Loading...
HomeMy WebLinkAbout2001-02-20 City Council (17)City of Palo Alto City Manager’s .Report TO:HONORABLE CITY COUNCIL 10 FROM:CITY MANAGER DEPARTMENT: UTILITIES DATE:FEBRUARY 20, 2001 CMR:139:01 SUBJECT:APPROVAL OF CONTRACT IN THE AMOUNT OF $267,210 WITH POWER ENGINEERS, INC. FOR ENGINEERING AND DESIGN SERVICES FOR PARK BOULEVARD SWITCHING STATION RECONSTRUCTION ELECTRIC CAPITALIMPROVEMENT PROGRAM PROJECT 0006 RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract with Power Engineers, Inc. in the. amount of $232,210 for engineering, design and construction support for the Park Boulevard 60 kilovolt (kV) Switching Station rebuild project. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Power Engineers, Inc. for related, additional but unforeseen work, which may develop during this design phase of the project, the total value of which shall not exceed $35,000. CMR: 139:01 Page 1 of 4 I)ISCUSSION Proiect Description The Park Boulevard Switching Station is the central tie for 60kV subtransmission lines. It was built in 1956 and later expanded in 1968. With the current bus configuration, a single failure could result in a total power outage to the Stanford Business Park. To improve the system reliability, staff proposes to rebuild the existing station in a new configuration which will keep the Stanford Business Park substations energized even if a bus fault occurs at Park Boulevard station. In addition, aesthetics of the surrounding area will be greatly improved by eliminating existing twenty-five-foot tall structures.. Outside engineering, services are required to re-design the station and prepare the turnkey construction specifications for the existing Park Boulevard switching station. The scope of the professional services to be provided under this contract agreement are the following: Field investigation of substation information needed for the new low profile design and verification of electrical clearances to meet relevant codes and regulations. Consultant shall verify all information for its accuracy and prepare the preliminary design. Formulation of a recommendation to the. City for the most appropriate, reliable and a cost effective protection system available. The report shall explain how the new digital fiber-opti based system would work and will suggest an implementation plan. Preparation of an estimate of the total construction cost to implement the project including cost of all equipment, materials, relaying system, hardware etc. Upon finalization of design issues and the new protection system, preparation of the project construction drawings which shall include all civil, structural, mechanical and electrical installations. Preparation of the bid package with all specifications for the contract construction, and help in selecting a capable and qualified contractor for the job since inherent construction challenges exists for project of this nature. Limited field support during the testing and construction phase of the project in coordination with City staff. CMR: 139:01 Page 2 of 4 Selection Process On October 17, 200, staff sent a request for proposals (RFP) to nine f’n’rns specializing in substations and protection design. The .proposal period was28 days. Two firms submitted proposals (Duke Engineering and Power.Engineers, Ine). Firms not responding indicated that they did not submit a proposal because they were too busy. Staff reviewed the two proposals and recommends that the proposal of Power Engineers ($232,210) be accepted. Staff feels that due to the in-depth comprehension demonstrated by the response to details for all critical design and outage issues, and concerns demonstrated for this rebuild project, Power Engineers is the best responsive proposer.. The RFP evaluation summary is shown in attachment "B". A contract contingency fund in the amount of $35,000 is recommended for this phase of the project for unforeseen tasks or services. RESOURCE IMPACT Funding is available in the fiscal year 2000-01 Electric Capital Improvement Program budget for the new Park Boulevard Substation Bus Rearrangement Project (0006) to cover the cost of .this professional service contract. This action has minimal impact on Utilities staff, since an outside consultant will perform the majority of the required engineering and design. POLICY IMPLICATIONS The award of this contract does not represent any change to existing City policies. ¯ ENVIRONMENTAL REVIEW This project is categorically exempt from California Environmental Quality Act. ATTACHMENTS Contract RFP Evaluation Summary CMR:139:01 Page 3 of 4 PREPARED BY: Merajul Hoque, Power Engineer DEPARTMENT HEAD: ULRICH of Utilities CITY MANAGER APPROVAL: Assistant to the City Manager CMR:139:01 Page 4 of 4 CONTRACT NO. BETWEEN THE CITY