HomeMy WebLinkAbout2000-02-07 City CouncilCity of Palo Alto
City Manager’s Report
TO:
FROM:
DATE:
HONORABLE CITY COUNCIL
CITY MANAGER
FEBRUARY 7, 2000
DEPARTMENT: UTILITIES
CMR:123:00 9
SUBJECT:APPROV~ OF ELECTRIC POWER QUALITY CONSULTANT
SERVICES CONTRACTS WITH ELECTROTEK CONCEPTS,
INCORPORATED, EPRI-PEAC CORPORATION, AND COMPETENT
TECHNICAL SERVICES, IN THE AMOUNT OF $240,000, OVER A
THREE -YEAR PERIOD
RECOMMENDATION
Staff recommends that the Council approve and authorize the Mayor to execute the attached
contracts with Electrotek, EPRI-PEAC Corporation, and Competent Technical Services, in
the amount of $240,000 over a three-year period. As part of the normal budget process,
Council will be requested to approve the program funding each fiscal year.
PROJECT DESCRIPTION
The work to be performed under the contracts is for power quality consultant services. These
services are used to assist electric utilities customers who desire to either eliminate power
quality problems in their facilities and processes and/or to enhance reliability of their
electrical distribution systems. Power quality solutions enhance overall facilities reliability by
’offering customers detailed information on electrical system performance. This detailed
information is extremely valuable in assisting customers in identifying cost-effective
mitigation options.
For the past three years staffhas utilized power quality consulting services to augment limited
in-house resources and to improve key and major account customer satisfaction. City of Palo
Alto Utilities wants to provide power .quality services, on an as-needed basis, whenever the
City’s 30 key and 160 major account customers call for assistance. To date, the City has
provided complex power quality audits, system monitoring and simple walk-through services
to 25 of the largest key and major account customers. These 25 customers provide over $20
million annually to the electric utility revenue. The majority of these key and major account
companies have expressed high satisfaction with CPAU power quality services and Often
request that CPAU review additional critical process areas. CPAU has also gained valuable
information through the power quality program on the performance of its own electrical
CMR:123:00 Page 1 of 4
distribution system. The monitored data gathered through the power quality program was
used to improve local control over future load shedding in relation to the City’s
interconnection with PG&E.
Through the power quality program, CPAU has also provided a popular series of power
quality customer education courses. These courses provide overviews to facilities managers,
business owners, and residential customers on how to protect their electrical equipment and
enhance their ability to "ride-through" electrical distribution system disturbances.
Selection Process "
Staffsent a request for proposals (RFP) to 19 consulting firms on October 27, 1999. The
proposal period was 41 days. A pre-proposal meeting was held on November 10, 1999,
with three bidders attending. Responses were received from five qualified consulting
firms on December 7, 1999. Proposals ranged from $9,600 to $10,000 for a detailed
power quality audit. Proposals were reviewed and four of the firms were selected for oral
interview by a four-member selection.committee comprised of Electric Engineering and
Marketing Services staff. Interview and proposal evaluation results are listed in
Attachment A. Those firms not responding indicated eiiher they did not supply the type of
service desired, or were unavailable to take on new work.
The committee carefully reviewed each of the firm’s qualifications and submittal relative
to the following criteria: RFP response; relative experience related to power quality
auditing; technical expertise; professional demeanor; written and verbal communication
skills; ability to create and provide information and power quality tools via the Web;
monitoring and reliability capabilities; familiarity with pertinent software and hardware;
and rate schedules. Staff checked references supplied by the contractor for previous work
performed and found no significant complaints. Staff has reviewed all of the proposals
submitted and recommends that the services provided by the three top firms based on
points evaluation be accepted. Electrotek was selected because of it’s excellent past
performance in delivering power quality se .rvices, educational presentations and Web-
based power quality tools; EPRI-PEAC Corporation was selected because of it’s research,
extensive power quality data base, access to industry expertise, and potential for
providing Web-based power quality tools. Both of these firms will provide services for
key account customers. Competent Technical Services was chosen to provide specialized
power quality audit and monitoring services to the Major Accounts sector. Staff is
recommending an allocation of funding to be $40,000 for Electrotek, $25,000 for EPRI-
PEAC, and $15,000 for Competent Technical Services for the first year of power quality
services.
CMR: 123:00 Page 2 of 4
RESOURCE IMPACT
Funds have been budgeted in the Electric Fund Operating Budget. Power quality consultant
services will be used on an as-needed basis as customers request. Each specific site
requirement will be reviewed by CPAU staff and once a scope is developed, CPAU will
determine which consultant(s) to solicit a quote.
POLICY IMPLICATIONS
This report .does not represent any change to existing City policies.
The power quality program was one of seven programs approved by Council under its policy
to support both community environmental policies and the Department of Utilities’ goal of
enhancing the satisfaction of customers (CMR:209:96).
ENVIRONMENTAL REVIEW
This is not a project under the Califomia Environmental Quality Act (CEQA).
ATTACHMENTS
Attachment A:Evaluation Summary
PREPARED BY: Virginia Waik, Utilities Marketing Engineer
DEPARTMENT HEAD’.
JOHN ULRICH
Director of Utilities
CITY MANAGER APPROVAL: ._L--~.~
/,J .
CMR: 123:00 Page 3 of 4
ATTACHMENT A
Evaluation Summary
COMMITTEE WEIGHTED RESULTS
Category Weight[ PEAC [ Horizon ] Competent Electrotek
Communication
Hourly Fee
Staff
Qualifications;
Local Staff
Resources;
# Employees
Available
PQ Expertise;
Web Tools;
Reliability;
Distributed
Generation;
Site Audits
Tools/Analysis;
Problem
Approach;
Monitoring
Equipment &
Sotiware
(20 points max)
20
30
30
20
15
$165 plus.
Travel &
Lodging
23
Abundant
resources,
some local
resources
25
Fairly new busi
entity
20
Hook up &
Monitoring
10
$95
20
Limited on site
resources, local
18
Planned to
subcontract
some services
17
No hookup
monitoring
12
$200
20
Limited on
site resources,
local
20
18
Direct
installation
Hook up
17
$2O0
25
Abundant
resources
including Web
based products
& monitoring
tools, no local
27
Web tools
available
2O
Hook up &
monitoring
TOTALS:100 85 65 70 91
CMR:123:00 Page 4 of 4
,COMPETENT
~T ECHNICAL
IIS ERVICES
Debbie Parks
City of Palo Alto
Purchasing & Contract Administration
First .Floor, Civic Center
250 Hamilton Avenue
Palo Alto, CA 94301
18 Janua~,2000
Dear Debbie,
Thank you for the chance to briefly discuss the insurance requirements for RFP#
120275. I have included a copy of my cover letter to the Utilities Marketing Services in -
response to this RPF to show the portions that CTS has responded to.
The issue of errors and omissions insurance has come up a number of times in
CTS’s prior and ongoing contracts with customers such as Siemens, Kaiser Hospitals
and .Toshiba Medical Systems because of the high dollar values associated with the
cost and installation of medical equipment. In all cases, the scope of work for these
customers is identical to the items I have responded to in the fore-mentioned RFP. In
all cases, the above mentioned customers have agreed that no errors and omissions
insurance is required because of the scope of work. CTS is specifically not drawing
plans for construction, or installing, building or designing products for use in the
applications responded to.
As CTS is a sole proprietor business with only one employee, excessive
insurance requirements can result in a dramatically higher fee structure with no
appreciable increase in real value to the customer. Please consider my request to
adjust the insurance limits for the items in my response to the limits shown on the
included certificates of insurance for general liability and vehicle insurance as well.
I look forward to working with you. If you have any questions regarding this
information, please don’t hesitate to call me at (925) 743-4115.
Sincerely,
cc: Virginia Waik
Utilities Marketing Services
(925) 743-4115 SURVEYS~,~ FOR ELECTRICAL
AND SOLUTIONS "~ PROBLEMS
429 EL ALAMO
DANVILLE, CA 94526
AC_ORD. CERTIFICATE OF LIABILITY INSURANC .!
ONLY AND CONFERS NO ~GHTS UPON TH.~ CERTIFICATE
Tanner Insurance Brokers HOLDER. THIS CERTIFICATE DOES NOT A,~I~.ND, EXTEND OR
4670 Willow Road, Suite 250 ALTER THE COVERAGE AFFORDED BY TH~ POLICIES BELOW.
Pleasanton CA 94588
Phone: 925-463=9672 Hax: 925-463 = 0192 INSURERS AFFORDING CO~= ERAGE
~SURED ~SURER&’General Star Indemnit~ Co.
IN~URER B;Competent Technical. Services ....
Manska, ~ba I~SURER ~Jack429 E1 Alamo .~SURE~D:Danville CA 94526
I ~SURER E.,
COVERAGES
THE POLICIE~ OF INSURANCE LISTED BELOW HAVE BEEN I~UE0 TO THE INSURED NAMED ~OVE FOR THE POLICY PERIOD INDIC&TED. NOTW~H~TANDI~G
ANY REQUIREMENT, ~RM OR CONDmON OF ANY CONTRACT OR OTHER DOCUMENT V~TH RESPECT TO WHICH ~H~ CERTIFICATE MAY BE ISSUED OR ¯
MAY PERT~N, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM~ EXCLUSIONS AN0 CONDRIONS OF SUC~
POLICIES, AGGREGATE MMIT~ SHOWN MAY H~VE BEEN REDUCED B~ P~D CLAIMS.
DATE IMM~D~r~qTYPE OF IN3URANCE
GENERAL UABlUTY
~COMMERG~L GENERAL L~81L~
CLA~S M~OEo ~l OCCUR
AUTOMOBILE UAEIIUTY
~NY
/V,J. OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NONK:)WNED AUTOS
GARAGE UABILR~
F.XO F..55 LIASIMTY
P(~ICY NUMBER
IMA691710B
~DEDUCTIBLE
RETENTION $
WORKER~ COMPEN~A~ON AND
EMPLOYER~° LMUBILITY
OTHER J
DESCRIPTION OF OPERATIONS/LOC~TIONS/VEHICLE.~IEXCLUSION$ ADDED BY ENDORSEMENTISP~CIAL PROVISIONS
~o/o7/oo
EACH OCCURRF_N~,~
RRE O~GE (,~y ~ lye)
MED ~ (~o ~n)
GENE~ A~TE
PRODU~S - C~P
COMB~ED
BODILY I~RY
(Per ~)
BODILY INLAY~r e~nO
PROPER~ D~
A~O ONLY - EA ACCIDENT
OTH~ TH~AU~ ONLY:
~CH OCCU~ENC~
AGGREGATE
TOR~L~£~
E.L, ~CH ACCIDEh~
E.L DISUSE - ~ ~PLOYEE
E.L DI~SE. P~ L~IT
sSO0,000
s50,000
s Exaluded
sSO0,O00
=500,000
’$E~cluded
$
$
$
CERTIFICATE HOLDER ADDITIONAl" |NSURED= INSURER
City Of Palo Alto
UtilityMarke~±ng Services
250 Hamilton Avenue
Palo Alto CA 94301
i~CORD 2~S (7197)
CANCFLLATION
,~HOuLD ANY OF THE ABOVE DESCRIBED POLICt ES BE C~CELLEO BEFORE THE EXPIRA’I~O~
DATE THEREOF, THE I~ISUING INSURER ~LL ENDEAVOR lO MAI~, 30~ D~YS WRITI’~N
N OTIC~.." TO THE CERTI FIP-J~TE HOLDER I~J~ED TO "131E LE !-r, BUT F~LURE ~ DO SO SHAM.
IMPOSE NO OBLIGATION OR LIASlUTY OF ~O~ THE INSURER, ITS AGENI"~I OR
JAN-18-2000 09:d$92~96~P. OI
Jan- 18-00
,CERTIFICATE OF INSURANCE
SUCH INSURANCE AS RESPECTS THE INTEREST OF THE CERTIFICATE HOLDER WILL NOT BE CANCELED OR
TERMINATED WITHOUT GIVING 10 DAYS PRIOR WRITTEN NOTICE TO THE CERTIFICATE HOI~DER NAMED BELOW, Bu~" IN
EVENT SHALL THIS CERTIFICATE BE VALID MORE THAN 30 DAYS FROM THE DATE WRITTEN. THIS CERTIFICATE OF INSURAN(:
DOES NOT CHANGE THE COVERAGE PROVIDED BY ANY POLICY DESCRIBED BELOW.
This certifies that: ~ STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY of Bloomington, Illinois, or
STATE FARM FIRE AND CASUALTY COMPANY of Bloomington, Illinois
has coverage in force for the fo/Iowing Named Insured as shown below:
Named Insured
Address of Named Insured
POLICY NUMBER
EFFECTIVE DATE
OF POuCY
DESCRIPTION OF
VEHICLE
LIABILITY COVERAGE
LIMITS OF LIABILITY
a, Bodily Injury
,Each Person
Each Accident
b. Pmperty Damage
Each Accidentc. Bodb/Irim/& P,,o~,iy
E actl Accident
PHYSICAL DAMAGE
COVERAGES
.a. Comprehensive
b. C~lis~n
EMPLOYER’S
NON-OWNERSHIP
~0VERAGE
12/22/99
1992 DODGE PICK-UP
1001300
I001300
~ NO
/~13 Deductible
YES ~ NO
9 K n Deductible
YES ~ NO
CONTINOUS
L_J YES
$.
~ YES
HIRE~R COVERAGE~ YES [~] NO F---] YES
" S-ignat~"~re ~r~-~iz~Rz~re sentative
Name and Ad-dre~s of Certificate Holder
~ NO
Deducti~:~e
L._] NO
Deductible
I----] NO
F--I NO
YES ~ NO
L~YES [13 NO
$Deductible
$Deduct~e
Agent’s Code Number
YES ~ NO
[~ YES [[~] NO.
