HomeMy WebLinkAbout2001-11-13 City Council (12)TO:
City of Palo Alto
City Manager’s Report
HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: UTILITIES
DATE:NOVEMBER 13, 2001 CMR:385:01
SUBJECT:APPROVAL OF CONTRACTS WITH SALAS O’BRIEN
ENGINEERS; BROWN, VENCE AND ASSOCIATES; AND ENCON
ENERGY CONSERVATION COMPANY IN THE AMOUNT OF
$200,000 FOR RESOURCE EFFICIENCY SERVICES TO UTILITY
COMMERCIAL AND INDUST~AL CUSTOMERS
RECOMMENDATION
Staff recommends that Council approve and authorize the Mayor to execute the attached
three contracts with Salas O’Brien Engineers; Brown, Vence and Associates; and Encon
Energy Conservation Company in the total amount of $200,000 to provide resource
efficiency services on an as-needed basis to commercial and industrial customers of the
Utilities Department over the next three years.
DISCUSSION
For over ten years, the Utilities Department has provided consultant assistance to its high
revenue commercial and industrial customers to identify water and energy resource
efficiency projects. Projects are defined on an as-needed basis by Utilities staff and
customers. Customer selection and qualification is made on a first-come, first-served
basis. The project’s scope of work, deliverables, cost, and schedule are jointly developed
with Utilities and the customer. Project costs are either paid in full by Utilities, or shared
with the customer. Typical projects include: comprehensive energy and water audits, new
construction design review services, and detailed efficiency recommendations for air-
conditioning, lighting, motors, controls, and process equipment.
Selection Process
Staff sent a request for proposals (RFP) to ten consulting firms on February 5, 2001. The
goal of the request for proposal was to select up to three consultants to acquire the
CMR:385:01 Page 1 of 3
breadth of skills and services to meet the needs of both large and small non-residential
Utilities’ customers. Three firms are desired in order to retain expertise in a variety of
efficiency services, as well as to quickly respond to customer’s needs if one consultant is
unavailable. The proposal period was twenty two days. A total of two firms submitted
proposals. Firms that did not submit proposals provided the following reasons: too busy,
and not enough time to prepare a proposal. These reasons were caused by the energy
crisis and the high demands on energy consultants in the early part of 2001. Utilities
Marketing Services and Purchasing Staff decided to re-issue the Request for Proposal
(RFP) and allow a longer proposal period with the intention of receiving more proposals.
The same RFP was releaSed to the same ten consulting firms on March 15, 2001, and the
proposals were due June 26, 2001. Three qualifying proposals were received. Two
proposals were from firms who previously provided efficiency services under contract
with the City.
A selection team consisting of Utilities Marketing Services staff reviewed the proposals.
Because two firms had been under contract with Utilities in the past, the third firm was
invited for an interview. The selection team evaluated each firm’s qualification and
submittal in response to the RFP using the following criteria: relevant experience,
qualifications of staff, completeness of proposal, ability to respond to task assignments
and accessibility, and cost. Based upon the evaluation of these proposals, staff
recommends that contracts be issued to Salas O’Brien Engineers; Brown, Vence and
Associates; and Encon Energy Conservation Company.
RESOURCE IMPACT
Funds for the blanket order are included in the FY 2001-2002 Utilities Operating Budget.
POLICY IMPLICATIONS
This report does not represent any change to existing City policies. Resource Efficiency
consultant services support the Utilities Strategic Plan objective to, "Enhance customer
satisfaction by delivering valued products and services" and the Strategic Plan’s Strategy
No. 7 to "Implement programs that improve the quality of the environment." Resource
efficiency consultant services also support Comprehensive Plan policies N-47, "Optimize
energy conservation and efficiency in new and existing residences, businesses and
industries in Palo Alto" and N-64, "Encourage continuation of public education programs
addressing energy conservation and efficiency."
CMR:385:01 Page 2 of 3
ENVIRONMENTAL REVIEW
This is not a project under the California Environmental Quality Act (CEQA) and is not
subject to CEQA requirements.
ATTACHMENTS
Attachment A:
Attachment B:
Attachment C:
Attachment D:
Contract with Salas O"Brien Engineers, Inc., Number
Contract with Brown, Vence and Associates, Inc., Number
Contract with Encon Energy Conservation, Inc., Number
Request for Proposal RFP # 115905/06
PREPARED BY:Lindsay Joye, Marketing Engineer
DEPARTMENT HEAD APPROVAL:
Director of Utilities
CITY MANAGER APPROVAL:
CHRIS
Assistant to the City Manager
CMR:385:01 Page 3 of 3
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
SALAS O’BRIEN ENGINEERS, INC.
FOR CONSULTING SERVICES
ATTACHM~
This Contract No. is entered into ,
by and between the CITY OF PALO ALTO, a chartered hity and a
municipal corporation of the State of California ("CITY"), and
SALAS O’BRIEN ENGINEERS, INC., a California corporation, located at
305 South IIth Street, San Jose, CA 95112 ("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
"A"; and
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, t~he parties agree:
SECTION I. TERM
I.I This Contract will commence on the date of its
execution by CITY, and wil! 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 "A". Time is of the essence
of this Contract. In the event that the Project is not completed
within the time required through any fault of CONSULTANT, CITY’s
city manager will have the option of extending the time schedule
for any period of time. This provision will not preclude the
recovery of damages for delay caused by CONSULTANT.
//
//
//
1
011002 sm 0052845
SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS
2.1 The scope of Services and Deliverables constituting
the Project will be performed, delivered or executed.by CONSULTANT
under the phases of the Basic S@rvices 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 event that such changes are ordered, subject to
the approval of. CITY’s City Council, as may be required, CONSULTANT
wil! 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 forsubstantial 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.
2.4 Any and all errors, omissions, or ambiguities in the
Deliverables, which are discovered by CITY after the construction
contract is awarded by CITY, will be performed by CONSULTANT, as
follows: (a) at no cost to CITY insofar as those Services,
including the Basic Services or the Additional Services, as
described below, or both, wil! result in minor or nonbeneficial
changes in the construction work required of the construction
contractor; or (b) at CITY’s cost insofar as those Services,
including the Basic Services or the Additional Services, or both,
will add a direct and substantial benefit to the construction work
required of the construction contractor. The project, manager in
the reasonable exercise of his or her discretion will determine
whether the Basic Services or the Additional Services, or both,
wil! contribute minor or substantial benefit to the construction
work.
SECTION 3.
CONSULTANT
QUALIFICATIONS, STATUS, AND DUTIES OF
3.1 CONSULTANT represents and warrants that it has the
expertise and professiona! qualifications to furnish or cause to be
O11002 sm 0052845
furnished the Services and Deliverables. CONSUL2ANT 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.
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 as the
project director to have supervisory responsibility for the
performance, progress, and execution of the Project.
will be assigned as the project coordinator who will represent
CONSULTANT during the day-to-day work on the Project. ~f
circumstances or conditions subsequent to the execution of this
Contract cause the substitution of the project director or project
coordinator for any reason, the appointment of a substitute project
director or substitute project coordinator will be subject to the
prior written approval of the project manager.
3.4 CONSULTANT represents and warrants that it will:
3.4.1 Procure all permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
incident to 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 comply with, and cause
its employees and consultants, if any, who are assigned to the
performance of this Contract to observe and comply with, the laws,
ordinances, regulations, orders and decrees mentioned above; and
3.4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to the Deliverables.
3.5 Any Deliverables given to, or prepared or assembled
by, CONSULTANT or its consultants, if any, under this Contract will
011002 sm 0052845
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 ~rovide CITY with two (2) 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
additiona! 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 emp!oyees 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 subsequent to the execution of
this Contract; and
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.
//
O11002 sm 0052845
SECTION 4. DUTIES OF CITY
4.1 CITY will furnish or cause to be furnished the
services listed in Exhibit "A" and such information regarding its
requirements applicable to th~ Project as may be reasonably
requested by CONSULTANT.
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 wil! 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 time schedule
will not constitute a default under this Contract.
4.3 The city manager will represent CITY for all
purposes under this Contract. Lindsay Joye 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 Tom Auzenne, the ~Manager of Utilities
Marketing Services.
4.4 If CITY observes or otherwise becomes aware of any
default in the performance of CONSULTANT, CITY will use reasonable
efforts to give written notice thereof to CONSULTANT in a timely
manner.
SECTION 5. COMPENSATION
5.1 CITY will compensate CONSULTANT for the following
services and work:
5.1.1 In consideration of the full performance of the
Basic Services, including any authorized reimbursable expenses,
CITY will pay CONSULTANT a fee not to exceed Seventy Five Thousand
Dollars ($75,000). The amount of compensation will be calculated in
accordance with the hourly rate schedule set forth in Exhibit "B",
on a time and materials basis, up to the maximum amount set forth
in this Section. The fees of the consultants, who have direct
contractua! relationships with CONSULTANT, will be approved, in
advance, by CITY. CITY reserves the right to refuse payment of
such fees, if such prior approval is not obtained by CONSULTANT.
5.1.2 The full p~yment 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 wil! be
made within thirty (30) days of submission by CONSULTANT of a
O11002 sm 0052845
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.
5.2 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 Exhibit "B",
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.
5.2.2 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 Project will be
prepared, maintained, and retained by CONSULTANT in accordance with
generally accepted accounting principles and will be made available
to CITY for auditing purposes at mutually convenient times during
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
7.1 CONSULTANT agrees to protect, indemnify, defend and
hold harmless CITY, its Counci! members, officers, emp!oyees and
agents, from any and all demands, claims, or liability of any
O11002 sm 0052845
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 emp!oyees’ 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 to be a waiver of any such covenant, term, condition,
provision, ordinance, or law or of any subsequent breach or
violation of the same or of any other covenant, term, condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or violation
by the other party of any covenant, term, condition or provision of
this Contract or of any applicable law or ordinance. "-
8.2 No payment, partial payment, acceptance, or partial
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 "C",
insuring not only CONSULTANT and its consultants, if any, but also,
with the exception of workers’ compensation, emp!oyer’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 CONSULTAN[
retained to perform Services under this Contract will obtain anc~
maintain, in full force and effect during the term of this
Contract, identical insurance coverage, naming CITY as an
additional insured under such policies as required above.
9.3 Certificates of such insurance, preferably on the
forms provided by CITY, wil! be filed with CITY concurrently with
the execution of this Contract. The ce,=ificates 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
O11002 sm 0052845
the CITY’s city clerk thirty (30) days prior written nmtice 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 certificate~ of such insurance wil! 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 pollcies
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
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
SECTION I0. WORKERS’ COMPENSATION
i0.i CONSULTANT, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against
liability for workers’ compensation or to undertake self-insurance
in accordance with the provisions of that Code, and certifies that
it will comply with such provisions, as applicable, before
commencing the 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 termination by CITY,
CONSULTANT will be compensated for the Basic Services and
Additional Services performed and Deliverables received and
approved prior to receipt of written notice from CITY of such
suspension or abandonment, together with authorized additional and
011002 sm 0052845
reimbursable expenses then due. If the Project is res.umed after it
has been suspended for more than 180 days, any change in
CONSULTANT’s compensation will be subject to renegotiation and, if
necessary, approval of CITY’s City Council. If this Contract is
suspended or terminated on account of a default by CONSULTANT, CITY
will be obligated to compensate CONSULTANT only for that portion of
CONSULTANT’s services which are of direct and immediate benefit to
CITY, as such determination may be made by the city manager in the
reasonable exercise of her discretion.
11.4 In the event of termination of this Contract or
suspension of work on the Project by CITY where CONSULTANT is not
in default, CONSULTANT will receive compensation as follows:
11.4.1 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 servi~e
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 payable under the
preceding paragraphs of this Section will not exceed the payment
specified under Section 5 for the respective items of service to be
furnished by CONSULTANT.