OF PALO.ALTO AND POWER" ENGINEERS~ INC. FOR CONSII~TING SERVICES This Contract No.is entered, into , by and between the CITY OF PALO ALTO, a. chartered city and a municipal corporation of the ¯State of California ("CITY"), and Power Engineers, Inc., an Idaho corporation, located at. 3940 Glenbrook Drive, ¯Hailey, ID 83333 RECITALS: WHEREAS, CITY desires certain professional consult-ing services (,Services") and the preparation and delivery of, without limitation, one or more sets of documents, drawings, maps, plans, designs, data, calculations,, surveys, specifiqations, schedules or Other Writings ("Deliverab~es") (Services and Deliverables are, collectively, the "Project"), as more fully described in Exhibit "A";¯ and Exhibit "B" for Park Blvd. 60kV Switching Station Rebuilding Project .¯ WHEREAS,-CITY desires to engage CONSULTANT, including its employees, ¯if.any, inproviding the Services by reason of its qualifications and expe~ience in performing the. Services, and CONSULTANT has offered to complete the Project on the termsand in the manner, set forth herein; ¯ NOW, THEREFORE, inconsideration of. the covenants, terms, conditions,, and provisions of this Contract, the parties agree: SECTION- I.TERM i.I° This Contract will commence on the date’ of its execution by CITY, and will terminate upon the completion of the Project, unless this Contract is earlier terminatedby CITY. Upon the receipt of CITY’s notice to proceed, CONSULTANT will commence work on the initial and subsequent Project tasks in accordance with the time schedule set forth in Exhibit "A". Time is of the essence of this Contract. In the event thatthe 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. 010118 00~98~ 1 SECTION 2.SCOPE OF PROJECT;’ CHANGES & CORRECTIONS 2.1 The scope of~Services-and ~e~iverables constituting the Project will be performed,.de!ivered or executed by CONSULTANT under the phases ofthe Basic.Services as d~scribed be!Qw.. 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 noticeof change and further will be entitled to an extension of the time schedule. Any increase in compensation for substantial _bhahges will be determined in accordance with the provisions.of thisContract. CITYwill not be liable for the~ cost or payment of any change-in wor.k,unless the amount of additional compensation attributable to the change in work is agreed to, in writing, by CITY .before CONSULTANT commences the performanc# of any such change in work. 2,3. Where the Project entails the drafting and. submission~ .of Deliverables, for example, construction plans, drawings, and specifications, .any and all %rrors, omissions, or an%biguities in.the Deliverables, which are discovered by CITY before invitations to bid on a construction project (f0r"which-the Deliverabies are required) are. distributed by CITY, will be corrected by CONSULTANT at no cost to CITY, provided CITY gives notice to CONSULTANT. 2.4 Any and all .errors, omissions, or ambiguities in the Deliverables, which are discovered by’ CITY after the construction contract is awarded by CITY,. will be performed by CONSULTANT, as follows:" (a) at no cost to CITY insofar as those Services, including the Basic Services or .the Additional Services, as described, below, or both, will result in minor or nonbeneficial changes in the construction work required of the constructlon contractor.; or .(b) at CITY’s cost insofar as those Services, .including the Basic Services or the Additional Services, or both, will add a direct and substantial ..benefit t.o the construction work required of the construction contractor,. The project manager in the reasonable exercise of his or her discretion will determine whether the Basic Services or the Additional Services, or both, will contribute minor or .substantial benefit to the construction work. SECTION 3. QUALIFICATIONS, STATUS, AND DUTIES OF CONSULTANT 3.1 CONSULTANT represents and warrants that it has the expertise and pr6fessional qualifications to furnish or cause tobe 2 furnished the Services and Deliverables. CONSULTANT further represents .and warrants that the project director :and every individual, including any consultant (.or contractors), charged.with the performance of the.Services are duly licensed or certified b# the State of California, . to the .extent such licensing¯ or certification isrequired by law to per~orm~h¯~¯~S~rvice~’i~’d"th~t the Project .will be executed by them or under their .supervision. CONSULTANT will furnish toCITY 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 cause to be executed, the Project. /3.3 CONSULTANT .will assign John McGrew as project director to have supervisory responsibility for the performance, progress, and execution¯ of. the Project. Chuck Cadiente, P~E. will be assigned as the. project coordinator who will represent CONSULTANT during the day-to-day work on the Project. If circumstances or conditions subsequent to. the execution of this Contract cause the substitution of the project director or project coordinator for¯ any reason,, the appointment of a substitute project director or substitute project coordinator.will be subject to the prior written approval of the project manager. 