Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2003-12-15 City Council (12)
City of Palo Alto City Manager’s TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: UTILITIES DATE: SUBJECT: DECEMBER 15, 2003 CMR:487:03 APPROVAL OF A CONTRACT FOR UTILITIES EXPENDITURE IN THE AMOUNT OF $78,682 TO MCDONALD FAMILY LCC FOR INSTALLATION,MAINTENANCE AND MONITORING OF GEOTHERMAL HEAT PUMP DEMONSTRATION PROJECT AT 2151 AND 2185 PARK BOULEVARD, PALO ALTO RECOMMENDATION Staff recommends that Council approve and authorize the Mayor to execute the attached contract with McDonald Family LCC in the amount of $78,682 as a grant from the Electric Public Benefits Program for turnkey installation and monitoring services of a geothermal (ground source) heat pump Research, Development and Demonstration project at 2151 and 2185 Park Boulevard, Palo Alto, California. BACKGROUND The Electric Public Benefits Program is composed of four program elements: Demand- side Management (efficiency and conservation), Low Income Services, Renewables, and Research, Development and Demonstration (RD&D). The Public Benefits legislation, AB 1890, identifies RD&D as "public interest electric programs to advance science or technology that is not adequately provided by competitive and regulated markets." CMR:487:03 1 of 6 The City’s RD&D efforts are being directed to promising new technologies that, if performance claims are validated, can significantly reduce the resource consumption of our customers. Commercial Heating and Cooling Technologies Commercial building heating systems in the Bay Area have long been based upon either natural gas-fired furnace (air to air) systems, or natural gas-fired hydronic (boiler and steam/hot water) systems. Beginning in the 1970’s, heat pumps came into common use for heating areas such as portable classrooms. Using air-to-air heat exchangers, this technology provided efficiency advantages by eliminating the need for fossil fuel combustion to provide heating (except for very cold days requiring additional heat using electric resistance heaters), while also providing cooling with the same hardware (an air conditioner or refrigerator are "one-way" heat pumps). Heat pumps operate by moving or transferring heat rather than creating it. During the summer, a heat pump captures heat from the inside of a building and transfers it to the outside using a condensing unit. During the winter, the process is reversed, taking heat from the outside and moving it indoors. These systems are 1.5 to 3 times more energy efficient than resistance heating alone, since much less electricity is used to move heat rather than to create it. Heat pumps using air-to-air heat exchangers (air source), however, have had limited penetration in the commercial/industrial market sector due to their size. A commercial-size heat pump, using an air source, would be too large to be practical or installed. New commercial-sized heat pump technologies have recently emerged and been successfully used in other parts of the country using a "geothermal" (ground source) process. These systems move or transfer heat like air source heat pump systems, but they exchange heat with the earth rather than the outdoor air. Since earth temperature remains relatively constant throughout the year, geothermal systems operate even more efficiently than air source heat pumps and generally without the need for supplemental electric resistance heating. Contact with the earth is made by coolant piping through either a series of holes bored into the ground (vertically) at depths up to 200 feet, or laid out in trenches (horizontally). Research indicates that these systems .are more efficient than existing resistance heating and water heating alone. The EPA has found that geothermal systems can reduce energy consumption and corresponding emissions by over 40% compared to air source heat pumps and by over 70% compared to electric resistance heating or standard air conditioning equipment. CMR:487:03 2 of 6 DISCUSSION Palo Alto Ground Source Heat Pump Demonstration Project The City of Palo Alto wishes to test this technology in Palo Alto to determine its efficacy here. The technology is not new, but potential commercial customers in California have found access to the technology limited, since Ground Source Heat Pump suppliers have been reluctant to work in California because of the many unique geographical conditions found in this state, and it is simply easier to market systems in those areas with more uniform conditions found in other regions of the US. Staff proposes to parmer with a local owner of two identical, side-by-side, commercial buildings in