capital Project, EL-89038. Current staffing levels and the level of expertise needed to see this project through to completion prevent City staff from being able to perform this work. Policy Implications The approval of this Enterprise Fund professional services contract is consistent with existing City policies. This recommendation is consistent with the Council-approved Utilities Strategic Plan (Staff Report 1880), especially the strategic objectives to: “Ensure a reliable supply of utility resources”; “Operate the utility systems safely”; and “Replace infrastructure before the end of its useful life”. City of Palo Alto Page 5 Environmental Review Approval of the attached design contract does not require review under the California Environmental Quality Act (CEQA) because it will not cause a direct or indirect physical change in the environment, and thus does not meet the definition of a “project” under Public Resources Code section 21065. Attachments:  Attachment A: Contract No. C18167917 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9018F83 CITY OF PALO AL TO CONTRACT NO. C18167917 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND ELECTRICAL CONSULT ANTS, INC. FOR PROFESSIONAL SERVICES This Agreement is entered into on this 21st day of August, 2017, ("Agreement") by and between the CITY OF PALO AL TO, a California chartered municipal corporation ("CITY"), and ELECTRICAL CONSULTANTS, INC., a Montana corporation, located at 3521 Gabel Road, Billings, MT 59102-7307 ("CONSULT ANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to rebuild the controls/protection system of the Maybell Electric Substation ("Project") and desires to engage a consultant to design the rebuild of the Maybell Electric Substation controls/protection system in connection with the Project ("Services"). B. CONSULT ANT has represented that it has the necessary professional expertise, qualifications, and capability, and all required licenses and/or· certifications to provide the Services. C. CITY in reliance on these representations desires to engage CONSULT ANT to provide the Services as more fully described in Exhibit "A", attached to and made a part of this Agreement. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, in this Agreement, the parties agree: AGREEMENT SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described at Exhibit "A" in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY. SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution through August 21, 2018 unless terminated earlier pursuant to Section 19 of this Agreement. SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULT ANT shall complete the Services within the term of this Agreement and in accordance with the schedule set forth in Exhibit "B", attached to and made a part of this Agreement. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULT ANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the ATTACHMENT A DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9018F83 CONSULTANT. CITY's agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULT ANT. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULT ANT for performance of the Services described in Exhibit "A" ("Basic Services"), and reimbursable expenses, shall not exceed One Hundred Ninety-Six Thousand Three Hundred Thirty Dollars ($196,330.00). CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event Additional Services are authorized, the total compensation for Basic Services, Additional Services and reimbursable expenses shall not exceed Two Hundred Thirty-Five Thousand Five Hundred Ninety Six Dollars ($235,596.00). The applicable rates and schedule of payment are set out at Exhibit "C-1 '', entitled "HOURLY RATE SCHEDULE," which is attached to and made a part of this Agreement. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit "C". CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described at Exhibit "A". SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the services performed and the applicable charges (including an identification of personnel who performed the services, hours worked, hourly rates, and reimbursable expenses), based upon the CONSULTANT's billing rates (set forth in Exhibit "C- l"). If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTANT's payment requests shall be subject to verification by CITY. CONSULTANT shall send all invoices to the City's project manager at the address specified in Section 13 below. The City will generally process and pay invoices within thirty (30) days of receipt. SECTION 6. OUALIFICATIONS/STANDARD OF CARE. All of the Services shail be performed by CONSULTANT or under CONSULTANT's supervision. CONSULTANT represents that it possesses the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULT ANT represents that it, its employees and subconsultants, if permitted, have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All of the services to be furnished by CONSULT ANT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of 2 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9018F83 and in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement. CONSULT ANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services. SECTION 8. ERRORS/OMISSIONS. CONSULT ANT is solely responsible for costs, including, but not limited to, increases in the cost of Services, arising from or caused by CONSULTANT's errors and omissions, including, but not limited to, the costs of corrections such errors and omissions, any change order markup costs, or costs arising from delay caused by the errors and omissions or unreasonable delay in correcting the errors and omissions. SECTION 9. COST ESTIMATES. If this Agreement pertains to the design of a public works project, CONSULT ANT shall submit estimates of probable construction costs at each phase of design submittal. If the total estimated construction cost at any submittal exceeds ten percent (10%) of CITY's stated construction budget, CONSULTANT shall make recommendations to CITY for aligning the PROJECT design with the budget, incorporate CITY approved recommendations, and revise the design to meet the Project budget, at no additional cost to CITY. SECTION 10. INDEPENDENT CONTRACTOR. It is understood and agreed that in performing the Services under this Agreement CONSULTANT, and any person employed by or contracted with CONSULT ANT to furnish labor and/or materials under this Agreement, shall act as and be an independent contractor and not an agent or employee of CITY. SECTION 11. ASSIGNMENT. The parties agree that the expertise and experience of CONSULT ANT are material considerations for this Agreement. CONSULT ANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSULTANT's obligations hereunder without the prior written consent of the city manager. Consent to one assignment will not be deemed to be consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void. SECTION 12. SUBCONTRACTING. CONSULT ANT shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of the city manager or designee. CONSULT ANT shall be responsible for directing the work of any subconsultants and for any compensation due to subconsultants. CITY assumes no responsibility whatsoever concerning compensation. CONSULT ANT shall be fully responsible to CITY for all acts and omissions of a subconsultant. CONSULT ANT shall change or add subconsultants only with the prior approval of the city manager or his designee. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Ted Pfisterer as the Project Supervisor to have supervisory responsibility for the performance, progress, and execution of the Services to represent CONSULT ANT during the day-to-day work on the Project. If circumstances cause the substitution of the project director, project coordinator, or any other key personnel for any reason, the appointment of a substitute project director and the 3 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9018F83 assignment of any key new or replacement personnel will be subject to the prior written approval of the CITY's project manager. CONSULTANT, at CITY's request, shall promptly remove personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property. CITY's project manager is Jim Bujtor, Utilities Department, Engineering Division, 1007 Elwell Court, Palo Alto, CA 94303, Telephone (650)566-4543. The project manager will be CONSULTANT's point of contact with respect to performance, progress and execution of the Services. CITY may designate an alternate project manager from time to time. SECTION 14. OWNERSIDP OF MATERIALS. Upon delivery, all work product, including without limitation, all writings, drawings, plans, reports, specifications, calculations, documents, other materials and copyright interests developed under this Agreement shall be and remain the exclusive property of CITY without restriction or limitation upon their use. CONSULT ANT agrees that all copyrights which arise from creation of the work pursuant to this Agreement shall be vested in CITY, and CONSULTANT waives and relinquishes all claims to copyright or other intellectual property rights in favor of the CITY. Neither CONSULT ANT nor its contractors, if any, shall make any of such materials available to any individual or organization without the prior written approval of the City Manager or designee. CONSULT ANT makes no representation of the suitability of the work product for use in or application to circumstances not contemplated by the scope of work. SECTION 15. AUDITS. CONSULTANT will permit CITY to audit, at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT's records pertaining to matters covered by this Agreement. CONSULT ANT further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Agreement. SECTION 16. INDEMNITY. 16.1. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an "Indemnified Party") from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorney fees, experts fees, court costs and disbursements ("Claims") that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULT ANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. 16.2. CONSULTANT'S total cumulative aggregate liability for all Claims that arise of, pertain to, or relate to the performance of CONSULTANT, its officers, employees, agents or contractors under this Agreement shall be limited to $5,000,000, with the exception that for Claims that arise out of, pertain to, or relate to the gross negligence, recklessness or willful misconduct of CONSULT ANT, its officers, employees, agents or contractors, there shall be no limitation on liability. 16.3. Notwithstanding the above, nothing in this Section 16 shall be construed 4 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9D18F83 to require CONSUL TANT to indemnify an Indemnified Party from Claims arising from the active negligence, sole negligence or willful misconduct of an Indemnified Party. 16.4. The acceptance of CONSULTANT's services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section 16 shall survive the expiration or early termination of this Agreement. SECTION 17. WAIVERS. The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Agreement, or of the provisions of any ordinance or law, will not be deemed to be a waiver of any other term, covenant, condition, pi:ovisions, ordinance or law, or of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. SECTION 18. INSURANCE. 18.l. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit "D". CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming CITY as an additional insured under any general liability or automobile policy or policies. 18.2. All insurance coverage required hereunder shall be provided through carriers with AM Best's Key Rating Guide ratings of A-:VII or higher which are licensed or authorized to transact insurance business in the State of California. Any and all contractors of CONSULT ANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 18.3. Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement. The certificates will be subject to the approval of CITY' s Risk Manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled, or materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days' prior written notice of the cancellation or modification. If the insurer cancels or modifies the insurance and provides less than thirty (30) days' notice to CONSULTANT, CONSULTANT shall provide the Purchasing Manager written notice of the cancellation or modification within two (2) business days of the CONSULTANT's receipt of such notice. CONSULTANT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY' s Chief Procurement Officer during the entire term of this Agreement. 18.4. The procuring of such required policy or policies of insurance will not be construed to limit CONSULT ANT's liability hereunder nor to fulfill the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. s Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9D18F83 19.1. The City Manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (10) days prior written notice thereof to CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the Services. 