Loading...
HomeMy WebLinkAbout2001-06-25 City Council (14)City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL 16 FROM:CITY MANAGER DEPARTMENT: UTILITIES - DATE:JUNE 25, 2001 CMR:281:01 SUBJECT:APPROVAL OF A CONTRACT INTERNATIONAL IN THE AMOUNT OF DEVELOPMENT AND IMPLEMENTATION LOAD REDUCTION PROGRAM. RECOMMENDATION TO PLANERGY $256,000 FOR THE OF THE SUMMER Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract with Planergy International in the amount of $256,000 for the development and implementation of the Summer Load Reduction Program. 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 project for an additional amount that will not exceed $30~000. DISCUSSION Project Description Because of the deteriorating energy situation in California, the City of Palo Alto Utilities (CPAU) has developed a load management program to reduce load during the summer months and reduce the number of rolling blackouts. Many of CPAU largest customers CMR:281:01 Page 1 of 4 have agreed to participate in the Summer Load Reduction Program (SLRP) and the program tests completed so far are very encouraging. Participants in the load management programs are large Palo Alto businesses that agree to curtail their load by twenty percent every time that the CPAU requests a reduction. In exchange for this voluntary reduction the participating customers are removed from the rotating outage blocks. CPAU will activate the load management program to reduce the frequency and severity of rolling blackouts between June 1, 2001 and September 30, 2001. A pilot load management program in the spring of 2001, with four participating customers, helped Palo Alto avoid rolling blackouts two times during April. The load management program will be used in coordination with the 5-megawatt backup generator that has been installed at the Municipal Service Center. The SLRP will be implemented during two time periods: Part of the load will be reduced when the Califomia Independent System Operator (ISO) requests load reduction under its Demand Reduction Program (expected during Stage 2). Participants in the Demand Reduction Program are paid by the ISO for providing demand reductions. Palo Alto’s participation in the ISO program during Stage 2 will provide revenues to CPAU that are expected to reimburse the SLRP costs, including this contract with Planergy International. Most of the load will be reduced during Stage 3 electric shortages when the ISO requires Palo Alto to curtail load on the electric system. In addition, the CPAU will use the back-up generator to reduce rolling blackouts for customers. Contractor Selection Process Planergy International will be serving as the program manager for this project. Planergy will assist the City with the following services: ¯Program design ¯Marketing plan development and assistance. ¯Submission of demand response bid to California. ISO ¯Technical support to candidate customers ’ ¯Monitoring and verification and metering system platform ¯Equipment verification and testing CMR:281:01 Page 2 of 4 ¯Systemdispatch ¯System operation ¯Data management and program accounting Planergy International was selected without a competitive bidding process for the Summer Load Management Program (SLMP) for the following reasons: Planergy International is the contractor selected by the Northern California Power Agency (NCPA) to provide load management services to all NCPA members, including Palo Alto. NCPA used a competitive, selection process to select Planergy International for load .management services. Palo Alto staff investigated other potential suppliers of load management services and agreed that the NCPA selection of Planergy International offered the best and most reliable services to meet the City’s immediate needs. 0 0 Planergy International has invested a significant amount of staff time helping Palo Alto design, develop and implement our SLMP. The SLMP incorporates many of the ideas, suggestions and methods proposed by Planergy. It is unlikely that any other company could provide the same service for summer 2001. It is also unlikely that any other firm could provide the services for a lower cost than Planergy International. Palo Alto has benefited from the significant amount of up-front effort of Planergy International in helping to design and develop the SLMP. During spring 2001 when Planergy and City staff were developing the SLMP, there was no time available to conduct a formal RFP.process. At all times from January 2001 to the present time, staff has been extremely overburdened with responding to the energy crisis. Because of the serious time constraints, it has been impractical to solicit bids from other firms for the 2001 SLMP. RESOURCE IMPACT Funding for this project is available in the Electric Fund Operating Budget for fiscal year 2001-02 as adopted by Council on June 11, 2001. The project will be funded by the Electric Fund Public Benefit Program. The $256,000 cost of this contract with Planergy International is expected to be offset by revenues received from the ISO by participating in their Demand Reduction Program during a Phase 2 declaration. The recognition of these revenues will be accomplished during the midyear budget process. CMR:281:01 Page 3 of 4 POLICY IMPLICATIONS This recommendation is consistent with existing City policy of providing highly reliable electrical service to Utilities’ customers. The recommendation is also consistent with the recently adopted Utilities Strategic Implehaentation Plan,. including Strategy No. 2: Preserve Supply Cost Advantage, Strategy No. 4: Deliver Competitive Products, Strategy No. 6: Maintain Financial Strength and Strategy No. 7: Improve Enviro~amental Quality. ENVIRONMENTAL REVIEW Approval of the Summer Load Reduction Program does not constitute a project under the California Environmental Quality Act and, therefore, is exempt from the environmental assessment requirement. ATTACHMENTS A: Contract with Planergy International PREPARED BY:./~t- Kirk Miller, Resource Planner DEPARTMENT HEAD: CITY MANAGER APPROVAL: //D~Cctor of Utilities EMILY HARRISON Assistant City Manager CMR:281:01 Page 4 of 4 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND PLANERGY SERVICES, INC. FOR CONSULTING 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, a wholly-owned subsidiary of Planergy International, Inc.