3..4 CONSULTANT represents.and warrants that it will: 3.4.1 Procure all permits and licenses, pay all charges and fees,-and¯ give all notices which may be necessarY and. incident to thedueand lawful prosecution of the Project; .! 3.4.2. .Keep itself fully informed Of all existing, and future Federal, State of California, and local, laws, ordinances, regulations, orders, and decrees which may affect thoseengaged, or employed under this Contract and any-materials used in CONSULTANT’~ performance ofthe 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 ~TY and will.-not be-made available to any individual or organization by CONSULTANT or its .co’nsultants, if any, without the-prior written approval of the.city manager.. 3..’6 CONSULTANT will provide CITY with three.(3) copies completion and acceptance by CITY. 3.7 If.CITY requests additional copies of any documents which are a part of the Deliverables, CONSULTANT will provide such. additional.copies and-CITY will compensate CONSULTANT for its duplicating, costs. 3.8 CONSULTANT ’wiil be ~esponsible 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 thfs Contract or appears to be incompetent or-to act in a disorderly or improper manner, the .employee or consultant will be discharged immediately from further performance under this Contract. on demand of the project manager. 3.9 In the ~ex~cution ~f the- Project, CONSULTANT and its consultants, if any, will at all times be considered independent contractors and not agents or employees of CITY. 3.10.CONSULTANT ¯will perform or obtain or cause to be performed or obtained any and all .of the following Additional Services, not included under ~the Basic Services,.if.so authorized, in writing,. by CITY: 3.10.1 Providing services as an expert witness in connection with ~ny. public hearing or meeting, arbitration proceeding,or proceeding of a court of record; ’ 3.10.2 Incurring travel and sU’bsistence expenses fo~ CONSULTANT and its staff beyond those .normally required under the Basic Services; 3.10.3 Performing any other Additional Services that may. be agreed upon by .the parties subsequent to the execution of this Contract; and 3.10.4 Other Additional Services now or hereafter described in Exhibit "A" to this Contract. 3.11.CONSULTANT will be responsible for employingall subconsultants deemed necessary to. assist CONSULTANT in the performance-of the Services. The appointment of subconsultants must be approved, in advance, by CITY, in .writing, and must remain accept.able to CITY during the term of this Contract. SECTION 4. DUTIES OF CITY services listedin Exhibit "A" and such information regarding its 9equirements applicabie to the Project as may be reasDnably requested by CONSULTANT. -4.2 CITY w±l~l review¯ and approve, as.necessary, in a timely manner theDeliverables and¯each phase of work performed by CONSULTANT. ¯CITY’s estimated time of review and approval will be furnishedto CONSULTANT at the time of submiss±on of each PSase of work.-¯ CONSULTANT acknowledges and understands that the interrelated exchange of information among CITY’s various departments makes it ex~remely difficult for C~TY to firmly establish the time of each review and approval.task. CITY’s’failure to¯review and approve within theestimated time schedule will noZ constitute a default under this Contract.. 4.3 The city manager will represent CITY¯ for all purposes under this Contract. Merajul Hoque, Power ¯Engineer, is designated as the project manager for the city manager. T~e project, manager will supervise the performance, progress, and execution of.the Project, and will be assisted by Tom Finch, .the Senior Power Engineer. 4.4 If CITY observes or otherwise becomes aware of any default in the performance of CONSULTANT, CITY will use reasonable efforts to give written notice thereof to CONSULTANT in a timely manner. " SECTION 5.C~MPENSATION 5.1 CITY will compensate CbNSULTANT for the followin.~ services and work: 5.1.1 In consideration-of the full.performance of the Basic Services, including any authorized reimbursable expenses, CITY will pay CONSULTANT a fee not to exceed Two ¯Hundred Thirty-Two thousand Two Hundred Ten Dollars (.$232,.2110). The amount of compensation will be calculated in accordance with the cost schedule set forth, in Exhibit "A" (Section 5), on a-time and materials basis, up to the maximum amount set forth in this Section. 