Loading...
HomeMy WebLinkAboutStaff Report 3692 City of Palo Alto (ID # 3692) City Council Staff Report Report Type: Consent Calendar Meeting Date: 5/13/2013 City of Palo Alto Page 1 Council Priority: Environmental Sustainability Summary Title: Solar Water Heating Program Title: Approval of Solar Water Heating Incentive Program Services Contract with the Center for Sustainable Energy California From: City Manager Lead Department: Utilities Recommendation Staff recommends that Council a) Approve, and authorize the City Manager or his designee to execute, the attached contract with the California Center for Sustainable Energy (Attachment A) in the amount of $75,000 for the first year, not to exceed $300,000 over a five year period to provide for Solar Water Heating Incentive Program services. b) Authorize the City Manager to extend the contract annually for up to four additional years, subject to Council approval of sufficient funds. Executive Summary The State Legislature enacted California’s Solar Water Heating and Efficiency Act of 2007 (AB 1470) in October 2007, which requires natural gas utilities to implement and fund solar water heating incentive programs. The City hired California Center for Sustainable Energy (CCSD) in 2008 to provide turnkey program administration services of the Palo Alto Solar Water Heating program. To date, 40 residential and 2 nonresidential systems have been installed. The current contract with CCSE expires May 30, 2013. In January 2013, the City issued a Request for Proposals (RFP) seeking responses from organizations interested in providing comprehensive Solar Water Heating (SWH) program administrative services. Of the two respondents, the review team found that CCSE was the most qualified and cost-effective of the two options. The cost to administer the SWH program is not to exceed $300,000 over five years. City of Palo Alto Page 2 Background The State Legislature enacted California’s Solar Water Heating and Efficiency Act of 2007 (AB 1470) in October 2007, which requires natural gas utilities, including the three publicly-owned gas utilities, Palo Alto, Long Beach, and Coalinga, to implement and fund solar water heating incentive programs. The proposed contract is intended to ensure effective and successful design and implementation of a solar water heating program in order to meet the goals described in the City’s Ten-Year Energy Efficiency Portfolio Plan and to fulfill the statutory requirements described in AB 1470. A “solar water heating system” as defined in AB 1470 is a solar energy device with the primary purpose of reducing demand for natural gas through water heating, space heating, or other methods of capturing energy from the sun to reduce natural gas consumption in a home, business, or any building receiving natural gas that is a utility retail customer that meets or exceeds certain eligibility criteria. CPAU’s estimated proportionate share of the State-wide goal to install 200,000 solar water heating systems by 2017 is approximately 500. The City hired California Center for Sustainable Energy (CCSD) in 2008 to provide turnkey program administration services of the Palo Alto Solar Water Heating program. To date, 40 residential and 2 nonresidential systems have been installed. The current contract with CCSE expires May 30, 2013. Discussion In January 2013, the City issued a Request for Proposals (RFP) seeking responses from organizations interested in providing comprehensive Solar Water Heating (SWH) program administrative services. The RFP was sent to eight consulting firms known to offer relevant services (of these two responded to the RFP). Of the two respondents, the review team found that CCSE was the most qualified and cost-effective of the two options. The California Center for Sustainable Energy (CCSE) is a highly qualified non-profit organization with demonstrated capability to perform the work. CCSE has been managing California Solar Water Heating programs for over six years for the customers of both City of Palo Alto Utilities and San Diego Gas and Electric. CCSE will provide services in the following areas: 1. Review and update the current SWH program design 2. Develop and implement a SWH Program Marketing Plan 3. Provide SWH program training and customer education 4. Provide turnkey SWH program implementation 5. Explore innovative SWH program enhancements to work to enhance customer adoption of this technology City of Palo Alto Page 3 Resource Impact The total budget impact by fiscal year is shown below: Contract Allowance Per Year Year 1 Year 2 Year 3 Year 4 Year 5 Total Contract Not-to-Exceed $75,000 $65,000 $60,000 $50,000 $50,000 $300,000 Note that these costs are for program development and implementation. Customer rebates will be paid out of the natural gas funds for alternative supply. Funds for FY 2014 and FY 2015 are included in the Gas Fund proposed budgets. Funds for subsequent years will be subject to appropriation of funds in subsequent budgets. Policy Implications The proposed contract supports the Council-approved Gas Utility Long-Term Plan, the Ten-year Energy Efficiency Portfolio Plan, and Comprehensive Plan Goal N-9. Implementation of the solar water heating incentive program supports greenhouse gas reduction goals identified in the Palo Alto Climate Protection Plan as well as the California Global Warming Solutions Act of 2006 (AB 32) and meets the statutory requirements of California’s Solar Water Heating and Efficiency Act of 2007 (AB 1470 ). Environmental Review The provision of these services do not constitute a project pursuant to Section 21065 of the California Public Resources Code, thus no environmental review under CEQA is required. Attachments:  Attachment A: Contract No. C13148473 (PDF) CITY OF PALO ALTO CONTRACT NO. C13148473 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND CALIFORNIA CENTER FOR SUST AINA8LE ENERGY FOR PROFESSIONAL SERVICES This Agreement is entered into on this 31 st day of May, 2013, ("Agreement") by and between the CITY OF PALO ALTO, a California chartered municipal corporation ("CITY"), and CALIFORNIA CENTER FOR SUSTAINABLE ENERGY, a California corporation, located at 9325 Sky Park Court, Suite 100, San Diego, CA 92123 ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to provide a solar water heating incentive program ("Project") and desires to engage a consultant to provide a turnkey solution in connection with the Project ("Services"). B. CONSULTANT has represented that it has the necessary professional expertise, qualifications, and capability. and all required licenses and/or certifications to provide the Services. C. CITY in reliance on these representations desires to engage CONSULTANT to provide the Services as more fully described in Exhibit "A", attached to and made a part of this Agreement. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, this Agreement, the parties agree: AGREEMENT SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perfonn. the Services described in Exhibit "A" in accordance with the terms and conditions contained in this Agreement. The performance of all Services shaH be to the reasonable satisfaction of CITY. SECTION 2. TERM. The tenn of this Agreement shall be from the date of its full execution tJu'ough May 30, 2018 unless tenninated earlier pursuant to Section 19 of this Agreement. SECTION 3. SCHEDULE OF PERFOR1\1ANCE. Time is of the essence in the performance of Services under tlus Agreement. CONSULTANT shall complete the Services within the tenn of this Agreement and in accordance with the schedule set forth in Exhibit "B", attached to and made a part of this Agreement. Any Services for which times for perfonnance are not specified in this Agreement shall be commenced and completed by CONSULT ANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT. CITY's agreement to extend the term or the schedule for perfonnance shall not preclude recovery of Pmfessional SelVices Rev. June 2. 2010 damages for delay if the extension is required due to the fault of CONSULTANT. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit "A", including both payment for professional services and reimbursable expenses, shall not exceed Two Hundred Ninety Five Thousand One Hundred Sixty Three Dollars ($295,163). In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed Three Hundred Twenty Four Thousand Six Hundred Seventy Nine Dollars ($324,679). The applicable rates and schedule of payment are set out in Exhibit "C-l", entitled "HOURLY RATE SCHEDULE," which is attached to and made a part of this Agreement. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit "C" . CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Sen/ices described in Exhibit "A". SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the services performed and the applicable charges (including an identification of personnel who performed the services, hours worked, hourly rates, and reimbursable expenses), based upon the CONSULTANT's billing rates (set forth in Exhibit "C-I "). If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTANT's payment requests shall be subject to verification by CITY. CONSULTANT shall send all invoices to the City's project manager at the address specified in Section 13 below. The City will generally process and pay invoices within thirty (30) days of receipt. SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All of the Services shall be perfonned by CONSULTANT or under CONSULTANT's supervision. CONSULTANT represents that it possesses the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perfonn the Services assigned to them. CONSULTANT represents that it, its employees and sub consultants, ifpermitted, have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All of the services to be furnished by CONSULTANT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill eugaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the perfonnance of the Services or those engaged to perform Services under this Agreement. CONSULTANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services. SECTION 8. ERRORS/OMISSIONS. CONSUL TANTshall correct, at no cost to CITY, any and Professional Services Rev. June 2, 2010 all errors, omissions, or ambiguities in the work product submitted to CITY, provided CITY gives notice to CONSULTANT. If CONS UL TANT has prepared plans and specifications or other design documents to construct the Project, CONSULTANT shall be obligated to correct any and all errors, omissions or ambiguities discovered prior to and during the course of construction of the Project. This obligation shall survive tennination of the Agreement. SECTION 9. COST ESTIMATES. If this Agreement pertains to the design of a public works project, CONSULTANT shall submit estimates of probable construction costs at each phase of design submittal. If the total estimated construction cost at any submittal exceeds ten percent (l 0%) of the CITY's staled construction budget, CONSULTANT shall make recommendations to the CITY for aligning the PROJECT design with the budget, incorporate CITY approved reconunendations, and revise the design to meet the Project budget, at no additional cost to CITY. SECTION 10. INDEPENDENT CONTRACTOR. It is understood and agreed that in perfonning the Services under this Agreement CONSULT ANT, and any person employed by or contracted with CONSULTANT to furnish Jabor and/or materials under this Agreement, shall act as and be an independent contractor and not an agent or employee of the CITY. SECTION 11. ASSIGNMENT. The parties agree that the expertise and experience of CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement nor the perfonnance of any of CONSUL TANT' s obligations hereunder without the prior wrilten consent of the city manager. Consent to one assignment will not be deemed to be consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void. SECTION n. SUBCONTRACTING. CONSULTANT shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of the city manager or designee. CONSULTANT shall be responsible for directing the work of any subconsultants and for any compensation due to subconsultants. CITY assumes no responsibility whatsoever concerning compensation. CONSULTANT shall be fully responsible to CITY for all acts and omissions of a subconsultant. CONSULTANT shall change or add subconsuJtants only with the plior approval of the city manager or his designee. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign 10rdanDiGiorgio as the Senior Program Manager to have supervisory responsibility for the perfonnance, progress, and execution of the Services to represent CONSULT At'JT during the day-to-day work on the Project. If circumstances cause the substitution of the project director, project coordinator, or any other key personnel for any reason, the appointment of a substitute project director and the assignment of any key new or replacement personnel will be subject to the prior written approval of the CITY's project manager. CONSULTANT, at CITY's request, shall promptly remove personnel who CITY finds do not perfonn the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Project or a threat to the safely of persons or property. The City's project manager is Llndsay Joye, Utilities Department, Marketing Division, 250 Hamilton Avenue, Palo Alto, CA 94303, Telephone (650)329-2680. The project manager will be Professional Services Rev. June 2, 2010 CONSULTANT's point of contact with respect to performance, progress and execution of the Services. The CITY may designate an alternate project manager from time to time. SECTION 14. OWNERSHIP OF MATERIALS. Upon delivery, all work product, including without limitation, all writings, drawings, plans, reports, specifications, calculations, documents, other materials and copyright interests developed under this Agreement shall be and remain the exclusive property of CITY without restriction or limitation upon their use. CONSULTANT agrees that all copyrights which arise from creation ofthe work pursuant to tlus Agreement shall be vested in CITY, and CONSULTANT waives and relinquishes all claims to copyright or other intellectual property rights in favor of the CITY. Neither CONSULTANT nor its contractors, ifany, shall make any of such materials available to any individual or organization without the prior written approval of the City Manager or designee. CONSULTANT makes no representation of the suitability of the work product for use in or application to circumstances not contemplated by the scope of work. SECTION 15. AUDITS. CONSULTANT will permit CITY to audit, at any reasonable time during the telm of this Agreement and for three (3) years thereafter, CONSULTANT's records pertaining to matters covered by this Agreement. CONSULT ANT further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier tennination of this Agreement. SECTION 16. INDEMNITY. 16.1. To the fullest extent pennitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an "Indemnified Party") from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements ("Claims") resulting from, arising out of or in any manner related to perfonnance or nonperfonnance by CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. 16.2. Notwithstanding the above, nothing in this Section 16 shall be const.rued to require CONSULTANT to indemnify an Indemnified Party from Claims arising from the active negligence, sole negligence or willful misconduct of an Indemnified Party. 16.3. The acceptance of CONSULTANT's servjces and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section J 6 shall survive the expiration or early termination of this Agreement. SECTION 17. WAIVERS. The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Agreement, or of the provisions of any ordinance or law, will not be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. SECTION 18. INSURANCE. 18.1 . CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and eITect dW"ing the tenn ofthis Agreement, the insurance coverage described in Exhibit "D". ProCessional Services Rev. JW1e 2.2010 CONSULT ANT and its contractors, if any. shall obtain a policy endorsement naming CITY as an additional insured under any general liability Of automobile policy or policies. 18.2. All insurance coverage required hereunder shall be provided through caniers with AM Best's Key Rating Guide ratings of A-:VII or higher which are licensed or authorized to transact insurance business in the State of Califol11ia. Any and all contractors of CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 18.3. Certificates evidencing such insw'ance shall be filed with CITY concurrently with the execution of this Agreement. The certificates will be subject to the approval of CITY's Risk Manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled, or materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days' prior written notice of the cancellation Of modification, CONSULT ANT shall be responsible for ensuring that cunent certificates evidencing the insurance are provided to CITY's Purchasing Manager during the entire term of this Agreement. 18.4. The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT's liability hereunder nor to fulfill the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and tOlal amount of any damage, injury, or toss caused by or directly arising as a result of the Services perfonned under this Agreement, including such damage, iJ1jury, or loss arising after the Agreement is tenninated or the term has expired. SECTION 19. TERMlNATION OR SUSPENSION OF AGREEMENT OR SERVICES. 19.1 . The City Manager may suspend the perfolmance of the Services, in whole or in part, or tenninate this Agreement, with or without cause, by giving ten (10) days prior written notice thereof to CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the Services. 