HomeMy WebLinkAbout2002-05-20 City Council (9)City of Palo Alto
City Manager’s Report
TO:HONORABLE CITY COUNCIL
FROM:
DATE:
SUBJECT:
CITY MANAGER DEPARTMENT: UTILITIES
MAY 20, 2002 CMR: 250:02
APPROVAL OF AMENDMENT NO. 1 TO CONTRACT NO. C-
123181 WITH ENERGY MASTERS, INTERNATIONAL IN THE
AMOUNT OF $150,000 FOR COMPREHENSIVE ENERGY
PROJECT MANAGEMENT SERVICES
RECOMMENDATION
Staff recommends that Council approve and authorize the Mayor to execute the attached
contract amendment with Energy Masters, International, Inc. in the amount of $150,000
for comprehensive energy project management services provided to City of Palo Alto
Utilities’ (CPAU) key and major customers.
DISCUSSION
In 1994, the Northern California Power Agency (NCPA) facilitated a competitive process
to select an energy services company capable of providing comprehensive energy project
management services to utility customers on behalf of all NCPA members. CPAU and
the NCPA membership unanimously selected Energy Masters International, Inc., based
upon its qualifications, experience in engineering and project management, and the
ability to offer competitive products and services. In 1999, CPAU staff decided to expand
the range of services offered to the commercial and. industrial market sectors and utilize
the services of Energy Masters International, Inc.
The original contract, approved on April 3, 2000, with Energy Masters International, Inc.
was designed for a three year effort in assisting CPAU’s largest revenue commercial,
industrial and institutional customers. The plan did not anticipate California’s Energy
Crisis of 2001, and CPAU’s aggressive response to that crisis.
CMR:250:02 Page 1 of 3
The $300,000 funding originally encumbered under this contract was for a broad,
sustained effort targeting a number of customers. In response to the energy crisis,
however, all auditing services had to be directed to those customers financially and
organizationally capable of taking immediate action to reduce their electric demand.
While successful in reducing overall City electric demand by almost 5 megawatts, this
effort has significantly reduced the funds available under the original contract, thus
reducing the level of auditing services available for those customers unable to respond
quickly at the time. This amendment provides additional funding to this contract in order
to restore technical auditing services four additional customers.
The work to be performed under the original contract and Amendment Number 1
continues to be for energy services provided to CPAU’s key and major, customers on an
as-needed basis. Services also will be offered to the City of Palo Alto for energy projects
at City facilities. Projects will include any or allof the following: project identification,
engineering analysis, project design, preparation of bid specifications, construction
management, design and build services (providing qualified subcontractors), project
financing, and building commissioning services (to assure that new building systems are
operating correctly).
RESOURCE IMPACT
Funds for this contract amendment are available and budgeted under the Electric Utility’s
Public Benefits Program for FY 2001-02.
POLICY IMPLICATIONS
This recommendation does not represent any change to existing City policies and is
consistent with the Council-approved Utilities Strategic Plan Strategy Number 7 to
"Implement programs that improve the quality of the environment".
ENVIRONMENTAL REVIEW
Categorically exempt from the California Environmental Quality Act.
CMR:250:02 Page 2 of 3
ATTACHMENTS
Attachment A:
Attachment B:
Contract Amendment to #C-0123181
CMR: 172:00 ~/.- ....
PREPARED BY:
DEPARTMENT HEAD:
TO~IZAUZENNE
Utility Marketing Manager
CITY MANAGER APPROVAL:
Director of Utilities
EMI~L HARRISON
Assistant City Manager
CMR:250:02 Page 3 of 3
AMENDMENT NO. ONE TO CONTRACT NO. C0123181
BETWEEN.THE CITY OF PALO ALTO AND
ENERGY MASTERS INTERNATIONAL, INC. FOR
COMPREHENSIVE ENERGY PROJECT MANAGEMENT SERVICES
This Amendment No.One to Contract No. C0123181
("Contract") 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 ENERGY MASTERS INTERNATIONAL,
INC. (~CONSULTANT"), a Minnesota corporation, 1385 Mendota Heights
Road, St. Paul, MN 55120, with a California branch office located
at 215 North Marengo Avenue, Suite 370, Pasadena, CA 91101
(Taxpayer Identification Number 41-1759883).
