Loading...
HomeMy WebLinkAbout2002-10-21 City Council (14)City of P Manager’s TO:HONORABLE CITY COUNCIL FROM: DATE: SUBJECT: CITY MANAGER OCTOBER 21, 2002 APPROVAL OF CONTRACT DEPARTMENT: UTILITIES CMR:396:02 WITH CUPERTINO ELECTRIC, INCORPORATED IN THE AMOUNT OF $70,000 FOR ELECTRIC RELIABILITY SERVICES FOR COMMERCIAL UTILITY CUSTOMERS RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract with Cupertino Electric, Inc. in the amount of $70,000 for electric reliability services for major account and small commercial customers. Authorize the City Manager or his designee to exercise the option to renew the contract annually for up to two years provided the proposed cost of the renewal contract does not exceed the Consumer Price Index for all urban consumers (San Francisco - Oakland - San Jose, CA), the contractor is responsive to the City’s needs, and the quality of the contractor’s work is acceptable during the first year of the contract. DISCUSSION Contractor Services Description Electric power quality events can significantly impact critical devices and systems within major account and small commercial facilities. Major accounts represent commercial , institutional, and industrial customers with power demands in excess of 500 KW while small commercial customers have electrical demands below 500 KW. Elevators, medical equipment, and computer systems can be negatively impacted during outages, voltage fluctuations, and power quality events. The electric reliability services performed under the proposed contract support the City of Palo Alto Utilities (CPAU) Power Quality and Reliability Program. CPAU provides high quality, high value services to its small commercial, major accounts and institutional customers through innovative services to Page 1 of 3 enhance electric service reliability within their facilities and improve customer satisfaction. The required contractor expertise will include electric reliability studies, power quality auditing, project design and review, seminars, technical and economic analysis of customer system performance, and related technical and specialized services. These services will complement existing CPAU programs. To the extent electric service reliability is improved, local business operations will benefit and unnecessary, unproductive costs due to power problems can be avoided. Selection Process Staff sent a Request for Proposal (RFP) to five consulting firms on August 6, 2002. Firms were given 21 days to respond to the request. Two firms submitted proposals. Proposals ranged from $3,500 to $12,000 per task from Salas O’Brian and from $3,500 to $10,000 per task from Cupertino Electric, Inc. A selection advisory committee consisting of Utilities staff and program managers reviewed the proposals. The committee carefully reviewed each firm’s qualifications and submittal in response to the RFP relative to the following criteria: experience serving major account and small commercial customer facilities with power quality resources equipment specifications; reliability audits; project design review for reliability; training and customer technical support; and web-based tools where needed. Staff has extensive experience working with both firms. After an extensive and detailed review by staff, Cupertino Electric, Inc. was selected. Staff recommends Cupertino Electric, Inc. as staff believes they can provide more direct services to CPAU’s customers. RESOURCE IMPACT The required funds are included in the Electric Fund Operating Budget. POLICY IMPLICATIONS Provision of these services to CPAU’s major and small commercial customers supports Strategic Plan Objective No.l; Enhance customer satisfaction by delivering reliable services. It also supports Strategic Plan strategy No.4; Deliver products and services for competitive markets. ENVIRONMENTAL REVIEW These services do not require CEQA assessment. CMR:379:02 Page 2 of 3 ATTACHMENTS Attachment A: Attachment B: PREPARED BY: Contract Evaluation of Consultant Firms Anthony Enerio(~ Virginia Waik DEPARTMENT HEAD: CITY MANAGER APPROVAL: of Utilities BENEST City Manager CMR:379:02 Page 3 of 3 ~ CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND CUPERTINO ELECTRIC, INC. FOR POWER QUALITY AND RELIABILITY CONSULTXNG SERVICES This Contract No.is entered intoby and between the CITY OF PALO ALTO, a chartered city and a~ municipal corporation of the State of California ("CITY"), and CUPERTINO ELECTRIC, INC., a Delaware corporation authorized to do business in California, located at 1132 N. Seventh Street, San Jose, CA 95112 .("CONTRACTOR"). RECITALS : WHEREAS, CITY desires certain power quality and reliability c0nsulting services to be provided on an as needed basis ("Services"), as more fully described in Exhibit "A"; and WHEREAS, CITY desires to engage CONTRACTOR, including its employees, if any, in providing the Services by reason of its qualifications and experience in performing such Services, and CONTRACTOR has offered to provide the Services on the terms and in the manner set forth herein; NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Contract, the parties agree: SECTION 1 - TERM I.i This Contract will commence on the date of its execution by CITY and shall expire one year from the commencement date unless extended by mutual agreement of the parties. The city manager may approve any agreement to extend the contract term for up to two (2) additional one year periods, so long as, the City Council has approved in each year’s budget an appropriation of funds for this Contract, and the maximum compensation does not exc@ed the amount authorized in section 5.2. below. 