$.....DeduCl=ble
~ YES ~ NO
$.....Deductible
I-~ YES ~ No
F--I YES r--1 ~n
Date
CITY OF PALO ALTO
UTILITY MARKETING SERVICE
250 HAMILTON AVE.
PALO ALTO, CA. 94301
~ r
Name and Address of Agent
PAM TAYLOR
5041 CLAYTON ROAD
CONCORD, CA. 94521
L
JAN-I8-2000 11:16
-3 L
P.OI
BETWEEN THE CITY OF PALO ALTO AND
JOHN M. MANSKA DBA COMPETENT TECHNICAL SERVICES
FOR CONSULTING SERVICES
This Contract No. is entered into ,
by and between the CITY OF PALO ALTO, a chartered city and a
municipal corporation of the State of California ("CITY"), and
John M. Manska, doing business as COMPETENT TECHNICAL SERVICES, a
power quality consulting firm, located at 429 E1 Alamo, Danville,
California 94526("CONSULTANT").
RECITALS:
WHEREAS, CITY desires certain p!ofessional 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, the parties agree:
SECTION I. TERM
i.I This Contract will commence on the date of its
execution by CITY. The obligation of CONTRACTOR to perform the
services will commence in accordance with the time schedule set
forth in Exhibit "A." Time is of the essence of this Contract.
In the event that the Project is not completed within the tim~
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 & CORRE TI¢~
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.
00107 po 0071793
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.
SECTION 3. 0UALIFICATIONS, STATUS, AND DUTIES OF
CONSULTANT
3.1 CONSULTANT represents and warrants that it has the
expertise and professional qualifications to furnish or cause to be
furnished the Services and Deliverables. CONSULTANT further
represents and warrants that the project director and every
individual, including any consultant (or contractors), charged with
the performance of the Services are duly licensed orcertified 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 John Manska as the project
director to have supervisory responsibility for the performance,
progress, and execution of the Project. John Manska 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.
00105 po 0071793
2
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.
3.6 CONSULTANT will provide CITY with five (5) copies of
any documents which are a part~ of the Deliverables upon their
completion and acceptance by CITY.
3.7 If CITY requelts 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
engagihg al! persons necessary to execute the Project. All
consultants of CONSULTANT will be deemed to be directly controlled
and supervised by CONSULTANT, which will be responsible for their
performance. If any employee or consultant of CONSULTANT’fails or
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner, the
employee or consultant will be discharged immediately from further
performance under this Contract on demand of the project manager.
3.9 In the execution of the Project, CONSULTANT and its
consultants, if any, will at all times be considered independent
contractors and not agents or employees of CITY.
00105 po 0071793
3
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;
3.11 CONSULTANT wil! 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 mus~ remain
acceptable to CITY during the term of this.Contract.
SECTION 4. DUTIES OF CITY
4.1 CITY will furnish or cause tO be furnished the
services listed in Exhibit "A" and such information regarding 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
purpos@s under this Contract. Virginia Waik is designated as the
project manager for the city manager. The project manager will
supervise the performance, progress, and execution of the Project.
4.4 If CITY observes or otherwise becomes aware of any
default in the performance of CONSULTANT, CITY wil! 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:
O0105 po 0071793
4
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 fifteen thousand
dollars ($15,000). 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 In consideration of the full performance of
Additional Services, the amount of compensation set forth in
Exhibit "B" will not exceed $15,000 dollars ($15,000). The rate
schedules may be updated by CONSULTANT only once each calendar
year, and the rate schedules will not become effective for purposes
of this Contract, unless and until CONSULTANT gives CITY thirty
(30) days’ prior written notice of the effective date of any
revised rate schedule.
5.1.3 The ful! payment of charges for extra work or
changes, or both, in the execution of the Project will be made,
prgvided such request for payment is initiated by CONSULTANT and
authorized, in writing, by the project manager. Payment will be
made within thirty (30) days of submission by CONSULTANT of a
statement, in triplicate, of itemized costs covering such work or
changes, or both. Prior to commencing such extra work or changes,
or both, the parties will agree upon an estimated maximum cost for
such extra work or changes. CONSULTANT will not be paid for extra
work or changes, including, without limitation, any design work or
change order preparation, which is made necessary on account of
CONSULTANT’s errors, omissions, or oversights.
5.2 The schedule of payments will be made as follows:
5.2.1 Payment of the Basic Services will be made at
the completion of each Project, or in accordance with any other
schedule of payment mutually agreed upon by the’parties, 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 Payment of the Additional Services will be
made in monthly progress payments for services rendered, within
thirty (30) days of submission, in triplicate, of such requests.
00105 po 0071793
5.2.3 No deductions will be made from CONSULTANT’s
compensation on account of penalties, liquidated damages, or other
sums withheld by CITY from payments to general contractors°
SECTION 6.ECCOUNTING, 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 d~ring
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 employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONSULTANT in the
performance of or failure to perform its obligations under this
Contract.
SECTION 8.WAIVERS
8.1 The .waiver by either party of any breach or
violation of any covenant, term, condition or provision of this
Contract or of the provisions of any ordinance or law will not be
deemed 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.
00105 po 0071793
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 additional
insured concerning CONSULTANT’s performance under this Contract.
9.2 All insurance coverage required hereunder will be
provided through carriers with Best’sKey Rating Guide ratings of
A:VII or higher which are admitted to transact insurance business
in the State of California. Any and all consultantsof 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, wil! be filed with CITY concurrently with
the execution of this Contract. The certificates will be subject
to the approval of CITY’s risk manager and will contain an
endorsement stating that the insurance is primary coverage and will
not be canceled or altered by the insurer except after filing with
the CITY’s city clerk thirty (30) days’ prior written notice of
such cancellation or alteration, and that the City of Palo Alto is
named as an additional insured except in policies of workers’
compensation, employer’s liability, and professional liability
insurance. Current certificates of such insurance will be kept on
file at all times during the term of this Contract with the city
clerk.
9.4 The procuring of such requir%d policy or policies
of insdrance 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
7
00105 po 0071793
of California which require every employer to be insured agains~
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
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 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
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
00105 po 0071793
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.
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
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
follow~:
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
00105 po 0071793
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,Q00) 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 all
Federal and State of California laws covering
nondiscrimination in employment; and that
[Name of Provider] wil! 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 geider 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
I0
00105 po 0071793
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 thi~ Contract.
SECTION 16.MISCELLANEOUS PROVISIONS
16~I 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 pers6ns, 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 Con[ract 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 Californiaor 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 all prior negotiations,
representations, and contracts, either written or ora!. 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,
00105 po 0071793
11
executors, administrators, assignees, and consultants, as the cas~
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 A!l exh±bits 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 provis$ons
of the Charter of the City of Palo Alt6 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.
//
//
//
//
//
//
//
//
//
//
//
0010:5 po 0071793
12
IN WITNESS WHEREOF, the parties hereto have bytheir duly
authorized representatives executed this Cont~ract on the date first
above written.
APPROVED AS TO FORM:CITY OF PALO ALTO
Senior Asst. City Attorney
APPROVED:
Director of Utilities
Director of Administrative
Services
Risk Manager
Assistant City Manager
CONSULTANT:/~~
John M. Ma~ka, DBA
COMPETENT/TECHNICAL SERVICES
Taxpayer Identification No.
244-74-5485
Attachments:
EXHIBIT "A":
EXHIBIT "B":
EXHIBIT "C":
EXHIBIT "D":
SCOPE OF PROJECT &TIME SCHEDULE
RATE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
00106 po 0071793
13
CERTIFICATE OF ACKNOW-LEDG~4ENT
(Civil Code § 1189)
On~-~-~-7 /~ , 2000, 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.
Public
00~0~ po 007~793
14
EXtiIBIT A: SCOPE.OF WORK
POWER QUALITY AND RELIABILITY CONSULTING SERVICES
OBJECTIVE AND OVERVIEW
The obje~live of ibis solicitation is to secure electric consulting services in support of the City of Palo
Alto (City) U~ilities Depa~ment "Power Quality and Reliability Program" for its residential, csmmercial,
industrial and inslitutiohal, such the Veteran’s Administration (VA) Hospital, customers (Customer).
The services will lie provided by tl~e C.bnsultan~ on an as-requested basis, when the need for services
is determined by ihe City. Consulta.nt work will be directed by the City’s Project Manager (the Project
Manager) through the issuahce of written task assigriments. The scope and the fee for each task
assignment will be established by the Project Manager prior to commencement of the requi~sted
work. The contract.will be.written on atime and materials basis. One adjustment in billing rates may.
be allowed annually at a percentage-rate.not to exceed the Consumer Price Index for the San
Francisco/San Jose area. Th6 initial contract period will be for one calendar year with an option.to
extend the contract annuaily for up to two additional years, subject to Council approval of sufficient
funds. The City’s fiscal ye.ar is July 1 through June ~0..
The type .of services that shall be pedormed and delivered by the Program Co’r~sultant I~ay be.on
either side of the Customer-meter and shall include, but are not limited to:
Power Quali!y Au~lits ..
Facility and End Use Pov~e.r’Conditioning (including voltage sag mitigation)
Reliability Studies (ir~cluding critical ioad and controls protec.tion)
Bas~load and Emergency Generation Options
o
o
o
Load-shedding Analysis
Project Design Review
Utility Distributio’n Modifications
Development ~f Internet-basi~d information tools
Customei" Workshops
Proje.ct Economic Analyses
"l’echni.cal Support and Training of. Utility Staff
The City will select no more than t.hree Consultant firms to retain the required expertise in.all the task
areas. The selection criteria are described below.
BACK’G ROUND
To con!inue to.Provide high qualily,’ high value service to our residential commercial, industrial and.
institutional Customers; the City has identified a need for Consultant-based electric reliability and
power quality engi.n.eering expertise. The.assistance supports activities such as electric reliability
stud es, power quality aud!ting, project design review, seminars,’ technicat and economical analysis
PAGE. t "
÷
of Custom~r and Utilities’ distribution electrical sysiem performance, and related technical and
specialized services.
Consult.ant services are used to augment staff resources and provide specialized knowledge, analysis
arid i~dependeqt appraisal, Consultant work is assigned on an as-needed basis to support Utilities
Marketing Service custbmer satisfaction objectives as they relate to residential, c5mmercial~ industrial
and institutional customers. Utility Marketin.g Services has provided similar consultant services during
the prior three years. These targeted Consultant services will allow the City to p~ovide a diverse array
of project analyses which are driven by Customer demand. Customer assistance has included
evaluation of: Customer facilities’ electri6al distribution system, back up power .systems, demand-
limiting control strategies, equipment replacement and electrical system u#grade, monitoring, and
informational materials related to reliability and power quality. In addition, Customers .have also
sought information on how to protect their businesses and processes from voltag~ sags which
o.riginate on the utility distribution systems.
3,.CONTRACT SCOPE
Responsibilities include:
.. (1)
i2)
(3)
..-(4)
(5)
(6)
The City will perform all marketing and screening for the services .to be offered to the
utility Customer. The City .will provide Consultant with contact information for the
accounts selected for auditing. The City will also maintain a data base of audited
Customer accoun.ts for foll.ow-up visits.
Th.e City.wi!l provide Consultant with electrical distribution system diagrams detailing
utility service to the selected site, and electric u~e history of each Customer..
The City Will work with Consultaht t(J.develop all informational ma.t~rials.
All materials must be appr6ved by the City. .
The City will c.ontact the Customer and arrange meeting~.
The Consultant will provide all &quipm~nt, materials and personnel
required to do the wbrk as specified.
The Consultant will perform either walk-through or full-scale audits, and follow-up
visits,, and provide copies o.f all Cu’stomer materials to the City. In addition,
Consultant will provide monthly status ’reports, participate in quarterly, program
review mee!ings with the City, and prepare an annual report summarizing all work
done in the previous 12 months.
(7)The Consultantwill create web-base~informa!ional material for City to provide
information and tools to its Customers.
The Consultant will deveiop and present training and educational workshops, o’n "
power quality and reliability as desired by City,
At the direction of the Project Manager, the Consultant(s) shall PrOvide assistance on an as-
needed basis, including but not limited to:
(1)Seminars and Workshops
It is anticipated that there would be three seminars or workshops annually.
Subjects may include the following:
PAGE2
(2)
(3)
a.Voltage sag mitigation: Problems, Analysis, .Solu.tions,
b.Power Qua!ity: Problems, Analysis,’and Solutions.
c.Power System Basics.
Options available for monitsring, analyzing and communication data related
to power quality and reliability.
Web-based Services
It is anti.cipated that the City will be deve!optng web page serVices.by the end of the
year 2000.
ao The City may seek to offe# informational services to its Customers through
the City web page. The Consultant should be able to provide mohitored
information, and possibly develop tools, for this format.
bo The City may require periodic updates to the tools and information provided
by the Consultant for display on its City web page.
