Loading...
HomeMy WebLinkAbout2001-04-23 City Council (11)City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: UTILITIES DATE: SUBJECT: APRIL 23, 2001 CMR: 198:01 APPROVAL OF BUDGET AMENDMENT ORDINANCE TO AWARD A CONTRACT TO PLANERGY INTERNATIONAL IN THE AMOUNT OF $375,000 FOR THE EMERGENCY RENTAL OF A 5-MEGAWATT BACK UP DIESEL GENERATOR AND TO PROVIDE ADDITIONAL APPROPRIATIONS OF $150,000 FOR CAPITAL IMPROVEMENT PROJECT NUMBER 9803, SYSTEM RECONSTRUCTION AND IMPROVEMENTS RECOMMENDATION Staff recommends that Council: 1. Approve and authorize the Mayor to execute the attached contract with Planergy International in the amount of $375,000 for the emergency, short-term rental of 5- Megawatts (MW)of diesel back up generators and related engineering and installation services. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Planergy International for related, additional but unforeseen work that may develop during the projectfor an additional amount that will not exceed $30,000. Approve the attached Budget Amendment Ordinance (BAO) in the amount of $525,000 from the Electric Supply Rate Stabilization Reserve. CMR 198 01 Page 1 of 4 ’ DISCUSSION Because of the deteriorating energy situation in California, the City of Palo Alto Utilities (CPAU) and the City Manager feel there is an urgent need to provide emergency back-up generating resources within Palo Alto on a short-term basis. The CPAU proposes to install 5 MW of diesel generators on a short-term basis and then replace the diesel generators with 5 MW of natural gas-fired generators as soon as possible. The diesel generators would be installed as soon as May 1,2001 and would be scheduled for removal by August 1, 2001. The latest the diesel generators would be removed is September 15,2001. At this time, the City Council is requested to approve the Planergy contract for the diesel generators. Staff will return at a later date to request approval for the natural gas fired generators. Project Description The work to be performed under the contract is for the engineering, procurement and construction related to the short-term rental of 5 MWs of portable back-up generators (four units which are each 1350 kW) to be located at the City of Palo Alto Municipal Service Center (MSC). Planergy International will be serving as the turn-key contractor for this project. Planergy will provide the following services: 1)Procurement of 5 MWs of diesel generation at the MSC, and related engineering and installation services 2)Three-month rental of the diesel-fired generators (four units which are each 1350 kW) to be used from May 1 to no later than September .15, 2001. 3) Maintenance services for the generators as required. The 5 MW generators will be used during Stage 3 electric shortages when the California Independent System Operator (ISO) has required Palo Alto to curtail load on the electric system. The CpAU will use the back-up generator to reduce rolling blackouts for customers. Contractor Selection Process Staff conducted an extensive survey of available equipment and equipment suppliers. Based on this solicitation survey and the information received, staff has determined that CMR: 198 01 Page 2 of 4 the Planergy International proposal is the best available option to provide the engineering, procurement and installation, and maintenance services for this 5 MW project. The Purchasing Department and CPAU have been involved with the selection of Planergy International as the contractor and with the selection of the preferred generating equipment for the project. The City Manager believes the project requires immediate implementation in order to limit the severity and frequency of rolling blackouts for summer 2001. Based on the market survey staff prepared a sole source authorization request that was approved by the City Manager’s office. RESOURCE IMPACT The attached BAO requests an additional appropriation of expenses and has an impact of $525,000 on the Electric Supply Rate Stabilization Reserve. There are no future year ongoing costs anticipated as a result of this BAO. Attachment B summarizes the BAOs approved to date in 2000-01 that impact Reserves. This attachment also estimates future year ongoing costs associated with BAOs approved to date to provide a projection for the future resource needs from the Utilities Rate.Stabilization.Reserves for those programs approved after the adoption of the 2000-01 Budget. The project costs to be included in fiscal year 2000-01 are the following: Planergy International ($375,000) ¯Delivery, installation and teardown of diesel generators ($25,000) ¯Rental of the diesel generators (3 months) ($225,000) ¯Interconnection Equipment ($125,000) City of Palo Alto Costs ($150,000) ¯ Electrical transformer, switches, and pole line required for the electrical connections to the generators ($150,000). The existing Electric CIP 9803 will be increased by $150,000. The BAO will provide the required funding for this short-term contract. Funding for the long-term generation contract (natural gas fired) will be included in the proposed budget for 2001-03 and is contingent on Council adoption of the proposed budget. POLICY IMPLICATIONS This recommendation is consistent with existing City policies of providing highly reliable electrical service to Utilities’ customers. CMR:198:01 Page 3 of 4 ENVIRONMENTAL REVIEW Because of the emergency nature of the present energy situation, the project for the procurement of the short-term diesel generators is exempt under the California Environmental Quality Act (CEQA), pursuant to section 15269 of the CEQA Guidelines. These diesel units will be certified and registered with the California Air Resources Board (CARB) as portable equipment and will not require a permit from the Bay Area Air Quality Management District (BAAQMD). CPAU staff and Planning Department staff are working together to complete the required environmental reviews for the placement of four natural gas-fired generators (which will replace the four emergency diesel-fired generators). Once the environmental review is completed, the City Council will be asked to approve a contract for the procurement and installation of the natural gas units. These natural gas units will be in-place for several years or longer. ATTACHMENTS A:Budget Amendment Ordinance (to follow when item returns to Council) B:Budget Amendment Ordinances Impacting the Electric Supply Rate Stabilization Reserve Approved to Date in 2000-01 (to follow when item returns to Council) C: Contract (to follow when item returns to Council) D: Excerpt of Finance Committee Minutes from April 17, 2001 Kirk Miller, Resource Planner DEPARTMENT HEAD: CITY MANAGER APPROVAL: ztor of Utilities EMILY HAR~SON ~] Assistant Ci~¢Manager CMR 198:01 Page 4 of 4 ORDINANCE NO. ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO AMENDING THE BUDGET FOR THE FISCAL YEAR 2000-01 TO PROVIDE AN ADDITIONALAPPROPRIATION OF $375,000 FOR THE SHORT-TERM RENTAL OF BACK-UP GENERATORS AND ASSOCIATED SERVICES; AND $150,000 FOR CAPITAL IMPROVEMENT PROJECT NUMBER 9803 WHER-EAS, pursuant tothe provisions of Section 12 of Article III of the Charter of the City of Palo Alto, the Council on June 19, 2000 did adopt a budget for fiscal year 2000-01; and WHEREAS, the Utilities Department has identified the immediate need to mitigate the potential severity and frequency of rolling blackouts expected for summer 2001, as well as a long term need of unknown duration; and WHEREAS, staff conducted an extensive survey of available equipment and equipment suppliers and determined that a 5 megawatt back-up generator could mitigate the impact of rolling blackouts; and WHEREAS, the City can contract with Planergy International on an immediate, emergency basis for a short-term rental of 5 MW diesel back-up generation (4 units @ 1350 kW), and associated engineering, installation and maintenance services, and at a later date enter into a further contract for long term back-up generation; and WHEREAS, an additional appropriation of $375,000 is needed to cover the unforeseen expenses relating to the procurement and related contractual expenses of the short-term back-up generators; and WHEREAS, an additional appropriation to the System Reconstruction and Improvements capital project, number 9803, is needed to cover the City’s expenses for electrical switch and connection equipment relating to this short-termback-up generator; and WHEREAS, the additional appropriation.of funds will derive from the Electric Supply Rate Stabilization Reserve; and WHEREAS, the additional appropriation of funds for this emergency procurement is a one-time,cost; funding for the long-term generator contract wilI be included in the proposed budget for 2001- 03, which will require future Council action; and no future year ongoing costs relating to this short-term contract are anticipated; and WHEREAS, City Council authorization is needed to amend the 2000-01 budget as hereinafter set forth. NOW, THEREFORE, the Council of the City of Palo Alto does ORDAIN as follows: SECTION i. The sum of Three Hundred Seventy-Five Thousand Dollars ($375,000) is hereby.appropriated to non-salary expenses in the Electric Distribution System Functional Area in the Utilities Department, and the Electric Supply Rate Stabilization Reserve is correspondingly reduced. SECTION 2. The sum of One Hundred Fifty