R E C I T A LS:
WHEREAS, the Contract was entered into between the
parties for providing energy audits, engineering, marketing plan
development and implementation; and
WHEREAS, the parties wish to amend the Contract in order
to increase the amount of the Contract by an additional One Hundred
Fifty Thousand Dollars ($150,000) for funding additional energy
efficiency programs;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Amendment, the parties agree:
SECTION i. Section i.i of Section 1 "TERM" is hereby
amended to read as follows:
~I.I This Contract will commence on the date of its
execution by CITy, and will terminate on June 30, 2003,
unless this Contract is earlier terminated by CITY. Upon
the receipt of CITY’S notice.to proceed, CONSULTANTwill
commence work on the initial and subsequent Project tasks
in accordance with the time schedule set forth in Exhibit
~A". 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."
SECTION 2. Section 5.1.1 of Section 5 "COMPENSATION" is
hereby amended to read as follows:
//
//
020516 lh 0072163
1
"5.1.i In consideration of the full performance of the
Services,i including any authorized reimbursable expenses,
CITY will pay CONSULTANT a fee not to exceed Four Hundred
Fifty Thousand dollars ($450,000). The amount of
compensationwill be calculated 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."’
SECTION 3. Except as herein modified, all other
provisions of the Contract, including any exhibits and any
subsequent amendments, if any, thereto, shall remain in full force
and effect.
IN WITNESS WHEREOF, the parties have by their duly
authorized representatives executed this Amendment on the date
first above written.
ATTEST:CITY OF PALO ALTO
City Clerk
APPROVED AS TO FORM:
Senior Asst. City Attorney
APPROVED:
Assistant City Manager
Director of Administrative
Services
Director of Utilities
Insurance Review
Mayor
ENERGY MASTERS INTERNATIONAL,
INC.
By:
Name :
Title:
By :
Name :
Title:
Taxpayer Identification No.
41-1759883
(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)
020516 lh 0072163
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF
COUNTY OF
On
notary public
, 2002 before me, the undersigned, a
in and for said County, 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
020516 lh 0072163
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF
COUNTY OF
On , 2002 before me, the undersigned, a
notary public in and for said County, 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
020516 lh 0072163
4
|
City.of Palo Alto
City Manager’s Report
TO:
FROM:
DATE:
HONORABLE CITY COUNCIL
CITY MANAGER
APRIL 3, 2000
SUBJECT:APPROVAL OF A CONTRACT WITH ENERGY MASTERS
INTERNATIONAL IN THE AMOUNT OF $300,000 FOR
DEPARTMENT: UTILITIES
CMR:172:00
COMPREHENSIVE ENERGY PROJECT MANAGEMENT SERVICES
RECOMMENDATION
9
Staff recommends that Council approve and authorize the Mayor to execute the attached
contract with Energy Masters International, Inc., in the amount of $300,000 for
comprehensive energy project management services provided to City of Palo Alto Utilities’
(CPAU) Key and Major customers.
DISCUSSION
Consultant Services Description
The work to be performed under the contract is for energy services provided to CPAU’s Key
and Major customers on an a~-needed basis. Services also will be offered to the City of Palo
Alto for energy projects at City facilities. Projects shall include any or all of the following:
project identification, engineering analysis, project design, preparation of bid specifications,
construction management, design and build services (providing qualified subcontractors),
project financing, and building commissioning services (to assure new building systems are
operating correctly). Typical projects include lighting retrofits, new air conditioning
systems, retrofits to process equipment, and other specialized projects resulting in improved
air and light quality and lower energy costs. Offering turnkey energy services shall enhance
CPAU’s competitive position in comparison with other energy service providers in the area.