Palo Alto to determine whether Utilities should promote a promising new technology to its commercial and industrial customers. One building has been retrofitted with a new, standard heating, ventilating and air conditioning (HVAC) system. The second building will be retrofit with a geothermal, or ground source, heat pump (GSHP) system. Both systems will be properly maintained and monitored to verify energy consumption. Due to the higher initial cost of the heat pump system, and additional monitoring costs, project funding will be in the form of a grant from the Research, Development and Demonstration component of the Electric Public Benefits Program. An engineering and financial case study will be completed at the end of the one-year project period. The proposed Ground Source Heat Pump Demonstration Project will allow the City to gain valuable information on the local application of a sustainable technology and prove whether there can be a local market (either commercial or residential) for this technology. The geothermal system would be installed as early as January 2004. Budget and Contractor Selection Process Based upon industry statistics and not actual bids for specific equipment, staff originally budgeted this heat pump demonstration project at 50% of customer-installed cost up to a maximum of $40,000. Staff distributed the RFP to three geothermal heat pump vendors with the hope that their marketing efforts could identify a Palo Alto customer interested in cost-sharing the demonstration project. There was only one proposal returned, but due to very limited scope, that proposal was deemed "unresponsive" by the Purchasing Department. The Utilities Department was then free to negotiate with other potential respondents if they should come forward. CMR:487:03 3 of 6 Staff was later approached by the McDonald Family LLC, who were planning to replace the HVAC units in its twin buildings, and had heard about the commercial heat pump demonstration project. As part of its submittal to the City, McDonald had obtained multiple bids from engineering and construction firms for the project. The bids came in at a higher cost than was originally budgeted in the City’s RFP, but it had used actual engineering and construction bids, using vertical boring, rather than horizontal trenching, due to space limitations. The Purchasing and Utilities Departments reviewed the original project scope and determined that the original heat pump demonstration $40,000 project budget was insufficient to even approach the 50% cost-sharing target. After reviewing the bids obtained by the McDonald Family LLC, staff adjusted the project budget to reflect a more reasonable installed cost, while limiting City funding to 50% of the new project cost. The City of Palo Alto will be participating by providing 50% of the total project cost with a cap of $78,682. The other 50% of project cost will be provided by McDonald Family LCC. All cost overruns will be paid by the McDonald Family LCC. Contract The work to be performed under the contract will be in two areas: 1) installation of remote monitoring capability of both a conventional building HVAC system and a geothermal system to allow City staff to access, compile, and analyze system performance data for 60 calendar months (test period); and 2) the engineering, procurement, and construction related to four units with a total of 20 tons of geothermal system. Geothermal system will be located at 2151 Park Boulevard, Palo Alto, California. The McDonald Family LCC will be serving as the turnkey contractor for this project. McDonald Family LCC will provide the following services: 1)Procurement and installation of four units with a total of 20 tons of geothermal heat pump system at 2151 Park Boulevard and related engineering and construction services. 2)Installation of monitoring points sufficient to allow analysis of system performance in both 251 and 285 Park Boulevard, Palo Alto. 3)Communications capabilities sufficient to allow remote access by City of Palo Alto staff to obtain test data and track system performance. McDonald Family LLC will own and operate the necessary communications equipment and will provide continuity of communications service for a period of 60 months from the date of the commissioning of the heat pump system. The City of Palo Alto will CMR:487:03 4 of 6 provide data download and analysis of system performance during the 60-month test period. This time period has been agreed upon by both parties as being of sufficient duration to provide the performance and operational data needed for calculating both the simple payback and the life-cycle cost savings of the heat pump system. System performance data will be shared with both parties. 