Thousand Dollars ($150,000) is hereby appropriated to Capital Improvement Project Number 9803, System Reconstruction and Improvements, and the Electric Supply Rate Stabilization Reserve is correspondingly reduced. SECTION 3. The appropriation transfers approved in sections 1 and 2 will reduce the Electric Supply Rate Stabilization Reserve from $25,726,000 to $25,201,000. SECTION 4. As specified in Section 2.28.080(a) of the Palo Alto Municipal Code, a two-thirds vote of the City Council is required to adopt this ordinance. SECTION5. This emergency project has been determined to. be exempt from the requirements of the California Environmental Quality Act (CEQA) pursuant to Section 15269 of the CEQA Guidelines. Appropriate environmental assessment will be done with regard to the future long-term generator project. SECTION 6. As provided in Section 2.04.350 of the Palo Alto Municipal Code, this ordinance shall become effective upon adoption. INTRODUCED AND PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATTEST:~APPROVED: City Clerk Mayor APPROVED AS TO FORM: Senior Asst. City Attorney City Manager Director of Services Administrative Director of Utilities Attachment B Budget Amendment Ordinances Impacting the Electric Supply Rate Stabilization Reserve Approved To Date in 2000-01 04112/01 Electric Fund Estimated Eleclric Supply Rate Stabilization Reserve (RSR Balance Back-Up Generators BAO Total BAOs RSR Balance After BAO’s $0 $0 $25,726,000 ($525,000) ($525,000) $25,201,000 $o CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND PLANERGY SERVICES, INC. .FOR ENGINEERING, CONSULTING, PROCUREMENT AND OPERATIONAL SUPPORT 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 PLANERGY SERVICES, INC., a Delaware corporation, located at 1003 W. Cutting Blvd., Suite II0, Richmond, CA 94804-2028 ("CONTRACTOR"). RECITALS: WHEREAS, CITY desires certain engineering, procurement and construction services ("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 e~ecution by CITY. The obligation of CONTRACTOR to perform the Services will commence in accordance with the time .schedule set forth in Exhibit "A". Time is of the essence of this Contract. In the event that the Services are not completed within the specified time schedule on account of CONTRACTOR’s default, 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 CONTRACTOR. SECTION 2 - QUALIFICATIONS, CONTRACTOR STATUS,AND DUTIES OF 2.1 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. 1 010418 syn 0072000 2.2 In reliance on the representation and warranty set forth in Section 2.1, CITY hires CONTRACTOR to perform, and CONTRACTOR covenants and agrees that it will furnish or cause to be furnished, the Services. 2.3 CONTRACTOR will assign Dennis Roundtree 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. 2.4 CONTRACTOR represents and warrants that it will: 2.4.1 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 Services; 2.4.2 Keep itself fully informed of all existing and future Federal, State of California, and local laws, ordinances, regulations, orders, and decreeswhich 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; 2.4.3 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 2.4.4 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. 2.5 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. 2.6 CONTRACTOR will provide CITY with seven (7) copies of the final report, if any, which may be required under this Contract, upon completion and acceptance of each report by CITY. 2.7 If CITY requests additional copies of reports, drawings, specifications or any other material which CONTRACTOR is 2 010418 syn 0072000 requi~ed 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. 2.8 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 3 -DUTIES OF CITY 3.1 CITY will furnish or cause to be furnished the specified services set forth in Exhibit "A" and such other information regarding its requirements as may be reasonably requested by CONTRACTOR. 3.2 The city manager will represent .CITY for all purposes under this. Contract. John Ulrich is designated as the project manager for the city manager. The project manager will supervise the performance, progress, and execution of the Services, and will be assisted by Kirk Miller, the Project Coordinator. 