Selection Process
The Northern California Power Agency (NCPA) facilitated a competitive process for its
member utilities to select an energy services company. Along with other NCPA member
utilities, CPAU selected Energy Masters International to provide comprehensive energy
project management services to utility customers. Energy Masters International was selected
CMR:172:00 Page 1 of 2
based on the following criteria: qualifications, experience in engineering and project
management, and the ability to offer competitive products and services.
RESOURCE IMPACT
In June 1999, City Council approved $1.744 million in funding for Electric Utility Public
Benefit Programs. The services provided under the contract with Energy Masters
International qualify as public benefit programs, and are an extension of the existing
Industrial Comprehensive Audit Program (ICAP). Utilities staff is currentlyimplementing
the ICAP and therefore, there are no additional impacts on staff resources.
POLICY IMPLICATIONS
This report does not represent any change to existing City policies.
ENVIRONMENTAL REVIEW
Categorically exempt from Calit~ornia Environmental Quality Act.
ATTACHMENTS
Attachment A:
PREPARED BY:
Contract
Lindsay Joye, Marketing Engineer
{~ Director of Utilities
CITY MANAGER ~PROV~: -_ ~_ ~ %
EM~Y ~SON
Assistant Ci~ Manager
CMR: 172:00 Page 2 of 2
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
ENERGY MASTERS INTERNATIONAL, INC.
FOR CONSULTING SERVICES
This Contract No.is entered into ,
by and between the CITY OF PALO ALTO, a chartered qity and a
municipal corporation of the State of California ("CITY"), and
ENERGY MASTERS INTERNATIONAL, INC., a Minnesota corporation~ 1385
Mendota Heights Road, St. Paul, MN 55120, with a California branch
office located at 215 North Marengo Avenue, Suite 370, Pasadena, CA
91101 ("CONSULTANT").
RECITALS:
WHEREAS, CITY desires certain.professiona! consultinq
services, including without limitation, providing energy audits,
engineering, marketing plan development and implementation, and
other services that may be requested by CITY ("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:
SECTION1. 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". Ih the event that the
Project is notcompleted 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.
000320 c100718h9
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.
SEC.TIQN 3. OUALIFICATIONS. STATUS. AND DUTIES OF
CQNSULTANT
3.1 CONSULTANT represents and warrants that it has the
expertise and professionil 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 ofthe 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 .he executed by them or under their supervision.
CONSULTANT willfurnish 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 and warranties
set forth in this Contract, CITY hires CONSULTANT to execute, and
CONSULTANT covenants and agrees that it will execute or causeto be
executed, the Project.
3.3 CONSULTANT will assign TOM DOUGHTY as the project
director to have supervisory responsibility for the performance,
progress, and execution of the Project. TOM DOUGHTY 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
000320 cl 0071829
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 e~isting and
future ’Federal, State of California, and local laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
employed under this Contract and any materials used in CONSULTANT’s
performance of the Services;
3.4.3 At all times observe and comply with, and cause
its employees and consultants, if any, who are assigned to the
performance of this Contract to observe and comply with, the laws,
ordinances, regulations, orders and decrees mentioned above; and
3.4.4 Will report..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 one -(i) copy 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 i.ts
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:
000320 cl 0071829
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 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, if any, 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 eachphase 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. LINDSAY JOYE 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 TOM AUZENNE, the Manager of Utility
Marketing Services.