11.5 Upon such suspension or termination, CONSULTANT will
deliver to the city manager immediately any 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.
ii.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
12.1 This Contract is for the personal services of
CONSULTANT, therefore, CONSULTANT will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
or interest in or to the same or any part thereof without the prior
written consent of CITY. A consent to one assignment will not be
O11002 sm 0052845
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:
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 wil! 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 "D".
15.2 CONSULTANT agrees that each contract for services
from independent providers will contain a provision substantially
as follows:
O11002 srn 0052845
10
"[Name of Provider] will provide CONSULTANT
with a certificate stating that [Name of
Provider] is currently in compliance with ail
Federal and State of ~alifornia laws covering
nondiscrimination in employment; and that
[Name of Provider] will not discriminate in
the employment of any person under this
contract because of the age, race, color,
national origin, ancestry, religion,
disability, sexual preference or gender of
such person."
15.3 If 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 ~o
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 wil!
constitute evidence of a breach of this Contract.
SECTION 16.MISCELLANEOUS PROVISIONS
16.1 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.
16.2 Upon the agreement of the parties, any controversy
or claim arising out of or relating to this Contract may be settled
by arbitration in accordance with the Rules of the American
Arbitration Association, and judgment upon the award rendered by
the Arbitrators may be entered in any court having jurisdiction
thereof.
16.3 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
16.4 In the event 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
O11002 sm 0052845
1!
f6r the Northern District of California in the County of Santa
Clara, State of California.
16.5 The prevailing party in any action brought to
enforce the terms of this Contract or arising out of this Contract
may recover its reasonable~costs and attorneys’ fees expended in
connection with that action.
16.6 This document represents the entire and integrated
Contract between the parties and supersedes all prior negotiations,
representations, and contracts, either written or oral. This
document may be amended only by a written instrument, which is
signed by the parties.
16.7 Al! provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
16.8 The covenants, terms, conditions and provisions of
this Contract wil! apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and consultants, as the case
may be, of the parties.
16.9 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.
16.10 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time
to time, may be referred to in any duly executed amendment hereto
are by such reference incorporated in this Contract and will be
deemed to be a part of this Contract.
16.11 This Contract may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one and the same instrument.
16.12 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Municipal
Code. This Contract will terminate without any penalty (a) at the
end of any fiscal year in the event that funds are not appropriated
for the following fisca! year, or (b) at any time within a fiscal
year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer
available. This Section 16.12 will take precedence in the event of
a conflict with any other covenant, term, condition, or provision
of this Contract.
II
II
O11002 sm 0052845
12
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF PALO ALTO
City Clerk
APPROVED AS TO FORM:
City Attorney
APPROVED:
Assistant City Manager
Mayor
SALAS O’3, INC.
By:
Name:
Title:
Director of Administrative
Services
Director of Utilities
Risk Manager
Name: ~ O~ T ~ ~--~--
Title:
Taxpayer Identification No.,
Attachments:
(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)
EXHIBIT "A":
EXHIBIT "B":
EXHIBIT "C":
EXHIBIT "D":
SCOPE OF PROJECT &TIME SCHEDULE
RATE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
13
011002 sm0052845
CERTIFICATE OF ACKI~OWL~D~NT
(Civil Code § 1189)
On ~~/~ , 2001, before me, the undersigned, a
personally appeared
~y Pj!blic in an~ for said~c°untv and State,
me-4~r p~oved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) i~s~/are subscribed to the within instrument
and acknowledged to me that heT~/they executed the same in
his/her/their authorized capacity(ies), and that by h-i-~r/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.
Cornmi~ion # 12434~ ~ ///~/~~
Notary PUiDIiC - Califo~ ~Signature of Notary Public
O11002 sm 0052845
14
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF )-~
COUNTY OF )
On , 2001, before me, the undersigned, a
Notary Public in and for said County and State, personally appeared, 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
O11002 sm 0052845
15
1.OBJECTIVE AND OVERVIEW
The dbjective of this solicitation is to secure electric, gas and water resource efficiency
consultingservices, for the City of Palo Alto (CITY) Utilities Department and its commercial,
industrial and institutional customers. The services will be provided by the consultant on an as-
requested basis, when the need for services is determined by the CITY. Consultant work will
be directed by the CITY’s Project Manager through the issuance of written task assignments.
The scope and the fee for each task assignment will be negotiated between the consultant and
the CITY’s Project Manager prior to commencement of the requested work. The initial contract
period will be for one year with an option to extend the contract annually for up to two additional
years, Subject to Council approval of sufficient funds. Services will be offered to commercial,
industrial and institutional customers on an as-needed basis. The contract will be written on a
time and materials basis.
The resource efficiency consultant shall perform comprehensive resource efficiency studies
providing customers with recommendations on facility retrofit and new construction projects.
Other services include project design review, economic analysis, technical assistance and
training for both Utilities staff and customers.-
The CITY will select no more than four consultant firms to retain the required expertise in all the
task areas. The selection criteria are described below. --
2. BACKGROUND
To continue to provide high quality, high value services to our commercial, industrial and
institutional customers, the CITY has identified the need for consultant-based engineering
assistance.. The assistance supports activities such as resource efficiency studies, project
designreview, commissioning services, seminars and related specialized technical services.
Consultant services are used to augment staff resources and provide specialized knowledge,
analysis and independent appraisal. Consultant work is assigned on an as-needed basis to
support Utilities Marketing Services objectives as they relate to commercial, industrial and
institutional customers.
Over the past ten years, Utility Marketing Services has provided similar consultant contract
- se r~ice .s:--The-services--ta rgeted-perfo rm-a-diverse-a rray-of-P rejeete¢l-an alys es-dfive n-bY-
customer requests. Customer requests have included evaluation of customer’s lighting,
heating, air-conditioning, motors, controls, and electrical, gas and water process equipment,
system commissioning and new construction design-review.
o CONTRACT SCOPE
A.Responsibilities
(1)CITY will perform all marketing and screening required to provide
Contractor with contacts at the customer accounts selected for project
evaluations.
(2) CITY wil! provide Contractor with electric, gas and water consumption
(3)
history of each participating customer.
CITY will work with Contractor to develop all informational materials.
materials must be approved by CITY.
All
(4)
(5)
The CITY will contact the customer and arrange meetings.
Contractor will provide all equipment, materials and personnel required to
do the resource studies as specified.
(6)Contractor will perform all field visits necessary to perform preliminary
and/or comprehensive energy and water use analysis.
(7)Contractor will provide draft and final copies of all customer materials to the
CITY prior to delivering the materials to the customer.
At the direction of the CITY’s Project Manager, the consultant(s) shall provide
resource efficiency studies, design reviews and seminars on an as-needed basis,
including:
(1)Resource Efficiency Studies
The scope of studies may range from phone consultations with customers, review
of field monitoring results, recommendations, review of equipment plans, site
walk-through, to detailed engineering analysis of all electric, gas and water using
systems. The study tasks may include, but are not limited to:
Review of customer facility drawings, historical utility billing data, and
available customer interval load data.
Review of current and forecasted electric, gas and water commodity
utility rates, and all customer financial decision-making criteria.
c.Data Collection and monitoring critical equipment loads.
do Simulation of annual energy use with calibration from available
monitored load data.
Evaluation of resource efficiency improvement options. Report
should include the following for each recommendation:
¯Estimated energy and water consumption (peak kilowatts,
kilowatt-hours, therms and hundred cubic feet) of proposed
measures
¯Annual energy and water consumption savings
¯Annual maintenance savings
¯Life cycle cost
fo Presentation of Findings (draft and written reports including details of
site-specific data, and possible on-site presentation to customer)
(2)
Consultant reports should include appendices with information on
customer utilities history (provided by the CITY) and sample
equipment specification sheets for recommendations
h.Work will be done in a timely manner as agreed on with CITY Project
Manager and Contractor
Lighting Design SeWices
Provide lighting design services. Tasks include reviewing lighting designs,
developing new designs, making recommendations for efficient
alternatives.
(3) Project Design Review
Tasks includereviewing designs for all electrical and mechanical equipment and
making recommendations for cost-effective efficiency measures.
(4)Commissioning Services
Provide commissioning services on an as-needed basis to commercial customers.
Tasks include but are not limited to: -.
a.Develop a detailed commissioning plan
Identify all scheduling and operation problems for lighting, HVAC,
and process equipment. Equipment monitoring over time may be
required.
Provide draft and final commissioning reports to CPAU and the
customer.
(5) Seminars and Workshops
Conduct resource efficiency related seminars. Dates and topics to be determined.
(6)Comprehensive Resource Plan
Develop a plan for commercial customers to use in all aspects of resource
utilization such as utility management, energy retrofits, benchmarking, and
resource procurement.
TASK ASSIGNMENT PROCEDURE
The selected consultants will be assigned the various tasks as they occur, depending on
the scope of the task and their area of expertise and at the discretion of the CITY’s
Project Manager and the customer.
A.The CITY’s Project Manager will define the task and provide a written description
Do
Fo
of the task to the selected consultant.
The consultant shall provide CITY a written, fixed price quotation for services
along with an hourly rate -umber of hours and an esti ~te of the cost of the task.
The consultant may char a reasonable fee for his or hertime required for the
visit. This may be added to the cost of the project assignments or.charged
separately.
If the consultant declines to perform the work on an offered task, the CITY’s
Project Manager should be notified within five working days after the site visit.
Based on the price quotation, CITY will authorize the work with a written "Notice to
Proceed," or redefine the tasks associated with the assignment. A project
completion date will be set by CITY.
The consultant shall complete the work and provide the CITY with the
deliverables, A 95% complete draft report must be submitted at least 10 working
days before the project deadline for CITY review and comment.
A final report will be completed for all sites (including those receiving only a walk-
through audit) two weeks after audit completion. The final report will includ.e all
findings of the audit in a clear, concise format, along with appropriate
informational materials. The audit will be considered completed only after the final
report is submitted for each site.
5.DELIVERABLES
The d6iiverables will be determined on a task-by-task basis. Deliverables include data on disk
or written reports, a summary of site walk-through recommendations, calculations, or
presentations. Oral presentations and staff training sessions may be video recorded by CITY.
All reports and written materials must be provided to and approved by CITY’s Project Manager
prior to delivery to the customer.
6.PROPOSAL SUBMITTAL
In addition to the-mini-~ttaI-Requirements-of--Part-HFhereifl,-ptease-sul~rit-the
following information with your proposal:
A description of the consultant’s company, years in business and areas of
expertise. Please list level of experience in any of the following areas: resource
efficiency studies, lighting design, new construction design review, commissioning,
seminars/workshops and resource plan development. Please assign an
approximate percentage to the amount of business your firm does in any category
as well as traditional building design work.
ao A minimum of 5 references for similar services which include reference name,
address, phone number, type of project, project value, project scope description
and customer segment (manufacturing, office, computer room, etc.).
C. A list of project team members, their titles and their hourly billing rates. Hourly
Do
Eo
billing rates may be adjusted annually at a percentage rate not to exceed the
Consumer Price Index listed for the San Francisco/San Jose area.
A list of software, relevant analysis tools and equipment the consultant may use in
performing reliability studies and design reviews.
Cost estimates for.the following sample tasks (state any assumptions regarding
the task):
(1)Preliminary resource efficiency study for a 100,000 S.F. research and
development facility. Study shall include a preliminary walk-through of
facility and a list of efficiency measures, costs and savings,
(2)Comprehensive engineering study of same facility. Study shall include all
task items identified in section 3. B. (1)
(3)
(4)
(3)
Review a proposed design for all electrical-mechanical energy consuming
equipment in a new 100,000 SF. R&D facility.
A lighting design for a small retail store (1,000 SF).
One day workshop on building commissioning: Problems, Analysis a~d
Solutions. Includes designing handouts.
A Statement that addresses the consultant’s ability to respond to taskdescriptions
and satisfactorily complete assigned tasks in a timely fashion.