~ located at 1003 W. Cutting Blvd., Suite Ii0, Richmond, CA 94804-2028 ("CONSULTANT"). RECITALS: WHEREAS, CITY desires certain professional consulting services ("Services") and the preparation and delivery of, without limitation, one or more sets of documents, drawings, maps, plans, designs, data, calculations, surveys, specifications, schedules or other writings ("Deliverables") (Services and Deliverables are, collectively, the "Project"), as more fully described in Exhibit "~’; and WHEREAS,. the purpose of this contract .is to authorize CONSULTANT to proceed with developing, implementing and managing a Load Curtailment Program ("LCP") on behalf of the CITY and its largest electric customers. WHEREAS, CITY desires to engage CONSULTANT, including its employees, if any, in providing the Services by reason of its qualifications and experience in performing the Services, and CONSULTANT has offered to complete the Project on the terms and in the manner set forth herein; NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Contract, the parties agree: SECTION I. TERM This Contract will commence on the date of its execution by CITY, and will terminate upon the completion of the Project, unless this Contract is earlier terminated by CITY. Upon the receipt of CITY’s notice to proceed, CONSULTANT will commence work on the initial and Subsequent Project tasks in accordance with the time schedule set forth in Exhibit "~’. Time is of the essence of this Contract~. In the event that the Project is not fully implemented within the time required through any fault of CONSULTANT, CITY’s city manager will have the option of extending the time schedule for any period of time. This provision will not 010619 syn 0071989 preclude the recovery of damages for delay caused by CONSULTANT. Any recovery of damages’due to delay will be limited to the amount of CONSULTANT compensation. SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS 2.1 The scope of Services and Deliverables constituting the Project willbe performed, delivered or executed by CONSULTANT under the phases of the Basic Services as described below. 2.2 CITY may order substantial changes in the scope or character of the Basic Services, the Deliverables, or the Project, either decreasing or increasing the amount of work required of CONSULTANT. In the eventthat such changes are ordered, subject to the approval of CITY’s City Council, as may be required, CONSULTANT will be entitled to full compensation for all work performed prior to CONSULTANT’s receipt of the notice of change and further will be entitled to an extension of the time schedule. Any increase in compensation for substantial changes will be determined in accordance with the provisions of this Contract. CITY will not be liable for the cost or payment of any change in work, unless the amount of additional compensation attributable to the change in work is agreed to, in writing, by CITY before CONSULTANT commences the performance of any such change in work. 2.3 Where the Project entails the drafting and submission of Deliverables, for example, construction plans, drawings, and specifications, any and all errors, omissions, or ambiguities in the Deliverables, which are discovered by CITY before invitations to bid on a construction project (for which the Deliverables are required) are distributed by CITY, will be corrected by CONSULTANT at no cost to CITY, provided CITY gives notice to CONSULTANT. SECTION 3. .QUALIFICATIONS, STATUS, AND DUTIES OF CONSULTANT 3.1 CONSULTANT represents and warrants that it has the expertise and professional qualifications to furnish or cause to be furnished the Services and Deliverables. CONSULTANT. further represents and warrants that the~ project director and every individual, including any consultant (or contractors), charged with the performance of the Services are duly licensed or certified by the State of California, to the extent such licensing or certification is required by law to perform the Services, and that the Project will be executed by them or under their supervision. CONSULTANT will furnish to CITY for approval, prior to execution of this Contract, a list of. all individuals and the names of their employers or principals to be employed as consultants. 010619 syn 0071989 2 3.2 In reliance on the representations and warranties set forth in this Contract, CITY hires CONSULTANT to execute,, and CONSULTANT covenants and agrees that it will execute or cause to be executed, the Project. 3.3 CONSULTANT will assign Dave Slifer as the project director to have supervisory responsibility for the performance, progress, and execution of the Project. Dave Base will beassigned as the project coordinator who will represent CONSULTANT during the day-to-day work on the Project. If circumstances or Conditions subsequent to the execution of this Contract cause the substitution of the project dir4ctor or project coordinator for any reason, the appointment of a substitute project director or substitute project coordinator will be subject to the prior written approval of the project manager. 3.4 CONSULTANT represents and warrants that it will: 3.4.1 Procure all permits and licenses, pay all charges and fees, and give all notices which may be necessary and incident to the due and lawful prosecution of the Project; 3.4.2 Keep itself fully informed of all existing and future Federal, State of California, and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this Contract and any materials used in CONSULTANT’s performance of the Services; 3.4.3 At all times observe and complywith, and cause its employees and consultants, if any, who are assigned to the performance of this Contract to observe and comply with, the laws, ordinances, regulations, orders and decrees mentioned above; and 3.4.4 Will report immediately to the project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and decrees mentioned above in relation to the Deliverables. 3.5 Any Deliverables given to, or prepared or assembled by, CONSULTANT or its consultants, if any, ounder this Contract will become the property of CITY and will not be made available to any individual or organization by CONSULTANT or its consultants, if any, without the prior written approval of the city manager. 