3.3 If CITY observes or otherwise becomes aware of any default in ~he performance of CONTRACTOR, CITY will use reasonable efforts to give written notice thereof to CONTRACTOR in a timely manner. SECTION 4 - COMPENSATION 4.1 In consideration of the full performance of the Services by CONTRACTOR, CITY will pay CONTRACTOR in accordance with Exhibit "B," at a total cost not to exceed three hundred seventy= five thousand dollars ($375,000). CONTRACTOR may submit progress billings for services performed and current monthly rental or lease charges for payment within 30 days. SECTION 5 -AUDITS 5.1 CONTRACTOR will permit CITY to audit, at any reasonable time during the term of this Contract and for three (3) years thereafter, CONTRACTOR’s records pertaining to matters covered by this Contract. CONTRACTOR further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Contract. 3 010418 syn 0072000 SECTION 6 -INDEMNITY 6.1 CONTRACTOR agrees to protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents from any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, caused by or arising out of CONTRACTOR’s, its officers’, agents’’, subcontractors’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which applicable law may impose strict liability on CONTRACTOR in the performance of or failure to perform its obligations underthis Contract. SECTION 7 -WAIVERS 7.1 The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Contract, or of the provisions of any ordinance or law, will not be deemed to be a waiver of any other term, covenant, condition, provi$ions, ordinance or law, or of any subsequent breach or violation of the same or of 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. 7.2 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 8 -INSURANCE 8.1 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’ cgmpensation, employer’s liability, and professional liability insurance, naming CITY as an additional insured concerning CONTRACTOR’s performance under this Contract. 8.2 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. 010418 syn 0072000 8.3 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 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. 8.4 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 policyor 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 9 -WORKERS’ COMPENSATION 9.1 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. SERVICES SECTION i0 -TERMINATION OR SUSPENSION OF CONTRACT OR i0.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. 10’2 CONTRACTOR may terminate this Contract or suspend its performance of the Services by giving thirty (30) daysI 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. 10.3 Upon such suspension or termination by CITY, CONTRACTOR will be paid for the Services actually rendered to CITY 5 010418 syn 0072000 on or before the effective date. of suspension or termination; provided, however, if this Contract is suspended or terminated on 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. 10.4 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 not 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. 10.5 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 II -ASSIGNMENT II.i 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 willnot 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 12 -NOTICES 12.1 All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY:Officeof 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 010418 syn 0072000 6 SECTION 13 -CONFLICT OF INTEREST 13.1 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 Services. 13.2 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 14 -NONDISCRIMINATION 14.1 As set forth in 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". 14.2 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." 14.3 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 in part, or to deduct the sum of twenty-f~ve 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 010418 syn 0072000 ’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 15 -MISCELLANEOUS PROVISIONS 15.1 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. 15.2 This Contract will be governed by the laws of the State of California, excluding its conflicts of law. 15.3 In the event hhat 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~ 15.4 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. 15.5 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. 15.6 All provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants and conditions.’ 15.7 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. 15.8 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. 15.9 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. 010418 syn 0072000 15.10 This Contract may be executed ±n any number of counterparts, each of which will be an original, but all of which together will constitute one and the same instrument. 