4) Start-up, testing, and operator training for the geothermal system. Summary of Bid Process Bid Name/Number: 140519 , Proposed Length of Project Number of Bids Mailed to Contractors Number of Bids Mailed to Builder’s ~xchanges .... Total Days to Respond to Bid Pre-Bid Meeting? Number of Company Attendees at Pre-Bid Meeting Number of Bids Received: Bid Price Range *Bid summary provided in Attachment B. Name/Number of Bid here: A&A Plumbing One Year Eight None 18 No None 1 $108,590 RESOURCE IMPACT Funds for this contract are available in the FY2003-04 Electric Public Benefits budget. POLICY IMPLICATIONS This recommendation is consistent with the Council approved Utilities Strategic Plan to implement programs that improve the quality of the environment. ENVIRONMENTAL REVIEW This proj ect is categorically exempt from the California Environmental Quality Act (CEQA), pursuant to Section 15301 of the CEQA Guidelines, but will require adherence to local building codes and permitting requirements. CMR:487:03 5 of 6 ATTACHMENTS A:Contract B:Bid Summary PREPARED BY: DEPARTMENT HEAD: CITY MANAGER APPROVAL: i~ey!kccount Representative ! ¯ E MIL’~’-HARRiS’O-N Assistant City Manager CMR:487:03 6 of 6 CONTRACT NO. BETWEEN THE CITY OF PALOALTOAND MCDONALD FAMILY, LLC FOR GRANT MONITORING 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 MC DONALD FAMILY, LLC, a California Limited Liability Company located at 2183 Park Boulevard, Palo Alto, California 94306 ("CONTRACTOR"). RECITALS: WHEREAS, California State Assembly Bill 1890 requires Municipa! Utilities to collect a non-bypassable electric charge to be used for Public Benefit Programs. Investments in geothermal heating and cooling systems qualify for Public Benefit Program funding; WHEREAS, the City of Palo Alto has included a Geothermal Heat Pump Demonstration Project ("the Project") in its 2003-04 Public Benefit Program. The purpose of the Project is to quantify savings between a conventional heating, cooling and air conditioning systems with a natural gas heating systems and a Geothermal Heat Pump Demonstration Program system; and WHEREAS, the Project provides grant funding for fifty percent (50%) of the installed cost for the Project and includes project management, design, permitting, start-up, monitoring controls and project c!ose out of a Geotherma! Heat Pump Demonstration in a commercia! building in the City of Pa!o Alto ("the Services"); and WHEREAS, the McDONALD FAMILY, LLC (hereinafter "McDonald") is the owner of the commercial building !ocated at 2151 and 2185 Park Boulevard, Palo Alto, California and McDONALD wishes to receive the grant funds for the Project and to provide the Services and CITY desires to award a grant to the McDonald Family LLC for the Project; and WHEREAS, Brion McDonald dba UBS Universal Building Systems is a principa! of McDONALD FAMILY LLC which wil! supervise and implement the Project; and NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Contract, the parties agree: 03116 sdl 0072338 SECTION I -SCOPE OF SERVICES; TERM i.I The scope of Services constituting the Project will be performed, delivered or executed by CONTRACTOR pursuant to Exhibit "A", attached hereto. 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 Services are not completed within the specified time schedule on account of CONTRACTOR’s default, CITY’s city manager will have the option of extending the time schedule for any period of time. This provision will not preclude the recovery of damages for delay caused by CONTRACTOR. SECTION 2 - QUALIFICATIONS, CONTRACTOR STATUS,AND DUTIES OF 2.1 CONTRACTOR represents and warrants that it has the expertise and professiona! qualifications to furnish or cause to be furnished the Services. CONTRACTOR further represents and warrants that the project director and every individua! charged with the performance of the Services under this Contract are duly licensed or certified by the State of California, to the extent such licensing or certification is required by law to perform the Services. 2.2 In reliance on the representation and warranty set forth in Section 2.1, CITY hires CONTRACTOR to perform, and CONTRACTOR covenants and agrees that it wil! furnish or cause to be furnished, the Services. 2.3 CONTRACTOR will assign Brion J. McDonald as the project director to have supervisory responsibility for the performance, progress, and execution of the Services. If circumstances or conditions subsequent to the execution of this Contract cause the substitution of the project director for any reason, the appointment of a substitute project director will be subject to the prior written approval of the project manager. 