19.2. CONSULTANT may terminate this Agreement or suspend its performance of the Services by giving th.i11y (30) days prior written notice thereof to CITY, but only in the event of a substantial failure of perrormance by CITY. 19.3. Upon such suspension or termination, CONSULTANT shall deliver to the City Manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed, prepared by CO NSUL T ANT or its contractors, if any, or given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the propeliy of CITY. 19.4. Upon such suspension or tennination by CITY, CONSULTANT will be paid for the Services rendered or materials delivered to CITY in accordance with the scope of services on or before the effective date (i.e., 10 days after giving notice) of suspension or tennination; provided, however, if this Agreement is suspended or tenninated on account of a default by CONSULT ANT, 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 detennination may be made by Professional Services Rev. June 2, 2010 the City Manager acting in the reasonable exercise ofhislher discretion. The following Sections will survive any expiration or termination of this Agreement: 14, 15, 16, 19.4,20, and 25. 19.5. No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Agreement. SECTION 20. NOTICES. All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY: Office of the City Clerk City of Palo Alto Post Office Box l0250 Palo Alto, CA 94303 With a copy to the Purchasing Manager To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 21. CONFLICT OF INTEREST. 21 .1. In accepting this Agreement, 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. 21.2. CONSULTANT further covenants that, in the performance of this Agreement, it will not employ subconsultants, contractors or persons having such an interest. CONSULTANT certifies that no person who has or will have any fmancial interest under this Agreement is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. 21.3. lfthe Project Manager determines that CONSULTANT is a "Consultant" as that tenn is defined by the Regulations of the Fair Political Practices Conunission, CONSULTANT shall be required and agrees to file the appropriate financial disclosure docwnents required by the Palo Alto Municipal Code and the Political Refonn Act. SECTION 22. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.5\ 0, CONSULTANT certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONSULTANT acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONSULTANT shall comply with the City's Envirorunenlally Preferred Professional Services Rev. June 2, 2010 Purchasing policies which are available at the City's Purchasing Department, incorporated by reference and may be amended from time to time. CONSULTANT shall comply with waste reduction, reuse, recycling and disposal requirements of the City's Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, Consultant shall comply with the following zero waste requirements: • All printed materials provided by Consultant to City generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by the City's Project Manager. Any submitted materials printed by a professional printing company shall be a minimum 0[30% or greater post-consumer material and printed with vegetable based inks. • Goods purchased by Consultant on behalf of the City shall be purchased in accordance with the City's Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Office. • Reusable/returnable pallets shall be taken back by the Consultant, at no additional cost to the City, for reuse or recycling. Consultant shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. SECTION 24. NON-APPROPRIATION 24.1 . This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement are no longer available. This section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision 0 f this Agl."eement. SECTION 25. MISCELLANEOUS PROVISIONS. 25.1. This Agreement will be governed by the laws of the State of California. 25.2. In the event that an action is brought, the parties agree that trial ofsuch action will be vested exclusively in the state courts of California in the County of Santa Clara, State of California. 25.3. The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys' fees expended in connection with that action. The prevailing party shall be entitled to recover an amount equal to the fail" market value of legal services provided by attorneys employed by it as well as any attorneys' fees paid to third parties. 25.4. This document represents me entire and integrated agreement between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instTUment, which is signed by the parties. 25.5 . The covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants of the parties. Professional SCI"jces Rev. June 2. 2010 25.6. If a coul1 of competent jurisdiction finds or rules that any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force and effect. 25.7. All exhibits referred to in this Agreement and any addenda, appendices, attachments, and schedules to this Agreement which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Agreement and will be deemed to be a part of this Agreement. 25.8 If, pursuant to this contract with CONSULTANT, City shares with CONSULTANT personal information as defmed in California Civil Code section 1798.81.5(d) about a California resident ("Personal Information"), CONSULTANT shall maintain reasonable and appropriate security procedures to protect that Personal Information, and shall infonn City immediately upon learning that there has been a breach in the security of the system or in the security of the Personal Information. CONSULTANT shall not use Personal Information for direct marketing purposes without City's express written consent. 25.9 All unchecked boxes do not apply to this agreement. 