7.SELECTION CRITERIA
No more than four consulting firms will be retained to perform the services specified in this
document.
The consultants will be selected based on the following criteria:
2.
3.
4.
5.
Relevant experience
Qualifications of staff, including professional registration
Completeness of proposal
Ability to respond to task assignments and accessibility.
Cost
CITY reserves the right to reject any and all proposals (see Part II1 herein).
The consultants shall be required to provide a Certificate of Insurance as a prerequisite to
contract award. The attached Insurance Requirements form d~tails the minimum liability limits.
The consultant shall sign a statement of non-discrimination.
EXHIBIT "B"
SALAS 0’BRIEN
305 S. llth STREET ¯ SAN JOSE, CA 95112 ¯ (408) 282-1500 ¯ FAX: (408) 297-2995
498 FOAM STR~EET , MONTEREY, CA 93940 ¯ (408) 657-0251
www.SalasOBrien.com
Effective
January 1, 2001
HOURLY CHARGE RATES
PROFESSIONAL AND TECHNICAL
Principal
Project/Senior Engineer
Architect
Power Consultant
Staff Engineer
Technician!Field Inspector
Sr. Designer/Drafter (ACAD)
Jr. Designer/Drafter (ACAD)
Resource Specialist
Clerical
Court Testimony!Deposition
Instruction/Seminar
Consultant
$145 per hour
$110 per hour
$135 per hour
$180 per hour
$90 per hour
$75 per hour
$75 per hour
$65 per hour
$65 per hour
$45 per hour
$240 per hour
$165 per hour
$135 per hour
Rates include general secretarial and related support as well as all
overhead and profit. Rates also include travel and living within a 150
miles radius of San Jose. All hourly charges are based on office to project
site with a minimum of four hours for any engagement, unless otherwise
arranged. Payment terms are net 30 days.
Miscellaneous Costs
¯Blueprints, reproductions and materials = cost + 3%
¯Computer Services = cost + 3%
¯Travel and related expenses = cost + 3%
¯Mileage expense @ $0.30/mile
¯Subconsultants = cost + 3%
¯Reimbursables = cost + 3%
¯Equipment purchase, as negotiated, minimum = cost + 3%
Visit our website at www.salasobrien.com
PART I1! ~ PROPOSER INFORMATION SECTION 300A
PROVIDE THE INFORMATION REQUESTED BELOW OR INDICATE "_NOT APPLICABLE", IF APPROPRIATE
ADDRESS
Salas 0’Bden Engineers, Inc.,305 S. 11th Street, San Jose, CA 95112
I.RS N u~j~r~24983
Ph~n~ax Numbe~V: 408.282.1500 F: 408.297.2995
Proposer is a:
California Corporation
Corporation organized under the laws of the State of
with head offices located at
and offices in Cal~omta at
........... proprietor.I
I
I
0
[]
Cal~omia Limited Liability Company " .
Sole Proprietorship; ...
Partnership
Limited Liabl]tty Partnership
List names of partners; state which partner or partners are managing partner(s)
I
!
!
II
!l
IN
Other (attach Addendum with explanatorydetaits)
B.How many years have you (or your firm) done business under the name Hsted above?
Co How many years of experience similar to work or services covered in this RFP?
Provide relevant references of contracts satisfactorily completed in the last three (3) years:
~CUSTOMER COMPANY ,, , , ,CONTACT/PHONE NUMBER
See "references" tab
DATE COM,PLET ,ED
(PROVIDE ADDtT]ON’AL SHEETS, IF NECESSARY)
9
22
cONTRACT ,~OUNT
CITY OF PALO ALTO RFP 133201 A .PAGE 1 OF 4
PART ill ---PROPOSER INFORMATION
E.
Fo
SECT O. 300A’
Have you (or your firm) previously worked for the C’ity of Palo Alto? ~ Yes, or~ No (if "Yes", list
above, or if necessary, provide information, on additional sheets).
If applicable, provide a list of the plant(s), ~nd/~¢ faci!ities, and equipment owned by the Proposer.which
are available for use On the propos.e.d.work as~maY b~.required herein. ¯
NA~Ert.yPEIMODEL, ~CONDITION LOCATION
S~e "E.xpedence" tab ’
Cad Salas, F~.E.
Rosanna Lerma, P.E.
See tab "Organization"
(INCLUDE ADDITIONAL AGES IF NECESSARY)
Provide a list of the Proposer’s management staff who will manage the proposed work or services:
principal-in-charge; training, seminam_
Electrical and lighting design engineer
(INCLUDE ikDDITIONAL PAGES IF NECESSARY)
H.Contractors license, numberltype:
Minority Business Enterprises:Proposer is ~ or is not ~ minority, or Women, or Disadvantaged Business Enterprise
2.
3.
4.
small Bus~ness Concern:Proposer is.______, or is not ______a Small Business Concern
Identify the names and business address of each-subcontractor performing work, under this RFP, After
opening of Proposals, no changes or substitutions will be allowed except as otherwise permitted by City. ’
The listing of more than one subcontractor for each item of work to be performed with the words ’and/or’
will not be permitted. Failure to comply with this requirement will render the Proi~osal as non-responsive
and may cause its rejection.- List all such subcontractors below, or in additional sheets, as requi.red:
NAME AND ADDRESS_____~
None required
(IN~
SCOPE OF WORK
;LUDE ADDFrlONAL PAGES IF NECESSARY)
Subcontractors will not perform work, provide labor, or render services in or about theworkOr, []__
covered by this RFP (check and initial).
CITY OF PALO ALTO RFP 133201 A
PAGE 2 OF 4
~,RT III - PROPd’SER INFORMATION
SECTION 300A
AddendaDuring the Proposal process there may be changes to the Preposal documents, which would require an
addenda. City disclaims’anY an~d all liability for loss, or damage to any
issuance of an .addendum or, - " " db Ci "~in connection with this RFP. Any ProposerProposer who doeS not recerve any ~ddendum issue . Y ty
in submitting a Proposal is deemed t0 waive any and all claims and demands Proposer may have against
City on account of the fagure of delivery of any such addendum to Proposer. Anyand all addenda-issued
by City shall be-deemed included in this ’RFP, and the provisions and instructions therein Contained shall
be incorporated to any Proposal submitted-by Proposer.
To assure t~at all Proposers have receivedeach ~ddendum, the following acknowledgment and sign-off is
required. Failure to acknowledge receipt of an addendumtaddenda may be considered an irregularity in
the Proposal:
Adde.ndum number(s) received: k--]l; [] 2; [] 3; [] 4; [] 5; [] 6; [] 7; [] 8; [] 9
[] _No Addendum/Addenda Were Received (check- and initial).
The Proposer represents that it has not retained a person to solicit or secure a City contraCt (upon an
agreement or understanding for a commission, percentage, brokerage, or contingent fee) except for
retention of bona fide employee or bona fide established commercial selling agencies ~r the purpose of
secudng business.
Proposer’s Designated Contact
Name: Janice Tyler Title:VP, Marketing & Support
408.297.2995
Phone: 408.282.1500, e~t. 214 _ Fax:
The firm and individuals listed below, certify ~hat they do r~t discriminate in employment with regards to
age, race, color, religion, sex, national odgin,’ancestrY, .disability, or sexual preference; that they are in
compliance with all federal, state, and local directives and executive orders regarding nondlscrimlnation in
employment.
Proposer is required to provide acertificate in good standing from the State of California with its Proposat.
The undersigned hereby agrees to, and accepts the terms and conditions of this RFP,
Signatures (Must be the same signature(s) as will appear on Contract):
Second Officer**
~-Sigr~ature) Marianne Salas .
Cad E. Salas, PIE.~pd~ed~n.a[n. e.o..fsignatg~)_o(Printe~ name of signatory)L;nieT Hnancla= urr=cer
pHnt~in=l ~grlatory)
Note: California Corporations Code Section 313 requires two corporate officers to execute conLracts.
The signature of First Officer* mus_....tt be One of the fo//owing:.Chairman of the Board; President" or........ .~ ,~,..,~-** must be one of the following: Secretary;Vice president. The signature, ot zne ~e~u~u v.,,,~y,, .__=.._ u r. In the alternative, certifiedAssistant Secretary; Chief Financ/a/ Officer;, or Asses[ant ~ reas re. a
corporate resolution attesting to the signatory authority of the individuals signing in their respective
c~paclties is acceptable.
Or,
CiTY OF PALO ALTO RFP 133201 A
PAGE 3 OF 4
m
ATTACHMENT B
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
BROWN, VENCE & ASSOCIATES, INC.
FOR CONSULTING SERVICES
This Contract No.is entered into ,
by and between the CITY OF PALO ALTO, a chartered city and a
municipa! corporation of the State of California ("CITY"), and
BROWN, VENCE & ASSOCIATES, INC., a California corporation, located
at 65 Battery Street,Suite 200,San Francisco,CA 94111
("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.gr
other writings ("Deliverables") (Services and Deliverables are~,
collectively, the "Project"), as more fully described in Exhibit
"~’; and
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
i.I This Contract will commence on the date of its
execution by CITY, and will terminate upon the completion of the
Project, unless this Contract is earlier 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 ~A". Time is of the essence
of this Contract. In the event that the Project is not completed
within the time required through any fault of CONSULTANT, CITY’s
city manager will have the option of extending the time schedule
for any period of time. This provision will not preclude the
recovery of damages for delay caused by CONSULTANT.
//
//
O11002 sm 0052843
SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS
2.1 7he scope o~ Services and [eliverables constituting
the Project wi~± be perforated, 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 event that such changes are ordered, subject to
the approval of CITY’s City Council, as may be required, CONSULTANT
will be entitled to full compensation for all work performed prior
to CONSULTANT’s receipt of the 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, wil! be
corrected by CONSULTANT at no cost to CITY, provided CITY gives
notice to CONSULTANT.
2.4 Any and all errors, omissions, or ambiguities in the
Deliverab!es, which are discovered by CITY after the construction
contract is awarded by CITY, will be performed by CONSULTANT, as
follows: (a) at no cost to CITY insofar as those Services,
including the Basic Services or the Additional Services, as
described below, or both, will result in minor or nonbeneficial
changes in the construction work required of the construction
contractor; or (b) at CITY’s .cost insofar as those Services,
including the Basic Services or the Additiona! Services, or both,
will add a direct and substantial benefit to the construction work
required of the construction contractor. The project manager in
the reasonable exercise of his-or her discretion will determine
whether the Basic Services or the Additional Services, or both,
will contribute minor or substantial benefit to the construction
work.
SECTION 3. QUALIFICATIONS, STATUS, AND DUTIES OF
CONSULTANT
3.1 CONSULTANT represents and warrants that it has the
expertise and professional qualifications to furnish or cause to be
O11002 sm 0052843
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 la~ to perform the Services, and that
the Project will be executed by them or under their supervision.
CONSULTANT wil! furnish to CITY for approva!, prior to execution of
this Contract, a list of all individuals and the names of their
employers or principals to be employed as consultants.
3.2 In reliance on the representations and warranties
set forth in this Contract, CITY hires CONSULTANT to execute, and
CONSULTANT covenants and agrees that it will execute or cause to be
executed, the Project.
3.3 CONSULTANT will assign ~~z~-as the
project director to have supervisory responsibility for the
performance, progress, and execution of the Project.~%[4e ~~
will be assigned as the project coordinator who willrepresent
CONSULTANT during the day-to-day work on the Project. ~f
circumstances or conditions subsequent to the execution of this
Contract cause the substitution of the project director or project
coordinator for any reason, the appointment of a substitute project
director or substitute project coordinator will be subject to the
prior written approval of the project manager.
3.4 CONSULTANT represents and warrants that it will:
3.4.1 Procure all permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
incident to 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 comply with, and cause
its employees and consultants, if any, who are assigned to the
performance of this Contract to observe and comply with, the laws,
ordinances, regulations, orders and decrees mentioned above; and
3.4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to the Deliverables.