19 .2. CONSULT ANT may terminate this Agreement or suspend its performance of the Services by giving thirty (30) days prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY. 19.3. Upon such suspension or termination, CONSULTANT shall deliver to the City Manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed, prepared by CONSULT ANT or its contractors, if any, or given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the property of CITY. 19.4. Upon such suspension or termination by CITY, CONSULTANT will be paid for the Services rendered or materials delivered to CITY in accordance with the scope of services on or before the effective date (i.e., 10 days after giving notice) of suspension or termination; provided, however, if this Agreement is suspended or terminated on account of a default by CONSULT ANT, CITY will be obligated to compensate CONSUL TANT only for that portion ofCONSULTANT's services which are of direct and immediate benefit to CITY as such determination may be made by the City Manager acting in the reasonable exercise of his/her discretion. The following Sections will survive any expiration or termination of this Agreement: 14, 15, 16, 19.4, 20, and 25. 19.5. 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 Agreement. SECTION 20. NOTICES. All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY: Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 With a copy to the Purchasing Manager To CONSULTANT: Attention of the project director ECI 5030 Camino de La Siesta San Diego, CA 92108 Attn: Ted Pfisterer Copy to: 6 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9D18F83 ECI 3521 Gabel Road Billings, MT 59102 Attn: Legal SECTION 21. CONFLICT OF INTEREST. 21.1. In accepting this Agreement, CONSULT ANT 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. 21.2. CONSULT ANT further covenants that, in the performance of this Agreement, it will not employ subconsultants, contractors or persons having such an interest. CONSULT ANT certifies that no person who has or will have any financial interest under this Agreement is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. 21.3. If the Project Manager determines that CONSULTANT is a "Consultant" as that term is defined by the Regulations of the Fair Political Practices Commission, CONSULT ANT shall be required and agrees to file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act. SECTION 22. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONSULTANT certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONSULT ANT acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. SECTION 23. ENVIRONMENT ALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONSULTANT shall comply with the CITY's Environmentally Preferred Purchasing policies which are available at CITY' s Purchasing Department, incorporated by reference and may be amended from time to time. CONSULT ANT shall comply with waste reduction, reuse, recycling and disposal requirements of CITY's Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, CONSULT ANT shall comply with the following zero waste requirements: (a) All printed materials provided by CONSULTANT to CITY generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by CITY's Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post- consumer material and printed with vegetable based inks. (b) Goods purchased by CONSULT ANT on behalf of CITY shall be purchased in 7 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9018F83 accordance with CITY's Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Division's office. (c) Reusable/returnable pallets shall be taken back by CONSULTANT, at no additional cost to CITY, for reuse or recycling. CONSULTANT shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. SECTION 24. COMPLIANCE WITH PALO ALTO MINIMUM WAGE ORDINANCE. CONSULT ANT shall comply with all requirements of the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum Wage), as it may be amended from time to time. In particular, for any employee otherwise entitled to the State minimum wage, who performs at least two (2) hours of work in a calendar week within the geographic boundaries of the City, CONSULTANT shall pay such employees no less than the minimum wage set forth in Palo Alto Municipal Code section 4.62.030 for each hour worked within the geographic boundaries of the City of Palo Alto. In addition, CONSULTANT shall post notices regarding the Palo Alto Minimum Wage Ordinance in accordance with Palo Alto Municipal Code section 4.62.060. SECTION 25. NON-APPROPRIATION 25.1. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement are no longer available. This section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. SECTION 26. PREVAILING WAGES AND DIR REGISTRATION FOR PUBLIC WORKS CONTRACTS 26.l CONSULTANT is not required to pay prevailing wages in the performance and implementation of the Project in accordance with SB 7 if the contract is not a public works contract, if the contract does not include a public works construction project of more than $25,000, or the contract does not include a public works alteration, demolition, repair, or maintenance (collectively, 'improvement') project of more than $15,000. 26.2 CONSULT ANT shall comply with the requirements of Exhibit "E" for any contract for public works construction, alteration, demolition, repair or maintenance. SECTION 27. MISCELLANEOUS PROVISIONS. 27.1. This Agreement will be governed by the laws of the State of California. 27.2. In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California in the County of Santa Clara, State of California. 27.3. The prevailing party in any action brought to enforce the provisions of this 8 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9018F83 Agreement may recover its reasonable costs and attorneys' fees expended in connection with that action. The prevailing party shall be entitled to recover an amount equal to the fair market value of legal services provided by attorneys employed by it as well as any attorneys' fees paid to third parties. 27.4. This document represents the entire and integrated agreement between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 27.5. The covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants of the parties. 27.6. If a court of competent jurisdiction finds or rules that any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force and effect. 27. 7. All exhibits referred to in this Agreement and any addenda, appendices, attachments, and schedules to this Agreement which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Agreement and will be deemed to be a part of this Agreement. 27.8 In the event of a conflict between the terms of this Agreement and the exhibits hereto or CONSULTANT's proposal (if any), the Agreement shall control. In the case of any conflict between the exhibits hereto and CONSULTANT's proposal, the exhibits shall control. 