25.10 The individuals executing this Agreement represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF P ALO ALTO City Manager APPROVED AS TO FORM: Executive Director Senior Asst. City Attorney Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "C~l": EXHIBIT "D": SCOPE OF WORK SCHEDULE OF PERFORMANCE COMPENSATION SCHEDULE OF RATES INSURANCE REQUIRE:M.ENTS Professional Services Rev. June 2,2010 EXHIBIT "A" SCOPE OF SERVICES CCSE's work plan has two key components: I. Continue to update and administer the current CPAU SWH program 2. Investigate innovative measures to increase program participation We have organized this work plan to be responsive to the scope of services (RFP Attaclunent B). Below we repeat the tasks as listed in the RFP scope of services (in italics) followed by a narrative describing our approach to accomplishing that task. Task 1. Review and Update Current SWH Program Design Monitor legislative and reglliatory activities that impact the CPAU SWH Program. and adapt the Program Handbook on an as needed basis to reflect changes or updates to statutory or policy-driven requirements. Program shall match the CSI-Thermal program where applicable. Program documents include: a) Program handbook b) Installation checklists c) Program reservation and claimforms d) Contractor participation forms CCSE has a team of policy analysts and program administrators who are tasked with keeping current regarding solar water heating legislation, regulation and programmatic changes. As previously stated our team also administers the CSI-Thermal program and therefore has extensive knowledge of upcoming program changes and can anticipate changes and evaluate the appropriateness for the CPAU program. We will meet with CPAU staff to review program history, and discuss program cbanges to remain consistent with CSI-T and any suggested changes in the handbook, checldists and forms. We will then update the Program handbook, checklists, and foons as weB as provide website update content. At a minimum we anticipate incorporating the latest changes in tbe CSI-T program regarding solar thermal heating and cooling (combi-systems) and swimming pool heating for both commercial and multifamily residential applications. Task 2. Develop and Implement a SWH Program Marketing PLan Marketingplan should be tailored/or CPAU customers to increase the number ofSWH installations. a) Develop program marketing collateral b) Provide website content c) Develop marketing campaign for cllstomers and contractors In our contract kick-off meeting with CP AU we will discuss past and ongoing marketing activities, ProCessional Services Rev. June 2. 2010 and make recommendations on needed marketing activities to infonn stakeholders of any program changes and updates. As a result of the meeting we will develop an interim marketing plan to serve until further marketing activities are developed under Task 5. The interim marketing plan will develop collateral, provide website content, and we will develop a marketing campaign for stakeholders. Marketing changes directed to cause an increase in the rate of program application are covered under Task 5 as described in detail in Chapter 5. Task 3. Provide SWH Program Training and Customer Education a) Provide trainingfor City staff contractors and cllstomers b) Provide SWH expertise and consultation on al1 as needed basis for specific projects CCSE SWH tearn will brief or train city staff as appropriate as program changes are made. We have been providing homeowner workshops and plan to continue providing one per year. Given the similarity of the CPAU SWH program and the CSI-Thcnual we have been able to leverage the CSI­ Thermal eligibility workshops for contractors. We have budgeted for one contractor workshop in the event the CP AU program is significantly changed from the CSI-Thermal Program. Additional support for participating contractors will be provided by direct communication via phone and email and through online training sessions presented via webinar. CCSE SWH staffwiH continue to be available by phone and email to CPAU conb'actors, customers, and staff on an as needed basis. The program will continue to be supported by an expel1 staff energy engineer who has 35 years of technical experience in solar water heating. In addition, we have knowledgeable administrative staff with years of experience on the CPAU SWH Program and CSI-T Program. Task 4. Provide SWH Program Implementation a) Manage applications, mailings and rebates b) Maintain a cllstomer toll free telephone cal! center c) Maintain eligible contractors list d) Conduct compliance inspections on a sample ofinstallatioJ1s e) Maintain a database of Program participants, reservations, and payments, to which Oty staff has access . ./) Provide all data, analyses, and information to CPAU to support Program evaluation and reporting requirements, including, but not limited to: J) Installation technical and cost details, 2) Estimated energy and demand savings, and 3) Other requirements as required by ABJ470 or as subsequently amended. 4) Monthly summQlY reports listing allllew. pending, and completed applications. 5) Quarterly reports summarizing the program status and projections 011 both a Calendar Year (January 1 to December 31) and Fiscal Year (July 1 to June 30) basis. Prepare and independent verification report to be submilted to the California Professional SeIVices Rev. June 2, 2010 Energy Commission. CCSE has and will continue to: • Promptly processes applications and inform CPAU staffwhen a rebate payment is required. Applications are managed through an online database and all backup documentation is filed appropriately. Provide a dedicated CPAU SWH toll free nwnber which comes directly to a SWH staff member to answer any questions customers or contractors may have. • Work in conjunction with CPAU staff to update the list of eligible contractors and keep it current on the CPAU SWH website. • Subcontract with SolGrid Energy, a qualified and independent inspector, to complete program inspections • Maintain a complete database of program infonnation and share it with City staff monthly and as requested. • Provide CPAU with data, analyses and information on installation details, energy and demand savings, and other AB 1470 requirements. The infonnation required from the quarterly report is and will continue to be included in the monthly program rep011. Task 5. Explore Innovative Program Enhancements Evaluate program enhancements to lower installation cost and increase number