1.2 CONTRACTOR shall perform the Services in accordance with a time schedule to be developed.between the parties on a per task basis and set forth in a written task assignment (~Service Order") for that task. Time is of the essence of this Contract. In the event that the Services are not completed within the Service Order time schedule on account of CONTRACTOR’s default, CITY’s project 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 CONTRACTOR. // 021015 sdl 0100027 1 SECTION 2.SCOPE OF WORK; CHANGES & CORRECTIONS 2.1 The general scope of the CONTRACTOR’s Services, is described in Exhibit "A". CITY and CONTRACTOR shall negotiate for each particular assignment a Service Order specifying in detail: (i) the CONTRACTOR’S Services, (2) the schedule of performance, and, (3) the maximum CONTRACTOR compensation for those Services, which shall be based on the rates attached hereto as Exhibit "B". CITY’s project manager shall be authorized to execute each Service Order. CITY will not be liable for the cost or payment of any Services, unless CITY, in advance and in an authorized Service Order, agrees to the amount of compensation attributable to the Services before CONTRACTOR commences the performance of any such change in work. 2.2 Where the Services entail the dr~afting and submission of deliverables, for example, construction plans, drawings, and specifications, any and all errors, omissions, or ambiguities in the deliverables, which are discovered by CITY will be corrected by CONTRACTOR at no cost to CITY, provided CITY gives notice to CONTRACTOR. SECTION 3 CONTRACTOR -QUALIFICATIONS,STATUS, AND DUTIES OF 3.1 CONTRACTOR represents and warrants that it has the expertise and~ professional qualifications to furnish or cause to be furnished the Services. CONTRACTOR further represents and warrants that the project director and every individual charged with the performance of the Services under this Contract 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. 3.2 In reliance on the representation and warranty set forth in Section 3.1, CITY hires CONTRACTOR to perform, and CONTRACTOR covenants and agrees that it will furnish or cause to be furnished, the Services. 3.3 CONTRACTOR will assign STEVEN E. SCHUMER as the project director to have supervisory responsibility for the performance, progress, and execution of the Services. If circumstances or conditions subsequent to the execution of this Contract cause the substitution of the project director for any reason, the appointment of a substitute project director will be subject to the prior written approval of the project manager. 3.4 CONTRACTOR 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 Segvices; 021015 sdl 0100027 2 3.4.2 ~ Keep itself fully informed of all existing and future Federal, State of California, and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this Contract, any materials used in CONTRACTOR’s performance under this Contract, or the performance of the Services; 3.4.3 At all times, observe and comply with, and cause its employees and contractors (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 any plans, drawings, specifications or provisions of this Contract. 3.5 Any reports, information, data or other material given to, or prepared or assembled by, CONTRACTOR or its contractors, if any, under this Contract will become the property of CITY and will not be made available to any individual or organization by CONTRACTOR or its contractors, if any, without the prior written approval of the city manager. 3.6 CONTRACTOR will provide CITY with four (4) copies of the final report, if any, which may be required under this Contract, upon completion and acceptance of each report by CITY. 3.7 If CITY requests additional copies of reports, drawings, specifications or any other material which CONTRACTOR is required to furnish in limited quantities in the performance of the Services, CONTRACTOR will provide such additional copies and CITY will compensate CONTRACTOR for its duplication costs. 3.8 CONTRACTOR will be responsible for employing or engaging all persons necessary to perform the Services. All contractors of CONTRACTOR will be deemed to be directly controlled and supervised by CONTRACTOR, which will be responsible for their performance. If any employee or contractor of CONTRACTOR 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 contractor will be discharged immediately from further performance under this Contract on demand of the project manager. SECTION 4 -DUTIES OF CITY 4.1 CITY will furnish or cause to be furnished the specified services set forth in Exhibit "A", if any, and such other information regarding its requirements as may be reasonably requested by CONTRACTOR. 021015 sdl 0100027 3 4.2 The city manager will represent CITY for all purposes under this Contract. VIRGINIA WAIK, Marketing Engineer, is designated as the project manager for the city manager. The project manager will supervise, the performance, progress, and execution of the Sgrvices, and will be assisted by JERRY BROWN, Assistant Project Manager. 4.3 If CITY observes or otherwise becomes aware of any default in the performance of CONTRACTOR, CITY will use reasonable efforts to give written notice thereof to CONTRACTOR in a .timely manner. SECTION 5 -COMPENSATION. 