Power Quality and. Reliability Audits
The scope of audits may range from phone consultations with review of field
mon tor ng ¯results, recommendations, review of equipment plans, site walk-through,
.to’detailed engineering analysis of electrical systems. The Consultant shall submit
all audit materials.andassociated calculation methodologies electronically in adLlition
¯ to two hard copies of draft reports for review.by the City. The Consultant will provide
four copies of the final audit after all revisions have been incorporated. The:audit
tasks may include, but are not limited to:
An executive summary of repo.rt find!ngs,
Monitoringassistance (spe.cifications and wiring .diagr-~m~ detailing
equipment installation configuration, and quality assurance),
Data Collectio~ (may include monitor!ng periods ranging from & single day
to several months or more).,
Data Analysis and Correlation (analyze data for any ~ignificant phenomenon),
Presentation of Findings (prepare drafts and writte~ reports which include¯
detail’s of ~ite-specific data gathered during audit and possible on-site
presentation to the Customer),
Recommendations for cost-effective preventiye measures, mitigation,
control, and/or mor~itoring,
h°
Review and creation of-single-line diagrams of Customer’s elect~:ic
distribution system,
Evaluation of reliability improvement options (UPS, generator options,
controls and switches.). Reports should include the following:
PAGE 3
An executive summary (start dat..e, end date, .team members,
purpose, key findings & key recommendal!ons)
Risk assessment for impact of"outages to.Customers
,A descriptio.n and assessment of the Customer’s existing
protection/reliability syst.ems including a description of proposed
controls and systems
UPS system type (static, rotary or continuous power supply)
Power Conditioning Options (ferrc~resonant transformers, small and
large-scale flywheel.s, and other commercially available
technologies)
Automatic Transfer ~witches (subject to utility distribution
configura!ion and modification options)
System life cycle,~..cost (initial and maintenance costs ~)ver the
equipment life)
Sequence of operation (for controls and alarms)
system performance and reliability
UPS citing consi~lerations including-room climate control and sound
attenuation
System fuel storage requirements
Distrib.ution system separation .
ko
An.ciliary switch gear ahd switch gear.modifications
Power. Quali!y impacts of re!lability im’provement equipment
Consultant reports should iriclude appendices with information on C.ustomer
history (provided by the City) and sample equipment
’specifications’ sheets for rec~o.rnmendatiohs,
Identify the electrical distr.ibuton system disru~)tions that are of most
concern to the Customer and Information on past or potential costs incurred
’by the Customer should a disruption or event occur. This data should be
gained b~/the Consultant from the Customer at the beginning of an audit or
study.
The wc~rk Will be done in a timely manner as agreed between City Project
Manager and Contractor.
(4)Project Design Review
Tasks in’clude making recommendation’s for cost-effe.ctive preventive measures,
voltage mitigation, power quality improvements, control, and/or monitoring of power
quality, rel!ability, or voltage sag conditions. Project design review may also involve
the .following:
PAGE 4
So Reviewing electrical diagrams
Data Analysis and correlation
(5)
c.Custsmer briefings.
Technical Support
Tasks include:
a, ’. Phone, Fax and E-mail Consultations with Utilities staff and Customers,
b.-" ’Performing economic analysis of power quality, reliability and voliage sag
mitigation options,
Performing shod term monitoring and performance evaluations,
Reviewing electrical System plans or monitored data and making
recommendations for furtb_er investigation and/or voltage sag mitigation
measures,
Assistance with equipment specifications for electrical system solutions
including substation m6ters, transfer switches, "voltage regulators and
¯ conditioners, and other enhancements,
f;Assistance in performing, designin, g, delivering. and analyzing formall, and
informal surveys of voltage sag mitigation, power quality, and reliability
service potentials in the.City of Palo AI.to..
TASK ASSIGNMENT PROCEDURE
The selecie.dConsu rants; Wilt be assigned the various tasks as they occur, depending on thescqoe
of the task’and their area of expertise and at the discretion of the Project Manager and the Customer.
A.Tl~e Project Mar~ager will obtain the’Customer’s cooperation, define the task and prov.ide a
writtendescription of the task, or Scope of Work, to the selected Consultant.
go 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 her time required for the visit. Th._is may be added to the
cost of the project assignments or charged separately.
If the Consulta’nt declines to perform the work on an offered task, the Project Manager should
be notified within five wo.rking 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 c.ompletion date ~ill be set
by City.
The Consultant shall completethe Work and provide the’City with the deli.verables. A 95%
complete draft report must be submitted at least 10 working days before the project deadline
for City review and comment. If earlier phase reports are req.uired, they will be identified in
the task assignment at the initiation of the project. "
final report will be ~omplet~d for all audits (includin.g those receiving only a walk-through
PAGE 5 "
audit) two weeks after a~dit completion. The final report will. includ.~all findings ofthe audit
in a clear, ’conciseformat along with appropriate informational materials. The addit:will be
considered compl.eted only after the final.report is subrhitted and ac.cepted for each ~ite.
When the Consultant.performs any of the following: seminar, workshop, project .design
review, or technical support, a document will be generated to record the service. The’
d~cument ~i be submitted both electronically and in herd copy to the City. The document
must include the following information:
A Customer business name
Customer contact name, position .title.and phone number
A brief paragra’ph outlining the work performed.and a list of project team members
The date(s) v~hen the services were rendered
A short paragraph describing the probiem(si and the operational.impa~t on the
Customer (this is just a short description .of the problem and what possible solutions
were recommend .ed)
A short paragraph describing the problem(s) and the fiscal impacts on the Customer,
This is the quantified value(in US dollar.s) to-the Customer on a per event basis of
the implementation of the recommended solution(s)., This information will be ’
provided by the Customer as to how much the problem was’c0sting before:-it was
solved or remediated. TI-i~ Customer will have already agreed with the Project
Manager to provide the.fihancial impact information, privr to the assignment o.f work
to the Consultant,
Thes’e short form summaries should be submitted to the City within two weel~s bf co~’pletion
¯ of the service rendere~l.
DEILIVERABLES
The dellverables willbe dete.rmined on a task-by-task basis.
Deliverables .include data transmitted electronically, on disk, or written reports, a summary of site
walk-throuoh recommendations, power conditioning and power.quality calculations or presentations.
Oral presentations and staff training sessions may be v~deo recorded by C.~ty. All reports and written
¯ m,aterials must be provided to and approved by Project Manager prior to delivery to the Customer.
The City requires that material be delivered in eleotronic ¯format. The sbflware used by the City
Incl0des’WORD, EXCEL, ani:J POWER POINT, The City also uses special software related to its
monitoring and power quality communication devices (RPM Omega, PQ Pager, others). It is desired
that the ConsLiltant be familiar with this software if they are selectedfor power quality-related tasks
and services, Ths City also anticipat.es web page presentation of reliability and power quality based
material.. Any material developed by the Consultant for this effort should be in html format,
PAGE6
EXHIBIT B: FEE SCHEDULE
PROJECT TEAM MEMBERS
&
Hourly Rates & Fees
John Manska Power Quality Consultant $200/hour
EXHIBIT C: INSURANCE
PART II - INSURANCE REQUIREMENTS SECTION 650
I.CONTRACTORS TO THE CITY OF PALO ALTO(CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE
CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS AND FOR THE COVERAGE SPECIFIED
-BELOW, AFFORDED BY COMPANIES WITH A BEST’S KEY RATING OF A:X, OR HIGHER, LICENSED TO
TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA.
THE INSURANCE REQUIREMENTS CHECKED BELOW ARE REQUIRED BY THIS INVITATION FOR BID(IFB):
MINIMUM LIMITS
TYPE OF COVERAGE REQUIREMENT
EACH OCCURRENCE AGGREGATE
[]WORKER’S COMPENSATION
[]AUTbMOBILE LIABILITY
COMPREHENSIVE GENERAL LIABILITY,
INCLUDING PERSONAL INJURY, BROAD FORM
PROPERTY DAMAGE, BLANKET CONTRACTUAL,
AND FIRE LEGAL LIABILITY
COMPREHENSIVE AUTOMOBILE LIABILITY,’
INCLUDING, OWNED, HIRED, NON-OWNED
PROFESSIONAL LIABILITY, INCLUDING, ERRORS
AND OMISSIONS, MALPRACTICE (WHEN
APPLICABLE), AND NEGLIGENT PERFORMANCE
STATUTORY
STATUTORY
BODILY INJURY
PROPERTY DAMAGE
BODILY INJURY & PROPERTY
DAMAGE COMBINED
BODILY INJURY
- EACH PERSON
- EACH OCCURRENCE
PROPERTY DAMAGE
BODILY INJURY AND
PROPERTY DAMAGE,
COMBINED
ALLDAMAGES
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,o~o,ooo
$1,ooo,ooo
$1,ooo,0oo
$1,ooo,ooo
$1,ooo,ooo
$1,ooo,ooo
$1,ooo,ooo
$1,ooo,ooo
$1,ooo,ooo
$1,ooo,ooo
THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: BIDDER, AT ITS SOLE COST AND EXPENSE, SHALL
OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE
INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY BIDDER AND ITS SUBCONTRACTORS, IF ANY, BUT ALSO,
WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS
ADDITIONAL INSURES CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES.
I1.
III.
INSURANCE COVERAGE MUST INCLUDE:"
A.A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR
OF COVERAGE CANCELLATION, AND,
B.A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S
AGREEMENT TO INDEMNIFY CITY- SEE PART II SECTION 500, FORMAL CONTRACT(SAMPLE).
SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE, OR COMPLETE THIS SECTION
AND IV THROUGH VI, BELOW.
A.NAME AND ADDRESS OF COMPANY AFFORDING COVERAGE (NOT AGENT OR BROKER):
B.NAME, ADDI~ESS AND PHONE NUMBER OF YOUR INSURANCE AGENT/BROKER:
CITY OF PALO ALTO IFB 120275 - - PA~3E 1 OF :2
PART II - INSURANCE REQUIREMENTS ’ SECTION 650
C.POLICY NUMBER(S):
D.DEDUCTIBLE AMOUNT(S) ( DEDUCTIBLE AMOUNTS IN EXCESS.OF $5,000 REQUIRE CITY’S PRIOR
¯ APPROVAL):
IV.AWARD IS CONTINGENT ON COMPLIANCE WITH ClTY’~S INSURANCE REQUIREMENTS, AND BIDDER’S
SUBMITTAL OF CERTIFICATES OF INSURANCE EVIDENCING COMPLIANCE WITH THE REQUIREMENTS
SPECIFIED HEREIN.
VI.
ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSURES",
A.PRIMARY COVERAGE
WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE
AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY
OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSURES.
B.CROSS LIABILITY
THE NAMING OF MORE THAN ONE PERSON, FIRM OR CORPORATION AS INSURES UNDER THE POLICY
SHALL NOT, FOR THAT REASON ALONE’, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST
ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT
INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY.
C.NOTICE OF CANCELLATION
IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN
THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A
THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF
PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRI’Fi’EN
NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
PROPOSER CERTIFIES THAT PROPOSER’S I’NSURANCE COVERAGE MEETS THE ABOVE REQUIREMENTS:
THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW.SIGNATURE(S)
MUST BE SAME SIGNATURE(S) AS APPEAR(S) ON SECTION 300A.
Firm:
Signature:
o
Name:
Signature:
Name:
(PRINT OR TYPE NAME)
(PRINT OR TYPE NAME)
NOTICE(S) SHALL BE MAILED TO:PURCHASING AND CONTRACT ADMINISTRATION
CITY OF PALO ALTO
P.O. BOX 10250
PALO ALTO,.CA 94303.
CITY OF PALO ALTO IFB 120275 PAGE 2 OF 2
EXHIBIT D: NONDISCRIMINATION
PART II -PROPOSER INFORMATION ( MUST RE SUBMITTED WITH PROPOSAL) SECTION 300 A
¯ Provide The Information Requested Below
Or
Indicate "Not Applicable" If Appropriate
Name of Proposer (Company)Address
IRS Number:~L t/ ~.[_ ...) q .. {-V "’~ .~"
A.Proposer is a:
California Corporation
CI Corporation organized under the laws of the State of
With head offices located at
And offices in California at
CI California Limited Liability Company
~Sole proprietorship; ’ ,.,T’O H’ L,/ /t,v~, i/k’] ,.~ 4/~" l< ~4 . proprietor
(Fictitious business names (i.e. "D.b.a,"):(: ~:~ ;’,1 f (: 7" (j ~ 7" F~" ~ N ,~’ ~ (- "~ t.
Partnership r3 Limited liability partnership
(List names of partners; state which partner or partners are managing partner(s)
Other (attach addendum with explanatory details).
B.How many years have you (or your firm) done business under the name listed above? / Z/ y.~ ,.
C~How many years of experience in work similar to work or services covered in this RFP? ~’ 7 y’~ "y
D.Provide relevant references of contracts satisfactorily completed in the last three (3) years:
¯CUSTOMER COMPANY (NAME/ADDRESS)CONTACT/PHONE NUMBER ’DATE COMPLETED CONTRACT AMOUNT
’S,
CITY OF PALO ALTO RFP 120275 PAGE 1 OF 4
PARTII- PROPOSER
CUSTOMER COMPANY (NAME/ADDRESS)CONTACT/PHONE NUMBER
5... £f4 4tJbEL #ll~fJt~,44. (;(.~T~.~f~
(PLEASE PROVIDE ADDITIONAL SHEETS, IF NECESSARY)
INFORMATION ( MUST BE SUBMITTED WITH PROPOSAL) SECTION 300 A
DATE COMPLETED CONTRACT AMOUNT
$
Have you or your firm previously worked for the City of PaiD Alto? ~ .Yes ~ no ( if "yes", please list
above or if necessary provide information additional sheets).
Fo 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
~-r~
(PLEASE 6ROWDE ADOmON~L SHEETS ~ NECESSARY)
G.Provide a list of the project’s management staff of the Proposer who will manage’th~ proposed work:
FIELD OF EXPERTISE/CAPABILITIES/EXPERIENCE
(PLEASE PROVIDE ADDITIONAL SHEETS IF NECESSARY)
Contractor’s license #/type:
Minority business enterprises :
Proposer is __ is not ~ a Minority or Women or Disadvantaged Business Enterprise.
Small Business Concern:
Proposer is ~ is not~a Small Business Concern.
As r~quired under Section 4100, et Seq., of the Public Contract’Code, the Proposer shall list below the
names and business address of each subcontractor who will perform work under this Proposal in excess of
one-half of one percent of the Proposer’s total Proposal price, and shall also list the portion of the work
which will be done by such subcontractor. After opening of Proposals, no changes or substitutions will be
allowed except as otherwise provided by law’. 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~
NAME/ADDRESS SCOPE OF WORK
CITY OF PALO ALTO RFP 120275 PAGE 2 OF 4
PART II -PROPOSER INFORMATION ( MUST BE SUBMITTED WITH PROPOSAL) SECTION 300 A
NAME/ADDrESS SCOPE OF WORK
.3
Addenda
(PLEASE INCLUDE ADDITIONAL PAGES IF NECESSARY)
Subcontrac’tors will.not perform work or labor or render services to the undersigned, in or
about the work contemplated by this Proposal (check and initial).