of SWH installations. Options may include group buy, solar lease and other innovative program ideas. Exploring innovative program enhancements is a key part of CCSE's proposal. We have detailed our approach in Chapter 5. Professional Services Rev. June 2,2010 Proposed Innovations CCSE will investigate and consult with the City of Palo Alto Utilities Department on iIUlovative and creative measW"es that can be implemented to help improve program participation. Such creativity is critically needed to increase program participation. The low price of natural gas does not make solar water heating attractive from an economic perspective and is the prime reason participation rates are low in both the California Solar Initiative (CSI~T) SWH and City of Palo Alto SWH Program. It is unfortunate that the financial economics are not more attractive since solar water heating has great potential in reducing greenhouse gas (GHG) emissions and helping to address climate change as envisioned in AB-1470. Figure 1 below clearly indicates that solar water solar has the largest residential natural gas reduction potential. W IQf t'balor Bbnl< t Ce4Ing h:5 ulalion £n ,gy SV:U Otsh W h 1'£ Wal , H&aler Floor h:5 uloa 1IOn t-W AC l tJng & Alpail Duct A:!paI Low Flow ShOW or au Prog~ Th&tm;)3tal D.Jc: I h:5 ulallOn B<*( Cbn:rob HEBo*J, nf .l~ Roduc;.1ioo t-E CIoIhel! Dr)! e<' o Figure 1 200 400 600 800 1.000 MIllions of ThermSIY. r R.malnlng Po btntlal Source: KEMA CALIFORNIA STATEWIDE RESIDENTIAL SECTOR ENERGY EFFICIENCY POTENTIAL STUDY, April 2003 CCSE is in a unique position to effectively investigate numerous potential approaches to address the dilemma that solar water heating has great potential to reduce GHGs but is not currently perceived to have an attractive value proposition. We will leverage the experience, knowledge, and lessons learned from managing and administering a significant number of relevant solar and solar thennal programs and studies. More detail on these programs is covered in Chapter 3: Finn Qualifications. The CSI-Thennal Program $4.5 million dollar statewide marketing campaign is one initiative particularly relevant to this issue. This marketing campaign conducted by Fraser Communications at the direction of the CSI -T program administrators over the last year and a half was designed for customers making non-price-motivated decisions, targeting consumers inclined to make consumer Proressional Services Rev. June 2, 2010 choices based on environmental concerns-framing SWH as another step on the consumer's "green routine." The marketing techniques employed by Fraser are listed in Appendix Attaclunent C. Figure 2 below shows CSI-T application rates in PG&E territory based on current CSI-T program data, and demonstrates no marked increase in applications received since the launch of the Fraser statewide marketing campaign in April 2012. The increase in applications in April 2012 can be attributed to the launch of the low-income portion of the program, and the slight increase in applications in October 2012 is most likely due to an increase in incentive rates. However, the rate of pa11icipation has consistently dropped back down after a brief launch spike [or each of these events. Figure 2 ~ .~ NlrU 40 l' IG a 10 1\ 10 o ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ v v v ~ v ~ ~ ~ ~ ~ ~ ~ y v v ~ y ~ v ~ ~ ~ §' ,-¥ ., </,' d" ;I" rF ,# .lI.tJ,..t· -I',~ ,1' +<;( cF ~. rF -i -!' # ~ .... # ,.I' ,~ ,1' # cF . <Jf ,~ I -~I...,.tr"'_"11oII -Mu"'"' ........ _I0.>1"'''''''''''''''''' "~;I_t,""...,.."" lawln<OlTlO -lot.>IPr';"'h -Poly I' Pr0l.d,) This graph demonstrates that: • Economics playa key role in the decision-making process of potential applicants • Incentive levels have not been sufficient to overcome low natural gas prices • Innovative programs and creative marketing and outreach approaches are needed CCSE proposes to investigate several areas of innovation with potential to increase program participation: I. Cost Reduction 2. Packaging/Combining Programs 3. Financing 4. Creative marketing and outreach Cost Reduction Since SWH technology is lacking the economies of scale benefit and commensurate uptake rates of photovoltaic (PV) systems, CCSE proposes addressing ways to decrease the cost of SWH. CCSE believes that there are potential cost reductions tbat can be made through contractorlinstaller efficiencies and in addressing the soft costs involved in permitting and processing. CCSE will bring its knowledge and expertise gained in administedng the SunShot Program for the Department of Energy that looks at similar reduction of "soft costs" for PV. CCSE will also investigate the economics of new technologies that have been added to the CSl-T program and should likely be added to CPAU program as weJI. One area of opportunity is to investigate the econom.ics ofSWH systems when combined with solar thermal heating and cooling Professional Services Rev. June 2, 2010 (combi-systems) and swimming pool heating for both commercial and multifamily residential applications. In addition, CCSE is paLt of a proposal to DOE, along with Lawrence Berkeley Lab, to investigate SWH as an energy efficiency measure. In this proposed study, CCSE will examine combining solar thermal systems for water heating, space heating and cooling, with high efficiency heat exchangers that tap the energy in water supply system and geothermal in the surrounding earth. If selected we will be able to leverage that DOE study to the benefit of the CPAU SWH Program. 