2.4 CONTRACTOR represents and warrants that it will: 2.4.1 Procure all permits and licenses, pay all charges and fees, and give al! notices which may be necessary and incident to the due and lawful prosecution of the Services; 2.4.2 Keep itself fully informed of all existing and future Federa!, State of California, and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this Contract, any materials used in CONTRACTOR’s performance under this Contract, Or the performance of the 03116 sdl 0072338 Services; 2.4.3 At all times observe and comply with, and cause its employees and contractors (and consultants), if any, who are assigned to the performance of this Contract to observe and comply with, the laws, ordinances, regulations, orders and decrees mentioned above; and 2.4.4 Will report immediately to the project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and decrees mentioned above in relation to any plans, drawings, specifications or provisions of this Contract. 2.5 Any reports, information, data or other material given to, or prepared or assembled by, CONTRACTOR or its contractors, if any, under this Contract will become the property of CITY and will not be made available to any individual or organization by CONTRACTOR or its contractors, if any, without the prior written approva! of the city manager. 2.6 CONTRACTOR will provide CITY with four (4)copies of the final report, if any, which may be required under this Contract, upon completion and acceptance of each report by CITY. 2.7 If CITY requests additional copies of reports, drawings, specifications or any other materia! which CONTRACTOR is required to furnish in limited quantities in the performance of the Services, CONTRACTOR will provide such additional copies and CITY will compensate CONTRACTOR for its duplication costs. 2.8 CONTRACTOR will be responsible for employing or engaging all persons necessary to perform the Services according to the scope of Services attached hereto as Exhibit "A". Al! contractors of CONTRACTOR wil! be deemed to be directly controlled and supervised by CONTRACTOR, which will be responsible for their performance. If any emp!oyee or contractor of CONTRACTOR fails or refuses to carry out the provisions of this Contract or appears to be incompetent or to act in a disorderly or improper manner, the emp!oyee or contractor wil! be discharged immediately from further performance under this Contract on demand of the project manager. SECTION 3 -DUTIES OF CITY 3.1 CITY wil! furnish or cause to be furnished the specified services set forth in Exhibit "A" and such other information regarding its requirements as may be reasonably requested by CONTRACTOR. 3.2 The city manager will represent CITY for all purposes under this Contract. Jerry Brown is designated as the 03116 sd10072338 project manager for the city manager. The project manager will supervise the performance, progress, and execution of the Services. 3.3 if CITY observes or otherwise becomes aware of any default in the performance of CONTRACTOR, CITY will use reasonable efforts to give written notice thereof to CONTRACTOR in a timely manner. SECTION 4 - COMPENSATION 4.1 CITY will pay CONTRACTOR the sum of Seventy-Eight Thousand Six Hundred Eighty-Two dollars ($78,682.00), as a grant to complete the Project and to provide the Program monitoring. The parties specifically agree that in the event CONTRACTOR fails to commence work on the Project within 90 days of execution of this Agreement, fails to complete the Project within six (6) months of commencing work on the Project, fails to obtain City’s approva! of the Project as comm!ving with the grant guidelines, fails to maintain the system for the entire monitoring period, or fails to provide access to monitor the Project, then the grant may be immediately revoked at the sole option of CITY and al! grant funds provided to CONTRACTOR for the Project shall become immediately due and payable to CITY regardless of the amount of work performed by CONTRACTOR. SECTION 5 -AUDITS 5.1 CONTRACTOR will permit CITY to audit, at any reasonable time during the term of this Contract and for three (3) years thereafter, CONTRACTOR’s records pertaining to matters covered by this Contract. CONTRACTOR further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Contract. SECTION 6 -INDEMNITY 6.1 CONTRACTOR agrees to protect, indemnify, defend and hold harmless CITY, its Counci! members, officers, employees and agents from any and al! demands, claims, or liability of any nature, including death or injury to any person, property