3.5 Any Deliverables given to, or prepared or assembled
by, CONSULTANT or its consultants, if any, under this Contract will
O11002 sm 0052843
3
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 two (2) copies of
any documents which are a, parh of the Deliverab!es 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
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. Al!
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
emp!oyee 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 subsequent to the execution of
this Contract; and
3.11 CONSULTANT will be responsible for employing
al! 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.
//
O11002 sm 0052843
4
SECTION 4. DUTIES OF CITY
4.1 CITY will furnish or cause to be furnished the
services listed in Exhibit "A" and such information ~egarding its
requirements applicable to the Project as may be reasonably
requested by CONSULTANT.
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 time schedule
will not constitute a default under this Contract.
4.3 The city manager will represent CITY for all
purposes under this Contract. Lindsay Joye is designated as the
project manager for the city manager. The project manager wi{l
supervise the performance, progress, and execution of the Project,
and will be assisted by Tom Auzenne, the Manager of Utilities
Marketing Services.
4.4 If CITY observes or otherwise becomes aware of any
default in the performance of CONSULTANT, CITY will use reasonable
efforts to give written notice thereof to CONSULTANT in a timely
manner.
SECTION 5. COMPENSATION
5.1 CITY will compensate CONSULTANT for the following
services and work:
5.1.1 In consideration of the full performance of the
Basic Services, including any authorized reimbursable expenses,
CITY will pay CONSULTANT a fee not to exceed Seventy Five Thousand
Dollars ($75,000). The amount of compensation will be calculated in
accordance with the hourly rate schedule set forth in Exhibit "B",
on a time and materials basis, up to the maximum amount set forth
in this section. The fees of the consultants, who have direct
contractual relationships with CONSULTANT, will be approved, in
advance, by CITY. CITY reserves the right to refuse payment of
such fees, if such prior approval is not obtained by CONSULTANT.
5.1.2 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 wil! be
made within thirty (30) days of submission by CONSULTANT of a
O11002 sm 0052843
5
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 wil! 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 preparati.on, whic~ is made necessary on account of
CONSULTANT’s errors, omissions, or oversights.
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 Exhibit "B",
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.
5.2.2 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 Project will be
prepared, maintained, and retained by CONSULTANT in accordance with
generally accepted accounting principles and wil! 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
7.1 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
011002 sm 0052843
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 willfu! 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 to be a waiver of any such covenant, term, condition,
provision, ordinance, or law or of any subsequent breach or
violation of the same or of any other covenant, term; condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or violation
by the other party of any covenant, term, condition or provision of
this Contract. or of any applicable law or ordinance. "-
8.2 No payment, partial payment, acceptance, or partial
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 "C",
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 additiona!
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 CITY as an
additiona! 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 wil! contain an
endorsement stating that the insurance is primary coverage and will
not be canceled or altered by the insurer except after filing with
O11002 sm 0052843
7
the CITY’s city clerk thirty (30) days prior written n~tice 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 t~rm 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
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
SECTION I0. WORKERS’ COMPENSATION
I0.I CONSULTANT, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against
liability for workers’ compensation or to undertake self-insurance
in accordance with the provisions of that Code, and certifies that
it will comply with such provisions., as applicable, before
commencing the 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 wil! 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 termination by CITY,
CONSULTANT will be compensated for the Basic Services and
Additional Services performed and Deliverables received and
approved prior to receipt of written notice from CITY of such
suspension or abandonment, together with authorized additional and
O11002 sm 0052843
reimbursable expenses then due. If the Project is resumed after it
has been suspended for more than 180 days, any change in
CONSULTANT’s compensation will be subject to renegotiation and, if
necessary, approval of CITY’s City Council. If this Contract is
suspended or terminated on accougt of a default by CONSULTANT, CITY
will be obligated to compensate CONSULTANT only for that portion of
CONSULTANT’s services which are of direct and immediate benefit to
CITY, as such determination may be made by the city manager in the
reasonable exercise of her discretion.
11.4 In the event of termination of this Contract or
suspension of work on the Project by CITY where CONSULTANT is not
in default, CONSULTANT wil! receive compensation as follows:
11.4.1 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 servime
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 payable under the
preceding paragraphs of this Section wil! 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 immediately any 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
12.1 This Contract is for the personal services of
CONSULTANT, therefore, CONSULTANT will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
or interest in or to the same or any part thereof without the prior
written consent of CITY. A consent to one assignment will not be
O11002 sm 0052843
9
deemed to be a consent to any subsequent assignment. Any
assignment made withc~:~t the approval of CITY will be void and, at
the option of the cit’~ manager, this Contract may be terminated.
This Contract will n< : 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:
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 al!
requirements of the Pa!o Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the requisite
form furnished by CITY and set forth in Exhibit "D".
//
011002 sm 0052843
10
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,
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 Federa! 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.MISCELLANEOUS PROVISIONS
16.1 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 wil!
comply with or ensure by its advice that compliance with such
provisions will be effected pursuant to the terms of this Contract.
16.2 Upon the agreement of the parties, any controversy
or claim arising out of or relating to this Contract may be settled
by arbitration in accordance with the Rules of the American
Arbitration Association, and judgment upon the award rendered by
the Arbitrators may be entered in any court having jurisdiction
thereof.
16.3 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
O11002 sm 0052843
11
16.4 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.
16.5 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.
16.6 This document represents the entire and integrated
Contract between the parties and supersedes al! prior negotiations,
representations, and contracts, either written or oral. This
document may be amended only by a written instrument, which is
signed by the parties.
16.7 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
16.8 The covenants, terms, conditions and provisions~Df
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and consultants, as the case
may be, of the parties.
16.9 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.
16.10 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time
to ~time, may be referred to in any duly executed amendment hereto
are by such reference incorporated in this Contract and will be
deemed to be a part of this Contract.
16.11 This Contract may be executed in any number of
counterparts, each of which will be an origina!, but all of which
together will constitute one and the same instrument.
16.12 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Municipal
Code. This Contract will terminate without any penalty (a) at the
end of any fiscal year in the event that funds are not appropriated
for the following fisca! year, or (b) at any time within a fiscal
year in the event that funds are only appropriated for a portion of
the fisca! year and funds for this Contract are no longer
available. This Section 16.12 wil! take precedence in the event of
a conflict with any other covenant, term, condition, or provision
of this Contract.
O11002 sm 0052843
12
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF PALO ALTO
City Clerk
APPROVED AS TO FORM:
City Attorney
APPROVED:
Assistant City Manager
Director of Administrative
Services
Director of Utilities
Risk Manager
Mayor
BROWN,VENCE & ASSOCIATES,
INC.
Name:77~d9 ~ ~
Title:...
Title :
Taxpayer Identification No..
(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)
Attachments :
EXHIBIT "A" :
EXHIBIT "B":
EXHIBIT "C":
EXHIBIT "D":
SCOPE OF PROJECT &TIME SCHEDULE
RATE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
13
O11002 sm 0052843
STATE
COUNTY
On ~Ct IO , 2001, before me, the undersigned, a
~otary Pub!iczi’n ~d for said County and State, personally appeared
~ or pr~vea ro me onOthe 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.
t a r y Pub i i c
SAC~E~G
15
O11002 sm 0052843
STATE OF ~~~~-~)~,
COUNTY OF /,~)
On [~-~{~, 2001, before me, the undersigned, a
Notarv 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(~T-whose name~s9~ is/sb~e subscribed to the within instrument
and acknowledged to me that he/s~re-/t~ executed the same in
his/bead/thOr authorized capacity(i~, and that by his/~er/th ~-~
signature(~ on the instrument the person($~, or the entity upon
behalf of which the person(sJ~cted, executed the instrument.
WITNESS my hand and official sei
ANDREW F ALBRIGHT _
COMM. ~’1252845
NOTARY PUBLIC-CALIFORNIASAN FRANCISCO COUNTY i-.~ignature
My Comm Expires Feb. 7, 2004
of Not ’ublic
011002 sm 0052843
14
OBJECTIVE AND OVERVIEW
The objective of this solicitation is to secure electric, gas and water resource efficiency
consultingservices, for the City of Palo Alto (CITY) Utilities Department and its commercial,
industrial and institutional customers. The services will be provided by the consultant on an as-
requested basis, when the need for services is determined by the CITY. Consultant work will
be directed by the CITY’s Project Manager through the issuance of written task assignments.
The scope and the fee for each task assignment will be negotiated between the consultant and
the CITY’s Project Manager prior to commencement of the requested work. The initial contract
period will be for one year with an option to extend the contract annually for up to two additional
years, subject to council approval of sufficient funds. Services will be offered to commercial,
industrial and institutional customers on an as-needed basis. The contract will be written on a
time and materials basis.
The resource efficiency consultant shall perform comprehensive resource efficiency studies
providing customers with recommendations on facility retrofit and new construction projects.
Other services include project design review, economic analysis, technical assistance and
training for both Utilities staff and customers..
The CITY will select no more than four consultant firms to retain the required expertise in all the
task areas. The selection criteria are described below.
2.BACKGROUND
To continue to provide high quality, high value services to our commercial, industrial and
institutional customers, the CITY has identified the need for consultant-based engineering
assistance. The assistance supports activities such as resource efficiency studies, project
design review, commissioning services, seminars and related specialized technical services.
Consultant services are used to augment staff resources and provide specialized knowledge,
analysis and independent appraisal. Consultant work is assigned on an as-needed basis to
support Utilities Marketing Services objectives as they relate to commercial, industrial and
institutional customers.
Over the past ten years, Utility Marketing Services has provided similar consultant contract
services. The services targeted perform a diverse array of projected analyses driven by
customer requests. Customer requests have included evaluation of customer’s lighting,
heating, air-conditioning, motors, controls, and electrical, gas and water process equipment,
system commissioning and new construction design review.
3.CONTRACT SCOPE
Responsibilities
(1)CITY will perform all marketing and screening required to provide
Contractor with contacts at the customer accounts selected for project
evaluations.
(2) CITY will provide Contractor with electric, gas and water consumption
(3)
history of each participating customer.
CITY will work with Contractor to develop all informational materials.
materials must be approved by CITY.
All
(4)
(5)
The CITY will contact the customer and arrange meetings.
Contractor will provide all equipment, materials and personnel required to
do the resource studies as specified.
(6)Contractor will perform all field visits necessary to perform preliminary
and/or comprehensive energy and water use analysis.
(7)Contractor will provide draft and final copies of all customer materials to the
CITY prior to delivering the materials to the customer.
At the direction of the CITY’s Project Manager, the consultant(s) shall provide.
resource efficiency studies, design reviews and seminars on an as-needed basis,
including:
(1) Resource Efficiency Studies
The scope of studies may range from phone consultations with customers, review
of field monitoring results, recommendations, review of equipment plans, site
walk-through, to detailed engineering analysis of all electric, gas and water using
systems. The study tasks may include, but are not limited to:
Review of customer facility drawings, historical utility billing data, and
available customer interval load data.
Review of current and forecasted electric, gas and water commodity
utility rates, and all customer financial decision-making criteria.
Data Collection and monitoring critical equipment loads.
Simulation of annual energy use with calibration from available
monitored load data.
E£,~alUatidn- Of re-¢o~-rce efficiency-irn-provement-options: -Report ....
should include the following for each recommendation:
¯Estimated energy and water consumption (peak kilowatts,
kilowatt-hours, therms and hundred cubic feet) of proposed
measures
¯Annual energy and water consumption savings
¯Annual maintenance savings
¯Life cycle cost
Presentation of Findings (draft and written reports including details of
site-specific data, and possible on-site presentation to customer)
(2)
Consultant reports should include appendices with information on
customer utilities history (provided by the CITY) and sample
equipment specification sheets for recommendations
h.Work will
Manager
be done in a timely manner as agreed on with CITY Project
and Contractor
Lighting Design Services
Provide lighting design services. Tasks include reviewing lighting designs,
developing new designs, making recommendations for efficient
alternatives.