1. Packaging/Combining Programs A second area of proposed innovation is packaging the SWH program with other renewable energy and demand reduction programs. Driven by separate legislation and/or financing sources, energy program tends to be mutually exclusive of each other. As a result, the homeowner is presented with separate programs, rules and marketing efforts for solar electric, solar water heating, energy efficiency and electric vehicles. Moreover, the value proposition for each is presented separately. Thus, home and building owners who are interested are often left confused, overwhelmed, and choosing not to participate. By ofTering bundled solutions, CP AU could simplify its marketing and better clarify the value proposition for sustainable energy solutions by customer type. Based on such an approach, a homeowner could be looking at the economics of a combined program rather than SWH by itself. This approach could also lead to less confusion and may accelerate adoption among consumers of all programS. It could also include a more integrated approach by completely integrating and simplifying the programs and/or adding an additional incentive that increases as more programs are implemented. By working with CCSE on such an innovation, CPAU could lead the state in truly providing integrated demand side management offerings to its customers. 2. Financing Financing is the third proposed innovation area CCSE would investigate. A SWH system is a significant investment. The burst in the housing bubble eliminated a significant portion of home equity that could have been tapped to finance SWH at reasonable interest rates resulting in fewer people who have the up front disposable cash for an outright purchase. Innovative financing options we propose to look at include: • Property Assessed Clean Energy (PACE) -A property lien serves as the collateral • Leasing ~ Eliminates up front cost and issues of ownership • GrouplNeighborhood Buying -Reduces cost through volume and/or move in/move costs for installers 3. Creative marketing and outreach There is more to the value proposition thanjust the cost of the system and the length of the payback period. There is comfort value. For example radiant floor heating is one of the most comfortable forms of space heating and can be combined with SWH collectors. There is also social "green" value in doing the "right thing" to reduce GHG's and participating in addressing climate change and global wanning. This is especially tme when one's neighbors are already participating or involved in group buys. We plan to investigate these social influences of the value proposition and marketing techniques to communicate and demonstrate these areas. Two specific marketing areas we plan to investigate are experiential marketing and community based social marketing (CBSM). CCSE will investigate creative and innovative experiential marketing ideas to engage the public with solar water heating in a personal and entirely new way. Unlike typical advertising measures, experiential marketing is accessible to consumers at the local Professional Services Rev. JWle 2,2010 level and is particularly effective with lesser known technologies. CBSM is designed to target specific barriers prohibiting action and showcase benefits to combat each barrier. This well studied approach makes use of social norms and influencers to change behavior and understanding instead of merely promoting a product, spreading awareness or conveying a certain piece of infonnatiofl. Professional Services Rev. June 2, 2010 EXHIBIT "B" SCHEDULE OF PERFORMANCE CONSULT ANT shall perfolm the Services so as to complete each ~nilestone within the number of days/weeks specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY so long as all work is completed within the tel1ll of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed. Milestones 1. Review and Update Current SWH Program Design 2. Develop and Implement a SWH Program Marketing Plan 3. Provide SWH Program Training and Customer Education 4. Provide SWH Program Implementation 5. Explore Innovative Program Enhancements Completion No. of Days/Weeks From NTP On going On going On going On going On going Professional Services Rev. June 2, 2010 EXHIBIT "C" COMPENSATION The CITY agrees to compensate the CONSULTANT for professional services perfonued in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the hourly rate schedule attached as exhibit C-l up to the not to exceed budget amount for each task set forth below. The compensation to be paid to CONSULTANT under this Agreement for all services described in Exhibit "A" ("Basic Services") and reimbursable expenses shall not exceed $295,163 . CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed $324,679. Any work perfonned or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted below. The CITY's Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed $295,163 and the total compensation for Additional Services does not exceed $29,516. BUDGET SCHEDULE NOT TO EXCEED AMOUNT Task 1 $11,737 (Review and Update Current SWH Program Design) Task 2 $21,152 (Develop and Tmplemenr a SWH Program Marketing Plan) Task 3 $20,044 (Provide SWH Program Training and Customer Education) Task 4 $181,060 (Provide SWH Program Implementation) Task 5 $30,409 (Explore Innovative Program Enhancements) Sub-total Basic Services $264,402 Reimbursable Expenses $30,761 Total Basic Services and Reimbursable expenses $295,163 ProfessioMJ Services Rev June 2. 2010 Additional Services (Not to Exceed) $29,516 Maximum Total Compensation $324,679 REIMBURSABLE EXPENSES The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insw-ance and other ordinary business expenses are included witbin the scope of payment for services and are not reimbursable expenses. CITY shall reimburse CONSULTANT for the following reimbursable expenses at cost. Expenses for which CONSULTANT shall be reimbursed are: A Travel outside the San Francisco Bay area, including transportation and meals, will be reimbursed at actual cost subject to the City of Palo Alto's policy for reimbw-sement of travel and meal expenses for City of Palo Alto employees. B. Long distance telephone service charges, cellular phone service charges, facsimile transmission and postage charges are reimbursable at actual cost. All requests for payment of expenses shall be accompanied by appropriate backup infonnation. Any expense anticipated to be more than $100 shall be approved in advance by the CITY's project manager. ADDITIONAL SERVICES The CONSULT ANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY 's project manager's request, shall submit a detailed written proposal including a description of the scope of services, schedule. level of effort, and CONSULTANT's proposed maximum compensation, including reimbmsable expense, for such services based on the rates set forth in Exhibit C-J • The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY's Project Manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement Professional Se",ices Re\' June 2, 20 I 0 T cuk J. R.""""'" ud UpdQ.