damage or any other !oss, caused by or arising out of CONTRACTOR’s, its officers’, agents’, subcontractors’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which applicable law may impose strict liability on CONTRACTOR in the performance of or failure to perform its obligations under this Contract. SECTION 7 -WAIVERS 7.1 The waiver by either party of any breach or violation of any covenant, term, condition or provision of this 03116 sd10072338 Contract, or of the provisions of any ordinance or law, will not be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. The subsequent acceptance by either party of any fee or other money which may become due hereunder will not be deemed to be a waiver of any preceding breach or violation by the other party of any term, covenant, condition or provision of this Contract or of any applicable law or ordinance. 7.2 No payment, partial payment, acceptance, or partial acceptance by CITY wil! operate as a waiver on the part of CITY of any of its rights under this Contract. SECTION 8 -INSURANCE 8.1 CONTRACTOR, at its sole cost and expense, will obtain and maintain, in ful! force and effect during the term of this Contract, the insurance coverage described in Exhibit "B", insuring not only CONTRACTOR and its contractors, if any, but also, with the exception of workers’ compensation, emp!oyer’s liability, and professional liability insurance, naming CITY as an additional insured concerning CONTRACTOR’s performance under this Contract. 8.2 All insurance coverage required hereunder will be provided through carriers with Best’s Key Rating Guide ratings of A:VII or higher which are admitted to transact insurance business in the State of California. Any and all contractors of CONTRACTOR retained to perform Services under this Contract will obtain and maintain, in full force and effect during the term of this Contract, identica! insurance coverage, naming CITY as an additional insured under such policies as required above. 8.3 Certificates of such insurance, preferably on the forms provided by CITY, will be filed with CITY concurrently with the execution of this Contract. The certificates will be subject to the approval of CITY’s risk manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled or altered by the insurer except after filing with CITY’s city clerk thirty (30) days’ prior written notice of such cancellation or alteration, and that the City of Palo Alto is named as an additiona! insured except in policies of workers’ compensation, employer’s liability, and professiona! liability insurance. Current certificates of such insurance wil! be kept on file at al! times during the term of this Contract with the city clerk. 8.4 The procuring of such required policy or policies of insurance will not be construed to limit CONTRACTOR’s liability hereunder nor to fulfil! the indemnification provisions of this Contract. Notwithstanding the policy or policies of insurance, 03116 sdl 0072338 CONTRACTOR will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Contract, including such damage, injury, or !oss arising after the Contract is terminated or the term has expired. SECTION 9 -WORKERS’ COMPENSATION 9.1 CONTRACTOR, by executing this Contract, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it wil! comply with such provisions, as applicable, before commencing the performance of the Services. SECTION !0 - SERVICES TERMINATION OR SUSPENSION OF CONTRACT OR i0.I The city manager may suspend the performance of the Services, in whole or in part, or terminate this Contract, with or without cause, by giving thirty (30) days’ prior written notice thereof to CONTRACTOR. Upon receipt of such notice, CONTRACTOR will immediately discontinue its performance of the Services. 10.2 CONTRACTOR may terminate this Contract or suspend its performance of the Services by giving thirty (30) 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 the Services to be performed. 10.3 Upon such suspension or termination by CITY, CONTRACTOR wil! be paid for the Services actually rendered to CITY on or before the effective dale of suspension or termination; provided, however, if this Contract is suspended or terminated on account of a default by CONTRACTOR, CITY wil! be obligated to compensate CONTRACTOR only for <hat portion of the Services which are of direct and immediate benefit to CITY, as such determination may be made by the city manager acting in the reasonable exercise of her discretion. 