5.1.3 The full payment of. charges for extra work or Changes, or both, in the execution of.the Project.will be made, provided such request for payment is initiated by CONSULTANT and authorized, in writing, by the project manager. Payment will be 5 made within thirty (30) days of submission by CONSULTANT of a statement, in triplicate, of itemized costs covering such work or changes, or both. Prior to-commencing such extra work or. changes, or both, the pa~ties will ~agree upon an estimated maximum cost for such extra work or changes.. CONSULTANT will not be paid for extra ¯ work or..changes,,.-.includingi.without~limi.tati-on~i°~any-’de~:i~.-work"or change order preparation, which is-made necessary on account of CONSULTANT’s errors, omissions, or oversights~ 5.1.4 Direct personnel expense of employees assigned .to ~he execution of the Project by CONSULTANT will include only the work of architects, ~engineers, designers, job captains, surveyor.s, draftspersons, specification writers and typists, in consultation, research and design, work in producing drawings, specifications and other documents pertaining.to the Project, and in services rendered during construction at the site,¯ to the extent such services are expressly-contemplated under this Contract. Included in the cost of direct .personnel exp4nse of these employees are salaries and mandatory¯ and customary benefits such as statutory employee benefits, insurance, sick leave, holidays and vacations, pensions and similar benefits. 5.2 The schedule of payments¯ will be.made as foli0ws: 5.2.1 Payment of the Basic Services will be made in monthly progress payments in proportion to, the quantum of services performed, or in accordance with any other schedule of payment mutually agreed upon by the.parties, as set forth in Exhibit "B", or within thirty (30) days of submission, in triplicate, ofsuch requests if a schedule of payment is not specified. Final payment will be made by CITY after CONSULTANT has. submitted all Deliverables, including, without limitation, reports which have been approved by the project manager. 5’.2.2 Payment of the -Additional Services will be made in monthly progress payments for services rendered, withi~ thirty (30) days.of submission, in triplicate, Drsuch requests. 5.2.3 No deductions will be made from CONSULTANT’s compensation on.account of.pena!ties, liquidated damages, ¯0r other sums withheld by CITY from payments to general contractors. SECTION 6. ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS 6.¯1 Records of the direct personnel expenses- and expenses incurred in connection with the performance of Basic Services and Additional Services pertaining to the Project will be prepared, maintained, and retained.by CONSULTANT in accordance with generally accepted accounting principles and will be made available to CITY for auditing purposes at mutually convenient times during 6 the term.of this. contract .and for three (3) years following the expiration or earlier termination of this Contract. 6.2 The originals .of theDeliverables prepared by or_ unde~ the direction of CONSULTANT in the performance of this ~Contr~c-t.--w~l~.~-become~.the-..~property ofoCITyoirre~p~c~t~e--oT’Whe~h~ 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 CONSU.LTANT, but CONSULTANT disclaims any responsibility or ~_liability for any alterations or modifications of such documents. SECTION 7. INDEMNITY. ;7.1 CONSULTANT agrees to. pro£ect, 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 arisingout of CONSULTANT’s, its officers’, agents’, consultants~’ or employees’ negligent acts, errors, or omissions, or willful’misconduct, or conduct for which .applicable law may impose strict liability on CONSULTANT in the performance of or f~ilure 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 n\Dt be deemed to be a waiver of any such covenant, term, condition, provision, ordinance, or law or of.. any subsequent breach or violation of the same. or .of any other covenant, term, condition, provision, ordinance or law.. The subsequent acceptance by either party of any fee or other money, which may become due hereunder will not be deemed to’be a waiver of any preceding breach or violation by the other party of any covenant, term;, condition or provision of this Contract or of any applicable law or ordinance. 