5.1 CITY shall pay CONTRACTOR a total sum not to exceed the amount of Seventy Thousand dollars ($70,000) for all professional services, including any reimbursable expenses, provided by CONTRACTOR (and its subcontractors) under this Contract. CONTRACTOR shall submit its itemized billings, in triplicate, detailing the services provided, hours worked and expenses incurred in accordance with the hourly fee schedule set forth in Exhibit "B" and the compensation agreed to in a Service Order. CITY shall pay the undisputed amounts of such itemized billings within thirty (30) days of receipt. A Service Order describing CONTRACTOR’s services and total not to exceed amount for each task shall be executed according to the procedures set forth in Exhibit "B" prior to Contractor’s commencement of work on that task. Any hours worked for which payment would result in a total exceeding the maximum task compensation in any Service Order shall be at no cost to CITY. Any hours worked for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to CITY. 5.2 If this Contract is extended by the parties pursuant to section i.i, the rates for Services and expenses set forth in Exhibit "B" as well as the total not to exceed amount of compensation for Services shall be the previous year’s amounts plus an amount not to exceed the change in the consumer price Index for all urban consumers (San Francisco-Oakland-San Jose, CA) or three (3%) percent,, whichever is lower. SECTION 6 -AUDITS 6.1 CONTRACTOR will permit CITY to audit, at any reasonable time during the term of this Contract and for three (3) years thereafter, CONTRACTOR’s records pertaining to matters covered by this Contract. CONTRACTOR further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Contract. // 021015 sdl 0100027 4 SECTION 7 -INDEMNITY 7.1 CONTRACTOR 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 anyperson, property damage or any other loss, caused by or arising out of CONTRACTOR’s, its officers’, agents’, subcontractors’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which applicable law may impose strict liability on CONTRACTOR in the performance of or failure to perform its Obligations under this Contract. SECTION 8 -WAIVERS 8.1 The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Contract, or of the provisions of any ordinance or law, will not be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or of any subsequent breach or violation of the same orof any other term, covenant, 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 term, covenant, condition or provision of this Contract or of any applicable law or ordinance. 8.2 No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Contract. SECTION 9 -INSURANCE 9.1 CONTRACTOR, at its sole cost and expense, will obtain and maintain, in full force and effect during the term of this Contract, the insurance coverage described in Exhibit "C" insuring not only CONTRACTOR and its contractors, if any, but also, with the exception of workers’ compensation, employer’s liability, and professional liability insurance, naming CITY as an additional insured concerning CONTRACTOR’s performance under this Contract. 9.2 All insurance coverage required hereunder will be provided through carriers with Best’s Key Rating Guide ratings of A:VII or higher which are admitted to transact insurance business in the State of California. Any and all contractors of CONTRACTOR retained to perform Services under this Contract will obtain and maintain, in full force and effect during the term of this Contract, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 9.3 Certificates of such insurance, preferably on the forms provided by CITY, will be filed with CITY concurrently with 021015 sdl 0100027 5 the execution~of<:this Contract. The certificates will be subject to the approval of CITY’s risk manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled or altered by the insurer except after filing with CITY’s city clerk thirty (30) days’ prior written notice of .such cancellation or alteration, and that the City of Palo Alto is named as an additional insured except in policies of workers’ compensation, employer’s liability, and professional liability insurance. Current certificates of such insurance will be kept on file at all times during the term of this Contract with the city clerk. 9.4 The procuring of such required policy or policies of insurance will not be construed to limit CONTRACTOR’s liability hereunder nor to fulfill the indemnification provisions of this Contract. Notwithstanding the policy or policies of insurance, CONTRACTOR will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Contract, including such damage, injury, or loss arising after the Contract is terminated or the term has expired. SECTION i0 -WORKERS’ COMPENSATION i0.i CONTRACTOR, by executing this Contract, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing the performance of the Services. SECTION ii - SERVICES TERMINATION OR SUSPENSION OF CONTRACT OR ii.i The city manager may suspend the performance of the Services, in whole or in part, or terminate this Contract, with or without cause, by giving thirty (30~ days’ prior written notice thereof to CONTRACTOR. Upon receipt of such notice, CONTRACTOR will immediately discontinue its performance of the Services. 11.2 CONTRACTOR may terminate this Contract 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 or in the event CITY indefinitely withholds or withdraws its request for the initiation or continuation of the Services to be performed. 