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, and 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 thei’ein contained
shall be incorporated to any Proposal submitted by Proposer.
To assure that all Proposers have receive each addendum issued, the following acknowledgment and sign-
off is required. Failure to acknowledge receipt of an addendum/addenda may be considered an irregularity
in the Proposal:
The Proposer acknowledges that Proposer has received, and the information contained in the
addendum/addenda listed below has been considered in the preparation of this Proposal.
Proposer confirm’s receipt .of addenda by checking (,/) each addendum number Proposer has
received.
Addendum number(s) received: ~ 1; ~_ 2; ~ 3; 4; -5;
~6; 7; ~ 8; __.9;
Or~
M.
:) Addendum/Addenda Were Received (check and initial).
The Proposer additionally represents that Proposer has not retained a person to solicit or secure a city
con#act upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee,
except for retention of bona fide employees or bona fide established commercial selling agencies for the
purpose of securing business.
Proposer’s designated contact
Name:
Phone:
Title:
Fax:
As suppliers of goods or services to the City of PaiD Alto, the 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.
CITY OF PALO ALTO RFP 120275 PAGE 3 OF 4
PART II -
P.
PROPOSER INFORMATION ( MUST BE SUBMITTED WITH PROPOSAL) SECTION 300 A
The undersigned hereby agrees to, and accepts the terms and conditions of this RFP.
Note:Cafifomia 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 certit’ied corporate resolution attesting to the signatory authority of the
individuals signing in their respective capacities is acceptable)
Bidder is required to provide a certificate in good standing from the State of Cafifornia with its Bid.
Signatures:
First Officer*:
Second Officer**:
(MUST BE THE SAME SIGNATURE AS WILL APPEAR ON CONTRACT)
(PRINTED NAME OF SIGNATORY)
(TITLE OF SIGNATORY)
(MUST BE THE SAME SIGNATURE AS WILL APPEAR ON CONTRACT)
(PRINTED NAME OF SIGNATORY)
(TITLE OF SIGNATORY)
Or,
The undersigned certifies’that the Proposer is not a corporation and is not subject to the requirements of
California Corporations code, and hereby agrees to, and accepts the terms and conditions of this RFP.
Signature:
~UST~E THE SAME SIGNATURE AS WILL APPEAR ON CONTRACT)
CITY OF PALO ALTO RFP 120275 PAGE 4 OF 4
BETWEEN THE CITY OF PALOALTOAND
ELECTROTEK CONCEPTS, INCORPORATED
FOR CONSULTING SERVICES
This Contract No.is entered into~,
by and between the CITY OF PALO ALTO, a chartered city and a
municipal corpor@tion of the State of California ("CITY"), and
ELECTROTEK CONCEPTS, INCORPORATED, a California ~Corporation,
located at 408 North Bluff Road, Suite 500, Knoxville, Tennesse
37923-3641("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, the parties agree:
SECTION i. TERM
i.i This Contract will commence on the date of its
execution by CITY. The obligation of CONTRACTOR to perform the
services wil! commence in accordance with the time schedule set
forth in Exhibit "A." Time is of the essence of this Contract.
In the event that the 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 wfll be performed, delivered or executed by CONSULTANT
under the phases of the Basic Services as described below.
00107 po 0071795
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 inwork, 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.
SECTION 3,QUALIFICATIONS,STATUS,AND DUTIES QF
3.1 CONSULTANT represents and warrants that it has the
expertise and professional qualifications to furnish or cause to be
furnished the Services and Deliverables. CONSULTANT further
represents and warrants that the project director and every
individual, including any consultant (or contractors), charged with
the performance of the Services are duly licensed or certified by
the State of California, to the extent such licensing or
certification is required by law to perform the Services, and that
the Project will be executed~by them or under their supervision.
CONSULTANT will furnish to CITY for approval, prior to execution of
this Contract, a list of all individuals and the names of their
employers or principals to be employed as consultants.
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 Mark McGramaghan as the
project director to have supervisory responsibility for the
performance, progress, and execution of the Project. Mark
McGramaghan 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.
00107 po 0071795
2
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, regplations, 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.
3.6 CONSULTANT will provide CITY with five (5) copies of
any documents which are a part of the Deliverables. upon their
completion and acceptance by CITY.
3.7 If CITY requests additional copies of any documents
which are a part of the Deliverables, CONSULTANT will provide such
additional copies and CITY will compensate CONSULTANT for its
duplicating costs.’
3.8 CONSULTANT will be responsible for employing or
engaging all persons necessary to execute the .Project. All
consultants of CONSULTANT will be deemed to be directly-controlled
and supervised by CONSULTANT, which will be responsible for their
performance. If any employee or consultant of CONSULTANT fails or
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner, the
.employee or consultant will be discharged immediately from further
performance under this Contract on demand of the project manager.
3.9 In the executionof the Project, CONSULTANT and its
consultants, if any, will at all times be considered independent
contractors and not agents or employees of CITY.
00107 po 0071795
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 w~iting, 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 f
CONSULTANT and its staff beyond those normally required under the
Basic Services;
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, ~y CITY, in writing, and must remain
acceptable to CITY during the term of this Contract.
SECTION 4. DUTIES OFCITY
4.1 CITY will furnish or cause to be furnished the
services listed in Exhibit "A" and such information regarding 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. Virginia Waik is designated as the
project manager for the city manager. The project manager will
supervise the performance, progress, and execution of the Project.
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:
00107 po 0071795
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 forty thousand dollars
($40,000). 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 In cohsideration of the full performance of
Additional Services, the amount of compensation set forth in
Exhibit ~B" will not exceed forty thousand dollars ($40,000). The
rate schedules may be updated by CONSULTANT only once each calendar
year, and the rate schedules will not become effective for purposes
of this Contract, unless and untiICONSUSTANT gives CITY thirty
(30) days’ prior written notice of the effective date of any
revised rate schedule.
5.1.3 The full payment of charges for extra work or
changes, or both, in the execution of the Project will be made,
provided such request for payment is initiated by CONSULTANT and
authorized, in writing, by the project manager. Payment will be
made within thirty (30) days of submission by CONSULTANT of a
statement, in triplicate, of itemized costs covering such work or
changes, or both. Prior to commencing such extra work or changes,
or both, the parties will agree upon an estimated maximum cost for
such extra work or changes. CONSULTANT will not be paid for extra
work or changes, including, without limitation, any design work or
change order preparation, which is made necessary on account of
CONSULTANT’s errors, omissions, or oversights.
5.2 The schedule of payments will be made as follows:
5.2.1 Payment of the Basic Services will be made at
the completion of each Project, or in accordance with any other
schedule of payment mutually agreed upon by the parties, or within
thirty (30) days of submission, in triplicate, of such requests if
a schedul~ of payment is not specified. Final payment will be made
by CITY after CONSULTANT has submitted all Deliverables, including,
without limitation, reports which have been approved by the project
manager.
5.2.2 Payment of the Additional Services will be
made in monthly progress payments for services rendered, within
thirty (30) days of submission, in triplicate, of such requests.
5
00107 po 0071795
5.2.3 No deductions will be made from CONSULTANT’s
compensation on account of penalties, liquidated damages, or other
sums withheld by CITY from payments to general contractors.
T A D TSo 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 accognting principles and wil! be made available
to CITY for auditing purpo.ses 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 Srrespective 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 CONSULT.ANT agrees to protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
agents, fYom any and all demands, claims, or liability of any
nature, including death or injury to any person, property damage or
any other loss, caused by or arising out of CONSULTANT’s, its
officers’, agents’, consultants’ or employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONSULTANT in the
performance of or failure to perform its obligations under this
Contract.
SECTION 8. WAIVERS
8~i 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.
00107 po 0071795
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 for~e 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 additional
insured concerning CONSULTANT’s performance under this Contract.
9.2 All insurance coverage required hereunder will be
provided through carriers with B~st’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
additional insured under such policies as required above.
9.3 Certificates of such insurance, preferably on the
forms provided by CITY, will be filed with CITY concurrently with
the execution of this Contract. The certificates will be subject
to the approval of CITY’s risk manager and will contain an
endorsement stating that the insurance is primary coverage and will
not be canceled or altered by the insurer except after filing with
the CITY’s city clerk thirty (30) days’ prior written notice of
such cancellation or alteration, and that the City of Palo Alto is
named as an additional insured except in policies .of workers’
compensation, employer’s liability, and professional liability
insurance. Current certificates of~such insurance will be kept on
file at all times during the term of this Contract with the city
clerk.
9;4 The procuring of such required policy or policies
of insurance will not be construed to limit CONSULTANT’s liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
.<CONSULTANT will be obligated for the full and total amount of any
damage, injury, or loss caused by or directly arising as a result
of the Services performed under this Contract, including such
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
7
00107 po 0071795
of California which require every employer to beinsured against
liability for workers’ compensation or to undertake self-insurance
in accordance with theprovisions of that Code, and certifies that
it will comply with such provisions, as applicable, before
commencing the performance of the Project~
SECTION !l,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.
II.2~CONSULTANT may terminate t~is Contract or suspend
its execution of the Project by giving thirty (30) da~s’ 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
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 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 service
in an amount which bears the same ratio to the total fee otherwise
00107 po 0071795
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.
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
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
00107 po 0071795
9
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 Munigipal 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 p~rtaining 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 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.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
I0
00107 po 0071795
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 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 Courh
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 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,
00107 po 0071795
1t
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 Contr@ct
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 ~nstrument.~
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.
//
//
//
//
//
//
//
//
//
//
//
00107 po 0071795
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
Senior Asst. City Attorney
APPROVED:
Director of Utilities
Director of Administrative
Services
Risk Manager
Assistant City Manager
ELECTROTEK CONCEPTS
INCORPORATED
By:-
Name: Mark F. ~cGranaghan
Title: Vice President
By:
Name:
Title:
Taxpayer Identification No.
77-0023214
(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
00107 po 0071795
13
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
On ~o /D , 2000, before me, the undersigned, a
Notary Public in~ndAfor,said Co;nty and State, personally appeared
/~7~x~ #/~A~~, personally known to
me or pro~ed°to me°oi ~-bas~is 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.
Sig of Notary P[ lic
00107 po 0071795
14
ACORD.
~ROOUCF.R
~ugh Wood Inc.
45 Broadway
New York NY 10006
CERTIFICATE OF
~eN.. 212-509-3777 Fu ~. 212=509--4906
INSURED
E~ectrotek Concepts, Inc.
2111 Wilson Boulevard
A~lington, VA 22201
COVERAGES
LIABILITY INSURANC co I GATE’"11/18
THIS CERTIFICATE IS ISSUED AS A MATTER OF
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY
A American Manufacturers Mutual
COMPANYB Lumb~rmens Mutual Casualty Co.
COMPANYC American Protection Insurance
COMPANY
D
THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE LISTED BELOW NAVE BEEN I~BUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INCICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WI114 RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. UMITE SHOWN MAY HAVE BEEN REDUCED BY PND CLAIMS.
POUCY EFFECTNE POUCY EXPIRATIONCOTYPE OF INSURANCE POLICY NUMBER UMITSLTRDATE (MM/OD/YY)DATE (MM/OD/YY)
A
B
A
C
GENERAL LIABIUTY
X~_~.O_IMM ERCIAL G EN ERAL UABILJIY
._._~..__.J CLAIMS MADE [ X-~ OCCUR~OWNER’S & CONTRACTOR’S PROT
AUTOMOBILE UABIU’W
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
X HIRED AUTOS
X NON.OWNED AUTO~
GARAGE UAB~UTY
ANY AUTO
~ESS UABII.FrY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION ANO
EMPLOYERS~ LJARIUTY
THE PROPRIETOR/~ INCLPARTHERS/F.XECUTIVE
OFFICERS ARE:EXCL
OTHER
3MH 040 538-01
.F3B 030536-01
3SG 010 380-01
3BR 005323-01
04101199
04101199
04101199
04101199
o4/o1/oo
04101100
04101100
04101100
GENERAL AGGREGATE ! $ 2, 0 0 0, 0 0 0
PRODUCTS.COMPK)P AGG $ 2,000,000
PERSONAL & ADVtNJURY $ 1,000,000
EACH OCCURRENCE $ .1, 000 e 000
RRE DAMAGE (Any one tim)$ 1,000,000
MED EXP (Any one perlon)$10,. 000
COMBINED SINGLE LIMIT $ i ~ 000 ~ 000
8OCILY INJURY $(Per person)
BODILY INJURY(Per a~Jdent)$
PROPERTY DAMAGE $
AUTO ONLY ¯ EA ACCIDENT $
OTHER THAN AUTO ONLY:
EACH ACCIDENT
AGGREGATE
EACH OCCURRENCE
AGGREGATE
X TORY L MITS
EL EACH ACCIDENT
EL DISEASE. POUCY LJMIT
$
$
$9?000,000
$9,000,000
$
11,000,000
11,000,000
ELDIBEASE.EAEMPLO~E $ I?0007000
DESCNPTION OF OPERATIONS/LOCATI~SNEH~LES/SPECIAL ITEMS
The Certificate Holder is included as Additional I~sur~d as ~esp~cts toliability arising out of work performed by Electrouek uoncepus, ±nc.
CERTIFICATE HOLDER
City of Palo Alto
Purchasing and Contract
Administration
P.O. Box 10250
Palo Alto, CA 94303
ACORD2S..S(I~S)
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED PO~ CA~:~=L’L.:~D BEFORE THE
EXPtRA’nON DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 BAYS V~JTTEN NOTICE TO THE CERTIRCATE HOLDER NAMED TO THE LEFT,
BUT F~LURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBUGATION OR LIABIIJTY
OF ANY KIND UPON THE CO.. ~P~.ANY, ITS. ~ O_R REPRESENTATIVES.