3.6 CONSULTANT will provide CITY with five (5) copies of any documents which are a ~part of the Deliverables upon their completion and acceptance by CITY. 3.7 If CITY requests additional copies of any documents which are a part of the Deliverables, CONSULTANT will provide such 010619 syn 0071989 additional copies and CITY will compensate CONSULTANT for its duplicating costs. 3.8 CONSULTANT will be responsible for employing or engaging all persons necessary to execute the Project. All consultants of CONSULTANT will be deemed to be directly controlled and supervised by CONSULTANT, which will be responsible for their performance. If any employee or consultant of CONSULTANT fails or refuses to carry out the provisions of this Contract or appears to be incompetent or to act in a disorderly or improper manner, the employee or consultant will be discharged immediately from further performance under this Contract on demand of the project manager. 3.9 In the execution of the Project, CONSULTANT and its consultants, if any, will at all times be considered independent contractors and not agents or employees of CITY. 3.10 CONSULTANT will perform or obtain or cause to be performed or obtained any and all of the following Additional Services, not included under the Basic Services, if so authorized, in writing, by CITY: 3.10.1 Providing services as an expert witness in connection with any public hearing or meeting, arbitration proceeding,or proceeding of a court of record; 3.10.2 Incurring travel and subsistence expenses for CONSULTANT and its staff beyond those normally required under the Basic Services; 3.10.3 Performing any other Additional Services that may be agreed upon by the parties subsequentto the execution of this Contract; and 3.10.4 Other Additional Services now or hereafter described in Exhibit "A" to this Contract. 3.11 CONSULTANT will be responsible for employing all consultants deemed, necessary to assist CONSULTANT in the performance of the Services. The appointment of consultants must be approved, in advance, by CITY, in writing, and must remain acceptable to CITY during the term of this Contract. SECTION 4. DUTIES OF CITY 4.1 CITY will furnish or cause to be furnished the services listed in Exhibit "~’ and such information regarding its requirements applicable to the Project as may be reasonably requested by CONSULTANT. 010619 syn 0071989 4.2 CITY will review and approve, as necessary, in a timely manner the Deliverables and each phase of work performed by CONSULTANT. CITY’s estimated time of review and approval will be furnished to CONSULTANT at the time of submission of each phase of work. CONSULTANT acknowledges and understands that the interrelated exchange of information among CITY’s various departments makes it extremely difficult for CITY to firmly establish the time of each review and approval task. CITY’s failure to review and approve within the.estimated tim4 schedule will not constitute a default under this~Contract. 4.3 The city manager will represent CITY for all purposes under this Contract. Tom Auzenne is designated as the project manager for the city manager. The project manager will supervise the performance, progress, and execution of the Project, and will be assisted by Bruce Lesch, the Project Coordinator. 4.4 If CITY observes or otherwise becomes aware of any default in the performance of CONSULTANT, CITY will use reasonable efforts to give written notice thereof to CONSULTANT in a timely manner. 4.5 Upon the acceptance of CONSULTANT’s bid by the California Independent Service Operator ("ISO"), CITY must provide all ISO and CONSULTANT required participant information and executed LCP Agreements for all CITY customers listed in CONSULTANT’s response to the ISO RFB no later than April i, 2001. In the event CITY does not enter into LCP Agreements with any participants, CITY must certify that such participants meet the Demand Reduction Program ("Program") eligibility requirements set forth in the ISO Demand Relief Agreement set forth in Attachment E. SECTION 5.COMPENSATION 5.1 CITY will compensate CONSULTANT for the following services and work: 5.1.1 CONSULTANT shall receive an amount not to exceed $256,000 (Base-Service Fee) for the execution of a 20 MW, two tier Load Control Program (as described in Exhibit ~A"). 5.1.2 Four (4) equal monthly payments of $64,000 shall be paid to CONSULTANT payable within 30 days.of the receipt of an invoice from CONSULTANT. The first invoice shall be submitted by the CONSULTANT no earlier than June 30, 2001. 5.1.3 In the event the Load Control Program exceeds 20 MW, a Supplemental Fee will be paid to the CONSULTANT in the amount of $2,000 for every 0.5 MW in excess of 20 MW rounded-up to the nearest 0.5 MW. Supplemental Fees will be invoiced separately from Base-Service Fees. 010619 syn 0071989 5.1.4 CONSULTANT will forward to CITY all payments received by CONSULTANT from the Independent System Operator (ISO) earned through ISO DRP participation subject to all ISO DR.P requirements. Payments will be made to the CITY within 15 days of receipt of payment by CONSULTANT from ISO. ISO payment structure is included in the ISO~.Demand Relief Agreement (Attachment E). 5.1.5 No Additional Services are contemplated to be provided by CONSULTANT at the commencementof work, therefore, no other compensation is provided for in.this Section 5. 5.1.6 The full payment of charges for extra work or changes, or both, in the execution of the Project will be made, provided such request for payment is initiated by CONSULTANT and authorized, in writing, by the project manager. Payment will be made within thirty (30) days of submission by CONSULTANT of a statement, in triplicate, of itemized costs covering such work.or changes, or both. Prior to commencing such extra work or changes, or both, the parties will agree upon an estimated maximum cost for such extra work or changes. CONSULTANT will not be paid for extra work or changes, including, without limitation, any design work or change order preparation, which is made necessary on account of CONSULTANT’s errors, omissions, or oversights. 