11.3 Upon such suspension or termination by CITY, CONTRACTOR will be paid for the Services actually rendered to CITY on or before the effective date of suspension or termination; provided, however, if this Contract is suspended or terminated on 02101~ sdl 0100027 6 account of a default by CONTRACTOR, CITY will be obligated to compensate CONTRACTOR only for that portion of the 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 her discretion. 11.4 Upon such suspension or termination, CONTRACTOR will deliver to the city manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or nbt completed, prepared by CONTRACTOR or its contractors, if any, or given to CONTRACTOR or its contractors, if any, in connection with this Contract. Such materials will become the property of CITY. 11.5 The failure -of CITY to agree with CONTRACTOR’s independent findings, conclusions, or recommendations, if the same are called for under this Contract, on the basis of differences in matters of judgment, will not be construed as a failure on the part of CONTRACTOR to fulfill its obligations under this Contract. SECTION 12 -ASSIGNMENT 12.1 This Contract is for the personal services of CONTRACTOR, therefore, CONTRACTOR will not assign, transfer, convey, or otherwise dispose of this Contract or any right, title or interest in or to the same or any part thereof without the prior written consent of CITY: A consent to one assignment will not be deemed to be a consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void and, at the option of the city manager, this Contract may be terminated: This Contract will not be assignable by operation of law. SECTION 13 -NOTICES 13.1 All notices hereunder will be given in writing and mailed, postage prepaid, by certified mai!, addressed as follows: To CITY:Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 To CONTRACTOR: Attention of the project director at the address of CONTRACTOR recited above SECTION 14 -CONFLICT OF INTEREST 14.1 In accepting this Contract, CONTRACTOR 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 021015 sdl 0100027 7 Services. 14.2 CONTRACTOR further covenants that, in the performance of this Contract, it will not employ any contractor or person having such an interest. CONTRACTOR certifies that no person 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 forthin the Palo Alto Municipal Code, no discrimination will be made 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 that person. If the value of this Contract is, or may be, five thousand dollars ($5,000) or more, CONTRACTOR agrees to meet all requirements of the Palo Alto Municipal Code pertaining to nondiscrimination in employment, including completing the requisite form furnished by CITY and set forth in Exhibit "D". 15.2 CONTRACTOR agrees that each contract for services with an independent provider will contain a provision substantially as follows: "[Name of Provider] will provide CONTRACTOR 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 CONTRACTOR 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 ih part, or to deduct the sum of twenty-five dollars ($25) for each person for each calendar day during which such person was subjected to acts of 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. 021015 sdl 0100027 "8 SECTION 16 -MISCELLANEOUS PROVISIONS 16.1 CONTRACTOR represents~ and warrants that it has knowledge of the requirements of the 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. CONTRACTOR will comply with or ensure by its advice~that compliance with such provisions will be effected in the performance of this Contract. 16.2 This Contract will be governed by the laws of the State of California, excluding its conflicts of law. 16.3 In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California or in the United States District Court for the Northern District of California in the County of Santa Clara, State of California. 16.4 The prevailing party in any action brought to enforce the provisions of this Contract may recover its reasonable costs and attorneys’ fees expended in connection with that action. 16.5 This document represents the entire and integrated agreement between the parties and supersedes all prior negotia- tions, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 16.6 All provisions of this Contract, whether covenants or conditions; will be deemed to be both covenants and conditions. 16.7 The covenants, terms, conditions and provisions of this Contract will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and contractors, as the case may be, of the parties. 16.8 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. i6.9 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. 16.10 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. 021015 sdl 0100027-9 16.11 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 fundsar~ only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 15.11 shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Contract on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: Assistant City Manager Mayor CUPERTINO ELECTRIC, INC. By: Name: Title: By: Name: Title: Taxpayer Identification No. Director of Administrative Services Director of Utilities Risk Manager Attachments : EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : 021015 sdl 0100027 (Compliance with Corp. Code § 313 Is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) SCOPE OF SERVICES RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM i0 CERTIFICATE OF ACKNOWLEDGEMENT (Civil Code SI189) STATE OF COUNTY OF On , 2002, before me,, a Notary Public in and for said County and State, personally appeared ., personally known