27.9 If, pursuant to this contract with CONSULTANT, CITY shares with CONSULT ANT personal information as defined in California Civil Code section 1798.81.5( d) about a California resident ("Personal Information"), CONSULT ANT shall maintain reasonable and appropriate security procedures to protect that Personal Information, and shall inform City immediately upon learning that there has been a breach in the security of the system or in the security of the Personal Information. CONSULT ANT shall not use Personal Information for direct marketing purposes without City's express written consent. 27 .10 All unchecked boxes do not apply to this agreement. 27.11 The individuals executing this Agreement represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. 27.12 This Agreement may be signed in multiple counterparts, which shall, when executed by all the parties, constitute a single binding agreement 9 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9D18F83 CONTRACT No. C18167917 SIGNATURE PAGE IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO ELECTRICAL CONSULTANTS, INC. City Manager or designee Officer 1 By: APPROVED AS TO FORM: Name: Title: City Attorney or designee Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "C-1 ": EXHIBIT "D": Officer 2 By: Name: Title: SCOPE OF SERVICES SCHEDULE OF PERFORMANCE COMPENSATION SCHEDULE OF RATES INSURANCE REQUIREMENTS 10 President [!:iD."~ FC9C50906710457 ... David R. Maehl vice President Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9018F83 EXHIBIT "A" SCOPE OF SERVICES Maybell Electric Substation Protection/Controls Rebuild 1. DESIGN SPECIFICATIONS: CONSUL TANT shall design the foJlowing protection/controls schemes for the Maybell electric distribution substation (MB) in accordance with IEEE C37 guidelines for protective relaying and according to the specifications outlined below. The existing system will be replicated and enhanced by the CONSUL TANT per the new protection scheme in Figure 1. The CITY will procure all materials at the City's cost, according to the schedule outlined in Exhibit B. a. Substation Transformer Protection: i. Each 60/12.47 kilo-volt (kV) power transformer (xf), XF20 and XF21, will have two differential schemes (hmer and Outer Differentials) using Schweitzer Engineering Laboratories (SEL)-787 differential relays and high side overcurrent protection using an SEL-751 overcurrent relay. (See Figure #1 for the protection scheme and Figure #2 for the existing single-line for reference to this Design Specifications section. Reference Table 5.) ii. The Inner Differential relay (SEL-787) will be connected to the high side and low side transformer bushing current transformers (CTs). This relay will also be used to trip and close both high side and low side breakers via the Supervisory Control and Data Acquisition (SCADA) system. The relay will be located on the transformer low side circuit breaker door. iii. The transformer high side phase overcurrent relay (SEL-751) will be connected to the bus side of the 60 kV breaker bushings CTs. In addition to the transformer protection functions, pushbuttons from this relay will be used to trip and close the high side breaker. The relay is to be located on the transformer low side circuit breaker door and it will be connected to SCADA. 1v. The Outer Differential relay (SEL-787) will be connected to CTs on the bus sides of both 60 kV and 12 kV breaker's bushings. In addition to the transformer protection functions, pushbuttons from this relay will be used to trip and close the low side breaker. The relay will be connected to SCADA and located on the transformer low side circuit breaker door. b. Partial Bus Differential Protection: 1. Each 12.47 kV bus section, Bus 3 and Bus 4, will have a SEL-75-1 relay as a partial differential scheme. (Reference Tables 3, 4, 6, and 7 for paragraphs i, ii, iii, and iv.) 11. The partial bus differential relay will be connected to the transformer side of the 12 kV breaker bushing's CTs and the opposite side of the tie breaker bushing's CTs. Each SEL-751 relay will trip its transformer low side breaker and close the bus tie breaker. The scheme will include a 3 cycle fast bus trip feature on each 11 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9018F83 bus SEL-751 relay. This fast trip can be blocked by a hard wired blocking signal from any feeder's SEL-7S l relay on its own bus section that detects a feeder fault. 111. The existing loss of potential relays for both bus undervoltage transfer schemes will be removed and replaced with elements within the SEL-751 relays. In this undervoltage scheme, the relays will trip their respective transformer low side breaker and close the bus tie breaker in the event of loss of potential (undervoltage) on the low side of the transformer. Both relays are to be located in the bus tie breaker door. The bus 4 relay will be equipped with push buttons to open and close the bus tie breaker and the bus 3 relay will be used to control the tie breaker via SCADA. iv. If the bus remote/local button is changed via SCADA, it will change. the state of the buttons on both relays so that both status indicators representing the same state do not differ. Locally, both buttons will have to be pushed for control selection. c. 12 kV Feeder Protection: t. Each of the six (6) 12.47 kV feeders will be protected by two (2) SEL-751 relays (Set A and Set B). (Reference Tables 1 and 2 for paragraphs i, ii, iii, and iv.) u. Set "A" relay functions will be set to include SO/SI, SON/SIN, 81 and 79 elements. The Set "A" relay will have pushbuttons to cut-out/cut-in 79 and 81 elements (but not 50N/51N) and to open and close the feeder breaker. iii. Set "B" relay functions will be set to include only 50/51 and 50N/51N. The Set "B" relay has pushbuttons to trip the feeder breaker. The Set "B" relay will be used to open and close the breaker via SCADA. 1v. Both relays will be wired identically so that "Set A" or "Set B" can become the other Set in the case of a failure, only distinguishable by programming Set selection. Both relays will be hard wired to block the partial bus differential relay for feeder faults. In order to accomplish this, a11 CTs connections should be moved from the line side to the bus side of the breakers. The secondary of the zero sequence 200/5 "donut" CT on MB23 feeder should be shorted since it is a mostly overhead circuit. d. Arc Flash Accommodation: Provide all design and setting options to the CITY as part of the project for a phased-in approach of the Arc Flash feature available within the family of SEL relays to the overall Maybell 20/21 switchgear lineup, taking advantage of the Arc Flash, point-source capability. 