5.1.7 Direct personnel expense of employees assigned to the execut±on of the Project by CONSULTANT will include only the work of architects, engineers, designers, job captains, surveyors, draftspersons, specification writers and typists, in consultation, research and design, work in producing drawings, specifications and other documents pertaining to the Project, and in services rendered during construction at the site, to the extent such services are expressly contemplated under this Contract. Included in the cost of direct personnel expense of these employees are salaries and mandatory and customary benefits such as statutory employee benefits, insurance, sick leave, holidays and vacations, pensions and similar benefits. 5.2 The schedule of payments will be made as follows: 5.2.1 Payment of the Basic Services will be made in monthly progress payments in proportion to the quantum of services performed, or in accordance with any other schedule of payment mutually agreed upon by the parties, as set forth in Section 5, or within thirty (30) days of submission, in triplicate, of such requests if a schedule of payment is not specified. Final payment will be made by CITY after CONSULTANT has submitted all Deliverables, including, without limitation, reports which have been approved by the project manager. 010619 syn 0071989 5.2.2 Payment of the Additional Services will be made in monthly progress payments for services rendered, within thirty (30) days of submission, in triplicate, of such requests. 5.2.3 No deductions will be made from CONSULTANT’s compensation on account of penalties, liquidated damages, or other sums withheld by CITY from payments to general contractors. SECTION 6. ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS 6.1 Records of the direct personnel expenses and expenses incurred in connection with the performance, of Basic Services and Additional Services pertaining to the P~oject will be prepared, maintained, and retained by CONSULTANT in accordance with generally accepted accounting principles and will be made available to CITY for auditing purposes at mutually convenient times during the term of this Contract and for three (3) years following the expiration or earlier termination of this Contract. 6.2 The originals of the Deliverables prepared by or under the direction of CONSULTANT in the performance of this Contract will become the property of CITY irrespective of whether the Project is completed upon CITY’s payment of the amounts required to be paid to CONSULTANT. These originals will be delivered to CITY without additional compensation. CITY will have the right to utilize any final and incomplete drawings, estimates, specifications, and any other documents prepared hereunder by CONSULTANT, but CONSULTANT disclaims any. responsibility or liability for any alterations or modifications of such documents. SECTION 7. INDEMNITY CONSULTANT agrees to protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents, from any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, caused by or. arising out of CONSULTANT’s, its officers’agents’ consultants’,,or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which applicable law may impose strict liability on CONSULTANT in the performance of or failure to perform its obligations under this Contract. SECTION 8. WAIVERS 8.1 The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Contract or of the provisions of any ordinance or law will not be deemed Ito be a waiver of any such covenant, term, condition, provision, ordinance, or law or of any subsequent breach or violation of the same or of any other covenant, term, condition, 010619 syn 0071989 7 provision, ordinance or law. The subsequent acceptance by either party of any fee or other money which may become due hereunder will not be deemed to be a waiver of any preceding breach or violation by the other party of any covenant, term, condition or provision, of this Contract-or of any applicable law or ordinance. 8.2 No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Contract. SECTION 9. INSURANCE 9.1 CONSULTANT, at its sole cost and expense, will obtain and maintain, in full force and effect during the term of this Contract, the insurance coverage described in Exhibit "B", insuring not only CONSULTANT and its consultants, if any, but also, with the exception of workers’ compensation, employer’s liability and professional liability insurance, naming CITY as an additional insured concerning CONSULTANT’s performance under this Contract. 9.2 All insurance coverage required hereunder will be provided through carriers with Best’s Key Rating Guide ratings of A:VII or higher which are admitted to transact insurance business in the State of California. Any and all consultants of CONSULTANT 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 CITYas an additional insured under such policies as required above. 9.3 Certificates of such insurance, preferably on the forms provided by CITY, will be filed with CITY concurrently with the execution of this Contract. The certificates will be subject to the approval of CITY’s risk manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled or altered by the insurer except after filing with the CITY’s .city clerk thirty (30) days prior written notice of such cancellation or alteration, and that the City of Palo Alto is named as an additional insured except in policies of workers’ compensation, employer’s liability, and professional liability insurance. Current certificates of such insurance will be kept on file at all times during the term of this Contract with the city clerk. 9.4 The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT’s liability hereunder nor to fulfill the indemnification provisions of this Contract. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Contract, including such 010619 syn 0071989 damage, injury, or loss arising after the Contract is~terminated or the term has.expired. SECTION i0. WORKERS’ COMPENSATION CONSULTANT, by executing this Contract, certifies that it is aware of-the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing the performance of the Project. PROJECT SECTION Ii.TERMINATION OR SUSPENSION OF CONTRACT OR Ii.i The city manager may suspend the execution of the Project, in whole or in part, or terminate this Contract, with or without cause, by giving thirty (30) days prior written notice thereof to CONSULTANT, or immediately after submission to CITY by CONSULTANT of any completed item of Basic Services. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance under this Contract. 11.2 CONSULTANT may terminate this Contract or suspend its execution of the Project by giving thirty (30) days prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY or in the event CITY indefinitely withholds or withdraws its request for the initiation or continuation of Basic Services or the execution of the Project. 11.3 Upon such suspension or t.ermination by CITY, CONSULTANT will be compensated for the Basic Services and Additional Services performed and Deliverables received and approved prior to receipt of written notice from CITY of such suspension or abandonment, together with authorized additional and reimbursable expenses then due. If the Project is resumed after it has been suspended for more than 180 days, anychange in CONSULTANT’s compensation will be subject to renegotiation and, if necessary, approval of CITY s City Council. If this Contract is suspended or terminated on account of a defauit by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and immediate benefit to CITY, as such determination may be made by the city manager in the reasonable exercise of her discretion. 11.4 In the event of termination of this Contract or suspension of work on the Project by CITY where CONSULTANT is not in default, CONSULTANT will receive compensation as follows: 010619 syn 0071989 9 Ii.4~I For approved items of services, CONSULTANT will be compensated for each item of service fully performed in the amounts authorized under this Contract. 11.4.2 For approved items of services on which a notice to proceed is issued by CITY, but which are not fully performed, CONSULTANT will be compensated for each item of service in an amount which bears the same ratio to the total fee otherwise payable for the performance of the service as the quantum of service actually rendered bears.to the services necessary for the full performance of that item of service. 11.4.3 The total compensation payab%e under the preceding paragraphs of this Section will not exceed the payment specified under Section 5 for the respective items of service to be furnished by CONSULTANT. 11.5 Upon such suspension or termination,~ CONSULTANT will deliver to the city manager immediatelyany and all copies of the Deliverables, whether or not completed, prepared by CONSULTANT or its consultants, if any, or given to CONSULTANT or its consultants, if any, in connection with this Contract. Such materials will become the property of CITY. 11.6 The failure of CITY to.agree with CONSULTANT’s independent findings, conclusions, or recommendations, if the same are called for under this Contract, on the basis of differences in matters of judgment, will not be construed as a failure on the part of CONSULTANT to fulfill its obligations under this Contract. SECTION 12. ASSIGNMENT This Contract is for the personal services of CONSULTANT, therefore, CONSULTANT will not assign, transfer, convey, or otherwise dispose of this Contract or any right, title or interest in or to the same or any part thereof without the prior written consent of CITY. A consent to one assignment will not be deemed to be a consent to any subsequent assignment. Any assignment made without the approval of CITY will be void and, at the option of the city manager, this Contract may be terminated. This Contract will not be assignable by operation of law. SECTION 13.NOTICES 13.1 All notices hereunder will be given, in writing, and mailed, postage prepaid, by certified mail, addressed as follows: // // 010619 syn 0071989 10 To CITY:Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 To CONSULTANT: Attention of.the project director at the address of CONSULTANT recited above SECTION 14.CONFLICT OF INTEREST 14,1 In accepting this Contract, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 14.2 CONSULTANT further covenants that, in the performance of this Contract, it will not employ contractors or persons having such an interest mentioned above. CONSULTANT certifies that no one who has or will have any financial interest under this Contract is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. SECTION 15.NONDISCRIMINATION 15.1 As set forth in the Palo Alto Municipal Code, no discrimination will be made in the employment of persons under this Contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person. If the value of this Contract is, or may be, five thousand dollars ($5,000) or more, CONSULTANT agrees to meet all requirements of the Palo Alto Municipal Code pertaining to nondiscrimination in employment, including completing the requisite form furnished by CITY and set forth in Exhibit "C". 15.2 CONSULTANT agrees that each contract for services from independent providers will contain a provision substantially as follows: "[Name of Provider] will provide CONSULTANT with a certificate stating that [Name of Provider] is currently in compliance with all Federal and State of California laws covering nondiscrimination in employment; and that [Name of Provider] will not discriminate in the employment of any person under this contract because of the age, race, color, national origin, ancestry, religion, 010619 syn 0071989 11 disability, sexual preference or gender of such person." 