~ CwT~1II S WH Ubor C:lIe~<>ry E.llim~tcd Pr~lt'" MOun O"",dor 1 St. ~Wuge<' 6 ~tv-i'«>f 10 1\bn.i;g,oi:'r 35 . .\nociate SO TOULS T,ak 2. D~wlop & brtpl~lfte.lIc 11 SWlf Enimat.c Ubor ~'?~ [y V aT/wiltS Pf.cJ! H~IlC'5 Oir*tor 1 s.r. M~,, __ 10 S~....". 0 ~.l.2.u1l"'" 60 A..oc~te 160 TOBLS Tt:t.tk 3. Provid. SWH Pr~c,.. TUIl~ llJtd UOOt C4.t"~ory c,tim>lod C=:o~,. Etbu:aIiqll Ho~. Diro:lQ>{ 4 j St. lI.ianagC1" S , S-open-isor 65 i\tm.g.~ -15 A .. ox:i.u, 65 TOBLS T~ .( Prt»idd SWH ~ u hru" Cat"-fOtY E'.trinut;;<! iLwPLr ""UUD.Ji.o" Houn Dit""tor 10 Sr. M~g<1' 100 Supen-iJor 100 ~Wu.g~1" 500 A....oci:lt~ 1225 TOULS TaP< 5. Explor"I""tn.'t1IiJJ<! P~ogTC1ft Lt.!>e>f Cat <-gltl)! &tim.ued E""aJl.c~"'eIt~ H01.ln L.~OR Direct01 4 Sr.~~'" 12 Sup<:r-.oor so ~.I.11U~"'" 1~5 Aaociale 45 TOT.US PROGR:\,M TOTAI. Hourly Eotiautcd Labor R...t~ CMt SIS! $362 SJ30 SiSO SHl ~1.110 SIll $3,885 $70 $5 600 ~11.737 Hourly E..tinutod Labor illl~ ~.t 5196 S392 5140 Si,400 SI20 SO S120 $'1,200 S76 SI~,l60 S,21,152 HC'urly e:.timaled U~()f illl .. Co"St SI96 5784 $140 SI,120 S120 SH OO S120 $5,400 S76 $4,940 $20,0-4-4 Honrly f.uinu.~ b oor R~t;: Cm! S196 $1,960 5140 ':)14,000 SJ20 S12,OOO S120 560,000 S76 S93,lOO S181,06() HOljrty Eotiauted u bor fW:e Cost S181 1724 S130 Sl,560 SI ll $8,880 S1I1 $16,095 $70 S3,150 ,30,409 264.402.00 Ex~3e' T2!kTot..t $465 $12,202 Ex~ T .. ,k Tot ... 1 :$312 $21,464 Ex""' ....... TukToral $3,758 $23,802 Expe:r "" T3.k Tol;ol $25,010 $206.D70 E..,=Pi'I' ~. T:nI.:Tot.ll S1.216 $3"t625 30,760.78 235,162.78 Professional Services Rev June 2, 2010 EXHIBIT "C-l ') HOURLY RATE SCHEDULE CCSE proposes to complete the work plan described in this proposal for a sum representing actual time spent at our hourly labor rates plus direct costs, not to exceed $300,000. Our hourly labor rates are as follows: Table 1. Annual Labor Rates by Labor Category Calendar Year Labor Category 2013 2014 2015 2016 2017 Director 181.00 188.00 196.00 204.00 212.00 Sr. Manager 130.00 135.00 140.00 146.00 152.00 Supervisor 111.00 115.00 120.00 125.00 130.00 Manager 111.00 liS.OO 120.00 125.00 130.00 Associate 70 .00 73.00 76.00 79.00 82.00 Our labor rates in Table 8-1 above reflect 4% annual increases. Our cost estimates assume that work will occur in all tasks each year with the exception of Task 5 which we assume will be completed in 2013, Consequently we have used 2013 rates for Task 5 and 2015 rates as an average for all years in Tasks 1 through 4. Table 8-2 on the following page swrunarizes, by work plan task, the budgeted amounts. Tables 8-3 through 8-7 provide ftn1her detailed cost estimates by task ProfeSSional Services Rev June 2, 20 JO EXHIBIT "D" INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPAN[ES wrw AM BEST'S KEY RATING OF A·: VlI, OR HI GIl ER, LICENSED OR AUTHORlZED TO TRANSAcr [NS U RANCE BUSINESS IN THE STATE OF CALI FORN[A. AWARD [S CONTINGENT ON COMPLIANCE W[TH CITY'S INSURANCE REQUIREMENTS AS SPECIF[ED BELOW' - MINIMUM LIMITS REQUIRED TYPE. OF COVERAGE REQUIREMENT EACH YES YES YES ns YES OCCURRENCE AGGREGATE WORKER'S COMPENSATION STATUTORY EMPLOYER'S LIABILITY STATUTORY BODILY INJURY $1,000,000 $1,000,000 GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE $1,000,000 $1,000,000 PROPERTY DAtvlAGE BLANKET CONTRACTUAL, AND F[RE LEGAL BODILY INJURY & PROPERTY DAMAGE S 1,000,000 S 1,000,000 LiABILITY COMBINED. BOOll Y INJURY 51,000,000 SI,OOO,OOO . EACH PERSON S 1,000,000 SI,OOO,OOO . EACH OCCURRENCE S 1.000,000 $1,000,000 AUTOMOBILE LlABlLlTY,INCLUDING ALL OWNED, HIRED, NON·OWNED PROPERTY DAMAGE SI ,OOO,OOO SI,OOO,OOO BODILY INJURY AND PROPERTY SI,OOO,OOO SI,OOO,OOO DAMAGE, COMBINED PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 THE CITY OF PALO ALl'O IS TO BE NAMEO AS AN ADDITIONAL INSURED, CONTRA('TOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE I'JEREIN OESCR}BED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS' COMPENSATION, EMPLOYER'S LIABILITY AND PROFESSIONAL INSURANCE, NAM[NG AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRIITEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B. A CONTRACTUAL LLABILITY ENDORSEMENT PROVIDING rNSURANCE COVERAGE FOR CONTRACTOR'S AGREEMENT TO INDEMNIFY CITY. C DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY'S PRIOR APPROVAL. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. III. ENDORSEMENT PROVIS[ONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSUREDS" A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS AR[SING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLlCY [S PRIMARY AND [S NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFJT OF THE ADDITIONAL INSUREDS. 8. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORA TION AS INSUREDS UNDER THE POLICY SHALL ProressioJl~ I Services Rev June 2,2010 NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING Of MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLA T[ON I. IF THE POLICY IS CANCELED BEFORE ITS EXP[RA TION DATE FOR ANY REASON OTHER THAN TH E NON·P A Y M ENT OF PREMIUM, THE ISSU ING COMP ANY SHALL PROVIDE CITY AT LEAST A H-URlY (30) DAY WR[TTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. JFTHE POLICY [S CANCELED BEFORE [TS EXPIRATION DATE FOR THE NON·PAYMENT OF PREMIUM, THE [SSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DA Y WRITTEN NOT[CE BEFORE THE EFFECTIVE DATE OF CANCELLA TlON_ NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITV OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303 Professional SelVlces Rev June 2, 2010