1. CONSULT ANT will refine the plan with the CITY during design development. The City will approve the plan and may require the Consultant to revise it as needed in the CITY's sole discretion. The CITY expects to implement this Arc Flash scheme after final commissioning of the switchgear, so as not to complicate the successful implementation of the major required protection upgrade, which is the main focus of this Scope of Work. 12 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9018F83 2. IJ. CONSULT ANT will take into consideration the 'light-tightness' of the existing switchgear cubicles and new front panels to minimize nuisance Arc Flash tripping, via correct design placement of point Arc Flash sources (in concert with the CITY's knowledge of the switchgear). 111. CONSULTANT will use overcurrent elements to 'supervise' the Arc Flash to eliminate nuisance tripping. Initially, the Arc Flash signal will go to a SCADA alarm until CITY operations personnel are comfortable with its operation. e. General Design Guidelines: CONSULTANT will follow the following guidelines for the entire Scope of this project: 1. The replacement relays will be Schweitzer Engineering Laboratories, Inc. ("SEL") microprocessor based relays and Nexus 1500 relay/power quality meters. 2. Existing control switch relays and latching switch relays will be replaced with integrated relay button functionality. 3. The control and protection wiring will be rewired utilizing existing current and potential transformers ("CT" & "PT" respectively). 4. SCADA connections and all metering will be retained. 5. 60kV line protection, proper, is not part of this scope, yet 60kV interlocks with the 12kV protection system are to remain. 6. Existing terminal blocks within the cubicles will be reused, depending on condition, if needed. DESIGN TASKS: CONSULTANT will perform the following tasks to complete the required designs within the design package deliverables and dictated by the design process and schedule outlined in Exhibit B. a. Design Task 1 -Provide specifications upon CITY' s request for all material to be procured, including relays and accessories. b. Design Task 2 -Prepare demolition/removal drawings for the existing layout, single- lines, control, elementaries, DC schematics, and terminal connection diagrams (approximately 22 drawings). c. Design Task 3 -Prepare all new drawings in AutoCAD (ACAD) format for the new control/protection/power quality devices and facilities for all new installation work (see Exhibit B -Sample Relay Calculation Forms). d. Design Task 4 -Prepare relay coordination study in Aspen and generate relay logic diagrams and relay settings and files for the 20 new relays. e. Design Task 5 -Prepare a Description of Operation for each type of protection scheme and each relay in the scheme. A sample is provided in Exhibit E. 13 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9018F83 3. 4. f. Design Task 6 -Provide a construction sequencing plan, testing procedures and commission processes, and construction support. CONSULTANT predicts that a one week outage will be required to remove and replace, test and commission each cubicle for a total of nine (9) weeks of testing, commissioning and construction support. CONSULT ANT will provide on-site support by a testing/commissioning engineer or technician for the first cubicle replacement. These resources would be available with remote assistance as required for the remaining change outs. However, if there are significant problems encountered during any preceding cubicle replacement, CONSULT ANT will provide on-site support for the succeeding cubicle replacement. g. Design Task 7 -Post-Construction support for as-builts, design/construction corrections or finalizations, and contract finalization tasks. ON-SITE SUPPORT and MEETING REQUIREMENTS: a. CONSULTANT will attend a minimum of three (3) design meetings with the CITY. b. CONSULT ANT will hold a kickoff meeting with the CITY to review the scope and execution for the project. The meeting will include the turnover and review of all CITY reference materials. The CONSULTANT will hold design review meetings after the submittals included in the 60 % and 90% Design Packages have been reviewed and approved by the CITY. c. The CONSULT ANT will provide on-site construction management services. The on-site construction management includes assistance with testing and commissioning of the first cubicle relay change out. The CONSULTANT's testing and commissioning resources will be available by phone during the remaining testing and commissioning process. Construction management services may be subcontracted, if approved by CITY as described in Section 12 of the Agreement. DELIVERABLES: a. Schedule. CONSULT ANT will create a 52 week resource loaded schedule in Oracle Primavera by CONSULTANT's design team with the assistance of CONSULTANT's Project Controls Group. This schedule must be reviewed and approved by the City before its use on this project. The Project Controls Group will be an integrated part of the Project Team through the performance period, providing updates of the baseline schedule, cost-to-date vs. effort (earned value) reporting and look-ahead task forecasts. b. Quality Assurance. Prior to submitting any Design Packages described in this Section 4(c) to CITY, all project deliverables will be thoroughly reviewed and checked in accordance with the CONSULTANT's 3-Step QA/QC process. The process ensures that all work products and deliverables have been reviewed and verified that they will meet the CITY's requirements as well as the CONSULTANT's own stringent design standards. c. Design Packages. Design Packages will include the documents and deliverables listed below, including a complete turn-key design set and construction drawing set to meet all design schemes identified in this Scope: 14 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9D18F83 i. 10% Design Package (Budget Task I) 1. Design Control Document u. 30% Design Package (Budget Task 2) l. One Line Diagrams 2. Panel Layouts 111. 60% Design Package (Budget Task 3) 1. Three Line Diagrams 2. AC/DC Schematics for each cubicle 3. Communication System Schematic 4. Logic Diagrams 5. Other schematics and elementary drawings as required 6. Coordination Study Results 7. Relay Settings 8. Description of Operation document 9. AC/DC system load calculations and panel board evaluation iv. 90% Design Package (Budget Task 4) 1. Wiring Diagrams for each cubical 2. Interconnection Wiring Diagrams for transformers and switchgear 3. Specifications for all material procurement 4. Final Bills of Material 5. Testing procedures 6. Commissioning processes 7. Construction Sequencing Plan v. Issue for Construction (IFC) Package (Budget Task 5) 1. A complete set of the design and drawing package 2. (The IFC package will be sealed with a California P.E. stamp) d. CITY Review and Approval. Each submittal of each item from each Design Package must be provided to the CITY for CITY's review and approval. CITY will require up to two (2) weeks to review each submittal and provide comments to CONSULT ANT. CONSULTANT will make any requested revisions within one (1) week after receiving the CITY's comments. e. Design Drawing Development: 15 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC--OBB2-4AFO-A972-EB3CF9018F83 5. 