15.3 If CONSULTANT is found in violation of the nondiscrimination provisions of the State of California Fair Employment Practices Act or similar provisions of Federal law or executive order in the performance of this Contract, it will be in default of this Contract. Thereupon, CITY will have the power to cancel or suspend this Contract, in whole or in part, or to deduct the sum of twenty-five dollars ($25) for each person for each calendar day during which such person was subjected to discrimination, as damages for breach of contract, or both. Only a finding of the State of California Fair Employment Practices Commission or the equivalent federal agency or officer will constitute evidence of a breach of this Contract. SECTION 16. NON-COMPETITION AGREEMENT CONSULTANT hereby agrees that it and its assigns shall not solicit any of CITY’s customers for the purposes of selling or supplying electrical energy fQr a period of two years from the date of the termination of this Agreement. SECTION 17. CONFIDENTIALITY CONSULTANT shall keep confidential all .reports, information and data received, prepared or assembled pursuant to performance hereunder and that NCPA or CITY clearly marks as confidential. Such information shall not be made available to any person, firm, corporation or entity (except as required by Article 12.2(vii) of the ISO Agreement) without the prior written consent of NCPA or CITY. Upon termination of this Agreement, CONSULTANT shall destroy all CITY data as soon as any ISO Agreement imposed data retention requirements have been met, and shall represent and warrant to CITY in writing thereafter that’ it has destroyed such data. SECTION 18.MISCELLANEOUS PROVISIONS 18.1 CONSULTANT represents and warrants that it has knowledge of the requirements of the federal Americans with Disabilities Act of 1990, and the Government Code and the Health and Safety Code of the State of California, relating to access to public buildings and accommodations for disabled persons, and relating to facilities for disabled persons. CONSULTANT will comply with or ensure by its advice that compliance with such provisions will be effected pursuant, to the terms of this Contract. 18.2 Upon the agreement of the parties, any controversy or claim arising out of or relating to this Contract may be settled by arbitration in accordance with the Rules of the American 010619 syn 0071989 12 Arbitration Association, and judgment upon the award rendered by the Arbitrators may be entered in any court having .jurisdiction thereof. 18.3 This Contract will be governed by the laws of the State of California, excluding its conflicts of law. 18.4 In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California or in the United States District Court for the Northern District of California in the County of Santa Clara, State of California. 18.5 The prevailing party in any action brought to enforce the terms of this Contract or arising out of this Contract may.recover its .reasonable costs and attorneys’ fees expended in connection with that action. 18.6 This document represents the entire and integrated Contract between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 18.7 All provisions of this .Contract, whether covenants or conditions, will be deemed to be both covenants and conditions. 18.8 The covenants, terms, conditions and provisions of this Contract will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants, as the case may be, of the parties. 18.9 If a court of competent jurisdiction finds or rules that any provision of this Contract or any amendment thereto is void or unenforceable, the unaffected provisions of this Contract and any amendments thereto will remain in full force and effect. 18.10 All exhibits referred to in this Contract and any addenda, appendices, attachments, and schedules which, from time to time, may be referred toin any duly executed amendment hereto are by such reference incorporated~in this Contract and will be deemed to be a part of this Contract. 18.11 This Contract may be executed in any number of counterparts, each of which will be an original, but all of which together will constitute one and the same instrument. 18.12 This Contract is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Contract will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a f±scal 010619 syn 0071989 13. year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 16.12 will take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. IN WITNESS WHEREOF, the parties hereto have by their duly auhhorized representatives executed this Contract on the date first above written. APPROVED AS TO FORM:CITY OF PALO ALTO Senior Asst. City Attorney APPROVED: Assistant City Manager PLANERGY SERVICES, INC. Director of Utilities Director of Administrative Services By: Name: Title: By: Name: Title: Taxpayer Identification No. Risk Manager Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": (Compliance with Corp. Code § 313 is required if the entity on whose behalf this contract is signed is’ a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) SCOPE OF PROJECT & TIME SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 010619 syn 0071989 14 STATE OF ) ) SS. COUNTY OF ) On , 2001, before me, the unders±gned, 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 010619 syn 0071989 15 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code 1189) STATE OF ) ) SS. COUNTY OF ) On , 2001, before me, the undersigned, a Notary Public in andfor 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 010619 syn 0071989 16 Attachment A Scope of Work, Team, and Schedule - Planergy Services, Inc. Load Curtailment Services for City of Palo Alto OVERVIEW The City of Palo Alto Utilities (CPAU) wishes to implement a customer load management program for summer 2001. The purpose of the load management program is to eliminate the need for rolling blackouts during the summer 2001 period (June 1 to September 30, 2001). Planergy Services, Inc. (Planergy) has experience with developing and managing similar load management programs and will assist CPAU to.design, test, implement and manage the load management program. The Palo Alto program will incorporate two distinct parts. Tier 1 will occur coincident with the California Independent System Operator ("ISO") Demand Reduction (Load) program (during iSO Stage 2 emergencies). Tier 1 will require selected CPAU customers to reduce load without using back up generators (BUGs). Tier 2 will occur coincident with the ISO Stage 3 emergencies. Tier 2 will require selected CPAU customers to reduce load by using a combination of BUGs and additional load reduction measures. Planergy will assist CPAU with the following: ¯ ¯ ¯ ¯ ¯ ¯ ¯ ¯ ¯ Program design Marketing Plan Development and Assistance. Submission of demand response bid to CA ISO Technical Support to Candidate Customers Monitoring and Verification and