AUTHORIZED R~
~ /F " ACORD CORPORATION 1988
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STAT OF
COUNTY OF )
On , 2000, 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
OOl07"po 0071795
15
EXt]IBIT A: sCoPE.OF WORK
POWER QUALITY AND RELIABILITY CONSULTING SERVICES
.t.OBJECTIVE AND OVER.VIEW
The obje&ive of ihis solicitation is to secure electric Consulting services in support of the City of Palo
Alto (City) Utilities Depa~ment."Power Quality and Reliability Program" for it~ residential, cbmmercial,
industrial and institutiohal, such the Veteran’s Administration (VA) Hospital, customers (Customer).
The services will Be p~ovided by tl~e C.~nsultani on an as-requested basis, when the need for services
isdetermined by |he City. Consulta.nt work will be directed by the City’s P.roject Manager (the Projec)
Manager) through the issuance of written task assigfiments. The scope and the fee for each task
assignment will be established by the Project Manager prior to commencement of the requi~sted
work. The contract ,will be.written on atime and materials basis. One adjustment in billing rates may
be allowed annually at a percentage.rate.not to exceed the Consumer Price Index for the San
Fr’ancisco/San Josearea. Th~ initial contract period will be for one calehdar year with an option.to
extend the contraci annuaily for up to two addition~l years, subject to Council approval of sufficient
¯ funds. The City’s fiscal ye.ar Is July 1 through June 80.. ..
The type .of services that shallbe performed and delivered by the Prograr~ Consultant may be.on
either side of the Customer.meter and shall include, but are not limited to:
Power Quali .ty Au~lits ..
Fac.tlity and End Use Power conditioning (Including voltage sag mitigation)
Reliability Studies (Including. critical load and controls prote0tion)
Bas~load and Emergency Generation Options
Load-shedding Analysis
Project Design Review
Utility Distributio’n Modifications
Development ’~f Internet-based information tools.
Custome~ Workshops
Proje, ct Economic Analyses
,. "T’echni.cal Support and Training ¯of.Utility Staff
The City will select no more than three Consultant firms to retain the required expertise In.all the task
areas. 3"he selection criteria are described below.
To continue to.provide high quality, high value service to our resident.ial, commercial, industrial and.
Institutional Customers, the City has identified a ne.ed for Consultant-based electric reliability and
po.wer quality engi.n, eering expertise, The.. assistance supports activities such as electric reliability
studies,~power quality auditing, project design review, seminars;technicaland econemical analysis
PAGE.~~-
of Customer and Utilities’ distribution
specialized services.
electrical sysiem performance, and related technical and
Consultant sewices are used to augment staff resources and provide specialized knowledge, analysis
and ihdependen.t appraisal. (~onsultant work is assigned on an as-needed basis.to support Utilities
Marketing Service custbmer satisfaction objectives as they relate to residential, commercials industrial
and institutiohal customers. Utility MarketiDg Services has provided similar consultant services during
¯ the prior three years. These targeted Consultant services will allow the City to p~:ovide a diverse array
of project analyses which are driven by Customer demand. Customer assistance has included
evaluation of: Customer facilities’ electribal .distributidn system, back up power systems, demand-
limiting control strategies, equiprfient replacement and electrical system upgrade, monitoring, and
informational materials related to reliability and power quality. In addition,.Customers have also
sought information on how to protect their businesses and processes from voltage sags which
originate on the utility distribution systems.
CONTRACT SCOPE
"Responsibilities include:
(1)The City will perform all marketing, and screening for the Services ~o be offered to the
utility Customer; The City,will provide Consultant with contact i,nformation for the
accounts selected for auditing. The City will also maintain a data base of audited
Customer accoun!s for foil .ow-uP visits.
i2)
(3)
... (4)
(5)
(6)
The Clty.wi!l provide Consultant with electrical distribution system diagr~ims di~tailing
utility service to the selected site, and electric u~e history of each Customer..
¯ The City Will work with Consultant t0.develop all informational ma.t~rials.
call materials must be apprbved by the City.
The City will cpntact the Customer and arrange meeting~.
The Consultant will provide all.~quipm~nt, materials and personnel
required to do the wbrk as specified.
The Consultant will perform either walk-through or full-scale audits, and follow-up
visitsl and provide copies. of. all CUstomer materials to the City. In addition,
Consultant will provide monthly status "reports, participate in quarterly, program
review meetings with the City, and prepare an annual report summarizing all. work
done in the previous 12 months.
(7)The ’Consultant’will create web-based informational material ’for City to provide
information and tools to its Customers.
The Consultant will deveiop and present training and educational workshops, o’n
power quality and reliability as desired by City.
At the direction of the Project Manager, the Consultant(s) shall PrOvide assistan.ce on an as-
needed basis, including but not limited to:
(1)Seminars and Workshops
It is anticipated that there would be three seminars or workshops annually.
Subjects may include the following:
PAGE
(2)
(3)
Voltage Sag mitigation: Problems, Analysis, .S01L~tions,
Power Qua!ity: Problems, Analysis, ’and Solutions.
Power System Basics.
Options available for monitsring, analyzing and communication data related
to power quality and reliability.
Web-based Services
It is anti.cipated that the City will be deve!oplng web page services .by the end of the
year 2000.
The City may seek to offei" informational services to its Customers through
the City web page, The Consultant should be able to provide monitored
information, and possibly develop tools, for this format,
bo The City may require periodic updates to the fools and information provided
by the Consultant for display on its City web page.
Power Quality and. Reliability Audits
The scope of audits may range from phone consultations w!th review of field
monitoring .results, recommendations, review of equipment plans, site walk-through,
¯ ’to’ detailed engineering an,~lysls of electrical systems. The Consultant shall submit
all audit materials.and ’associated calculation methodologies electronically in addition
¯ to two hard copies of draft reports for review.by the City. The Consultant will. provide
four copies of the final audit after all revisions have been incorporated. The:audit
tasks may include, but are not limited to:
ao An executive summary of report findings,
Monitoring assistance (spe.cificatlons and winng diagram~ detailing
equipment installation configuration, and quality assurance),
.,Data C011ectio~ (may include monitoring .periods ranging from a single day
to several months or more).,
¯Data Analysis and Correlation (analyze data for any ~ignlficant phenomenon),
Presentation of Findings (p~:epare drafts and writte~ reports which include¯
detail’s of site-specific data gathered during audit and possible on-site
presentation to the Customer)~
fo Recommendations for cost-effective preventi.ve measures, mitigation,
control, and/or monitoring,
Review and creation of-single-line diagrams of Customer’s elect~:ic
distribution system,
Evaluation of reliability improvement options (UPS, generator options,
controls and switches.). Reports should include the following:
PAGE 3
(4)
$
An executive summary (start date, end ~late, .team members,
purpose, key findings & key recommsndati.ons)
Risk assessment for impact of"outages to.Customers
,A description and assessment of the Customer’s existing
protection/reliability systems including a.de~cription of proposed
controls and systems
UPS system type (static, rotary or continuous, power supply)
Power Conditioning Options (ferr~resonant transformers, small and
large-scale flywheels,, and other commercially available
technologies)
Automatic Transfer ~witches (subject to utility distribution
configuration and modification options)
S~stem life cycle’,~:.cost (initial and maintenance costs ~ver the
equipment life)
Sequence of operation (for controls and alarms)
System performance and reliability
UPS citing considerations including .room climate control and sound
attenuation
System fuel storage requirements
Distribuiion system separation . ".
An.ciliary switch gear ahd switch gear.modifi.cations
Power. Quali!y impacts of re!lability im’provement equ.lpment.
Consultant reports should ir~clude appendices with information on Customer
history (provided by the City) and sample equipment
specifications’ sheets for recommendatio’ns,
Identify the electrical distribution system disruptions that are of most
concern to the Customer and Information on past or potent!al costs incurred
’by the Customer should a. disruption or event occur. This data should be
gatn.ed b~ the Consultant from the Customer at the beginning of an audit or
study,
The w~rk Will be done in a timely manner as agreed between. City Project
Manager and Contractor.
Project Design Review
Tasks include making recommendations for cost-effe.ctive preventive measures,
voltage mitigation,, power quality improvements, control, and/or monitoring of power
quality, rel!ability, or voltage sag conditions. Project design review may also involve
the .following:
PAGE 4
=
-RevieWing electrical diagrams
b=Data Analysis and correlation
c.Customer briefings.
(5)Technical Support
Tasks include:
a. ¯ Phone, Fax and E-mail Consultations with Utilities staff and Customers,
-’Performing economic analysis of power quality, reliability and voltage sag
mitigation op~ion~;,
c.Performing short term monitoring and performance evaluations,
do
e,
f:
Reviewing electrical system plans’.or monitored data and making
recommendations for furtb.er investigation and/or voltage sag mitigation
measures,
Assistance with equipment specifications forelecirical system solutions
including substation meters, transfer swit~hes, "voltage regulators and
¯ conditioners, and other enhancements,
Assistancein performing, designin.g,delivering and an’alyzing forma~ and
informal surveys of voltage sag mltigatlon, power quali~, and reliability
service potentials in the.City of Palo AI.to.
,TASK ASSIGNMENT pROCEDURE
The selectedConsultants Wilt be assigned the various tasks as they occur, depending on the,scq~
of the task’and their area of expertise and at the disbretion of the Project Manager and the Customer..
A.T~e Proj~c.t Mar~ager will obtain the’Customer’s cooperation, define the tasl~ and prov.ide a
Written description of the task, or~Scope of Work, to the selected Consultant.
The Consultant shali 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 her time required for the visit. Th._ls may be added to the
cost of the project assignments or charged separately.
If the Consulta’n! declines to perform the work on an offered task, the Project Manager should
be notified within five wo.rking 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 c.ompletion 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. If earlier phase reports are required, they will be identified in
the task assignment.at the initiation of the project. "
:A final report will be ompleted for all audits (includirlg those receiving only a walk-through
¯’.PAGE 5 "
audit) two weeks after a~dit completion. The final report will. include’all findings 0fthe audit
in a clear, 50nclse.format, along with appropriate informational materials. The addit.will be
considered compl.eted only aft.er.the final.report i.s submitted and ac.cepted for each ,~ite,
When the Consultant.performs any. of the f~llowi~g: seminar, workshop, project .design
review, or technical support, a document will be generated to record the service. The’
document ~ill be submitted both electronically and In h~rd copy to the City. The document
must includ~ the following Information:
¯A Customer business name
Customer contact name, position.titl.e.and phone number.
A briefparagra’ph outlining the work performed and a list. of Project team members
The date(s) When the services were rendered
A short paragraph describing the probl~m(si and the operational .impa~t on the
Customer (thls is just a short description pf the problem and what possible solutions
were recommend.ed) ,, ..
A short paragraph describing the problem(s) and the fiscal impa~ts on the Customer.
This is the quantified value(in US dollar.s) to.the Customer on a per event basis of
the implementation of tile recommended solution(s).. This information will be
provided by the Customer as to how much the problem was’c0sting before:.it was
solved or remedlated. Th~ Customer will have already agreed with the" Project
Manager to provide the.fihancial impact Information, prior to the assignment o.f work
to the Consultant,
Thes’e short form summaries should ~)e submltted to the City within ~o weeks Of co~’pletion
¯ of the service rendere~l.
D E E.IV ._E RAB LE_____~S
The deliverables will’be determined on a task-by-task basis,
Dellverables .include data trangmitted electronically, on disk, or written reports, a summary of slte
walk-through recommendations~ power conditioning and powder.quality calculations, or presentations.
Oral presentations and staff train ng se’sslons may be video r~corded by City. All reports and written
m,aterials must be provided to and approved by Project. Ma’nager prior to _d.elivery to the Customer,
The City requires that material be delivered In eleotronlc "format. The sbffware used by the City
InclUdes’WORD,’ EXCEL, an~ POWER POINT, The City also uses special software related to Its
monitoring and powe.r quality communication devices (RPM Omega, PQ Pager, others), It is desired
that the ConsLiltant be familiar with this software if they are selected’for power quality-related tasks
and services, The City also anticipates web page presentation of reliability and power quality base~
material. Any material developed by the Consultant for this effort should be in html format.
PAGE6
EXHIBIT B: FEE SCHEDULE
PROJECT TEAM MEMBERS
&
Hourly Rates & Fees
Mark McGranaghan
Tom Grebe
¯ Chris Melhom
Wade Eclder
Principal Consultant
Senior Consulting Engineer
Project Manager
Project Manager
$200/hour
$160/hour
$130/hour
$130/hour
EXHIBIT C:*INSURANCE
PART II - INSURANCE REQUIREMENTS SECTION 650
CONTRACTORS TO THE CITY OF PALO ALTO(CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE
;CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS AND FOR THE COVERAGE SPECIFIED
BELOW, AFFORDED BY COMPANIES WITH A BEST’S KEY RATING OF A:X, OR HIGHER, LICENSED TO
¯TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNI/~
INSURANCE REQUIREMENTS CHECKED BELOW ARE REQUIRED BY THIS INVITATIO,N FOR BID(IFB):
~MINIMUM LIMITS
TYPE OF COVERAGE REQUIREMENT
EACH OCCURRENCE AGGREGATE
[]WORKER’S COMPENSATION STATUTORY
[]AUTOMOBILE LIABILITY STATUTORY
[]BODILY INJURYCOMPREHENSIVE GENERAL LIABILITY,
INCLUDING PERSONAL INJURY, BROAD FORM
PROPERTY DAMAGE, BLANKET CONTRACTUAL,
AND FIRE LEGAL LIABILITY
COMPREHENSIVE AUTOMOBILE LIABILITY,
INCLUDING, OWNED, HIRED, NON-OWNED
PROFESSIONAL LIABILITY, INCLUDING, ERRORS
AND OMISSIONS, MALPRACTICE (WHEN
APPLICABLE), AND NEGLIGENT PERFORMANCE
PROPERTY DAMAGE
BODILYINJURY&PROPERTY
DAMAGE COMBINED
BODILYINJURY
-EACH PERSON
-EACH OCCURRENCE
PROPERTY DAMAGE
BODILY INJURY AND
PROPERTY DAMAGE,
COMBINED
ALL DAMAGES
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: BIDDER, AT ITS SOLE COST AND EXPENSE, SHALL
OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUTTHE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE
INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY BIDDER AND ITS SUBCONTRACTORS, IF ANY, BUT ALSO,
WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS
ADDITIONAL INSURES CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES.