8.2 No payment, partial payment, acceptance., or partial acceptanceby CITY will operat~ as a waiver on the part of CITY-of any of. its rights Under this Contract. SECTION 9. INSURANCE 9.1. CONSULTANT~ at its sole cost and expense, will obtain and maintain, in-full force and effect during the term of this Contract, ~the insurance coverage described in Exhibit "C", insuring not only CONSULTANT and its consultants, if any, but also, with theeXception, of.workers’ compensation, employer’s liability and professional lia.bility insurance, naming CITY as an additional .insured c.oncerning CONSULTANT’s performance under this Contract. ¯9.2 All insurance coverage reqUired hereunder will be providedo.t.hrough,~carr~ers.w±th -A:VII. or higher, which are admitted to transact insurance business in the State of Calif0rnia. Any and all consultants of CONSULTANT retained to~.perform Services under this Contract will obtain and maintain, i~. full force and effect during the term of this Contract, identical, insurance coverage, namin~ CITY as an additional insured under such policies as required above. 9.3 Certificates of such insurance, preferably on. the forms provided by CITY, will be filed with CITY concurrently with the execution of this Contract. The certificates will be subject to the approval, of CITY’s risk .manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled or altered by the insurer, except after filing with the CITY’s city clerkthirty (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 bekept on file at all times during the term of this Contract Wi~h the city clerk. ~. 9.4 The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT’s liability hereunder nor to fulfill the indemnification .provisions of this ~ontract. Notwithstanding the policy or~poiicies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss causedby or d.irectly 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, 10. WORKERS’ COMPENSATION I0.I CONSULTANT, by executing this contract, certifies that it is aware of the provisions ~of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to .undertake self-insurance in accordance with the provisions of that Code,..and certifies that it will ~ comply with such provisions, as applicable, before commencing the performanceof the Project. PROJECT SECTION Iio TERMINATfON OR SUSPENSION -OF CONTRACT OR ii.I The city manager may suspend the execution of ¯th’e¯ Project, ~nowhole..or. in-p~-rt, or term±nate"this"’COnt~~it~L:6~ without cause, by;giving thirty (30) days’ prior written notice thereof to CONSULTANT,~ or immediately after submission to CITY by CONSULTANT of ~ny 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 t~e event of a substantial failure of performance by CITY or in the event CITY indefinitely withholds or withdraws its requ4st for the initiation or continuation of Basic SerVices or the execution of the Project. 11.3 Upon such suspension or termination by. CITY,¯ CONSULTANT will be compensated for the Basic Services. and Additional Services performed and Deliverables received ¯and approved prior to receipt of written notice from CITY of such suspension or abandonment, together with authorized additional and reimbursable expenses then due. If the Project is resumed after it has been suspended for more than. 18.0 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 P~oject by CITY where CONSULTANT is no~ in default, CONSULTANT will ¯receive compensation as follows: 11.4.1 For ¯approved items of services, CONSULTANT will be compensated for each item of servioe 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 payabZe for the performance of the service as the quantum of service actually rendered bears to.the services necessary for the full performance of that item of service. 11.4.3 The total compensation payable under -the preceding Paragraphs of this Section will not exceed the payment specified under Section 5 for the respective items of service to be furnished by CONSULTANT. will deliver to the city manager immediately any and all copies of the Deliverables, whether ornot completed, prePared by CONSULTANT or its consulhan~s, if .any, or given to CONSULTANT or its consultant~,, if any, in connection with this Contract.. Such materials will become the prope~%y of ~ITY. ’ 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, onthe basis of differences in matters of judgment, will not be construedas a failure on the part of CONSULTANT to fulfill, its obligations under this Contract. SECTION 12.ASSIGNMENT 121.1 This Contract is for the personal services of CONSULTANT, therefore, -CONSULTANT will not assign, transfer, convey, .or otherwise dispose Of this Contract or. any right, title or interest in or to the same or any part thereof without the prior written consent of CITY. A con~ent to one assignment will not be deemed to be . a consen~ 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-beterminated.. This Contract will not be assignable by’operation of law. SECTIONoI3.NOTICES 13.1 and mailed, follows: To CITY: All notices hereunder will be given, in writing, postage, prepaid, by certified mail, addressed as 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 CONSULTANT recited above. SECTION 14. CONFLICT-OF INTEREST 14.1In 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. I0 14.2 CONSULTANT .further covenants that, in ¯ the performanhe 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 haveany financial interest under this Contract is an officer or .employee of CI.TY; this. provi~sion¯ w~ll ~be.inte-~preted~-~in accorda~°w±thth~-app~c~bT~ ................ provisions of the Palo Alto Municipal Code.rand the Government. Code of the State ofCalifornia. ¯SECTION ’15_NoNDI-SCRIMINATION 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, angestry, religion, disability, sexual ~preference.orgender of such person. If the value of this Contract is, or may be, five thousand dollars ~$5,000) or. more, CONSULTANT agrees to meet all requirements of the Palo Alto Municipal Code pertaining to nondiscrimination in employment, including completing the requisite form furnished byCITY and set forth in Exhibit "D". 15.2 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, itwill be in default of this Contract. Thereupon, CITY will have the power to cancel or suspend this Contract, in whole or in part, or to deduct the sum of twenty-five dollars ($25) for each person for ~ach 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 %his Contract. SECTION 16. MISCELLANEOUS PROVISIONS 16.1. CONSULTANT represents and warrants that it 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 may be settled by arbitration in accordance with the Rules of the American Arbitration Associatlon, and judgment upon the award rendered by the .Arbitrators may be entered in any court having jurisdiction thereof. 11 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 ithat an action°is brought, the parties state courts of .California Lor in the United States District Court for the Northern District of California in the County.of Santa Clara, State of California. 16.5 The prevailing party in any action brought to enforce the termsof this Contract or arising out of .this Contract may recover its_reasonable_ costs and attorneys’ fees expended in connection with that action. 16.6 This document represents the entire and integrated Contract between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only"by a written instrument, which is signed.by the parties. .16.7 All provisions of this Contract, whether covenants Or conditions, will be deemed to be both covenants and conditions. 16.8 The covenants, terms,’conditions and provisions of this Contract will apply to, and will bind, the helrs, successors, executors, administrators, assignees, and consultants, asthe case may bej of the parties. 16.9 If a court of Competent jurisdiction finds or rules that. any provision of this.Contract or any amendmeht 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 heretb 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 appropriatedfor a.portion of the fiscal year and funds for this Contract ..are no longer 12 available. This Section 16.12 will take precedence ¯in the event of a¯ conflict with any other covehant, term, condition, or provision of this Contract. IN WITNESS WHEREOF, .the parties hereto have by. thei~ duly authorizedorepresentative~.executed .thi.s~-.Contr~ct~-on,..the~.~date~.~.~.rst ............ 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 Mayor POWER ENGINEERS, INC... By: Name: Title: By: Name: Title: .Risk Manager Taxpayer Identification No. 8210824246 Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT ’!C": EXHIBIT "D": (Compliance with Corp. Code § 313 i~ required if the entity on whose behalf this contract is signed is a corporation. In t-he alternative, a certified, corporate resolution attesting to the ¯signatory authority of the individuals signing in their respective .caPacities is acceptable) POWER ENGINEERS PROPOSAL ~ CITY RFP #126045 ISSUED ON OCTOBER 17, 2000 INSURANCE NONDISCRIMINATION COMPLIANCE FORM 13 CERTIFICATE OF ACKNOWLEDGMENT ¯ " " (.Civil Code § 1189) .. on. , 2001, before me, the undersigned, a Notary P~blic 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. WITNE:SS myhand and official seal. ~ignature¯of Notary Public 14 CERTIFICATE OF ACKNO~WLEDGMENT. ¯ . (Civil Code § .1189) STATE OF ) COUNTY OF " ),". On ., 2001, before me, the undersigned,, a Notary Public in and for said County and State, .personally appeared , personallyknown to me or proved ~o 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/t~eir authorized capacity(ies), and~that by his/her/their signa~ure(~) 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 i5 Item Evaluated Pa~e I of 3 Proposals Evaluation Park Blvd Switching Station : Engineerin~ & Re-design for the 60kV Rin~ Bus + Fiber Based Backup Relavin8 System City RFP # 126045 on November, 2000 Power Engineers Duke