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:
5.1.1 In consideration of the full performance of the
Services, including any authorized reimbursable expenses, CITY will
pay CONSULTANT a fee not to exceed Three Hundred Thousand dollars
($300,000.00). The amount of compensation will be calculated in
accordance with the hourly rate schedule set forth in Exhibit "B",
on a time and materials basis, up to the maximum amount set forth
000320 cl 0071829
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 bbtained 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, ±n writing, by the project manager. Payment will be
made within thirty (30) days of submission by CONSULTANT Of .a
statement, 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 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 personne~ 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 willbe made as follows:
5.2..1 ~ayment of the 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, 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 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.
expenses
SECTION 6,ACCOUNTING. AUDITS, OWNERSHIP OF RECORDS
6.1 Records of the direct personnel expenses .and
incurred in connection with the performance of Basic
5
000320 ¢1 0071829
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 irrespectiveof 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 CONSULTANT’s, its
officers’, agents’, consultants’ or employees’ negligence, 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. The duty to indemnify
will continue in full force and effect notwithstanding the
expiration or early termination of this Contract with respect to
any claims arising out of CONSULTANT’s performance or lack thereof
based on facts or oonditions which occurred or are known or should
have been known to CONSULTANT prior to the expiration or
termination hereof, for a period of ten (i0) years after such
expiration or termination.
SECTION 8. WAIVERS
8.1 The waiver by either par~y 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.
000320 cl 0071829
6
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 maihtain, 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’sperformance under this Contract.
~In providing the Services, CONSULTANT is not acting as an insurer
9.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Rating Gui~@ 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 willobtain 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 aD
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 additiooal 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 Section
7 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 arising out of
the Services performed under this Contract.
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
000320 cl 0071829
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 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 Services or the execution of the Project.
11.3 Upon such suspension or termination by CITY,
CONSULTANT will be compensated for the. 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 her discretion.
11.4 In the event of termination Of this Contract or
suspension of work on the Project by CITY where CONSULTANT is not
in default, CONSULTANT will receive compensation as .follows:
11.4.1 For.approved items of services, CONSULTANT 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 Qf the service as the quantum of
.000320 cl 0071829
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 actual Services 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 fail~re on the part
of CONSULTANT to fulfill its obligations under this Contract.
~ECTION 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 thereofwithout the prior
written consent of CITY. A consent to one assignment will no~ 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 glven, 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
To CONSULTANT: Attention of the project director
at. the address of the California branch
office of CONSULTANT recited above
000320 cl 0071829
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.
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 inemployment, 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
I0
000320 cl 0071829
the sum of twenty-five dollars ($25) for each person for each
calendar day during which such person was subjected to
discrimination, as damages for breach of contract, or both~ Only
a finding of the State of California Fair Employment Practices
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this Contract.
SECTION 16.MISCELLANEOUS PRQV~$ION$
16.1 CONSULTANT represents and warrants thit 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
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 maybe 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 CalifQrnia.
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 reas6nable costs and attorneys’ fees expended in
connection with that action.
16.6 This document represents the entire andintegrated
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 provis±ons of
this Contract will apply to, and will bind, the heirs, successors,
000320 c] 0071829
11
executors, administrators, assignees, and consultants, as the case
may be, of the parties.
16.9 .If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is"
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto will remain in full force and effect.
16.10 All exhibits referred to~in this contract and any
addenda, appendices, attachments, and schedules which, from time
to time, may be referred to in any duly executed amendment.hereto
are by such reference incorporated in this Contract and will be
deemed to be a part of this Contract.
16.11 This Contract may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one and the same instrument.
16.12 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Municipal
Code. This contract will terminate without any penalty (a) at the
end of any fiscal year in the event that funds are not appropriated
for the following fiscal year, or (b) at any time within a fiscal
year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer
available. This Section 16.12 will take precedence in the event of
a conflict with any other covenant, term, condition, or provision
of this Contract.
II
I/
II
II
II
II
11
I/
I/
I/
II
000320 c10071829
IN WITNESS WHEREOF, the parties hereto have by t~eir duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF PALO ALTO
City Clerk
APPROVED AS TO FORM:
Senior Asst. City Attorney
~APPROVED:
Assistant City Manager
Director of Administrative
Services
Director of Utilities
Risk Manager
Mayor
ENERGY MASTERS INTERNATIONAL,
INC.