1. The demolition or removal drawings for each Design Package will be included as part of each of the design packages, along with the new drawings. CONSULT ANT will make use of existing substation drawings in order to create the demolition/removal drawings. 11. CONSULTANT will prepare all new drawings in ACAD format. If a "typical" drawing exists for several cubicles or transformers, CONSULTANT will create new and unique drawings for each cubicle or transformer. In the preparation of all new drawings, CONSULT ANT will follow the sample for the Quarry Substation Rebuild, which will be provided to the CONSUL TANT at the project kickoff meeting. In the absence of CITY standards and specifications, CONSULT ANT will coordinate closely with the CITY to ensure the new drawings meet relevant requirements for construction, safety, and ongoing operations and maintenance purposes. iii. Within 4 weeks of transmittal, the CONSULT ANT will modify the drawing set from the final as-built drawings which will be marked up in the field by the CITY' s construction resources and provided by City to the CONSUL TANT. ADDITIONAL REQUIREMENTS and DELIVERABLES: a. Prewired Relay Panels Plan: 1. The CONSULTANT will design completely prewired replacement relay panels including all relays, test switches and accessories. The CONSULTANT will provide detailed specifications of the panels and material for bid. The panel design and specifications will be reviewed and approved by the City prior to fabrication. The finaliz.ation of this portion of the scope of work will be prioritized early in the design package stages of the Schedule of Performance to limit the impact of the potentially lengthy procurement phase. The CITY understands that significant design and performance needs to occur before the panel design can be finalized, yet the CITY also needs this panel design package to be issued as soon as possible. ii. The CITY will procure all materials at the City's cost, and will have all final decisions in the selection process of the relay panel supplier and materials. The City will pay competitive direct purchase costs to the supplier, free from CONSULT ANT markup. The selection may require a competitive bidding process, managed by the CITY and requiring the complete design and specification package discussed in Section S(a)(i) from the CONSULTANT. New panels will match the strength and metal thickness/gage of the existing panels and hinges, as a minimum. b. DC/AC System Sizing Verification: 1. CONSULT ANT will verify that the existing DC system (battery charger, battery and panel) is of sufficient size and capacity to serve the new relay schemes. Although CITY does not anticipate that the charger and batteries will have to be replaced for load purposes, CONSULT ANT will perform the necessary calculations in accordance with prudent engineering practice. The number of DC circuits required for the new protection schemes will determine if the existing DC 16 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9D18F83 load center has adequate branch circuits and capacity. If additional DC circuits are found to be necessary, the CONSULTANT will prepare the design and specifications for a new or second DC Panel. c. Satellite Clock design: 1. CONSULTANT will include the addition of an inter-range instrumentation group time code (IRIG)-B satellite clock and connection to all new relays. 17 Professional Services Rev. April 27, 2016 :;; "C ;:ca ~~ ~ s· 2:~ Ncn _...., ~ N -· ~~ "' "' I . Bus4 PT ... • I I.;;.;..-... _ ... __ .... ~;;_;!!;;,; -- 25 24 Outer Differential & High Side OC 60k BUS3 TYP. of Feeders 23, 24. & 25 152T TYP. of Feeders 20, 21. & 22 BUS4 Figure #1: Recommended Protection Relays' Connection Bus3 PT . I , ________ ... ev#;~r:.'11~ ~~~-----~, I I ... , ...... --- 21 Feeders lnnor Differential Outer Differential & High Side OC --------1 60k I I I Ni .6 ! I I I I I -------.J w c: r.Q cc :l m ~ i R !\.) CD (") ~ m m g CD ~ ~ ~ --.I ~ m CD w (") "Tl c:o 0 .... 00 "Tl 00 w ::D "<I :;.;; a ~~ > ~­:l g == !!?. NfJ> _, <> • :! N_. On -... °'"' MB-EM .~~Pl BBC 15KV SWGR 60KV l LS WEST 4.76 KV SWGR MB-EM 1 (TO BE RETIRED) ,-~~v;----, r -----~KVA f I 12~QV I XFB l I 120/?~fvl <>·+ I J., 1 XF20 TS TS XF2 MB-20 MB-2 I MB-20 v ~B-: ~2_-3~ I ')"' I 600:5 21 4 I 'fl 11' 22 4 I 600:5 . 'fl [J' © 'Y' ' ~ / \)---, w 600·5 7200 6 6 I /"'(' 20 . /120V _J :::,,; 1· cu IPS OS N 12400112DV ~-+I ~ -> I ---., " 1 15120/22.4 MVA 5.0/6.25 MVA I ~ I oo.12.41vn 2 KV G0-4.36Yl2.52KV , ~ , 1200:5 I ~ I 1· ~ 8 ' -~-0·1 M B oc· N L .,; ™B r0 I 23 4 i tlJ I 600:5 24 4 i tlJ .f 600:5 I/) ~ I I I 15/20122.4 MVA l 5.016.25 MVA I L 60.12.47Yl7.2 KV 60-4.36Y/2.52KV _j' 25 I' 7200 ---, 6 OS !:::. - MB-2 N.O. CD 1200:5 50:5 TB MB·112 1200:5 50:5 eoo:s r3' 1120v I ~ f e-1 ;::,/ l2400112ov I ~ J., I 120~ +I 1 ~ I Mx:~1 v L:L~ "--2 __il I ')"' a 'XFe , 1 'Y' 1 ~TS TS F1' \L MB-1 L 15KV~ XF21 MB-21 MB-1 XF1 I I"'(' N.O. I 120/2~0V L 10KVA I ----------o-jl• -~~~----_J CD INDICATES BUS NUMBER LS GS i MB-PBS MB·PB3j ® 601.'J' MB-PBS Figure #2: Maybell Substation 2 Cl 0 n c en i0· :l [ 0 "O (1) ~ l\J c:J () "Tl 0 m Q 0 c:J c:J t "Tl ~ l\J m ~ "Tl co ~ CD "Tl CD w DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9D18F83 FEEDER PUSHBUTION ASSIGmfENTS Feeder Set "A" Relay: SEL-751 relay ::"t'OTUSED • • BREAKER. CLOSE Table I: Set "A" SEL-751 Feeder Pushbutton Assignments 20 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9D18F83 FEEDER PUSHBUTION ASSIGNMENTS Feeder Set ''B" Relay: SEL~751 relay e • NOTt"SED NOTUSE.D • • • LOCK REMOTE • PUSBBUITOX PAD UNLOCK LOCAL • ~OT USED o:~~ • • ~OT USED NOT USED • Table 2: Set "B" SEL-751 Feeder Pushbutton Assignments 21 J Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9D18F83 BUS' PUSHBUTTON ASSIGNMENTS Bus 4 Partial Differential Relay: SEL-751 relay • • • • NOTUSD> REMOTE LOCAL ~OT USED • • NOTL"'SED • LOCK • PUSHBUTIO~ PAD UNLOCK • BREAKER CLOSE Table 3: Bus 4 Partial Differential SEL-751 Pushbutton Assignments 22 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9D18F83 BUS 3 PUSHBUITON ASSIGmlENTS Bus 3 Partial Differential Relay: SEL-751 relay e NOT USED e a : J REMO TI LOCAL e ~OT USED • :'iOTUSED e e • • • • • NOTt'SED LOCK PUSHBUITO~PAD ~OCK TIE BREAKER TRIP ~OT USED Table 4: Bus 3 Partial Differential SEL-751 Pushbutton Assignments 23 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9018F83 TRANSFODIER SEL-751 PUSHBUTTON ASSIGNMENTS Transformer Overcurrent Relay: SEL-751 relay e e • • NOT USED :"OT USED ~OT USED e • • • NOTl:'SED LOCK PUSBBtlTIO~ P.