Metering System Platform Equipment Verification and Testing System Dispatch System Operation Data Management and Program Accounting Page 1 of 7 Attachment A SCOPE OF WORK TASKS TO BE PERFORMED BY PLANERGY INTERNATIONAL TASK 1 Program Design Co D° Planergy will work with CPAU to design Tier 1 such that it adheres to the ISO requirements for the Demand Reduction Program. Planergy will assist CPAU to determine that CPAU participant customers’ loads are eligible to be used as demand reduction load ("DR Load") under the ISO Demand Reduction Program ("DRP"). The criterion for load participating is included in the ISO Demand Reduction Program materials. The ISO may change these criterion and CPAU and Planergy will work together to adapt the CPAU program as required. In addition to the ISO participation requirements, CPAU will have specific customer participation requirements. Planergy will work with CPAU to define and finalize these participation requirements. For example, a possible requirement might be: customers must have curtailable load of 300 kW or greater. Planergy will work with CPAU to design Tier 2 of the Load Curtailment Program such that it meets the ISO and NCPA requirements for Stage 3 emergency response. The LCP (Tier 1 and 2) will be administered through the Planergy control center in Austin, TX. TASK 2 Marketing Plan Development and Assistance Planergy will develop marketing materials and prepare CPAU and Planergy staffs to market the program to customers of CPAU. These activities will include: A.Support in conducting customer orientation workshops to introduce the LCP to interested customers. B.Training for CPAU customer representatives on the design and operation of the Tier 1 and Tier 2 LCP. Develop and supply to CPAU LCP information and marketing packages for prospective customer participants that will include program description, fi’equently asked question sheet, draft Customer Demand Reduction Agreement and other appropriate materials to support the LCP marketing outreach efforts. Planergy sales support to assist CPAU customer representatives in explaining the LCP and finalizing the Host Customer Demand Reduction Agreement with prospective participants. Page 2 of 7 Attachment A Technical support’for candidate customers seeking to assess the magnitude of potential curtailable loads. Responsibilities for this task include: Planergy will provide all personnel, and access to web-based software to accomplish the curtailment program. The customer must have an interval meter with a communications modem, and a dedicated phone line at the meter. Planergy will operate the program from that point. Planergy will perform either walk-through or full-scale audits, and provide the City with copies of all informational materials, reports or recommendations presented to the Customer. The scope of audits may range from phone consultations with review of field monitoring results, recommendations, review of equipment plans, site walk-through, to detailed engineering analyses of electrical systems. Planergy will provide the Customer with reasonable assistance with equipment specifications for electrical system solutions including metering, controls back-up generation, transfer switches and other enhancements.. 4.At the City’s discretion, Planergy will provide short-term monitoring and performance evaluations of Customer’s electrical distribution system, switchgear and controls. Assisting customers to gain any available financing assistance to implement load management strategies. G. Telephone contact numbers for prospective participants to call for needed LCP information. TASK 3 Submission of Demand Response Bid to CA ISO Planergy will prepare and submit on behalf of CPAU, NCPA and other participating member utilities a bid in response to the California Independent System Operator Request for Bids to Provide Demand Relief for Summer 2001, dated December 4, 2000. TASK 4 Monitoring and Verification and Metering System Platform Ao Planergy will utilize its own PowerLinkWEB hardware and software system that includes remote reading of the customers existing Interval Data Recorder (IDR) meter and phone line (or cellular) communications to obtain near real-time curtailment data. Page 3 of 7 Attachment A Planergy will provide the participating customers and CPAU with secure Internet delivery of this 15-minute interval meter data load curtailment information in near real-time utilizing software from Silicon Energy Inc. C0 Multiple meters can be aggregated on a per customer and program wide basis. All data will be available only for viewing on a customer-segmented and password-protected basis and viewable by CPAU on an individual meter basis or as a total aggregate of curtailment performance. Data will be recorded and transmitted to a server located in Planergy’s Austin, TX control and dispatch center. It is here that all meter data will be processed, CPAU earnings calculated, and invoices and payment amounts issued. E.Curtailment performance by each participant will be monitored from the control center and pro-actively managed by Planergy’s Control Center staff. F°Baselines for customer curtailment performance determination will be automatically calculated based on ISO approved methodology and using the historical meterdata that Planergy will acquire and post to the Intemet on a daily basis. A TARGET LINE will be posted graphically and will be determined by subtracting the contracted load from the baseline for each curtailment event. The TARGETLINE will serve as an easy guide for customers, CPAU, and Planergy to assess curtailment compliance. TASK 5: Equipment Verification and Testing Planergy will test the meter data acquisition and Internet delivery of the PowerLinkWEB system on each meter. CPAU, NCPA, and authorized participating customers will be able to access their own data via a secure Intemet site. Customers will be required to participate in a short test curtailment for certification of load availability. Planergy will also perform a meter data aggregation and submittal. This test will be performed between May 1 and May 10, 2001 Planergy will assist NCPA, CPAU and the customer to rectify any deficiencies identified in the test. Planergy will