By: ~
Name:
Title:
Taxpayer Identification No.
(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 "A":
EXHIBIT "B":
EXHIBIT "C":
EXHIBIT "D" :
SCOPE OF PROJECT &TIME SCHEDULE
RATE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
000320 c10071829
13
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE
On ~~ ~ , 2000, before me, the undersigned, a
Notary Public in and for saidCounty 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 m hand~ and official seal.
!.4f~ SHARON P. HOLSCHER ~
~l~i~ [~ NOT/~RY PUBLIC-MINNESOTA ~
Signature of Notary Public
000320 cl 0071829
14
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
On ~T~ ~ , 2000, before me, the undersigned, a
Notary Public in and for said County and State, personally appeared
, personally known to
me or prov@d 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.
SHARON P. HOLSCHER
NOTARY PUB~,IO.MINNESOTA
MY COMf, IIS,qlON E,v, PIR~8 1-11-2006
S~gnature of Notary Public
000320 c10071829
15
EXHIBIT A
to the Contract Agreement between the City of Pale Alto Utilities (CITY)
and
Energy Masters International, Inc. (CONSULTANT) dated March 24, 2000
SCOPE OF SERVICES
CONSULTANT shall provide services to City ~fPalo Alto Utilities (CITY) in the design, implementation and
management of energy services programs for Key and Major accounts, including CITY facilities. CONSULTANT
will provide services in the areas of energy services program development and design, marketing of new products
and services, design of ftmding and cost share program% including those related to the application of public benefits
lunch, and financing strategies. These services shall be provided on an as-needed basis over the three-year term.
!. Marketing Plan Development
CONSULTANT will support CITY in developing individualized marketing plans to maximize the participation by
Key and Major accounts in CITY energy services programs.
Specifically, CONSULTANT will work with CITY to develop an Energy Services Marketing Plan to bring new
behind-the-meter services to Key and Major accounts. These new services will be integrated with other CITY
programs now underway and will be designed to add additional value for the CI’I~ brand. Participaling customers
will see CITY as the provider of these new customer programs.
CONSULTANT will:
a.Work with CITY to customize a marketing strategy, which takes into account CITY desire to target and
deploy Solutions to specific market segments.
b.Assist in establishing a baseline of customer satisfaction with CITY existing portfolio of services.
c.Review CITY register of, electric customers, broken down by standard industrial code, and work with CITY
¯to classify target segments for focused sales and marketing efforts.
d.In concert with CITY marketing and account service staff, identify those segments and specific customers
that will be initially targeted for energy efficiency solutions.
Co-develop marketing and sales materials for use by CITY marketing representatives in direct sales calls,
mailers and other sales opporttttfities.
Support the development of cost share funding initiatives for the customer programs, including the
judicious use of Public Benefits Funds and other financial resources.
2. Professional Services to Evaluate Customer Energy Options
CONSULTANT will:
a.Support CITY in performing detailed assessments of selected customer facilities and identifying those
energy efficiency and demand management measures that are most viable for those customers.
b.Assist CITY in precisely detezmining customer needs, and analyzing the costs and benefits of candidate
energy efficiency meast~es.
c.Develop technical and financial proposals for the selected project or projects.
d.Review the proposals with CITY marketing representatives and management and work with CITY to
schedule a joint proposal presentation before the customer.
3. Deploying Selected Energy Efficiency Measures
Once a customer has selected the energy efficiency measures that offer the most value to their business and
operations, CONSULTANT will make a "best effort" attempt, to negotiate a contract with that customer and,
upon execution of such conttact, will provide those measures.
4. Sales Process
CONSULTANT will create an "Initial Project Questionnaire," to aid CITY in identifying opportunities for
adding va.lue for their largest customers.