II.
II1.
INSURANCE COVERAGE MUST INCLUDE:"
A.A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR
OF COVERAGE CANCELLATION, AND, . ,
B.A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S
AGREEMENT TO INDEMNIFY CITY - SEE PART II SECTION 500, FORMAL CONTRACT(SAMPLE).
SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE, OR COMPLETE THIS SECTION
AND IV THROUGH VI, BELOW.
A.NAME AND ADDRESS OF COMPANY AFFORDING COVERAGE (NOT AGENT OR BROKER):
B.NAME, ADDF~ESS AND PHONE NUMBER OF YOUF~ INSURANCE AGENT/BROKER:
CITY OF PALO ALTO IFB 120275 PAGE 1 OF 2
PART II - INSURANCE REQUIREMENTS SECTION 650
C.-POLICY NUMBER(S):
D.DEDUCTIBLE AMOUNT(S) ( DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR
APPROVAL):
IV.AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AND BIDDER’S
SUBMITTAL OF CERTIFICATES OF INSURANCE EVIDENCING COMPLIANCE WITH THE REQUIREMENTS
SPECIFIED HEREIN.
VI.
ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSURES",
A.PRIMARY COVERAGE
WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE
AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY
OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSURES.
B.CROSS LIABILITY
THE NAMING OF MORE THAN ONE PERSON, FIRM OR CORPORATION AS INSURES UNDER THE POLICY
SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST
ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUF~DS, SHALL NOT
INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY.
C.NOTICE OF CANCELLATION
IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN
THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A
THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF
PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITFEN
NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
PROPOSER CERTIFIES THAT PROPOSER’S INSURANCE COVERAGE MEETS THE ABOVE REQUIREMENTS:
THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW.SIGNATURE(S)
MUST BE SAME SIGNATURE(S) AS APPEAR(S) ON SECTION 300A.
Firm:
Signature:
Name:
Signature:
Name:
(PRINT OR TYPE NAME)
(PRINT OR TYPE NAME)
NOTICE(S) SHALL BE MAILED TO:PURCHASING AND CONTRACT ADMINISTRATION
CITY OF PALO ALTO
P.O. BOX 10250
PALO ALTO, CA 94303.
CITY OF PALO ALTO IFB 120275 PAGE 2 OF 2
EXHIBIT D: NONDISCRIMINATION
PART II -PROPOSER INFORMATION ( MUST BE SUBMITTED WITH PROPOSAL) SECTION 300 A
Provide The Information Requested Below
Or
Indicate "Not Applicable" If Appropriate
Name of Proposer ((~ompany)
Electrotek Concepts
Proposer is a:
California Corporation
Address
408 N Cedar Bluff Road, Suite 500
Knoxville, TN 31923
IRS Number: 77-0023214
Phone/Fax Number. (865) 470-9222/(865) 470-9223
[3
[3
[3
Corporation organized under the laws of the State of
With head offices located at
And offices in California at
CaliforniaLimited Liability Company
Sole proprietorship;
(Fictitious business names (i.e. "D.b.a."):
, proprietor
Partnership [3 Limited liability partnership
(List names of partners; state which partner or partners are managing partner(s)
Other (attach addendum with explanatory detaiis).
How many years have you (or your firm) done business under the name listed above?
How many years of experiencein work similar to work or services covered in this RFP?
Provide relevant references of contracts satisfactorily completed in the last three (3) years:
15
i0
CUSTOMER COMPANY (NAM~ADDRESS)
8306 Century Park Court Rt~ 47]0
San Diego, tA 92123
Consolidated Edison Company2708 First Ave., Room 907
New York, NY 10017
3 Fairfax County Water Authority
1250 Holly Knoll Drive
Herndon, VA 22070
4,Sacramento Municipal Utility Dist
P.O. Box 15830
CONTACT/PHONE NUMBER
Bob Cilleskie
619-654-1152
Frank Sinicola
212-338-4373
703-404-5015
Jim Bemis
916-732-6338
DATE COMPLETED CONTRACT AMOUN~
12/31/96 25,000$
3/31/98 $, 75,000
25,000
CITY OF PALO ALTO RFP 120275 PAGE 1 OF 4
PART II -PROPOSER INFORMATION ( MUST BE SUBMITTED WITH PROPOSAL) SECTION 300 A
CUSTOMER COMPANY (NAME/ADDRESS)CONTACT/PHONE NUMBER DATE COMPLETED CONTRACT AMOUNT
City of Palo A~.~;O
P~O. Box 10250 ~, Virginia Waik I~/q1/96 $ 44,000"P~Io Altn: CA 94303 650-329~2680
(PLEASE PROVIDE ADDITIONAL SHEETS, IF NECESSARY)
Eo Have you or your firm previously worked for the City of Pal6 Alto? ~ Yes ~ no ( if "yes", please list
above or if necessary provide information additional sheets).
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. ’
Dranetz-BMl 4300 Power Quality Monitor
CONDITION LOCA~’ION
Good Knoxville, TN
2 Dranetz-BMl 8020 PQNodes Good Knoxville, TN
3 Dranetz-BMI PPI Power Quality Monitor Good Knoxville, TN
1 Fluke 41 Power Meter Good Knoxville, TN
(PLEASEPROVIDEADDITIONALSHEETSIFNECESSARY)
Provide a list of the project’s management staff of the Proposer who will manage the proposed work:
NAME FIELD OF EXPERTISE/CAPABILITIES/EXPERIENCE
..Wade’ J. Eckler Power Systems En~_!Power Quality Audits. Ind,,mtria] Nt,,~_ies
Mark F. McGranaghan Power Systems Engineering/PQ Audits, Seminars, Power Factor/Volt S
Dan Sabin Power Systems Engineering/Power quality monitoring and data analysis
Ro_~er C,. Du_~an ’Distribution System Plannin_~/Di~tribution planninK and system analysis
(PLEASE PROVIDE ADDITIONAL SHEETS IF NECESSARY)
H.Contractor’s license #/type:N/A
Minority business enterprises :
Proposer is ~ is not X a Minority or Women or Disadvantaged Business Enterprise.
Small Business Concern:
Proposer is __ is not ~ a Small Business Concern.
As-required under Section 4100, et Seq., of the Public Contract Code, the Proposer shall list below the
names and business address of each subcontractor who will perform work under this Proposal in excess of
one-half of one percent of the Proposer’s total Proposal price, and shall also list the portion of the work
which will be done by such subcontractor. After opening of Proposals, no changes or substitutions will be
allowed except as otherwise provided by law. 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.
NAME/ADDRESS
Atlas Energy Systems
530 Baldwin Park Blvd.
..City of Industry, CA
91746
SCOPE OF WORK
Field work for power quality audits, assistance
with seminar presentations, assistance with
mitigation strategies (specification, budgeting,
implementat ion
CITY OF PALO ALTO RFP 120275 PAGE 2 OF 4
PART II -,PROPOSER INFORMATION ( MUST BE SUBMITTED WITH PROPOSAL! SECTION 300 A
NAME/ADDRESS SCOPE OF WORK
2.
Or, [~
Addenda
(PLEASE INCLUDE AEiDITIONAL PAGES IF NECESSARY)
Subcontractors will .not perform work or labor or render services to the undersigned, in or
about the work contemplated by this Proposal (check and initial).
Durir~g 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, and 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 RFP0 and the i~rovisions and instructions therein contained
shall be incorporated to any Proposal submitted by Proposer.
To assure that all Proposers have receive each addendum issued, the followin.g acknowledgment and sign-
off is required. Failure to acknowledge receipt of an addendum/addenda may be considered an irregularity
in the Proposal:
The Proposer acknowledges that Proposer has received, and the information contained in the
addendum/addenda listed below has been considered in the preparation of this Proposal.
Proposer confirm’s receipt of addenda by checking (,/’) each addendum number Proposer has
received.
Or~
M.
Addendum number(s) received:~ 1; ~ 2; ~. 3; ~4; ~
~6; ~ 7; ~ 8; ~9;
5;
No Addendum/Addenda Were Received (check and initial).
The Proposer additionally represents that Proposer has not retained a person to solicit or secure a city
cor~tract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee,
except for retention of bona fide employees or bona fide established commercial selling agencies for the
purpose of securing business.
Proposer’s designated contact
Name: Wade J.F.cY, le~:Title: Sez~±o~: £owe~: Systems Eng±nee~:
Phon~: (865) 470-9222, ex~:. 116 Fax:(865) 470-9223
As suppliers of goods or services to the City of Palo Alto, the 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.
CITY OF PALO ALTO RFP 120275 PAGE 3 OF 4
PART II -
P.
PROPOSER INFORMATION ( MUST BE SUBMITTED WITH PROPOSAL) SECTION 300 A
The undersigned hereby agrees to, and accepts the terms and conditions of this RFP.
Note:California Corporations Code Section 313 requires two corporate officers to execute contracts,
°The signature of First Officer* mus.__.tt be one of the following: Chairman of the Board; President; or
Vice President,
*’The signature of the Second Officer’* mus.___t 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)
Bidder is required to provide a certificate in good standing from the State of Cafifomia with its Bid.
Or,
Signatures:
First Officer*:
Second Officer**:
(MUSTBETHESAMESIGNATUREASWILLAPPEARONCONTRACT)J. Char’les .Smith . .
(PRINTEDNAMEOFSIGNATORDPresident
(TITLE OF SIGNATORY)
(MUST BE THE SAME SIGNATURE AS WILL APPEAR ON CONTRACT)
Robert: S t:e r.n
(PRINTED NAME OF SIGNATORY)
Chief Financial Officer
(TITLE OF SIGNATORY)
The undersigned certifies that the Proposer is not a corporation and is not subject to the requirements of
California Corporations code, and hereby agrees to, and accepts the terms and conditions of this RFP.
Signature:
(MUST BE THE SAME SIGNATURE AS WILL APPEAR ON CONTRACT)
CITY OF PALO ALTO RFP 120275 PAGE 4 OF 4
BETWEEN THE CITY OF PALO ALTO AND
EPRI PEAC CORPORATION
FOR CONSULTING SERVICES
This Contract No.is entered into~,
by and between the CITY OF PALO ALTO, a chartered city and a
municipal corporation of the State of California ("C~TY"), and
EPRI PEAC CORPORATION, a DELAWARE CORPORATION, located at 830
Corridor Park Boulevard, Suite 200,Knoxville,Tennessee
37932("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, the parties agree:
SECTION i. TERM
i.i This Contract will commence on the date of its
execution by CITY. The obligation of CONTRACTOR to perform the
services will commence in accordance with the time schedule set
forth in Exhibit "A." Time is of the essence of this Contract.
In the event that the 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
t.ime. This provision will no~ preclude the recovery of damages for
delay caused by CONSULTANT.
~ECTION 2. SCOPE OF PROJECT; CHANGES & CORRECTIONS
2.1 The scope of Services and D~liverables constituting
the Project will be performed, delivered or executed by CONSULTANT
under the phases of the Basic Services as described below.
00107 po 0071794
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 td 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.
SECTION 3.OUALIFICATIONS,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
certification is required by law to perform the Services, and that
the Project wil! 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 Tomas Key as the project
director to have supervisory responsibility for the performance,
progress, and execution of the Project. Tomas Key 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.
00107 po 0071794
2
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 loc~l laws, ordihances,
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 Deliverableso
3.5 .Any Deliverables given to, or prepared or assembled
by, CONSULTANT or its consultants, if any, under this Contract wil!
become the property of CITY and will not be made available to any
individual or organization by CONSULTANT or its consultants, if
any, without the prior written approval of the city manager.
3.6 CONSULTANT will provide CITY with five (5) copies of
any documents which are a part of the Deliverables upon their
completion and acceptance by CITY.
3.7 If CITY requests additional copies of any documents
which are a part of the Deliverables, CONSULTANT will provide such
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 cons’idered independent
contractors and not agents or employees of CITY.
00107 po 0071794
3
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 w~iting, 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 f
CONSULTANT and its staff beyond those normally required under the
Basic Services;
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 C~TY, in writing, and must remain
acceptable to CITY during the term of this Contract.
SECTION 4. DUTIES OF CITy
4.1 CITY will furnish Or cause to be~ furnished the
services listed in Exhibit "A" and such information regarding 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. Virginia Waik is designated as the
project manager for the city manager. The project manager will
supervise the performance, progress, and execution of the Project.
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:
00107 po 0071794
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 twenty-five thousand
dollars ($25,000). 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 In consideration of the full performance of
Additional Services, the amount of compensation set forth in
Exhibit "B" will not exceed twenty-five thousand dollars ($25,000).
The rate schedules may be updated by CONSULTANT only once each
calendar year, and the rate schedules will not become effective for
purposes of this Contract, unless and until CONSULTANT gi~es CITY
thirty (30) days’ prior written notice of the effective date of any
revised rate schedule.