(3) Project Design Review
Tasks include reviewing designs for all electrical and mechanical equipment and
making recommendations for cost-effective efficiency measures.
(4) Commissioning Services
Provide commissioning services on an as-needed basis to commercial customers.
Tasks include but are not limited to: ..
Develop a detailed commissioning plan
Identify all scheduling and operation problems for lighting, HVAC;
and process equipment. Equipment monitoring over time may be
required.
Provide draft and final commissioning reports to CPAU and the
customer.
(5) Seminars and Workshops
Conduct resource efficiency related seminars. Dates and topics to be determined.
(6) Comprehensive Resource Plan
Develop a plan for commercial customers to use in all aspects of resource
utilization such as utility management, energy retrofits, benchmarking, and
resource procurement.
TASK ASSIGNMENT PROCEDURE
The selected consultants will be assigned the various tasks as they occur, depending on
the scope of the task and their area of expertise and at the discretion of the CITY’s
Project Manager and the customer.
A.The CITY’s Project Manager will define the task and provide a written description
of the task to the selected consultant.
Do
The consultant shall provide CITY a written, fixed price quotation for services
along with an hourly rate, number of hours and an estimate of the cost of the task.
The consultant may charge a reasonable fee for his or hertime required for the
visit. This may be added to the cost of the project assignments or.charged
separately.
If the consultant declines to perform the work on an offered task, the CITY’s
Project Manager should be notified within five working days after the site visit.
Based on the price quotation, CITY will authorize the work with a written "Notice to
Proceed," or redefine the tasks associated with the assignment. A project
completion date will be set by CITY.
Fo
The consultant shall complete the work and provide the CITY with the
deliverables. A 95% complete draft report must be submitted at least 10 working
days before the project deadline for CITY review and comment.
A final report will be completed for all sites (includingthose receiving only a walk-
through audit) two weeks after audit completion. The final report will include, all
findings of the audit in a clear, concise format, along with appropriate
informational materials. The audit will be considered completed only after the final
report is submitted for each site.
5.DELIVERABLES
The de;;verables will be determined on a task-by-task basis. Deliverables include data on disk
or written reports, a summary of site walk-through recommendations, calculations, or
presentations. Oral presentations and staff training sessions may be video recorded by CITY.
All reports and written materials must be provided to and approved by CITY’s Project Manager
prior to delivery to the customer.
6.PROPOSAL SUBMITTAL
In addition-to-the-minimu m-Su bmittat-Requirements of-Part-I 1 t-herein~-please-su bmitthe
following information with your proposal:
A description of the consultant’s company, years in business and areas of
expertise. Please list level of experience in any of the following areas: resource
efficiency studies, lighting design, new construction design review, commissioning,
seminars/workshops and resource plan development. Please assign an
approximate percentage to the amount of business your firm does in any category
as well as traditional building design work.
A minimum of 5 references for similar services which include reference name,
address, phone number, type of project, project value, project scope description
and customer segment (manufacturing, office, computer room, etc.).
C. A list of project team members, their titles and their hourly billing rates. Hourly
Eo
Fo
billing rates may be adjusted annually at a percentage rate not to exceed the
Consumer Price Index listed for the San Francisco/San Jose area.
A list of software, relevant analysis tools and equipment.the consultant may use in
performing reliability studies and design reviews.
Cost estimates for.the following .sample tasks (state any assumptions regarding
the task):
(1)Preliminary resource efficiency study for a 100,000 S.F. research and
development facility. Study shall include a preliminary walk-through of
facility and a list of efficiency measures, costs and savings.
(2)Comprehensive engineering study of same facility. Study shall include all
task items identified in section 3. B. (1)
(3)Review a proposed design for all electrical-mechanical energy consuming
equipment in a new 100,000 SF. R&D facility.
(4)
(3)
A lighting design for a small retail store (1,000 SF).
One day workshop on building commissioning: Problems, Analysis and
Solutions. Includes designing handouts.
A Statement that addresses the consultant’s ability to respond to taskdescriptions
and satisfactorily complete assigned tasks in a timely fashion.
7.SELECTION CRITERIA
No more than four consulting firms will be retained to perform the services specified in this
document.
The consultants wil! be selected based on the following criteria:
2.
3.
4.
5.
Relevant experience
Qualifications of staff, including professional registration
Completeness of proposal
Ability to respond to task assignments and accessibility.
Cost
CITY reserves the right to reject any and all proposals (see Part III herein).
The consultants shall be required to provide a Certificate of Insurance as a prerequisite to
contract award. The attached Insurance Requirements form d~tails the minimum liability limits.
The consultant shall sign a statement of non-discrimination.
EMHIBIT "B"
Billing Rates
Team Member
Leslie Kramer
Thomas Vence
Antonio Galati
Annette Guy
Gerry Cruz
Title
Vice President
Corporate Vice President
Senior Associate
Associate
Principal - GT Cruz
Engineering
Hourly Rate
$140
$165
$120
$80
$9O
BROWN, VENCE 8: ASSOCIATES J 5 - I
PART III ~- PROPOSER INFORMATION SECTION 300A
PROVIDE THE INFORMATION REQUESTED BELOW OR INDICATE "NOT APPLICABLE% IF APPROPRIATE
NAME OF PRPOSER (COMPANY)ADDRESS
Brown, Vence & Associates, Inc.65 Battery Street, Suite 200
San Francisco, CA 94111
IRS Numben
94-2579580
Phone/Fax Number:,
(415) 434-0900 / (415) 956-6220 - fax
A.Proposer is a:
California Corporation
Corporation organized under the laws of the State of
with head offices located at
and offices in California at
, proprietor
O
[]
D
[]
California Limited Liability Company .
Sole Proprietorship;
Partnership
Limited Liability Partnership
List names of partners; state which partner or partners are managing partner(s)
ao
CUSTOMERCOMPAN¥
San Francisco
PI~h]~C Utilities
Pacific Gas &-Elec
Roseville Electri,
Energy Solutions
2ityof OaKland
[]Other (attach Addendum with explanatory details)
How many years have you (or your firm) done business under the name listed above?
How many years of experience similar to work or services covered in this RFP?
Provide relevant references of contracts satisfactorily completed in the last three (3) years:
CONTACT/PHONE NUMBER DATE COMPLETED
John Deakin. (415)77~-71~4 I~/00
tric Rich Torres (510)784-3206 12/00
Kris Blair, (916.)774-5581 ongoing
Christine Vance (510)482-~386 2/01
Scott Wentworth (510)61’5L£421 1998
(PROVIDE ADDH]ONAL SHEETS, IF NECESSARY)
22"
CONTRACT AMOUNT
400tO00
15,000
50,000
50 ;600
25,000
CITY OF PALO ALTORFP 133201 PAGE 1 OF 4
PART III - PROPOSER INFORMATION SECTION 300A
¯ E.Have you (or your firmi previously worked for the City of Palo Alto? ~ Yes; or ~ No (if "Yes", list
above, or if necessary, provide information on additional sheets).
F.If applicable, provide a list of the plant(s), and/or facilities, and equipment owned by the Proposer which
are available for use on the proposed work as may be required herein.
....~UAN I I 1~"NAME/TYPE/MODEL CAPACITY, ETC.CONDITION LOCATION
N/A
.G.(INCLUDE ADDITIONAL PAGES IF NECESSARY)
Provide a list of the Proposer’s management staff who will manage the proposed work or services:
Leslie F.
Thomas D.
Ho
N~E
~amer
Vence
Contractors license, number/type: General A and B
FIELD OF EXPERTIS~CAPABIUTIES/EXPERIENCE
Energy Management, Design Review, Commissioning
Energy Managex.ent, Design Review, Commissioning
Resource Plan Development, Lighting Design
(INCLUDE ADD~ONALPAGESIFNECESSARY)
676568
Minority BL~siness Enterprises:
Proposer is ~, or is not __
Small Business Concem:
Proposer is ~_, or is n0t~
X a minority, or Women, or Disadvantaged Business Enterprise
X a Small Business Concern
Identify the names and business address of each subcontractor performing work, under this RFP. After
opening of Proposals, no changes or substitutions will be allowed except as otherwise permitted by City.
The listing of more than one subcontractor for each item of work to be performed With the words ’and/or’
will not be permitted. Failure to comply with this requirement will render the Proposal as non-responsive
and may cause its rejection. List all such subcontracto~r~ below, or in additional sheets, as required:
NAME AND ADDRESS
cruz
SCOPE OFWORK
HVAC Design and Commissioning
GT Cruz Engineering
160 Camden Court -.
P~O..Box 9125
Valle]o, CA 94521
(INCLUD_ E ADDITIONAL PAGES IF NECESSARY)
Or, r~ __ __.__..: Subcontractors will not perf0rmwork, provide labor, or render servicesin or about the work
coveredby, this RFP (check~ and initial), "
CITY OF PALO ALTO RFP 133201 PAGE 2 OF 4
PART
L.
III- PROPOSER INFORMATION
Addenda
SECTION 300A
During the Proposal process there may be changes to the Proposal documents, which would require an
issuance of an addendum or addenda. City disclaims any and all liability for loss, or damage to any
Proposer who does not receive any addendum i~sued by City in connection with this RFP. Any Proposer
in submitting a Proposal is deemed to waive.’ any and all claims and demands Proposer may have against
City on account of the failure of delivery of any such addendum to Proposer. Any and all addenda issued
by City shall be deemed included in this RFP,< and the provisions and instructions therein contained shall
be incorporated to any Proposal submitted by Proposer.
To assure that all Proposers have received each addendum, the following acknowledgment and sign-off is
required. Failure to acknowledge receipt of an addendum/addenda may be considered an irregularity in
the Proposal:
No
Addendum number(s) received:l~l; []2; []3; []4; []5; []6; []7; []8; []9
[]No Addendum/Addenda Were Received (check and initial).
"i’he Proposer represents that it has not retained a person to solicit or secure a City contract (upon an
agreement or understanding for a commission, percentage, brokerage, or contingent fee) except for
retention of bona fide employee or bona fide established commercial selling agencies for the purpose of
securing business. ..
Proposer’s Designated Contact
Name:Leslie F. t<~amer Titie:Vice President
Fax:(415) 956-6220Phone:(415) 434-0900
Pc
"rhe firm and individuals listed below, certify that they do not discriminate in employment with regards to
age,. race, color, religion, sex, national origin, ancestry, disability, or sexual preference; that they are in
compliance with all federal, state, and local directives and executive orders regarding nondiscrimination in
employment
Proposer is required to provide a certificate in good standing from the State of California with its Proposal:
The undersigned hereby agrees tQ, and accepts the terms and conditions of this RFP.
Signatures (Must be the same signature(s) as will appear on Contract):
Fir~s{-~;~icer*
(Slgn~’ture)
Thomas D. Vence
(Printed name of signatory)
Corporate Vice President
(’Title of signatory)
(Sigriaturek - - .-
~" ’Michae!. B[0wn __(Pdnted name of signatory) .
" President
(33tle of signatory)
Note:California Corporations Code Section 313 requires two corporate officers to execute contracts.
The signature of First.Officer* must be one of the .following: Chairman of the Board; President; or
Vice President. ~ The.signature of the Second Officer** must be one of the following: Secretary;
Assistant Secretary; Chief Financial Officer;, or Assistant T-T-T--"~asurer. In the alternative, a certified
corporate resolution attesting to the signatory authority of. the individuals signing in their respective "
.capacities is acceptable.
Or,
CITY OF PALO ALTO RFP 133201 PAGE 3 OF 4
PART III - PROPOSER INFORMATION SECTION 300A
Ro The undersigned certifies that the Proposer is not a corporation, and is not subject to the requirements of
Ca/iforrt, ia Corporations code, and hereby agrees to, and accepts the terms and conditions of this RFP.