maintain a staff of Customer Service Representatives available through a toil- free number (877-779-0995) to support customers with Intemet browser setup and data viewing guidance and questions. The staff will be available during the hours of 7 AM to 7PM PDT. Page 4 of 7 Attachment A TASK6 System Dispatch Planergy will manage all of the communication with the participating customers. The exact details of the conununication plan will be finalized as part of the overall program design and testing. The general communication structure will include the following: A.Tier 1: As required by the ISO, Planergy will dispatch each curtailment that is called by the ISO. Planergy will notify the participants and CPAU of an ISO/Planergy curtailmentby use of alphanumeric electronic page (e-page) to pagers supplied by the customer, electronic mail (e-mail), voice telephone, and facsimile (fax) used as alternate notification as may be necessary. Planergy also operates and may utilize an automated tele-dialing system with custom message and acknowledgement capability. Additionally, Planergy’s toll-free number and curtailment staffwill be available for customer inquiries and pager callbacks. B. Planergy will notify all Tier 1 and Tier 2 participants when an ISO Stage 2b (ISO curtailment ofUDC interruptible loads), 2c (ISO curtailment under the DRP and 2d (ISO DR Bug curtailment called. C.NCPA will provide the services as the MDAS certified Scheduling Coordinator (SC) for the participants. Do It will be Planergy’s responsibility to verify that all affected facilities are informed of the details of the ISO curtailment order. Planergy will contact each participant to reduce the metered demand at their facility (facilities) by the contracted amount within thirty-five (35) minutes for DR Load of issuance of the curtailment order by the ISO. The time stamp of the ISO e-mail to Planergy will be used in verification of performance. Tier 2 BUG program. CPAU will notify Planergy 20 minutes prior to declaring a Stage 3 event to curtail all Tier 2 customers. Task 7: System Operation A.During each curtailment event, Planergy shall monitor the performance of each participating customer (utilizing 15 minute meter reading) in reducing its load in accordance with the Customer Demand Reduction Agreement attached hereto as Appendix C. B.Planergy shall contact non or under performing participating customers in the event their load curtailment is not meeting the agreed upon levels. Co Meter Data will be posted in near real-time during curtailment events along with a calculated TARGET LINE for the customer’s load which will show compliance with their contracted load when at or below this line. This TARGET LINE will be determined using the ISO baseline calculation methodology. Page 5 of 7 Attachment A Do Customer’s meter data will be polled and posted to the Intemet on a daily basis (in table and graphical format) during the LCP. During curtailments, Planergy will poll all meters every 15 minutes and immediately post the data to the web site to be available to CPAU and the customer. E.Planergy will support and train all customers and CPAU staff on the use of the PowerLinkWEB Internet viewing sotlware on a continuing basis. Task 8: Data Management and Program Accounting A.Data will be recorded and transmitted to a server located in Planergy’s Austin, TX control and dispatch center. Bo Planergy will process all of the data required for the program and will provide this data to the customer, NCPA or CPAU as required. CPAU will receive a copy of all data and will have complete access to the data via the web site or other electronic format. C. The data to be processed will include at least the following: Individual customer curtailment information Aggregated customer curtailment information Do Reports, Billing and Payments. Planergy will submit a Settlement Quality Meter Data ("SQMD") Demand Reduction ("DR") meter data file report to the ISO (separate from SQMD submitted by SC), from which the curtailed load is derived for purposes of the ISO Agreement~ Planergy’s data will only be used to calculate the Planergy’s performance for both the as-delivered DR Energy payment and the DR reservation payment, as set forth in the ISO Agreement. Payments will be settled through NCPA, as SC for the participating loads, according to the ISO’s normal billing and settlement cycle. The ISO will issue a performance reports to Planergy at the time that Preliminary Settlement Statements are issued for the trade date of each curtailment. The report will include the hourly demand for each hour from 1000 hours through 2000 hours for the trade date, the expected demand and each day included in the expected demand. The report will also include such information as the date, effective times of the curtailment order, the reserved demand, the hourly performance, as-delivered energy payments and any payments due as a result of additional voluntary curtailments, if any. Page 6 of 7 Attachment A A monthly report including the average monthly performance and total net payment will. be provided at the same time as monthly preliminary and final invoicing. Planergy will issue a check for their incentive payment within fifteen v~orking days of receipt of payment from the SC. In instances where remote meter data may be missing or questionable due to recording or transmission problems, Planergy may request and use of CPAU’s meter data. DELIVERABLES & MEETINGS Planergy will work with CPAU and NCPA to organize all of the required meetings, conference calls, site visits that may be required to get the load reduction program tested and operating. PLANERGY INTERNATIONAL PROJECT TEAM For the duration of the project, Planergy will maintain the following assignments: Principal In Charge Project Manager/Engineer Contracts and Compliance Project Engineers Tom Doughty Dave Slifer Dave Base George Bell, Brian Heard The above named team members will be supported by Planergy’s additional engineering and operations staff as needed in completing the scope of work. PROJECT SCHEDULE Planergy shall complete the scope of work within a time period sufficient to meet the May 2001 test date and the June 1 2001 operation date. Page 7 of 7