to me or proved to me.on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/heJ/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 021015 sdl 0100027 11 CERTIFICATE OF ACKNOWLEDGEMENT (Civil Code § 1189) STATE OF ) ) ss. COUNTY OF ) On , 2002, before me,, a Notary Public in and for said County and State, personally appeared , personally known to~ me or proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary Public 021015 sdl 0100027 12 EXHIBIT ~A" SCOPE OF SERVICES FOR POWER QUALITY AND RELIABILITY CONSULTING SERVICES i.OBJECTIVES AND OVERVIEW The City of Palo Alto desires to secure reliability consulting services to support the City of Palo Alto (CITY) Utilities Department "Power Quality and Reliability Program" .for its small commercial, major account and institutional customers. The services will support activities such as electric reliability studies, power quality auditing, project design review, seminars, technical and economical analysis of.customer system performance, and related technical and specialized services. Services include turn-key reliability enhancements for customers, evaluation of: customer facilities’ electrical distribution system, back-up power systems, service panel modifications to accommodate plug-in back-up generation, demand-limiting control strategies, equipment replacement and electrical system upgrade, monitoring, customer presentations and informational materials related to reliability. In addition, customers have also sought information on how to protect their businesses and sensitive equipment and processes from voltage sags which originate on the utility distribution systems. The services will be provided by the CONTRACTOR on an as- requested basis,, when the need for services is determined by the CITY. CONTRACTOR work will.be authorized by the CITY’s Project Manager through the issuance of written Service Orders. The scope andthe maximum compensation for each Service Order will be negotiated between the CONTRACTOR and the CITY’s Project Manager prior to commencement of the requested work. The type of services that shall be performed and delivered by the CONTRACTOR can be on the customer meter and may include, but shall not be limited to: Provide turn-key reliability solutions (construction capability) for critical systems. found in a variety of businesses Reliability Audits & Studies for customer processes and equipment including, but not limited to: elevators, clinic battery packs, 021015 nra 0100027.1 data systems, and, service panel upgrades for accommodating plug-in back-up generation Facility and End Use Power Conditioning (including voltage sag mitigation and grounding recommendations) Project Design Review Customer Workshops Project Economic Analyses (Life Cycle~Costing) Technical Support and Training of Utility Staff CONTRACT SCOPE A.CITY Responsibilities shall include: (i) (2) The CITY will perform all marketing and screening for the services to be offered to the utility customer. The CITY will provide Consultant with contact information for the accounts selected for services. The CITY will also maintain a database of audited customer accounts for follow-up visits. The CITY will provide CONTRACTOR with electrical distribution system diagrams detailing utility service to the selected site, and electric use history of each customer. Bo (3)The CITY will work with CONTRACTOR to develop all informational materials. The CITY must approve all materials. (4)The CITY. will contact the customer and arrange meetings. CONTRACTOR Responsibilities shall include but not be limited to: (i) (2) The CONTRACTOR will provide all equipment, materials and personnel required to do the work as specified. The CONTRACTOR will perform either walk- through or full-scale audits, and follow-up visits, and provide copies of all customer materials to the CITY. In addition, CONTRACTOR will provide monthly status reports, participate in quarterly program 021015 nra 0100027.1 2 review meetings with the City, and prepare an annual report summarizing all work done in the previous 12 months. (3)The CONTRACTOR will provide workshop ~. presentations on an as- requested basis on a variety of measures which customers can take to enhance end use processes and equipment operation. The CITY anticipates up to four workshops annually focused on equipment and processes within the small commercial, major account and institutional customer businesses. These include, but are not limited to, elevators, service panel modifications, and battery packs for small medical uses. (4)The CONTRACTOR will assist the CITY in the preparation and review of reliability related marketing material for the small commercial, major account "and institutional customer. B o At the request of the CITY’s Project Manager, the CONTRACTOR shall provide Services on an as-needed basis, including but not limited to the following: (I)Seminars and Workshops It is~anticipated that there would be up to four seminars or workshops annually. Subjects may.include the following: a. Elevator reliability: Problems, Analysis, and Solutions. Service Panel Modifications: Problems, Analysis, and Solutions. c.Power System Basics, do The use of Battery Packs and other back- up devices for medical, dental, and outpatient clinics. (2)Informational Services It is anticipated that the CITY will be updating its web page services as needed. 