5.1.3 The~full payment of charges for extra work or
changes, or both, in the execution of the Project will be made,
provided such request for payment is initiated by CONSULTANT and
authorized, in writing, by the project manager. Payment will be
made within thirty (30) days of submission by CONSULTANT of a
statement, in triplicate, of itemized costs covering such work or
changes, or both. Prior to commencing such extra work or changes,
or both, the parties will agree upon an estimated maximum cost for
such extra work or changes. CONSULTANT will not be paid for extra
work or changes, including, without limitation, any design work or
change order preparation, which is made necessary on account of
CONSULTANT’s errors, omissions, or oversights.
5.2 The schedule of payments will be made as follows:
5.2.1 Payment of the Basic Services will be made at
the completion of each Project, or in accordance with any other
schedule of payment mutually agreed upon by the parties, 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 Payment. of the Additional Services will be
made in monthly progress payments for services rendered, within
thirty (30) days of submission, in triplicate, of such requests.
00107 po 0071794
5.2.3 No deductions will be made from CONSULTANT’s
compensation on account of penalties, liquidated damages, or other
sums withheld by CITY from payments to general contractors.
SECTION 6,ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS
6.1 Records of the direct personnel expenses and
expenses incurred in connection with the performance of Basic
Services and Additional Services pertaining to the 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 ~rrespective.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 employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONSULTANT in the
performance of or failure to perform its obligations under this
Contract.
SECTION 8.WAIVERS
8.1 The waiver by either party of any breach or
violation of any covenant, term, condition or provision of this
Contract or of the provisions of any ordinance or law will not be
deemed 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.
00107 po 0071794
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, emplbyer’s liability
and professional liability insurance, naming CITY as an additional
insured concerning CONSULTANT’s performance under this Contract.
9.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Rating Guide ratings of
A:VII or higher which are admitted to transact insurance business
in the State of California. Any and all consultants of CONSULTANT
retained to perform Services under th±s 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 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
the CITY’s city clerk thirty (30) days’ prior written notice of
such cancellation or alteration, and that the City of Palo Alto is
named as an additional insured except in policies of workers’
compensation, employer’s liability, and professional liability
insurance. Current certificates of such insurance will be kept on
file at all times.during the term of this Contract with the city
clerk.
9.4 The procuring of such required policy or policies
of insurance will not be construed to limit CONSULTANT’s liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
CONSULTANT will be obligated for the full and total amount of any
damage, injury, or loss caused by or directly arising as a result
of the Services performed under this Contract, including such
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
00107 po 0071794
of~California which require every employer to beinsured 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.
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 notic~e 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
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 t~e
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 service
in an amount which bears the same ratio to the total fee otherwise
00107 po 0071794
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
~ill 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 CONSULTANTto 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
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
00107 po 0071794
9
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 Muhicipal 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:
’~[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 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
I0
00107 po 0071794
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 fiDding 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 C~lifornia, 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 Un±ted 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 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,
00107 po 0071794
1!
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 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.
//
//
//
//
//
//
//
//
//
00107 po 0071794
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
Senior Asst. City Attorney
APPROVED:
Assistant City Manager
EPRI PEAC CORPORATION
Director of Utilities
Director of Administrative
Services’
Risk Manager
By:
Name:
Title:
Taxpayer Identification No.
61-1763163
(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
00107 po 0071794
13
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STAT~. OF
COUNTY OF
On ~)~ , 2000, before me, the undersigned, a
Notary~PublicVin and for said County and State, personally appeared
, personally known to
me or proved to me on the basis of satisfactory evidence ~o 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
O0107 po 0071794
14
STAT~ OF )
) SS.
COUNTY OF )
On , 2000,.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
00107 po 0071794
15
EXHIBIT C: INSURANCE
PART II - INSURANCE REQUIREMENTS SECTION 650
I.CONTRACTORS TO THE CITY OF PALO ALTO(CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE
~-CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS AND FOR THE COVERAGE SPECIFIED
BELOW, AFFORDED BY COMPANIES WiTH A BEST’S KEY RATING OF ~X, OR HIGHER, LICENSED TO
TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNL~
INSURANCE REQUIREMENTS CHECKED BELOW ARE REQUIRED BY THIS INVITATIO,N FOR BID(IFB):
~MINIMUM LIMITS
TYPE OF COVERAGE
WORKER’S COMPENSATION
AUTOMOBILE LIABILITY
COMP.REHENSIVE GENERAL LIABILITY,
INCLUDING PERSONAL INJURY, BROAD FORM
PROPERTY DAMAGE, BLANKET CONTRACTUAL,
AND FIRE LEGAL LIABILITY ’ -
COMPREHENSIVE AUTOMOBILE LIABILITY,
INCLUDING, OWNED, HIRED, NON-OWNED
PROFESSIONAL LIABILITY, INCLUDING, ERRORS
AND OMISSIONS, MALPRACTICE (WHEN
APPLICABLE), AND NEGLIGENT PERFORMANCE
REQUIREMENT
STATUTORYSTATUTORY
BODILY INJURY
PROPERTY DAMAGE
BODILY INJURY & PROPERTY
DAMAGE COMBINED
BODILYINJURY
-EACH PERSON
-EACH OCCURRENCE
PROPERTY DAMAGE
BODILY INJURY AND
PROPERTY DAMAGE,
COMBINED
ALL DAMAGES
EACH OCCURRENCE
$1,000,000
$1,ooo,ooo
$1,ooo,ooo
$1,ooo,ooo
$1,ooo,ooo
$1,ooo,ooo
$1,000,000’
$1 ,oo0,ooo
$1,ooo,ooo
AGGREGATE
$1,000,000
.$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$t,000,000
THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: BIDDER, AT ITS SOLE COST AND EXPENSE, SHALL
OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE
INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY BIDDER AND ITS SUBCONTRACTORS, IF ANY, BUT ALSO,
WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS
ADDITIONAL INSURES CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES.-
II.
Ill.
INSURANCE COVERAGE MUST INCLUDE:"
A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR
OF COVERAGE CANCELLATION, AND,
A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S
AGREEMENT TO INDEMNIFY CITY - SEE PART II SECTION 500, FORMAL CONTRACT (SAMPLE).
SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE, OR COMPLETE THIS SECTION
AND IV THROUGH VI, BELOW.
NAME AND ADDRESS OF COMPANY AFFORDING COVERAGE (NOT AGENT OR BROKER):
NAME. ADDF~ESS AND PHONE NUMBER OF YOUR INSURANCE AGENT/BROKER:
CITY OF PALO ALTO IFB 120275 PAGE 1 OF 2
PART II - INSURANCE REQUIREMENTS SECTION 650
D;
POLICYNUMBER(S)"-,.,,,, ~/I/~., ,$,,~’~
DEDUCTIBLE AMOUNT(S)( DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CI~S PRIOR
APPROVAL):
IV,AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AND BIDDER’S
SUBMITTAL OF CERTIFICATES OF INSURANCE EVIDENCING COMPLIANCE WITH THE REQUIREMENTS
SPECIFIED HEREIN.
ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSURES",
A,PRIMARY COVERAGE
WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE
AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY
OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSURES.
B.CROSS LIABILITY
THE NAMING OF MORE THAN ONE PERSON, FIRM OR CORPORATION AS INSURES UNDER THE POLICY
SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST
ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT
INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY.
NOTICE OF CANCELLATION
VI.
IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN
THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A
THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE F.OR THE NON-PAYMENT OF
PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRrI-I’EN
NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
PROPOSER CERTIFIES THAT PROPOSER’S INSURANCE COVERAGE MEET~ THE ABOVE REQUIREMENTS:
THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW.SIGNATURE(S)MUST BE SAME SIGNATURE(S) AS APPEAR(S) ON SECTION 300A.
Firm:
Signature:r~l~//~/~./ i~~lX,).
(PRINT OR WPE NAME)
(PRINT OR ~PE NAME)
Signature:
Name:
NOTICE(S) SHALL BE MAILED TO:PURCHASING AND CONTRACT ADMINISTRATION
CITY OF PALO ALTO
P.O. BOX 10250
PALO ALTO, CA 94303.
CiTY OF PALO ALTO IFB 120275 PAGE 2 OF 2
EXHIBIT D: NONDISCRIMINATION
PART II -PROPOSER INFORMATION ( MUST BE SUBMITTED WITH ,PROPOSAL) SECTION 300 A
Provide The Information Requested Below
Or
Indicate "Not Applicable" ~f Appropriate
Name of Proposer (Company)
EPRT PEA(3 Corporat’ion
Proposer is a:
California Corporation
r~
Address
830 Corridor Park Blvd., Suite 200
Knoxvllle, ’I’[~ JI~Z
IRSNumber:61-1 ~/63] 63
Phone/Fax Number: 865-966-5430/865-966-7302
Corporation organized under, the laws of the State of Delaware
With head offices located at Knoxville r Tenessee
And offices in California at Palo Alto: California
C~lifornia Limited Liability Company
Sol,e proprietors.hip;
(Fictitious business names (i,e. "D.b.a,"):
, proprietor
Partnership ~ Limited liability partnership
(List names of partners; state which partner or partners are managing partner(s)
Other (attach addendum with explanatory deta s)
How many years have you (or your firm) done business under the name listed above? 1 (,1 4
How many years of experience in work similar to work or services covered in this RFP? 1 5
Provide relevant references of contracts satisfactorily completed in the last three (3) years:
[Please refer to page 24 of this proposal. ]
CUSTOMER COMPANY (NAMEJADDRESS) CONTACT/PHONE NUMBER DATE COMPLETED
1
years as PE;
CONTRACT AMOUN~
3,,
CITY OF PALO ALTO RFP 120275 PAGE 1 OF 4
PART II -PROPOSER INFORMATION ( MUST BE SUBMITTED WITH PROPOSAL) SECTION 300 A
CUSTOMER COMPANY (NAME/ADDRESS)CONTACT/PHONE NUMBER DATE COMPLETED CONTRACT AMOUNT
(PLEASE PROVIDE ADDITIONAL SHEETS, IF NECESSARY)
¯Have you or your firm previously worked for the City of PaiD All6? __ Yes ~ n° ( if "yes", please list
above or if necessary provide information additional sheets).
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
EPRI
uses
unit.
NAME, TYPE. MODEL, CAPACITY, ETC.CONDITION LOCATION
PEAC has an extensive list of power monitorinq equipment ~t
to diaqnose Dower quality problems including ~ts PortoiSag test
Please refer to Appendix D and Sebtion 2.6 for more information.
(PLEASE PROVIDE ADDITIONAL SHEETS IF NECESSARY)
Provide a list of the project’s management staff of the Proposer who will manage the proposed work:
NAME"FIELD OF EXPERTISE/CAPABILITIES/EXPERIENCE
m~m ~ey See Appendix B, Paqe 31
Carl Miller See Appendix ~. ~g~ 32_
(PLEASE PROVIDE ADDITIONAL SHEETS IF NECESSARY)
H.Contractor’s license #/type: ~A
Minority business enterprises :
Proposer is __ is not ~ a Minority or Women or Disadvantaged Business Enterprise.
Small Business Concern:
Proposer is __ ,is not _..X_. a Small Business Concern.
As required under Section 4100, et Seq,, of the Public Contract Code, the Proposer shall list below the
names and business address of each subcontractor who will perform work under this Proposal in excess of
one-half of one percent of the Proposer’s total Proposal price, and shall also list the portion of the work
which will be done by such subcontractor. After opening of Proposals, no changes or substitutions will be
allowed except as otherwise provided by law. 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.
NAME/ADDRESS’SCOPE OF WORK
1. A1 hy w P
CITY OF PALO ALTO RFP 120275 PAGE 2 OF 4
PART II -PROPOSER INFORMATION ( MUST BE SUBMITTED WITH PROPOSAL) SECTION 300 A
NAME/ADDRESS SCOPE OF WORK.
(PLE.ASE INCLUDE ADDITIONAL P.AGES IF NECESSARY)
~Subcontractors will nol perform work or labor or render services to the undersigned, in or
about the work contemplated by this Proposal (check and initial).
L. ’ Addenda
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 an~i addendum issued by city in connection with.this RFP, and 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 receive each addendum issued, the following acknowledgment and sign-
off is required. Failure to acknowledge receipt of an addendum/addenda may be considered an irregularity
in the Proposal:
The Proposer acknowledges that Proposer has received, and the information contained in the
addendum/addenda listed below has been considered in the preparation of this Proposal.
Proposer confirm’s receipt of addenda by checking (,/) each addendum number Proposer has
received.
Or,
Addendum number(s) received:~ 1;2; ~ 3;
__. 6;7; ~ 8;
._~d~K~’~endum/Addenda Were Received (check and initial).
4;5;
~g;
The Proposer additienally represents that Proposer 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 employees or bona fide established commercial selling agencies for the
purpose of securing business.
Proposer’s designated contact
Name: Hichae’l W. Howard Title:President
Phone: 865-966-5430 Fax: 865-966-7302
As suppliers of goods or services to the City of Palo Alto), the 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.
CITY OF PALO ALTO RFP 120275 PAGE 3 OF 4
PARTII-PROPOSER INFORMATION ( MUST BE SUBMITTED WITH PROPOSAL) SECTION 300 A
The undersigned hereby agrees to, and accepts the terms and conditions of this RFP.
Note:California Corporations Code Section 313 requires two corporate officers to executecontracts.
*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)
Bidderis mquiredtopmwdeace~ficate ~ goods~ndingfromthe Sta~ ofCalifom~ ~ ~sBid.
EPRI PEAC Corporation will provide certificate in good standing from the
State of California if awarded a contract based on this proposal.
Signatures: ~
First Officer*:
Michael W. Howard
(PRINTED NAME OF SIGNATORY)
Second Officer’*:
President
~-, o ( (TITLE OF SIGNATORY)
(I~tUST BE THE SAME SIGNATURE AS WILL APPEAR ON CONTRACT)
~li~ Willi~m$
(PRINTEDNAMEOFSlGNATORY)
Secretary
(TITLEOFSIGNATORY)
Or,
The undersigned certifies that the Proposer is not a corporation and is not subject to the requirements of
California Corporations code, and hereby agrees to, and accepts the terms and conditions of this RFP.