CONSULTANT and CITY will jointly ca~l on targeted customers to continue dialogue originated by CITY
Key and Major accounts or economic development team.
CONSULTANT will work with CITY to preliminarily assess the merits of customer energy efficiency
projects.
d.If a project shows initial merit, CONSULTANT will perform additional technical analyses to validate
initial assumptions and f’mdings.
f.
g.
During this project development phase, the CONSULTANT/CITY team will establish priorities, reasonable
project timelines and deliverables to the customer. Available Public Benefits funds will be applied to the
analysis and cost benefits will be calculated accordingly.
CONSULTANT and CITY t~am will jointly present the analysis and project proposal to the customer,
If the customer approves the project, CONSULTANT will install or manage the installation of the solution,
and provide necessary monitoring and verification.
h. CONSULTANT will work with CITY to coordinate the application of Public Benefits funds.
5. Additional Services for CITY
In addition to supporting CITY efforts to provide new behind-the-meter solutions to CITY customers,
CONSULTANT will:
a:Aid in conducting customer forums on energy awareness and demand side management and support the
development of materials to convey CITY competencies in offering programs on the customer’s side of the
meter.
b;Support the development of CITY Key and Major accounts personnel by providing training on demand side
management and energy efficiency issues.
c:Help communicate and advocate CITY program to regional stakeholders.
d:Provide guidance on the creation of innovative financing strategies to maximize customer participation in
CITY programs.
e:Assist CITY in assessing the energy efficiency of City facilities and install, or manage the installation of,
new systems to improve the efficiency of those facilities.
6.Use Of Local Contractors
To the extent possible, CONSULTANT will utilize local contractors in the installation of energy conservation
measures at customer facilities. Representatives from CONSULTANT will work with CITY Chambers of
Commerce to identify local suppliers and contractors who offer competitive pricing for goods and services.
However, if no local resources can be found that provide competitive price and value, CONSULTANT reserves the
tight to utilize contractors of its choosing to provide the best value for participating customers.
7.Square Foot Rates for Customer Projects
CONSULTANT will conduct customer facility audits and prepare customer reports under a price-per-square-foot
compensation scenario.
Costs for these analyses differ by facility, depending on the facility’s level of complexity, and will be jointly
determined for each participating customer by CITY and CONSULTANT.
The following reflects the cost-per:square-foot pricing scenarios:.
Site Survey
Preliminary Scoping / Energy Conservation Measure
Development
(Investment Grade) Design/Engineering
Savings Calculations, Financial Analysis & Project
Costing
Preliminary Report .,
Comprehensive Report
Comprehensive Report With Computer Modeling
Design/Build Bid Package Documents
Project / Conslaaaction Management
Measurement & Verification
Training & Support Services
$.05-.10
$.05-.10
$.05-.15
$.05-.15
$.05-.10
$.07-.15
$.10-.25
$.05-.20
$.05-.15
$.05-.15
$.05-.25
The square footage billing option does not apply to program development activities, programmanagement services
or to training for utility account service personnel.
CONSULTANT will provide at least thirty (30) days notice in writing to CITY for any modifications to these rates.
8.Credit to CITY for Successful Projects
For each energy efficiency project completed in CITY service territory by CONSULTANT, which was attributable
to the CITY Energy Services program, CITY will be credited an amount equal to 3% of the total project sales price.
The credit will be refunded to CITY in terms of hours of professional services. For example, a completed $100,000
project will result in a $3,000 credit for professional services provided to CITY.
EXHIBIT B: FEE SCHEDULE
Hourly Rates
The following hourly rates are in effect for CONSULTANT’ program development, project management and
training activities:
Regional Director $135.00/hr
Area Manager $110.00/hi
Project Developer $110.00/hr
Project Manager $110.00/hr
Marketing Specialist $75.00/hr
Adminisl~ative Aide $55.00/hr
CONSULTANT will provide at least thirty (30) days notice in writing to CITY for any modifications to these rates.