021015 nra 0100027,1 (3) The CITY ~m’~y seek to offer information services to its customers through the CITY web page. The CONTRACTOR shall on request provide information, and possibly develop tools, for this format. b o The CITY may require periodic updates to the tools and information provided by the CONTRACTOR for display on its CITY web page. Reliability Audits The scope of audits may range from phone consultations with review of field monitoring results, recommendations, review of equipment plans, site walk-through, to detailed engineering analysis of electrical systems. The CONTRACTOR shall submit all audit materials and associated calculation methodologies el~ectronically in addition to two hard copies for review by the CITY. The audit tasks may include, but are not limited to: a o An executive summary of report findings, Review of and description of existing systems C ¯Proposed options for reliability enhancements (cut sheets, specifications and wiring diagrams detailing equipment installation configuration, and quality assurance) , Data Collection (may include monitoring, may range in monitoring period from a single day to several months or more), e o f o Data Analysis and Correlation (analyze data for any significant phenomenon), Recommendations for cost-effective preventive measures, mitigation, control, and/or monitoring, including economic evaluation of options to determine the most cost effective approach for customer implementation, 021015 nra 0100027.1 4 no Review and creation of single-line diagrams of customer’s electric distribution system, Evaluation of reliability improvement options (UPS, generator options, controls and switches). Reports shall include the following: ® An executive summary Risk assessment for impact of outages to customers A description and assessment of the customer’s existing protection/reliability systems including a description of proposed controls and systems UPS system type (static, rotary or continuous power supply) Power Conditioning Options (ferro-resonant transformers, small and large-scale flywheels, and other commercially available technologies) Automatic Transfer Switches (subject to utility distribution configuration and modification options) System life cycle cost (initial and maintenance costs over the equipment life) Sequence of operation (for controls and alarms) System performance and reliability ® UPS citing considerations including room climate control and sound attenuation 021015 nra 0100027.1 System fuel storage requirements Distribution system separation Ancillary switchgear and switch gear modifications Power Quality impacts of reliability improvement equipment CONTRACTOR reports shall include appendices with information on customer history (provided by the CITY) and sample equipment specifications’ sheets for recommendations, The work will be done in a timely manner as agreed between CITY Project Manager and CONTRACTOR and set forth in the Service Order. (4).Project Design Review Tasks include making recommendations for cost- effective preventive measures, voltage mitigation, power quality improvements, control, and/or monitoring of power quality, reliability, or voltage sag conditions. Project design review may also involve the following: a.Reviewing electrical diagrams b.Data Analysis and correlation c.Customer briefings. Technical Support Tasks include: a. Phone, Fax and E-mail consultations with Utilities staff and customers b o Performing economic analysis of power quality, reliability and voltage sag mitigation options (including life cycle 021015 nra 0100027.1 6 C o comparlsons of two or more options for enhancement s) Performing short term monitoring and performance evaluations Reviewing electrical system plans or monitored data and making recommendations for further investigation and/or voltage sag mitigation measures Assistance with equipment specifications for electrical system solutions on the customer side of the meter, including service panel upgrades, transfer switches, voltage regulators and conditioners, and other enhancements Assistance in performing, designing, delivering and analyzing formal and informal surveys of voltage sag mitigation, power quality, and reliability service potentials in the City of Palo Alto. 4.TASK ASSIGNMENT PROCEDURE The following procedure shall be utilized to assign tasks to CONTRACTOR: A°The CITY’S Project Manager will, ifnecessary, obtain the customer’s cooperation, define the task and provide a written description of the task, or Scope of Work, to CONTRACTOR. CONTRACTOR shall, if necessary, visit the customer site, and prepare and provide CITY a written, fixed price’quotation for the requested Services along with an hourly rate (based on Exhibit "B"), number of hours and an estimate of the cost and date for completion of the task. CONTRACTOR shall provide the written quotation within 7 days or such other amount of time as may be agreed to by CONTRACTOR and the Project Manager. CONTRACTOR may include a reasonable fee for the time required for the visit to the customer’s site. 021015 nra 0100027.1 Co Do E ° F ° If t~he CONTRACTOR declines to perform the work on an offered task, the CITY’S Project Manager should be notified within five working days after receipt~ of the Project Manager’s proposed Scope of Work. Based on. the price quotation, CITY’s Project Manager will authorize the work with a written "Service Order," or redefine the tasks associated with the assignment. The Service Order shall describe the work, including deliverables, ~he maximum compensation for the work and the time for completion of the work. CONTPJACTOR shall complete the work and provide the CITY with the deliverables