Engg./Svc~ Remarks RFP Responsiveness Substation Expertise & Proficiency in Low Profile Design PBS Project Understanding. Experience with HCB Pilot Wire Protection & its Upgrade/Redesign of Fiber-Optic Channel Staffing Strength & Capability as relates to RFP. Does Consultant Effectively Addresses Concerns About PBS Rebuild Issues? How Capable to Handle PBS Rebuild design? Budget/Cost Magnitude. Quite responsive..Project tasldsubtasks shown are detailed; Impressive. Strong in substations. Comprehensive proposal. Understands the outage/construction challenges for this project & overall needs of this project. Indicates general approach to the project. Inadequate response to RFP. Moderate. Shows more capability in energy marketing, generation, power plants & industrial design, business planning, nuclear power etc. Took a generic design approach. Strong & capable. Working in Sama Clara on LCB fib.er-optic design Very good & relates well to PBS project. Offers a careful project strategy. Envisions plans for outage/clearance/operation issues ...proposes viable options for shoe-fly installation/design. No demonstrable expertise /experience in particular Pilot Relaying (HCB). Moderate. PBS project related strength is unclear. Not clear. Duke did not respond to clarification request for the shoe-fly mstallation / design and its cost impact. See page-3.See page-3. Duke took significant exceptions in Section - 8. Looks like Duke did -not grasp the project special needs. Charles Neher of Power Engineers shows strong in control/communication PowerEngineer has prior experience with City electric utility. Recommendation: Pa~e-2 of 3 Initiate CMR and a City Contract with Power Engineers, Inc for a complete engineering/design (includes civil, mechanical & electrical) and support during bidding/construction etc. for $232,210. Note: Power Engineer offers coml~lete engineering.& design with additional field support during construction for $232K (approx.). Powers’ approach to this project will have minimum impact to the City staff. Power has a very good understanding of the challenges for this project. Proposal is quite responsive, Duke Engineering proposal does not indicate the clarity of understanding of the PBS rebuild project’& its complex, outage/constructions/clearance issues. Dukes’ proposal took exceptions and requires for City support on civil design (su~eying, design plot plan, soil investigations etc). City help is sought for establishment of design criteria including cable / raceway standards. Duke lower costing for basic design package is likely to . ! escalate because of exceptions taken. Evaluated By: M. Hoque .~December 20, 2000 Reviewed By:T. Finch. ~’~_ ,~.~6~-" Approved By ; Tomm Marshall~~ Bud,Com Darison RI~ Main Five Task Items ITEM-1 Meet tfdlity staff, check, clearances, obtain all existing drawings & design data/into, etc. Job-site inspection, design data and design criteria establish." ITEM-2 Recommend for appropriate back-up’relaying and integrate design with HCB P/Wire relaying using Fiber-Optic Channels of the City Of Palo Alto, and SCADA system. Pre~ary scheme for a new 60kv protection system. ITEM.3 Analyze Fiber Channel backup relay systems and recommend system. Selection of the best-cost effeOive and reliable system. ITEM-4 Preparation for project cost and main design to reconfignre to low profile 60kV bus + the proposed fiber optic based backup protection system Costing for the contract construction, incl. materials, labor, installation, testing & commissioning,. Submittal of the Initial desi~n package for City review). rf~M-5 Detailed design and specifications for bus re, configuration mid new proteCdon backup system. - ALL construction drawings/bid items. First at 50% design submittals and 100% submittals upon City review. Prepare completed construction drawings + specification for Bidding (for Civil, Mechanical, Electrical, Test/Commission-turn Key Construction). Duke Engineers 5,30o $18,200 (HCB re-design experience is not evident ). $10,30o HCB/Fiber-Optic design experienco is not evident ). $11,400 $93,900 -LOW (Does not include design of 60kV shoe-fly & planning clearance for PBS). Pa~e 3 Of 3 Power Engineers $14,782 (Revised on clarifiCationof task items. Initial was $17,782)- LOW $3649 LOW $3649 LO.W $2108 LOW $182,860 (Revised on clarification of task items. Initial - $168,386 .... Includes Complete Design/Engg.+Field Support). Subtotal: - (Basic Cost: -Design only) $149,100 $207,048 ADDITIONAL ITEM Technical support during construction, bid evaluation, pre-bid & pre-construction meetings, etc. No Cost Offered.$25,162 (Standard rate schedule shall apply for more than three job-site trips ) Total Cost (Engg./Design + Field support) :- By" M. Hoque ~ Reviewed By:Compiled $ 232,210