\D UNLOCK Table 5: Transformer Overcorrent SEL-751 Pushbutton Assignments 24 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9018F83 OUTER DIFFERENTIAL PUSHBUTTON ASSIGmIENTs Outer Transformer Differential Relay: SEL-787 relay • • • • NOT USED REMOTE LOC..\L XOTUSED ='\OT USED • • NOT USED • LOCK • PUSHBUTTO~ PAD l.>"NLOCK • LOW~BREAKER • • LOWBREAKER CLOSE Table 6: Outer Transformer Differential SEL-787 Pushbutton Assignments 25 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9D18F83 INNER DIFFERENTIAL PUSHBUTTON ASSIG1'"AIENTS Inner Transformer Differential Relay: SEL-787 relay • NOT USED • o : REMOTE J LOCAL • LOW SIDE • BR.EAKER 11UP ~OT USED • • • • • • NOTt:SED LOCK PUSBBO I ION P.ID u""NLOCK mCBSID.E BREAKER TRIP XOTUSED Table 7: Inner Transformer Differential SEL-787 Pushbutton Assignments 26 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9018F83 27 Professional Services Rev. April 27, 2016 OocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9018F83 EXHIBIT "B" SCHEDULE OF PERFORMANCE CONSULT ANT shall perform the Services so as to complete each milestone within the number of days/weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULT ANT and CITY so long as all work is completed within the term of the Agreement. CONSULT ANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed. Tasks 1. 10% Design Package 2. 30% Design Package 3. 60% Design Package 4. 90% Design Package 5. IFC Package 6. Construction Support 7. Post Construction Support 28 Completion No. of Weeks FromNTP 5 10 15 20 25 26-40 41-52 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9018F83 EXHIBIT "C" COMPENSATION The CITY agrees to compensate the CONSULT ANT for professional services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the hourly rate schedule attached as Exhibit C-1 up to the not to exceed budget amount for each task set forth below. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted below. The CITY's Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, and the total compensation for Additional Services do not exceed the amounts set forth in Section 4 of this Agreement. BUDGET SCHEDULE NOT TO EXCEED AMOUNT Task 1 $15,860.00 (10% Design Package) Task2 $20,470.00 (30% Design Package) Task3 $75,460.00 ( 60% Design Package) Task4 $40,480.00 (90% Design Package) Task5 $3,500.00 (IFC Package) Task6 $26,380.00 (Construction Support) Task 7 $14,180.00 (Post construction) Sub-total Basic Services $196,330.00 Reimbursable Expenses $0.00 Total Basic Services and Reimbursable expenses $196,330.00 29 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9018F83 Additional Services (Not to Exceed) $39,266.00 Maximum Total Compensation $235,596.00 REIMBURSABLE EXPENSES The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. ADDITIONAL SERVICES The CONSULT ANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY's project manager's request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULT ANT's proposed maximum compensation, including reimbursable expense, for such services based on the rates set forth in Exhibit C-1. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY's Project Manager and CONSULT ANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement 30 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9018F83 Engineering I Management Principal Director/PhD Senior Project Manager Construction Project Manager Project Manager II Project Manager I Senior Engineer II Senior Engineer I Senior Project Supervisor Project Supervisor Project Engineer II Project Engineer I Associate Engineer II Associate Engineer I Design Engineer III Design Engineer II Design Engineer I Designer III Designer II Designer I Construction I Field Testing Senior P&C Technician P&C Technician Field Construction Manager Technician/Inspector III Technician/Inspector II Technician/Inspector I EXHIBIT "C-1" SCHEDULE OF RATES Program Management I Support Staff Project Controls Coordinator Project Controls Specialist III Project Controls Specialist II Project Controls Specialist I Drafter I Designer Drafter II Drafter I Administrative -Executive Administrative I Secretarial Safety Specialist Security Specialist 3 1 Hourly Rate $188.00 $219.00 $171.00 $137.00 $154.00 $140.00 $152.00 $130.00 $128.00 $106.00 $126.00 $107.00 $115.00 $103.00 $99.00 $96.00 $92.00 $102.00 $93.00 $77.00 $142.00 $125.00 $137.00 $115.00 $104.00 $77.00 $142.00 $136.00 $92.00 $72.00 $75.00 $68.00 $64.00 $95.00 $54.00 $109.00 $56.00 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9D18F83 EXHIBIT "D" INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANlES WITH AM BEST'S KEY RATING OF A-:VIJ, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACr INSURANCE BUSINESS IN THE STATE OF CALIFORNlA. A WARD IS CONTINGENT ON COMPLIANCE WlTH CITY'S INSURANCE REQUIREMENTS AS SPECIFIED BELOW· ' ' MINIMUM LIMITS REQUIRE TYPE OF COVERAGE REQUIREMENT D YES YES YES YES YES YES EACH OCCURRENCE AGGREGATE WORKER'S COMPENSATION STATUTORY EMPLOYER'S LIABILITY STATUTORY BODILY INJURY $1,000,000 $1,000,000 GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE $1,000,000 $1,000,000 PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL BODILY INJURY & PROPERTY DAMAGE $1,000,000 $1,000,000 LIABILITY COMBINED. BODILY INJURY $1,000,000 $1,000,000 -EACH PERSON $1,000,000 $1,000,000 -EACH OCCURRENCE $1,000,000 $1,000,000 AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED PROPERTY DAMAGE $1,000,000 $1,000,000 BODILY INJURY AND PROPERTY $1,000,000 $1,000,000 DAMAGE. COMBINED PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $I,000,000 THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBT AfN AND MAfNT AfN, fN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS' COMPENSATION, EMPLOYER'S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCll.. MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THIRTY (30) 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. C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY'S PRIOR APPROVAL. II. CONT ACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE AT THE FOLLOWING URL: https://www.planetbids.com/portal/portal.cfm?CompanylD=25569. In. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSUREDS" A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. 32 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9D18F83 B. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS 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 THJS POLICY. C. NOTICE OF CANCELLATION I. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DA TE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE CONSUL TANT SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITIENNOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON- PAYMENT OF PREMIUM, THE CONSULT ANT SHALL PROVIDE CITY AT LEAST A TEN (IO) DAY WRITIEN NOTICE BEFORE THE EFFECTIVE DA TE OF CANCELLATION. VENDORS ARE REQUIRED TO FILE THEIR EVIDENCE OF INSURANCE AND ANY OTHER RELATED NOTICES WITH THE CITY OF PALO ALTO AT THE FOLLOWING URL: HTTPS://WWW.PLANETBIDS.COM/PORT AL/PORT AL.CFM?COMPANYID=25569 OR HTTP://WWW.CITYOFPALOALTO.ORG/GOV/DEPTS/ASD/PLANET BIDS HOW TO.ASP 33 Professional Services Rev. April 27, 2016 DocuSign Envelope ID: 2BCFOEEC-0882-4AFO-A972-EB3CF9018F83 ____......, ELECCON-05 CTHEl "'""' ACORD• CERTIFICATE OF LIABILITY INSURANCE I DATE (llllWDIYYYYJ ~ 0512312017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BYTHEPOUCIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S). AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsementis). PRODUCER Wft~T Billln~ Office &:lc~L. &ti: (406) 238-1900 I ~ No1:(40&> 245-9&81 P~ne est Insurance, Inc. P •• Box30638 ~:MM!..._, Billings, MT 69107-0638 INSURFAISI AFFORDING COVERAGE NAIC# 1NsuRER A: National Fire Ins of Hartford 20478 INSURED 1NsuRER s: Continental Ins Co 35289 Elec:trlcal Consultants, Inc. INSURER c: Continental Casuattv Cornnanv 20443 3521 Gabel Road INSURER o: Montana State Fund 811212 Biiiings, MT 59102-7307 1NSURER e: Zurich American Insurance Comnanv 16535 IHSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ir1: TYPE OF INSURANCE '~~ = POLICY NUllBER POUCYEFF POUCYEXP UlllTS A x COMMERCIAL GENERAL UABIUTY EACH OCCURRENCE $ 1,000,000 I CLAIMS-MADE 00 OCCUR x 6015980113 11/01/2016 11/01/2017 ~~~t}~U9c:~ENTEO $ 300,000 -MEDEXPIAnvonenPf"<lln) $ 15,000 -PERSONAL & ADV INJURY $ 1,000,000 2,000,000 ~'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY 00 m?;= o LOG PRODUCTS· COMP/OP AGG $ 2,000,000 OTHER: Employee Benafi $ 1,000,000 B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 /C:o orNnont\ -x ANY AUTO 6014616577 11/0112016 11/0112017 BODILY INJURY !Per oersonl $ -OWNED -SCHEDULED -AUTOS ONLY ,____ AUTOS BODILY INJURY !Per accident\ $ -~~f8'soNLY f--~8~C§"i~J[~ fp~?~~~d~t~AMAGE $ $ c x UMBREU.A UAB ~OCCUR EACH OCCURRENCE $ 14,000,000 -6015980127 11/0112016 11/01/2017 14,000,000 EXCESSLIAB CLAIMS-MADE AGGREGATE $ OED I x I RETENTION$ 0 $ D WORKERS COMPENSATION x I ~~~TIJTE I I ~~H-AND EMPLOYERS' LIABILITY YIN 032578445 01/01/2017 01/0112018 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE [!] E.L. EACH ACCIDENT $ NIA fif~=1111wm EXCLUDED? E.L. DISEASE • EA EMPLOYEE $ 1,000,000 g~~~~~ ~?'6PERATIONS below E.L. DISEASE • POLICY LIMIT $ 1,000,000 c Professional and AEH114043145 09/1012016 09/1012017 Pollution Each Claim 10,000,000 E Workers Compensation WC959744506 01/0112017 01/0112018 See Below DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES \ACORD 101, AddltlONI RMnarb SchecMe, may be -ched If more apace la niqul~ Blanket Additional lnaured per written contract ncludlng Completed Operations. Primary and Non-Contributory Coverage per written contract. Blanket Waiver of Subrogation per written contract. Blanket addltlonal Insured and waiver appllel on Auto Coverage per written contract Per fonnl CNA74706XX, CNA74706XX, CNA74736XX, CNA76079XX, CA0444 and SCA23600D. Worker's Compensation Waiver of Subrogation applies per written contract per fonn WC000313 .• Umbrella la follow fonn. Blanket Addltlonal lnaurad applies to Umbrella. "Workera Comp lnfonnatlon for Polley WC969744604 -Coverage A States: AZ, CA, CO, FL, ID, llN, MO, NJ, OK, TN, TX, UT, WI SEE ATTACHED ACORD 101 CERTIRCATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Palo Alto; Office of the City Clerk THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN P.O. Box 10260 ACCORDANCE WITH THE POLICY PROVISIONS. Palo Alto, CA 94303 AUTHORIZED REPRESENTATIVE I ~~ ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 2BCFOEEC-OBB2-4AFO-A972-EB3CF9D18F83 AGENCY CUSTOMER ID: ELECCON-05 CTHELEN ----------------~ LOC#: 1 ------- ADDITIONAL REMARKS SCHEDULE AGENCY NAllEDINSURED llllngs Office Elecbical Consultants, Inc. 3521 Gabel Road 1-PO-UCY_N_Ull_BER ___________________ _,Bllllngs, MT 59102-7307 EEPAGE1 NAICCODE EE PAGE 1 SEE p 1 EFFECTIVE DAT£: ADDmONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Llabutty Insurance Description of OperatlonsllocatlonsNehlcles: Page 1 of 1 Coverage A Statutory Employers Liability Limits for Polley WC959744506: Each Accident $1,000,000/Dlsease-Each Employee: $1,000,000JDlsease - Polley Limit $1,000,000 Part 3 Other States Included -All except monopolistic and MT Professional Coverage lnfonnation: Clalms~ade Coverage. Deductible Endorsement -Ded per claim including claim expenses $350,0000 Named Insured Includes: Electrical Consultants, Inc., ECI Engineering Services PC, EPC Services Company: Retro Active Date: 09/10/98 Polley Number: AEH114043145 All operations performed by the above Insured. RE: Maybell Electric Substation Protection/Controls Rebuild The City of Palo Alto, Its Council Members, Officers, Agents, and Employees are Additional Insureds per forms listed above. ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Certificate Of Completion Envelope Id: 2BCF0EEC0BB24AF0A972EB3CF9D18F83 Status: Completed Subject: Please DocuSign: C18167917 Maybell Substation B1.pdf Source Envelope: Document Pages: 35 Signatures: 2 Envelope Originator: Supplemental Document Pages: 0 Initials: 0 Carolynn Bissett Certificate Pages: 2 AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) Payments: 0 250 Hamilton Ave Palo Alto , CA 94301 carolynn.bissett@cityofpaloalto.org IP Address: 12.220.157.20 Record Tracking Status: Original 8/2/2017 4:47:31 PM Holder: Carolynn Bissett carolynn.bissett@cityofpaloalto.org Location: DocuSign Signer Events Signature Timestamp Richard L. McComish dick.mccomish@eciblgs.com President Security Level: Email, Account Authentication (None)Using IP Address: 162.218.100.250 Sent: 8/2/2017 4:51:19 PM Viewed: 8/3/2017 9:38:03 AM Signed: 8/3/2017 9:38:26 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign David R. Maehl dave.maehl@eciblgs.com Vice President Security Level: Email, Account Authentication (None)Using IP Address: 162.218.100.250 Sent: 8/3/2017 9:38:27 AM Viewed: 8/3/2017 11:22:36 AM Signed: 8/3/2017 11:24:39 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Jim Bujtor jim.bujtor@cityofpaloalto.org Security Level: Email, Account Authentication (None) Sent: 8/3/2017 11:24:40 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 8/3/2017 11:24:40 AM Certified Delivered Security Checked 8/3/2017 11:24:40 AM Signing Complete Security Checked 8/3/2017 11:24:40 AM Completed Security Checked 8/3/2017 11:24:40 AM Payment Events Status Timestamps