within the time specified for completion in the Service Order. A 95% complete draft report must be submitted at least I0 working days before the project deadline for CITY review and comment. If earlier phase reports are required, they will be identified in the task assignment at the initiation of ~the project. A final report will be completed for all audits (including those receiving only a walk-through audit) two weeks after audit completion. The final report will include all findings of the audit in a clear, concise format, along with appropriate informational materials. The audit will be considered completed only after the final report is submitted and accepted foreach site. When the CONTRACTOR provides any of the following services to CITY customers: seminar, workshop, project design review, or technical support, CONTRACTOR shall prepare a document to record the services. The document will be submitted both electronically and in hard copy to the CITY. The document must include the following information: A customer business name Customer contact name, position title and phone number A brief paragraph outlining the work performed The date(s) when the services were rendered 021015 nra 0100027.1 8 If ~pplicable, the document must include the following information: ® A short paragraph describing the problem(s) and the operational impact on the customer (this is just a short description of the problem and what possible solutions were recommended) o A short paragraph describing the problem(s) and the fiscal impacts, on the customer. This is the quantified value (in US dollars) to the customer on a per event basis of the implementation of the recommended solution(s). This information will be provided by the customer as to how much the problem was costing before it was solved or remedied. The customer will have already agreed with the CITY’s Project Manager to provide th~ financial impact information, prior to the assignment of work to the CONTRACTOR. These short form summaries shall be submitted to the CITY within two weeks of completion of the service rendered° 5.DELIVERABLES The deliverables will be determined on a task-by-task basis~ Deliverables include data transmitted electronically, on disk, or written reports, a summary of site walk-through recommendations, power conditioning and power quality calculations, or presentations. Oral presentations and staff training sessions may be video recorded by CITY.All reports and written materials must be provided to and approved byCITY’s Project Manager prior to delivery to the customer. .The CITY requires that material be delivered in electronic format. The software used by the CITY includes WORD, EXCEL, and POWER POINT and MICROSOFT PROJECT. The CITY also anticipates updates to its web page presentation of reliability material. Any material developed by the CONTRACTOR for this effort should be in html format. 021015 nra 0100027.1 CUPERTINO~I_E~CTF:t I r, INC, EXHIBIT "B" RATE SCHEDULE 1.0 MANAGEMENT 2.0 o o o o Rudy Bergthold, PE, Senior Vice President, Engineering $150.00 per hour Steven F.. Schumer, PE, Vice President, Technical Support $150.00 per hour John Curcio, PE, Vice President, Projects $150.00 per hour Jack D. Todd, PE, Director of Engineering and Design Fred Proffitt, PE, Manager of Engineering Earl Martin, Service Department Manager Steven Balbo, Project Manager $125.00 per hour $100.00 per hour $110.00 per hour $95.00 per hour FIELD LABOR and SUPERVISION 2.1 Standard Operations Rates Billed rates will be as quoted below plus six percent (6%), total, for overhead and profit. Straight Time Overtime Overtime @ Time &@ Double One-Half Tkme Journeyman $69.,_~$94.63 $11g.Sg General Forem~$88.96 $!2i.05 $I52.66 ,.z Emergency Cali-Out Rates Billed raes wi!l be as quoted below. Straight Time Overtime @ Time & One-Hal~ Overtime @ Double Time Journeyman $86.48 $i b.6o ,140.a.~ Foreman $96.95 $128.19 $!58.89 General Foreman $107.41 $142.72 $177.42 CUI~I~RTINO ELE(3TRIO INC, 3.0 4.0 5.0 SUBCONTRACTOR MARKUP Ten percent (10%) of invoiced amount TEST EQUIPMENT RENTAL RPM Omega, Dranetz/BMI PowerPlatform, with Current Probes - $85.00 per ¯ daY, $400.00 per week, $1200.00 per month ADMINISTRATIVE, MATERIALS, and OTHER Designer $65.00 per hour CAD Operator $50.00 per hour Administrative Assistant $35.00 per hour Markup on Miscellaneous Construction Materials - End Column Plus Ten Percent (10%) Power Quality & Reliability Consulting Services to Major and Small Commercial Customers Evaluation. RFP #144314 Carolynn Bissett, Contract Administrator September 3, 2002 The two bidders were extremely close in their performance capabilities, 247 to 269 points. Anthony Enerio who is the Small Commercial Account Representative and Jerry Brown who is the Major Account Representative have looked over the proposals that were submitted for evaluation. We would like to select the proposal from Cupertino Electric on the basis of the point selection and feel that they would best serve our customer base with the capability of turnkey solutions for the small and major commercial market. Respectfully, Jerry Utility Marketing Services 00000000 000000 0 0 000000 oooooooo. o ~o- ~000~ (D0 o o o o z o w C ty of Palo Manager’s Re CITY OF PALO ALTO Memorandum October 21, 2002 TO: SUBJECT: City Council Members Agenda Item No. 10: Approval of Contract with Cupertino Electric, Incorporated in the Amount of $70,000 for Electric Reliability Services For Commercial Utility Customers This packet contains Attachment A: Contract Signature