(Signature)
Leslie F. Kramer
(Pdnted name of signatory) "
Vice President
(Title of signatory)
PAGE 4 OF 4
ATTACHMENT C
CONTRACT NO.
BETWEEN THE CITY OF PALOALTOAND
ENCON ENERGY CONSERVATION COMPANY, INC.
FOR CONSULTING SERVICES
This Contract No.is entered into ,
by and between the CITY OF PALO ALTO, a chartered city and a
municipa! corporation of the State of California ("CITY"), and
ENCON ENERGY CONSERVATION COMPANY, INC., a California corporation,
located at 4940 E1 Camino Real, Los Altos, CA 94022 ("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 ate,
collectively, the n-Project"), as more fully described in Exhibit
~A"; and
WHEREAS, CITY desires to engage CONSULTANT, including its
employees, if any, in providing the Services by reason of its
qnalifications 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
!.i This Contract will commence on the date of its
execution by CITY, and will terminate upon the completion of the
Project,unless this Contract is earlier 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 "A". Time is of the essence
of this Contract. In the event that the Project is not completed
within the time required through any fault of CONSULTANT, CITY’s
city manager will have the option of extending the time schedule
for any period of time. This provision will not preclude the
recovery of damages for delay caused by CONSULTANT.
SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS
2.1 The scope of Services and Deliverables constituting
the Project will be performed, delivered or executed by CONSULTANT
under the phases of the Basic Services as described below.
O11002 sm 0052844
2.2 CITY may order substantial changes in the scope or
character of the Basic Services, the Deliverables, or the Project,
either decreasing or increasing the amount of work required of
CONSULTANT. In the event that such. changes are ordered, subject to
the approval of CITY’s City~.Coun~il, 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 t~e
Deliverables are required) are distributed by CITY, will be
corrected by CONSULTANT at no cost to CITY, provided CITY gives
notice to CONSULTANT.
2.4 Any and all errors, omissions, or ambiguities in the
Deliverables, which are discovered by CITY after the construction
contract is awarded by CITY, will be performed by CONSULTANT, as
follows: (a) at no cost to CITY insofar as those Services,
including the Basic Services or the Additional Services, as
described below, or both, will result in minor or nonbeneficial
changes in the construction work required of the construction
contractor; or (b) at CITY’s cost insofar as those Services,
including the Basic Services or the Additional Services, or both,
will add a direct and substantial benefit to the construction work
required of the construction contractor. The project manager in
the reasonable exercise of his or her discretion wil! determine
whether the Basic Services or the Additional Services, or both,
will contribute minor or substantial benefit to the construction
work.
SECTION 3.
CONSULTANT
QUALIFICATIONS, STATUS, AND DUTIES OF
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
O11002 sm 0052844
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 Dames of their
employers or principals to be employed as consultants.
3.2 In reliance on the representations and warranties
set forth in this Contract, CITY hires CONSULTANT to execute, and
CONSULTANT covenants and agrees that it will execute or cause to be
executed, the Project.
3.3 CONSULTANT will assign as the
project director to have supervisory responsibility for the
performance, progress, and execution of the Project.
will be assigned .as the project coordinator who will represent
CONSULTANT during the day-to-day work on the Project. If
circumstances or conditions subsequent to the execution of this
Contract cause the substitution of the project director or project
coordinator for any reason, the appointment of a substitute project
director or substitute project coordinator will be subject to the
prior written approval of the project manager. ""
3.4 CONSULTANT represents and warrants that it will:
3.4.1 Procure all permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
incident to 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 comply with, and cause
its employees and consultants, if any, who are assigned to the
performance of this Contract to observe and comply with, the laws,
ordinances, regulations, orders and decrees mentioned above; and
3.4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to the Deliverables.
3.5 Any Deliverables given to, or prepared or assembled
by, CONSULTANT or its consultants, if any, under this Contract will
become the property of 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.
O11002 sm 0052844
3
3.6 CONSULTANT will provide CITY with two .(2) 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
additional copies and CITY wil! compensate CONSULTANT for its
duplicating costs.
3.8 CONSULTANT will be responsible for employing or
engaging all persons necessary to execute the Project. Al!.
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 independ@nt
contractors and not agents or employees of CITY.
3.10 CONSULTANT will perform or obtain or cause to be
performed or obtained any and al! 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 subsequent to the execution of
this Contract; and
3.11 CONSULTANT will be responsible for employing
al! consultants deemed necessary to assist CONSULTANT in the
performance of the Services. The appointment of consultants must
be approvgd, 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 li~ted in Exhibit "~’ and such information regarding its
011002 sm 0052844
4
requirements applicable to the Project as may be reasonably
requested by CONSULTANT.
4.2 CITY will review and approve, as negessary, in a
timely manner the Deliverables and each phase of work performed by
CONSULTANT. CITY’s estimat.ed time of review and approval wil! 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 time schedule
will not constitute a default under this Contract.
4.3 The city manager will represent CITY for all
purposes under this Contract. Lindsay Joye 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 Tom Auzenne, the Manager of Utilities
Marketing Services.
4.4 If CITY observes or otherwise becomes aware of any
default in the performance of CONSULTANT, CITY will use reasonable
efforts to give written notice thereof to CONSULTANT in a timely
manner.
SECTION 5. COMPENSATION
5.1 CITY will compensate CONSULTANT for the following
services and work:
5.1.1 In consideration of the full performance of the
Basic Services, including any authorLzed reimbursable expenses,
CITY will pay CONSULTANT a fee not to exceed Fifty Thousand Dollars
($50,000). The ~amount of compensation will be calculated in
accordance with the hourly rate schedule set forth in Exhibit "B",
on a time and materials basis, up to the maximum amount set forth
in this Section. The fees of the consultants, who have direct
contractual relationships with CONSULTANT, will be approved, in
advance, by CITY. CITY reserves the right to refuse payment of
such fees, if such prior approval is not obtained by CONSULTANT.
5.1.2 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 par[ies will agree upon an estimated maximum cost for
such extra work or changes. CONSULTANT will not be paid for extra
O11002 sm 0052844
5
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.
5.2 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 Exhibit "B",
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.
5.2.2 No deductions will be made from CONSULTANT’s
compensation on account of penalties, liquidated damages, or other
sums withheld by CITY from payments to generalcontractors.
SECTION 6. ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS~-
6.1 Records of the direct personnel expenses and
expenses incurred in connection with the performance of Basic
Services and Additional Services pertaining to the Project wil! 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
7.1 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 emp!oyees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
011002 sm 0052844
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 to be a waiver of any such covenant, term, condition,
provision, ordinance, or law or of any subsequent breach or
violation of the same or of any other covenant, term, condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or violation
by the other Party of any covenant, term, condition or provision of
this Contract or of any applicable law or ordinance.
8.2 No payment, partial payment, acceptance, or partial
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
tBis Contract, the insurance coverage described in Exhibit "C",
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 additiona!
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 al! 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 CITY as an
additional insured under such policies as required above.
9.3 Certificates of such insurance, preferably on the
forms provided by CITY, will be filed with CITY concurrently with
the execution of this Contract. The certificates will be subject
to the approval of CITY’s risk manager and will contain an
endorsement stating that the insurance is primary coverage and will
not be canceled or altered by.the insurer except after filing with
the CITY’s city clerk thirty (30) days prior written notice of such
cancellation or alteration, and that the City of Palo Alto is named
as an additionil insured except in policies of workers’
compensation, employer’s liability, and professional liability
7
011002 sm 0052844
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
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
SECTION I0. WORKERS’ COMPENSATION
I0.I CONSULTANT, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer, tobe 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
substantia! 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 termination by CITY,
CONSULTANT will be compensated for the Basic Services and
Additional Services performed and Deliverables received and
approved prior to receipt of written notice from CITY of such
suspension or abandonment, together with authorized additional and
reimbursable expenses then due. If the Project is resumed after it
has been suspended for more than 180 days, any change in
CONSULTANT’s compensation will be subject to renegotiation and, if
necessary, approval of CITY’s City Council. If this Contract is
011002 sm 0052844
8
suspended or terminated on account of a default by CONSULTANT, CITY
will be obligated to compensate CONSULTANT only for that portion of
CONSULTANT’s services which are of direct and immediate benefit to
CITY, as such determination may be made by the city manager in the
reasonable exercise of her disc[etion.
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:
11.4.1 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 payable under the
preceding paragraphs of this Section will not exceed the payment
specified under Section 5 for the respective items of service to be
furnished by CONSULTANT.
11.5 Upon such suspension or termination, CONSULTANT will
deliver to the city manager immediately any and all copies of the
Deliverabies, 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 notbe construed as a failure on the part
of CONSULTANT to fulfill its obligations under this Contract.
SECTION12. ASSIGNMENT
12.1 This Contract is for the personal services of
CONSULTANT, therefore, CONSULTANT will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
or interest in or to the same or any part thereof without the prior
written consent of CITY. A 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 t~e city manager, this Contract may be terminated.
This Contract will not be assignable by operation of law.
011002 sm 0052844
SECTION 13. NOTICES
13.1 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 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
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 wil! 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, co!or, 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 "D".
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 a!l
i0
011002 sm00528~
Federal and State of California laws covering
nondiscrimination in employment; and that
[Name of Provider] will not discriminate in
the employment of any person under this
contract because of._,the age, race, color,
national origin, ancestry, religion,
disability, sexual preference or gender of
such person."
15.3 If 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 orofficer will
constitute evidence of a breach of this Contract."-
SECTION 16.MISCELLANEOUS PROVISIONS
16.1 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.
16.2 Upon the agreement of the parties, any controversy
or claim arising out of or relating to this Contract may be settled
by arbitration in accordance with the Rules of the American
Arbitration Association, and judgment upon the award rendered by
the Arbitrators may be entered in any court having jurisdiction
thereof.
16.3 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
16.4 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Northern District of California in the County of Santa
Clara, State of California.
16.5 T~e prevailing party in any action brought to
enforce the terms of~this Contract or arising out of this Contract
ii
011002 sm 0052844
may recover its reasonable costs and attorneys’ fees expended in
connection with that action.
16.6 This document represents the entire and integrated
Contract between the parties and~supersedes all prior negotiations,
representations, and contracts, either written or oral. This
document may be amended only by a written instrument, which is
signed by the parties.
16.7 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
16.8 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and consultants, as the case
may be, of the parties.
16.9 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<
16.10 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time
to time, may be referred to in any duly executed amendment hereto
are by such reference incorporated in this Contract and will be
deemed to be a part of this Contract.
16.11 This Contract may be executed in any number of
counterparts, each of which will be an origina!, but all of which
together will constitute one and the same instrument.
16.12 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Municipal
Code. This Contract will terminate without any penalty (a) at the
end of any fiscal year in the event that funds are not appropriated
for the following fiscal year,, or (b) at any time within a fiscal
year in the event that funds are only 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.
//
//
//
//
011002 sm 0052844
12
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written°
APPROVED AS TO FORM:CITY OF PALO ALTO
City Attorney
APPROVED:
Director of Utilities
Director of Administrative
Services
Assistant City Manager
ENCON ENERGY CONSERVATION
COMPANY, INC.
Name :
Risk Manager
Title:
Name :
Title:
Taxpayer Identification No.
(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)
Attachments :
EXHIBIT "A" :
EXHIBIT "B":
EXHIBIT "C" :
EXHIBIT "D":
SCOPE OF PROJECT &TIME SCHEDULE
RATE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
011002 sm 0052844
13
CERTIFICATE OF ACK~OW’L~D~M~NT
(Civil Code § 1189)
STATE OF ~) ~.