15.11 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 funds are 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 PLANERGY SERVICES, INC. By: Name: Title: By: Name: Title: Taxpayer Identification No. 680-138-424 Director of Administrative Services Director of Utilities Risk Manager (Compliance with Corp. Code § 313 is required if the entity on whose behalf this contract is signed is a corporation In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) 010418 syn 0072000 Attachments : EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "D": SCOPE OF PROJECT &TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 010418 syn 0072000 10 CERTIFICATE OF ACKNOWLEDGEMENT (Civil Code § I189) STATE OF ) ) SS. COUNTY OF ) On ,2001, 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 010418 syn 0072000 11 CERTIFICATE OF ACKNOWLEDGEMENT (Civil Code § 1189) STATE OF ) ) SS. COUNTY OF ) On , 2001, 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 010418 syn 0072000 12 Exhibit A: Scope of Services and Time Schedule - Diesel Generator The Scope of Work includes the following: Planergy Services Inc shall provide the following services to evaluate, engineer, provide, install, maintain and operate (1) Emergency generating plant approximately 5 MW capacity Services shall be limited to the following unless changes in scope are approved in writing by both parties Evaluation ~" Obtain equipment and technical proposals from qualified vendors ~ Make acquisition Engineering/Project Management ~Site survey to determine installation requirements ~Provide required electrical, mechanical and site plan drawings ~Obtain building permits as required ~.Project management for all phases of project Diesel System o:o Site preparation for temporary trailer-mounted diesel generating sets ¯ :. Electrical ~Installation of generator parallel bus and connection to utility-provided transformers and parallel bus ¯ :. Receive and set diesel generator sets ¯ ~. Startup and testing of diesel system °~° Diesel system operator training ¯ :. Fill fuel tank ¯ :o Decommissioning, teardown and removal of diesel system Diesel Generator System Bill of Materials Planergy will provide (4) Cummins 1500 kW trailer-mounted generators (model KTA50-G9) with parallel switchgear for this application. An equipment sheet is attached Operation and Maintenance Planergy will provide operation and maintenance at a level to be determined by mutual agreement between Planergy and the City Planergy to provide all routine maintenance for the rental period as part of this contract Level of operational support to be determined Operation and maintenance personnel to be charged on time-and-material basis as set forth in attached schedule of charges Substitution of Equipment, Materials or Services Planergy reserves the right to substitute or modify equipment, materials and services provided under this contract with the written consent of the Project Manager designated by the City if such substitution is required or desirable to meet project requirements, enhance value to the City or if original offering becomes unavailable Timeline Due to the fast-track nature of this project, all scheduling is on an "ASAP" basis and the attached timeline is a good-faith estimate Normal completion for a project of this type is much longer Planergy does not accept responsibility for delays due to circumstances beyond our control, including but not limited to manufacturing delays, shipping delays or other unforeseeable delays Refer to Force Majeure clause of our terms and conditions for details Step Contract signing Site Survey Generation equipment vendor proposal solicitation Generation equipment vendor selection Complete engineering and permit drawings Obtain CARB certification and CARB registration Installation and commissioning of diesel system Removal of diesel system Site mitigation after removal *Contingent on contract signing date Initiate Complete 4/24/01 3/28/01 3/28/01 3/28/01 4/3/01 4/4/01 *4/12/01 4/4/01 *4/18/01 4/6/01 4/18/01 4/26/01"5/1/01 9/15/01 9/22/01 10/1/01 TBD Exhibit B: Rate Schedule This project is being completed on a time-and-materials basis with a Guaranteed Maximum Price (GMP), subject to the following rates, fees and markups: Vice President, Onsite Power Generation Senior Engineer/Project Manager Purchasing/Logistics Support Adminstrative $135.00 per hour $110 00 per hour $75.00 per hour $55,00 per hour Travel and misc expenses Markup on subcontract labor Markup on rental Markup on equipment Markup on freight actual cost +20% actual cost +20% actual cost +20% actual cost +20% actual cost + 0% Note that markup calculation is based on specialized nature of the project and fast track schedule Guaranteed Maximum Price Monthly Rental of Diesel.Generator (including markup) Guaranteed Maximum Price (contract total) $79,200/month $375,OOO All other costs will be based upon the Rate Schedule above