page and Signature of Acknowledgement which were inadvertently left out of the above listed CMR:396:02. This attachment is part of agenda item No. 10 on the Council agenda for 10/21/02. of City of Palo Alto Utilities FRANK BENEST City Manager 16,11 This contract is subject to the fiscal provisions of the Charter of the ’City of Pale Alto and the Pale Alto Mtt~icipal code. This Contract will terminate without any penalty (a) at the end. of any fiscal yea~ in ~he event that funds are ~ot appropriated for the following fiscal, year, or (b) at any time within a fiscal year in the event that futnds are only appropriated for a portion of the fiscal year amd funds for this Contract are no longer available. This Section 15,11 shall take precedence in the event of a conflict with any other covenant, texm, condition, or provision of this Cong~act. IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Comtract on the date first above written. ATTEST CITY OF PALO ALTO City Clerk APPROVED AS TO FORM: Sen/or Asst. City Attorney APPROVED: Ass.istan£ city Manager ¯ Mayor CUPERTINO, ELECTRIC, iNC. Title: Chief Opera~iuf~ Officer Dimector of Administrative Director of Utilities Risk Manager Taxpayer Zdentlfication NO~ 9~-1403967 Attachments EXHIBIT ~XHIBIT "B EXHIBIT "C".; (compliance with c~rp. Code "~ 5~S is required if the entity on whose behalf this contract ks signed i~ ~ c~rpora~ion, authority of ~he individuals si~in9 £n SCOPE’0F SEKVICES KATE SCHEDULE INSURANCE NONDISC~IMINATION COMPLIANCE FOPS~ I0 appeargd .~¯ ’,. ., personally known to me or 9roved to m~s of sa~isfactozy evidence to be the person6s~whose name,s+ is~subscrlbed to the within insSr~en.t a~d ac~owledged to me tha~. ~she~ executed the same in ~hex~r authorized capacity(lee), and that by.~her~ -sig~ture(~+ on ~he instr~ent, the person~, oz the entity upon ’behalf ~f which the person~ acted, executed the instrument. W~TNRSS my hand ~d official seal, cOMM. 1329709 ~ of Notary Public O~tOlSisdl 0100~.7 12 ) On ~, ~002, before me, ~_~h~’m~ ~-~e~% _., a Notary Public in and. for said C~nty ~--~ate,. personally appeared ~t ~ ~, personally known to me or proved~h~. ~asls of satisfactory evidence to be ~he person~ whose n~e~ is~ subscribed to the within in, truant. and ac~owlsdged io. me tha~ he~’exscu~ed £he s~e in his~ authori’zed capagi~y~), and that by hls~ s!~ature~ on the inst~ment the person~, oz the entity upon. behalf of which the person~) acted, executed the instz~ent, WITNESS my hand and. official seal. ~naltur~ of Notary Public 021015 ~dl 010002?11 N~.ON OF NONDI$ .(;:=RIMINATIO SECTION 4t0 PROJECT: ~ITY AND RELIABILITY ONSULT!NG SERVICIF.S Certlg~atlon of Nondiscrimination: As su~ppl!ers of’goods or s~rvlces tothe City ot’ Pale Alto, the firm and indlvtdual~ listed below certify that they do not discriminate In employment with. regards to age,race, color, religion, sex,. national origin, anc.astry0 disability, or. sexual preference; that they are in compliance with all Federal, State, arid local directivem and executive o.rders regarding nondiscrimination in ernpleyment. ’ THE~ INFORMATION HEREIN IS .CERTIFIED CORR~SCT BY SIGNATURE(S) BELOW. Flrm: Slgndtum: Name: ,TiUe:Chief Operating Officer’ NareS: ’ (PRINT.OR TYPE NAME.) Title:OEN’. COUNSEL & ,(;O~,!~OT,.K~; SECP,~TAR¥ (PRINT OR TYPE NAME) The City of Pale Alto, pumuant to California C’orpora~ions Code Section 313, requires two corporate officers to execute contracts. ~The signature ~f First Officer* ~.g2J be one of ~he following: Chairman of the Board; President; or Vice President, ’**The signature of the Second Officer~ mus_=_._t be one of the following; 8eemt~ty; Assistant Secre~ry; Chief Financial Officer; or Asslstant Treasurer, (In the alternative, a certifisd, t:orporate resolution attesting to the signatory authority of the indlvldual~ ~lgnlng in their resp~ctlv.e capacities ts acceptable) C|TYIOF PALO ALTO PAGE ~ OF 1 PRODUCER Aon Risk Services, Into O~ Noffhem Califomla Insurance Service~ 99 Almaden Blvd., Suite San Jo~, CA 95113 Cupertino EfeGtri¢, 1132 N, 7th St. San Jose, CA 95112-4427 Attn: Josie Canson Phone: (408) 28B-B000 ¯ Fa~, (408) 534-6330 t0/21/2002THI~ CERI’tFI~AT~ I~ 1$8UEDA$ A ~/~,’ri~R OF INFORMATION ONLY AND CONFERS NO ~6HT~ UPON THE CERi’IFICATE HOLDER. THIS CERTIFICAT~ DOES NOT AMENDj I~Q’END OR ALTER THE COVFJ~AGE AFFORDED BY THE POLICIES BELOW, COMPANIE~ AFFORDING COVERAGE COMPANY C COMPANY D BAP34361189,O0 12/3~!01 12J31/02 BEFORi~ THEEXPIBAT1ON DATE THER~O~, THE ISSUING COMPANY VVILL MAIL 30 DAYS WRITTEN NOI~CE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT THIS ENDORSEMENT CHANGES THE POLICY, PLEASE R,I~AD IT CAREFULLY, ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS (FORM B) This ®ndo~semenI; modifies insuPance provided under the following: COMMERCIAL GENERAL UABILITY coVERAGE PART. Name of Pa~on or Organ~atlon; SCHEDULE City ~ Polo Alto GEl Job# City of Polo AIl:o Power Qualityand R~liability Consulting Services (If no entry appears above, informa~on required to complete this endorsement will be shown in the Declarations as applicable to this endorsement,) WHO IS AN INSURED (Secdon II) iS amended to include as an insur~t the person or organization shown in the Schedule, but only with respeu-=t to liability arising of "your work" for that insured by or for you, Such insurance as is afforded by the General Liability policy is primary insurance and no other insurance of the additional Insured will be called upon to contribute to a loss, CG2o loll 85 Copyright, Inr~Jran¢~ ~NI~eS Office,