) SSo
Oni~ ~ ~]r.~i_6~i 2001, before me, the undersigned, a
Notary Public in ~n~ f~o} sai~ County and State, personally appeared
~O/~-4~q- ..~._( ~[]~O ~ , personally known to
~ ~r j~o~ed hb ~e-on the ~asis of satisfactory evidence to be the
person(~ whose name(i) is/ale subscribed to the within instr~ent
and acknowledged to me that he/ .... , .... ~ executed the same in
his/~ authorized capacity(i~), and that by his/~
signature ~ on the instr~ent the person(~), or the entity upon
behalf of ~hich the person(~ acted, executed the instrument.
WITNESS my hand and official seal.
S~~ur<of Nota~r~ Pu~-blic
Commi~ion # 11~
Public -- Colifom~a
~anta Clara C~n~
MyC~m. ~ Jun 5
O11002 sm 0052844
14
1.OBJECTIVE AND OVERVIEW
The objective of this solicitation is to secure electric, gas and water resource efficiency
consulting services, for the City of Palo Alto (CITY) Utilities Department and its commercial,
industrial and institutional customers. The services will be provided by the consultant on an as-
requested basis, when the need for se~ices i,s determined by the CITY. Consultant work will
be directed by the CITY’s Project Manager through the issuance of written task assignments.
The scope and the fee for each task assignment will be negotiated between the consultant and
the CITY’s Project Manager prior to commencement of the requested work. The initial contract
period will be for one year with an option to extend the contract annually for up to two additional
years, subject to Council approval of sufficient funds. Services will be offered to commercial,
industrial and institutional customers on an as-needed basis. The contract will be written on a
time and materials basis.
The resource efficiency consultant shall perform comprehensive resource efficiency studies
providing customers with recommendations on facility retrofit and new construction projects.
Other services include project design review, economic analysis, technical assistance and
training for both Utilities staff and customers..
The CITY will select no more than four consultant firms to retain the required expertise in.all the
task areas. The selection criteria are described below. "’
2..BACKGROUND
To continue to provide high quality, high value services to our commercial, industrial and
institutional customers, the CITY has identified the need for consultant-based engineering
assistance. The assistance supports activities such as resource efficiency studies, project
design review, commissioning services, seminars and related specialized technical services.
Consultant services are used to augment staff resources and provide specialized knowledge,
analysis and independent appraisal. Consultant work is assigned on an as-needed basis to
support Utilities Marketing Services objectives as they relate to commercial, industrial and
institutional customers.
Over the past ten years, Utility Marketing Services has provided similar consultant contract
services. The services targeted perform a diverse array of projected analyses driven by
customer requests. Customer requests have included evaluation of customer’s lighting,
heating, air-conditioning, motors, controls, and electrical, gas and water process equipment,
system commissioning and new construction design review.
3.CONTRACT SCOPE
A.Responsibilities
CITY will perform all marketing and screening required to provide
Contractor with contacts at the customer accounts selected for project
evaluations.
(2) CITY will provide Contractor with electric, gas and water consumption
(3)
history of each participating customer.
CITY will work with Contractor to develop all informatidnal materials. All
materials must be approved by CITY.
(4)
(5)
The CITY will contact the,customer and arrange meetings.
Contractor will provide all equipment, materials and personnel required to
do the resource studies as specified.
(6)Contractor will perform all field visits necessary to perform preliminary
and/orcomprehensive energy and water use analysis.
(7)Contractor will provide draft and final copies of all customer materials to the
CITY priorto delivering the materials to the customer.
At the direction of the CITY’s Project Manager, the consultant(s) shall provide
resource efficiency studies, design reviews and seminars on an as-needed basis,
including: -
(1)Resource Efficiency Studies
.The scope of studies may range from phone consultations with customers, review
of field monitoring results, recommendations, review of equipment plans, site
walk-through, to detailed engineering analysis of all electric, gas and water using
systems. The study tasks may include, but are not limited to:
Review of customer facility drawings, historical utility billing data, and
available customer interval load data.
Review of current and forecasted electric, gas and water commodity
utility rates, and all customer financial decision-making criteria.
c.Data Collection and monitoring critical equipment loads.
Simulation of annual energy use with calibration from available
monitored load data.
eo Evaluation of resource efficiency improvement options. Report
should include the following for each recommendation:
¯Estimated energy and water consumption (peak kilowatts,
kilowatt-hours, therms and hundred cubic feet) of proposed
measures
¯Annual energy and water consumption savings
¯Annual maintenance savings
¯Life cycle cost
Presentation of Findings (draft and written reports including details of
site-specific data, and possible on-site presentation to customer)
Consultant reports should include appendices with information on
customer utilities history (provided by the CITY), and sample
equipment specification sheets for recommend&tions
(2)
he Work will be done in a timely manner as agreed on with CITY Project
Manager and Contractor
Lighting Design Services
Provide I:ighting design services. Tasks include reviewing lighting designs,
developing new designs, making recommendations for efficient
alternatives.
(3) Project Design Review
Tasks include reviewing designs for all electrical and mechanical equipment and
making recommendations for cost-effective efficiency measures.
(4) Commissioning Services -
Provide commissioning services on an as-needed basis to commercial custo.mers.
Tasks include but are not limited to:
a.Develop a detailed commissioning plan
Identify all scheduling and operation problems for lighting, HVAC,
and process equipment. Equipment monitoring over time may be
required.
Provide draft and final commissioning reports to CPAU and the
customer.
(5) Seminars and Workshops
Conduct resource efficiency related seminars. Dates and topics to be determined.
(6) Comprehensive Resource Plan
Develop a plan for commercial customers to use in all aspects of resource
utilization such as utility management, energy retrofits, benchmarking, and
resource procurement.
TASK ASSIGNMENT PROCEDURE
The selected consultants will be assigned the various tasks as they occur, depending on
the scope of the task and their area of expertise and at the discretion of the CITY’s
Project Manager and the customer.
A.The CITY’s Project Manager will define the task and provide a written description
go
of the task to the selected consultant.
The consultant shall provide CITY a written, fixed price quotation for services
along with an hourly rate, number of hours and an estimate of the cost of the task.
The consultant may charge a reasonable fee for his or hertime required for the
visit. This may be added to the cost of the project assignments or charged
separately.
If the consultan.t declines to perform the work on an offered task, the CITY’s
Project Manager should be notified within five working days after the site visit.
Do Based on the price quotation, CITY will authorize the work with a written "Notice to
Proceed," or redefine the tasks associated with the assignment. A project
completion date will be set by CITY.
Fo
The consultant shall complete the work and provide the CITY with the
delivef’ables. A 95% complete draft report must be submitted at least 10 working
days before the project deadline for CITY review and comment.
A final report will be completed for all sites (including those receiving only a.walk-
through audit) two weeks after audit completion. The final report will include all
findings of the audit in a clear, concise format, along with appropriate
informational materials. The audit will be considered completed only after the final
report is submitted for each site.
5.~ DELIVERABLES
The deliverables will be determined on a task-by-task basis. Deliverables include data on disk
or written reports, a summary of site walk-through recommendations, calculations, or
presentations. Oral presentations and staff training sessions may be video recorded by CITY.
All reports and written materials must be provided to and approved by CITY’s Project Manager
prior to delivery to the customer.
6.PROPOSAL SUBMITTAL
In addition to the minimum Submittal Requirements of Part III herein, please submit the
following information with your proposal:
A°A description of the consultant’s company, years in business and areas of
expertise. Please list level of experience in any of the following areas: resource
efficiency studies, lighting design, new construction design review, commissioning,
seminars/workshops and resource plan development. Please assign an
approximate percentage to the amount of business your firm does in any category
as well as traditional building design work.
A minimum of 5 references for similar services which include reference name,
address, phone number, type of project, project value, project scope description
and customer segment (manufacturing, office, computer room, etc.).
C. A list of project team members, their titles and their hourly billing rates. Hourly
Do
Eo
billing rates may be adjusted annually at a percentage rate not to exceed the
Consumer Price Index listed for the San Francisco/San Jose area.
A list of software, relevant analysis tools and equipment.the consultant may use in
performing reliability studies and design reviews.
Cost estimates for the foll(~wing ~ample tasks (state any assumptions regarding
the task):
(1)Prelimin&ry resource efficiency study for a 100,000 S.F. research and
development facility. Study shall include a preliminary walk-through of
facility and a list of efficiency measures, costs and savings~
(2)Comprehensive engineering study of same facility. Study shall include all
task items identified in section 3. B. (1)
(3)
(4)
(3)
Review a proposed design for all electrical-mechanical energy consuming
equipment in a new 100,000 SF. R&D facility..
A lighting design for a small retail store (1,000 SF).
One day workshop on building commissioning: Problems, Analysis and
Solutions. Includes designing handouts.
A Statement that addresses the consultant’s ability to respond to taskdescriptions
and satisfactorily complete assigned tasks in a timely fashion.
7. SELECTION CRITERIA
No more than four consulting firms will be retained to perform the services specified in this
document.
The consultants will be selected based on the following criteria:
2°
3.
4.
5.
Relevant experience
Qualifications of staff, including professional registration
Completeness of proposal
Ability to respond to task assignments and accessibility.
Cost
CITY reserves the right to reject any and all proposals (see Part III herein).
The consultants shall be required to provide a Certificate of Insurance as a prerequisite to
contract award. The attached Insurance Requirements form details the minimum liability limits.
The consultant shall sign a statement of non-discrimination.
EXHIBIT "B"
List of Team Members
Robert P. Trifunovic, P.E.
Kevin W. Carter, P.E.
Kurt J. Kovach, P.E.
Ben M. Sprinkle
Gerald Neuffer, P.E.
David Ha, P.E.Electrical Engineer
Dao Nguyen Sr. Designer
Administration Support/Production
Principal in Charge
Srl Project Manager- Mechanical
Mechanical Engineer
Mechanical Engineer
Project Manager- Electrical
$150/hr.
$130/hr.
$110/hr.
$110/hr.
$120/h r.
$110/hr.
$100/hr.
$60/h.r.
4940 El Camino Real ¯ Los Altos ¯ California 94022 ¯ USA
(650) 961-8095 ¯ Fax (650) 964-3754
email: info@encon.com
PART I!1 - PROPOSER INFORMATION SECTION 300A
PROVIDE THE INFORMATION REQUESTED BELOW OR INDICATE "NOT APPLICABLE", IF APPROPRIATE
NAME OF PRPOSER (COMPANY)
Encon Energy Conservation Comp/hy, ~n¢,
ADDRESS
49A0 E1 ~minn Real.
Los Alt~s. CA
IRSNumber:
Phon~F~ Number:
(650) 941-~n .I
Proposer is a:
California Corporation
Corporation organized under the laws of the State of
with head offices located at
and offices in California at
, proprietor.
California Limited Liability Company
Sole Proprietorship;
Partnership
Limited Liability Partnership
List haines of partners; state which partner or partners are managing partner(s)
[]Othei" (attach Addendum with explanatory details)
B.How many years have you (or your firm) done business under the name listed above?
C.How many years of experience similar to work or services covered in this RFP?
D.Provide relevant references of contracts satisfactorily completed in the last three (3) years:
CUSTOMER COMPANy
Xerox Corporation
Project: P.A. Researcl
The Muller Company
Project: 3031Tisch.~
Ford Land Co.
Project: 3000 Sandhil]
Gap Corporate
iArchitecture - Nation%
!Keenan/Lovewell
Project: Netscape-Mou[
CONTACT~HONENUMBER
Andrea Spink (650) 812-4059
Center
Sylvia Reichley (408)985-1555
Gary Wimmer (650) 854-3000
Richard Chang (650)874-4493
iide
Perry Palmer-,(650) 321-5517
itain View
DATE COMPLETED
Stillin;,
Progress
Still in
Progress
7/99
Ongoing
Projects
7/0o
(PROVIDE ADDITIONAL SHEETS, IF NECESSARY)
25 years
25 years
CONTRACT AMOUNT
$16,000
$i0,000 NTE
$9,000 NTE
Varies
$9,000 NTE
CITY OF PALO ALTO RFP 133201 PAGE 1 OF 4
PA~TIII-PROPOSERINFORMATION SECTION 300A
Eo Have you (or your firm) previously worked for the City of Palo Alto? ~ Yes, or ~ No (if "Yes", list
above, or if necessary, provide information on add!tional sheets). See Additional Sheet.