Signature:
(MUST BE THE SAME SIGNATURE AS WILL APPEAR ON CONTRACT)
¯CITY OF PALO ALTO RFP 120275 PAGE 4 OF 4
SCOPE .OF WORK
POWER QUALITY AND RELIABILITY CONSULTING SERVICES
OBJECTIVE AND OVERVIEW
The objective of ihis solicitation is to secure electric consulting services in support of the City of Palo
Alto (City) Utilities Depa~ment "Power Quality and Reliability Program" for its residential, csmmercial,
industrial and inslitutiohal, such the Veteran’s Administration (VA) Ho~pital, customers (Customer).
The services will I~e provided by the c.onsultan~ on an as-requested basis, when the need for services
isdetermined by (he City, Consulta~nt work will be directed by the City’s ProjectManager (the Projec.t
Manager) through the issuance of written task assigr~ments. The scope and the fee for each task
assignment will be established by the Project Manager prior to commencement of the requested
work, The contract .will be.written on a time and materials basis. One adjustment in billing rates may
be allowed annually, at a percentage.rate.not to exceed the Consumer Price Index for the San
Fr’anciscolSan Josearea. Th~ initial contract period will be for one calendar year with an option.to
extend the contract annually for up to two additional years, subject to Council approval of sufficient
funds. The City’s fiscal year Is July I through June 30..
The type .of.services that shall beperformed and delivered by the Program Cor~sultant may be.on
either side of the Customer.meter and shall include, but are not limited to:
o
o
o
Power Quail .ty Au~lits
Facility and End Use Pov~er Conditioning (including voltage sag. mitigation)
Reliability Studies (including critical load and controls protection)
Bas~load and Emergency Generation Options
Load-shedding Analysis
Project Design Review
Utility Distribution Modifications
Development ’of Internet-based information tools ¯
Customer: Workshops
Proje.ct Economic Analyses
"Technical Support and Training of¯ Utility Staff
The City will select no more than t.hree Consultant firms to retain the required expertise in.all the task
areas. The selection criteria are described below.
2. BACK’G ROUN__D
To continue to provide high quality, high value service to our residen!ial, commercial, industrial and
institutional Customers; the City has identified a need for Consultant-based electric reliability and
power quality engi.n.eering expertise. The.assistance supports activities such as electric reliability
studies,¯ power quality auditing, project design review, seminars,’ technical and economical analysis
PAGE. 1 "
of Customerand utilities’ distribution electrical sysiem performance, and related technical and
specialized services.
Consultant services are used to augment staff resources and provide specialized knowledge, analysis
arid independen.t appraisal. Consultant work is assigned on an as-needed basis to support Utilities
Marketing Service customer satisfaction objectives as they relate to residential, commercial~ industrial
and institutional customers. Utility Marketir~g Services has provided similar consultant services during
¯ the prior three years. These targeted Consultant services will allow the City to p~:ovide a diverse array
of project analyses which are driven by Customer demand.. Customer assistance has included
evaluation of: Customer facilities’ electrical distribution system, back up power .systems, demand-
limiting control strategies, equipment replacemen’t and electrical system upgrade, monitoring, and
.’informational materials related to reliability and power quality. In addition, Customers have also
sought informalion on how to protect their businesses and processes from voltage sags which
o.riginate on the utility distribution systems.
3.CONTRACT SCOPE
.A.. Responsibilities include:,
i2)
(3)
¯ (4)
(5)
The City will perform all marketingand screening for the services ~o be offered to the
utility Customer. The City will provide Consultant with contact information for the
accounts selected for auditing. The City will also maintain a data base of audited
Customer accoun.ts for foil .ow-up visits.
The City.wi!l provide Consultant with electric’al distribution system diagrams di~tailing
utility service to the selected site, and electric use history of each Customer..
The Cffy Will work with Consultant t0.develop all informational materials.
All materials must be approved by the Cit.y.
The City will cpntact the Customer and arrange meeting~.
The Consultant will provide all ~quipm~nt, materials and personnel
required to do the work as specified.
The Consultant wilt perform either walk-through or full-scale audits, and follow-up
visits, and provide copies of all Customer materials to the City. In addition,
Consultant will provide monthly status reports, participate in quarterly, program
review mee!ings with the City, and prepare an annual report summarizing all work
done in the previ’ous 12 months.
(7)The Consultant will create web-based informational material for City to provide
information and tools to its CL~stomers.
(8)The Consultant will deveiop and present training and educational workshops on
power quality and re!lability as desired by City.
At the direction of the Project Manager, the Consultant(s) shall provide assistance on an as-
needed basis, including but not limited to:
(1) Seminars and Workshops
it is anticipated that there would
Subjects may include the following:
be three seminars or workshops annually.
PAGE 2
Voltage sag mitigation: Problems, Analysis, .Solu.tions.
Power Quality: Problems, Ana!ysls, and Solutions.
Power System Basics.
do Options available for monit~)ring, analyz!ng and communication data related
to power quality and reliability.
(2)Web-based Services
It is anti.cipated that the City will be developing web page services.by the end ofthe
year 2000.
The City may seek to offei" informational services to its Customers through
the City web page. The Consultant should be able to provide monitored
information, and possibly develop tools, for this format.
bo The City may require periodic updates to the tools and information provided
by the Consultant for display on its City web page.
Power Quality and Reliability Audits
The scope of audits may range from phone consultations with review of field
monitoring results, recommendations, review of equipment plans, site walk-thraugh,
to detailed engineering analysis of electrical systems. The Consultant shall submit
all audit materials.and associated calculation methodologies electronically in addition
¯ to two hard copies of draft reports for review.by the City. The Consultant will provide
four copies of the final audit after all revisions have been incorporated. The-audit
tasks may include, but are not limited to:
a=
d=
An executive summary of repo.rt findings,
Monitoring assistance (spe.cifications and wiri~lg diagrams detailing
equipment installation configuration, and quality assurance),
,Data Collectio~ (may include monitoring periods.ranging from a single day
to several months or more).,
Data Analysis and Correlation (analyze data for, any ~ignificant phenomenon),
Presentation of Findings (prepare drafts and writte~ reports which include.
details~ of site-specific data gathered during audit and possible on-site
presentatio.n to the Customer),
fo Recommendations for cost-effective
control, and/or monitoring,
Review and creation’ of single-line
distribution system,
preventi.ve measures, mitigation,
diagrams of Customer’s electl:ic
Evaluation ’of reliability improvement options (UPS, generator options,
controls and switches). Reports should include the following:.
PAGE3
C4)
An executive summary (start date, end ~ate, .team members,
purpose, key findings & key recommendations)
Risk assessment for imp’act ofoutages to’Customers
,A descriptio.n and assessment of the Customer’s existing
protecti0n/reliability systems including a de~;cription of proposed
controls and systems
UPS system type (static, rotary or continuous power supply)
Power Conditioning Options (ferr0resonant transformers, small and
large-scale flywheels, and other .commercially available
technologies)
Automatic Transfer ,~witches (subject to utility distribution
configuration and modification options)
System life cycle;~..cost (initial and maintenance costs ~ver the
equipment life)
Sequence of operation (for controls and alarms)
System performance and reliability
UPS citing considerations including .room climate control and sound
attenuation
System fuel storage requirements
Distribuiion system separation.
An.ciliary switch gear and switch gear.modifications
Power. Quali!y impacts of re!lability im’provement equipment.
Consultant reports should ificlude appendices with information on Customer
history (provided by the City) and sample equipment
specifications’ sheets for recommendatiohs,
Identify the electrical distr.ibution, system disrdl~tions that are of most
concern to the Customer and Information on past or potential costs incurred
’by the Customer should a disruption or event occur. This data should be
gained by the Consultant from the Customer at the beginning of an audit or
study.
The w~)rk Will be done in a timely manner as agreed between City Project
Manager and Contractor.
Project Design Review
Tasks ir~clude making recommendations for cost-effective preventive measures,
voltage mitigation, power quality improvements, control, and/or monitoring of power
quality, rel!abili{y, or voltage sag conditions. Project design review may also involve
the .following:
PAGE 4
Reviewing electrical diagrams
Data Analysis and correlation
(5)
Customer briefings’.
Technical Support
Tasks include:
a. Phone, Fax and-E-mail Consultations with Utilities staff and Customers~,
’Performing economic analysis of power quality, reliability and voltage sag
mitigation options,
C°Performing short term monitoring and performance evaluations,
Reviewing electrical system plans .or monitored data and making
recommendations for furt.b..er investigation and/or voltage sag mitigation
measures,
Assistance with-equipment specifications for electrical system solutions
including substation meters, transfer swit~:hes, voltage regulators and
¯ conditioners, and other enhancements,
f;Assistance in performing~ designin.g, delivering and analyzing forma~ and
informal surveys of voltage sag mitigation, power quality.., and reliability
service potentials in the.City of Palo Al.to.
TASK ASSIGNMENT PROCEDURE
The selected Consultants wilt be assigned the various, tasks as they occur, depending on thes(:q:~e
of the task’and their area of expertise and at the discretion of the Project Manager and the Customer.
A.The Project Manager will obtain the’Customer’s cooper~ltion, define the task and prov.ide a
writtendescription of the task, or Scope of Work, to the selected Consultant.
The Consultant shali 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 her time required for the visit. Th!s may be added to the
cost of the project assignments or charged separately.
If the Consulta’nt declines to perform the work on an offered task, the Project Manager should
be notified within five wo.rking 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 c.ompletion date ~ill be set
by City.
E.The Consultant shall complete the Work and provide the’City with the deli.verables. A 95%
complete draft report must be submitted at least 1’0 working days before the project deadline
for City review and comment. If earlier phase reports are required, they will be identified in
the task assignment.at the initiation of the project. "
:A final rep(:;rt will be ~omplet~d for all audits (includirlg those receiving only a walk-through
PAGE 5 "
audit) two weeks after a~Jdit completion. The final report will. include’all findings of’the audit
in a clear, b0ncise.format, along with appropriate informational materials. The addit.will be
considered compl.eted only after the final.report is submitted and accepted for each Site.
When the Consultant.performs any of the following: seminar, workshop, project .design
review, or technical support, a document will be generated to record the service. The.
d.ocument ~vill be submitted both electronically and in h~rd copy to the City. The document
must include the following information:
¯A Customer business name
Customer contact name, position.tit!e.and phone number
A brief paragraph outlining the work performed and a list. of Project team members
The date(s) v~hen the services were rendered
A short paragraph describing the problem(si and the operational .impa~t on the
Customer (this is just a short description of the problem and what possible solutions
were recommended) ..
A short paragraph describing the problem(s) and the fiscal impacts on the Customer.
This is the quantified value(in US dollars) to.the Customer on a per event basis of
the implementation of the recommended solution(s).. This information will be
provided by the Customer as to how much the problem was’costing before,, it was
solved or remediated. Th~ Customer will have already agreed with the’ Project
Manager to prov.ide the.fihancial impact information, prior to the assignment o.f work
to the Consultant.
Thes’e short form summaries should ~)e submitted to the City within two weel~s Of co~’pletion
¯ of the service rendered.
The deliverables willbe dete.rmined on a task-by-task basis.
Deliverables.include data transmitted electronically, on disk, or written reports, a summary of site
’walk-through recommendations~ power conditioning and powder.quality calculations, or presentations.Oral presentations and staff training sessions may be video recorded by City. All reports and written
m~terials must be provided to and approved by Project, Manager prior to delivery to the Customer.
The City requires that material be delivered in electronic t~ormat. The s~ftware used by the City
Includes’WORD; EXCEL, and POWER POINT. The City also uses special software related to its
monitoring and power quality communication devices (RPM OMega, PQ Pager, others). It is desired
that the ConsL~ltant be familiar with this software if they are selected for power quality-related tasks
and services. The City also anticipates web page presentation of reliability and power quality base~l
material. Any material developed by the Consultant for this effort should be in html format.
PAGE6
Name
Key, Tom
Lawrence, Roger
Winnerling, Bill
Moncrief, Bill
Bhatt, Siddarth
Title
EXHIBIT B: FEE SCHEDULE
PROJECT TEAM MEMBERS
&
Hourly Rates &’Fees
HOurly Rate -
Sr, PQ Eng. Expert $165
Sr. PQ Eng. Expert $165
Sr. PQ Eng. Expert $165
Sr. PQ Eng. Expert $165
Sr. PQ Eng. Expert $165
-Meals & Lodging
(Cost per day)
$225
$225
$2O
$225
$20
Dorr, Doug PQ Eng. Prg. Mgr.$129 $225
Mansoor, Arshad PQ Eng. Prg. Mgr.$129 $225
Fortenbery, Brian Sr. Eng..$98 $225
Miller, Carl Sr. Eng,$98 $225
Stephens, Mark Sr. Eng.$98 $225
Langley, Rick PQ Eng.$80 $225
Thomas, Chuck PQ Eng.$80 $225
Keebler, Philip PQ Eng.$80 $225
Phipps, Kermit Sr. Lab Tech $70 $225
Bunton, Scott Lab Tech $50 $225
Cooke, Tom Lab Tech $50 $225
Paudert, Tom Lab Tech $50 $225
Note 1 ~ Per Day T&L Expenses are based upon the US Government Standard CONUS Rates. Airfare.
costs will be added for EPRI-PEAC team members flying from Tennessee. Only actual airfare costs will
be paid by CPAU. CPAU will pay airfa’re costs if the amount.is at or below these estimates. Airfare costs
vary with-advance notice. Below are the estimated costs for airfare from EPRI PEAC Tennessee
headquarters.
Airfare With No Advance notice
Airfare - 7 day advance notice
Airfare - 14 day advance notice
Airfare Greater Than 14 day notice
$1,800
$1,380
$1,150
$920