If applicable, provide a list of the plant(s), and/or facilities, and equipment owned by the Proposer which
are available for use on the proposed work as may be required herein.
QUANTITY NAME/TYPE!MODEL, CAPACITY, ETC.CONDITION LOCATION-
(INCLUDE ADDITIONAL PAGES IF NECESSARY)
Provide a list of the Proposer’s management staff who will manage the proposed work or services:
NAME
Robert P. Trifunovic.
Kevin W. Carter
Gerald Neuffer
FIELD OFF--XPERTIS~CAPABILITIES/EXPERIENCE
Mechanical P.E., Principal, 25 years experience
Mechanical P.E., Operations Manager, 7 years experience
Electrical P.E., Power Lighting, Fire Alarm Systems, ii
(INCLUDEADDITIONALPAGESIFNECESSARY)_
H.Contractors license., number/type:
-Minority Business Enterprises:
.o Proposer is ~, or is not X a minority, or Women, or Disadvantaged Business Enterprise
Small Business Concern:
Proposer is __X__._, or is not ¯a Small Business Concern
Identify the names and business address of each subcontractor performing work, under this RFP. After
opening of Proposals, no changes or substitutions will be allowe~ except as otherwise permitted by City.
The listing of more titan one subcontractor for each item of work to be performed With the words ’and/or’
will not be permitted. Failure to comply with this requirement will render the Proposal as non-responsive
and may cause its rejection. List all such subcontractors below, or in additional sheets, as required:
NAME AND ADDRESS
1 ~ct~r~l Engineers Inc."4v/0 E± ~amino ~ea±T,o~ AI~o~ C~ 9AO~
2.~.~P~ruce, Ste- i~0~bourn ~an ~ranclsco~ CA
"~.~ ga~ley~ E~ineers
4.
SCOPE OF WORK
Structural Engineers
Commissioning
Pool Consultant
(INCLUDEADDITIONALPAGESIFNECESSARY)
:s
Or, D Subcontractors will not perform work, provide labor, or render services in or about the work
covered by this RFP (check and initial).
CITY OF PALO ALTO RFP 133201 PAGE 2 OF 4
" PART III - PROPOSER INFORMATION SECTION 300A
L. Addenda
Or,
During the Proposal process there may be changes to the PrOposal documents, which would require an
issuance of an addendum or addenda. City disclaims any and all liability for loss, or damage to any
Proposer who does not receive any addendum issued by City in connection with this RFP. Any Proposer-
in submitting a Proposal is deemed to waive any and all claims and demands Propose[" may have against
City on account of the failure of delivery of any ~uch addendum to Proposer. Any and all addenda issued
by City shall be deemed included inthis RFP,~and the provisions and instructions therein contained shall
be incorporated to any Proposal submitted by Proposer.
To assure that all Proposers have received each addendum, the following acknowledgment and sign-off is
required. Failure to acknowledge receipt of an addendum/addenda may be considered an irregularity in
the Proposal:-
Addendum number(s) received:[~ll; []2; []3; []4; []5; []6;[]7; []8; []9
[] ~_ ~No Addendum/Addenda Were Received (check and initial).
The Proposer represents that it has not retained a person to solicit or secure a City contract (upon an
agreement or understanding for a commission, percentage, brokerage, o~" contingent fee) except for
retention Of bona fide employee or bona fide established commercial sel!ing agencies for the purpose of
securing business.
Proposer’s Designated Contact
Name: Kevin W. Carter Title:Mechanical P.E./sr. Project Manager
Phone:,, (650) 961-8095 Fax:,(650) 964-3754
The firm and individuals listed below, certify that they do not ~liscriminate in employment with regards to
age, race, color, religion, sex, national origin, ancestry, disability, or sexual preference; that they are in
compliance with all federal, state, and local directives and executive orders regarding nondiscrimination in
employme.nt.
Proposer is required to provide a certificate in good standing from the State of California with its Proposal.
The undersigned hereby agrees to and accepts the terms and conditions of this RFP.
Signatures (Must be the same.2~i/gnature(s) as will appear on Contract):
~SY~7/"3, fJ
Second O~cer**.
(Signature)/,z.(Signature)
Robert P. Trifunovi¢
(Printed name of signatory)(Printed name of signatory)
President
(Title of signatory)(Title of signatory)
Note:California Corporations Code Section 313 requires two corporate officers to execute contracts.
The signature of First Officer* must be one of the .following: Chairman of the Board; President; or
Vice President. The signature of the Second Officer** must be one of the following: Secretary;
Assistant Secretary; Chief Financial Officer; or Assistant Treasurer. In the alternative, a certified
corporate resolution attesting to the signatory authority of the individuals signing in their respective
.capacities is acceptable.
CITY OF PALO ALTO RFP 133201 .PAGE 3 OF 4
PART III - PROPOSER INFORMATION SECTION 300A
Ro The undersigned certifies that the Proposer is not a corporation, and is not subje¢t to the requirements of
Ca/ifomia Corporations code, and hereby agrees to, and accepts the terms and Conditions of this RFP.
(Signature)
(Printed name of signatory)
(Title of signatory)
CITY OF PALO ALTO RFP 133201 ¯PAGE 4 OF 4
ENCON ENERGY CONSERVATON COMPANY, INC
BOARD OF DIRECTORS RESOLUTION
A special meeting of the Board of Directors of ENCON Energy Conservation
Company, Inc. was held in Los Altos, California on October 18, 2001 at 12:45
p.m. The following director, constituting a quorum, the recording secretary of the
day and controller were present as follows:
Robert Trifunovic,.Sylvia Monahan and Carol Gottlieb
The President of Encon acted as chairman of the meeting
RESOLUTION: Attesting to the signatory authority of the individuals signing in
their respective capacities is acceptable.
RESOLVED: That Robert Trifunovic, acting as both President and Secretary of.
the board, has been authorized to sign the contract with the City of Palo Alto as
he is the sole member of the Board.
FURTHER RESOLVED: This resolution shall be in full force and effect and
binding upon Corporation unless the resolution is repealed, revoked, or
amended. -
There being no further business before the meeting, the same was, upon motion
made, seconded and carried, duly adjourned../!
Dated:~2~’~’ /~:~" ~g:~g2/
~~
Robert P. Trifunovic, Chairman
Monahan, Recording Secretary
ATTACHMENT D
PART I- REQUEST FOR PROPOSAL SECTION 1
PALO ALTO
CITY OF PALO
Purchasing and Contract Administration
250 HAMILTON AVENUE
PALO ALTO, CA 94301
P.O. BOX 10250
PALO ALTO, CA 94303
March 15, 2001
The City of Palo Alto, Purchasing and Contract Administration request a Proposal on behalf of the Utilities
Department for:
Project Title:Resource Efficiency Services; Request for Propsal (RFP)
Number 133201A
Description of Project:Provide Consulting Services, including all incidental and rela’t&d
work as required by PART III, Scope of Work, herein.
Project Manager:
Telephone:
Lindsay Joye
(650) 650.329.2680
Contract Manager:
Telephone:
Fernando Velez
(650) 329-2460
A.Proposal Submittal Information
1.0 Proposal closes (The Proposal, in its Entirety, must be received by Purchasing and
Contract Administration not later than)3:00 P.M., Tuesday, May 15, 2001.
Documents will not be accepted after 3:00 P.M., Tuesday, May 15, 2001
2.0
3.0
4.0
5.0
Proposals may not be delivered by facsimile transmission or other telecommunication or
electronic means.
Proposals arriving after the deadline will be returned, unopened, to their senders.
Date, Time, and Location of Proposal Opening:
Proposals will be opened in the Council Conference Room at the Palo Alto Civic Center,
250 Hamilton Avenue, First Floor, Palo Alto, at 3:00 PM on the date of Bid closing. All
Proposals shall be opened and (only) the name of the Proposer shall be read.
Proposers, or their representatives and other interested persons may be present at the
Proposal opening.
CITY OF PALO ALTO RFP 133201A PAGE 1 OF 3
PARTI-REQUESTFOR PROPOSAL SECTION 1
B.Submittal of Documents:
1.0 Submit documents by delivering or mailing to the Manager, Purchasing and Contract
Administration:
(Delivery)(US Mail)
City of Palo Alto
Purchasing and Contract Administration
Mezzanine, Civic Center
250 Hamilton Avenue
Palo Alto, CA 94301
City of Palo Alto
Purchasing and Contract Administration
PO Box 10250
Palo Alto, CA 94303
2.0 Proposers assume the risk of the method of dispatch chosen.
3.0 All Proposals and accompanying documents shall be submitted in a sealed envelope.
The outside of the envelope shall be marked, and identified as follows:
IProposal Enclosed
Project Title: Resource Efficiency Services, Request For Proposal (RFP) Number
133201A
Proposer/Company Name and Return Address
C.Pre-Proposal Conference Information:
A pre-Proposal Conference is not scheduled.
D.Proposal Documents:
Proposal Documents are available from the City of Palo Alto, Purchasing and Contract
Administration, Mezzanine, Civic Center, 250 Hamilton Avenue, Palo Alto, CA 94301 (Telephone
number 650.329.2271 ).
E.Proposal Requirements:
The Proposer shall respond to all requirements in accordance with the terms and conditions,
description, information and instructions, and all Sections and schedules of Parts I, II, and III,
herein, and shall be required to:
Agree with the terms and conditions of this RFP;
Comply with the requirements of, and submit information, and documentation, including
executed forms, as required by, this RFP;
Be licensed with, and as required by the State of California;
Properly execute its Proposal;
Be knowledgeable of, and comply with, applicable local, state, and federal laws,
regulations, codes, and ordinances;
Comply and document compliance with City’s insurance requirements, when so required;
Meet and comply with all other requirements specified in this RFP.
City may at its option, for any or for no reason, reject all Proposals, re-advertise an RFP, cancel
an RFP, or elect to itself perform the Project.
CITY OF PALO ALTO RFP 133201A PAGE 2 OF 3
ATTACHMENT D
PART I - REQUEST FOR PROPOSAL SECTION 1
PAI.O AI.70
P..urchasing and Contract Administration
PALO ALTO,.OA 94301
P.O. BOX 10250
PALO ALTO, CA 94303
March 15, 2001
The City of Palo Alto, Purchasing and Contract Administration request a Proposal on behalf of the Utilities
Department for:
Project Title:
Description of Project:
Resource Efficiency Services; Request for Propsal (RFP)
Number 133201A
Provide Consulting Services, including all incidental and rela’t~d
work as required by PART II1, Scope of Work, herein.
Project Manager:
Telephone:
Lindsay Joye
(650) 650.329.2680
Contract Manager:
Telephone:
Fernando Velez
(650) 329-2460
Proposal Submittal Information
1.0 Proposal closes (The Proposal, in its Entirety, must be received by Purchasing and
Contract Administration not later than) 3:00 P.M., Tuesday, May 15, 2001.
Documents will not be accepted after 3:00 P.M., Tuesday, May 15, 2001
Proposals may not be delivered by facsimile transmission or other telecommunication or
electronic means.
3.0 Proposals arriving after the deadline will be returned, unopened, to their senders.
4.0 Date, Time, and Location of Proposal Opening:
Proposals will be opened in the Council Conference Room at the Palo Alto Civic Center,
250 Hamilton Avenue, First Floor, Palo Alto, at 3:00 PM on the date of Bid closing. All
Proposals shall be opened and (only) the name of the Proposer shall be read.
5.0 Proposers, or their representatives and other interested persons may be present at the
Proposal opening.
CITY OF PALO ALTO RFP 133201A PAGE 1 OF 3