10.4 Upon such suspension or termination, CONTRACTOR will deliver to the city manager immediately any and al! copies of studies, sketches, drawings, computations, and other data, whether or not completed, prepared by CONTRACTOR or its contractors, if any, or given to CONTRACTOR or its contractors, if any, in connection with this Contract. Such materials wil! become the property of CITY. 10.5 The failure of CITY to agree with CONTRACTOR’s 03116 sdl 0072338 6 independent findings, conclusions, or recommendations, if the same are called for under this Contract, on the basis of differences in matters of judgment, wil! not be construed as a failure on the part of CONTRACTOR to fulfill its obligations under this Contract. SECTION II -ASSIGNMENT Ii.I This Contract is for the personal services of CONTRACTOR, therefore, CONTRACTOR will not assign, transfer, convey, or otherwise dispose of this Contract or any right, title or interest in or to the same or any part thereof without the prior written consent of CITY. A consent to one assignment will not be deemed to be a consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void and, at the option of the city manager, this Contract may be terminated. This Contract wil! not be assignable by operation of law. SECTION 12 -NOTICES 12.1 All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY:Office of the City Clerk City of Pa!o Alto Post Office Box 10250 Pa!o Alto, CA 94303 above To CONTRACTOR: Attention of the project director at the address of CONTRACTOR recited SECTION 13 -CONFLICT OF INTEREST 13.1 In accepting this Contract, CONTRACTOR covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 13.2 CONTRACTOR further covenants that, in the performance of this Contract, it will not employ any contractor or person having such an interest. CONTRACTOR certifies that no person who has or will have any financial interest under this Contract is an officer or employee of CITY; this provision wil! be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. 03116 sdl 0072338 SECTION 14 -NONDISCRIMINATION 14.1 As set forth in the Palo Alto Municipal Code, no discrimination wil! be made in the employment of any person under this Contract because of the age, race, co!or, nationa! origin, ancestry, religion, disability, sexual preferende or gender of that person. If the value of this Contract is, or may be, five thousand dollars ($5,000) or more, CONTRACTOR agrees to meet all requirements of the Palo Alto Municipal Code pertaining to nondiscrimination in emp!oyment, including completing the requisite form furnished by CITY and set forth in Exhibit "C". 14.2 CONTRACTOR agrees that each contract for services with an independent provider wil! contain a provision substantially as fol!ows: "[Name of Provider] will provide CONTRACTOR with a certificate stating that [Name of Provider] is currently in compliance with all Federal and State of California laws covering nondiscrimination in employment; and that [Name of Provider] wil! not discriminate in the employment of any person under this contract because of the age, race, co!or, national origin, ancestry, religion, disability, sexual preference or gender of such person." 14.3 If CONTRACTOR is found in violation of the nondiscrimination provisions of the State of California Fair Emplolsment Practices Act or similar provisions of Federal law or executive order in the performance of this Contract, it wil! be in default of ~ i ....~h_s Contract Thereupon, CITY wil! have the power to cance! or suspend this Contract, in whole or in part, or to deduct the sum of twenty-five dollars ($25) for each person for each calendar day during which such person was subjected to acts of discrimination, as damages for breach o{ contract, or both. Only a finding of the State of California Fair Emplo~sment Practices Commission or the equivalent federal agency or officer wil! constitute evidence of a breach of this Contract. SECTION 15 -MISCELLANEOUS PROVISIONS 15.1 CONTRACTOR represents and warrants that it has knowledge of the requirements of the Americans with Disabilities Act of 1990, and the Government Code and the Health and Safety Code of the State of California, relating to access to public buildings and accommodations for disabled persons, and relating to facilities for disabled persons. CONTRACTOR will comply with or ensure by its advice that compliance with such provisions wil! be effected in the 03116 sdl 0072338 8 performance of this Contract. 15.2 This Contract will be governed by the laws of the State of California, excluding its conflicts of law. 15.3 In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California or in the United States District Court for the Northern District of California in the County of Santa Clara, State Of California. 15.4 The prevailing party in any action brought to enforce the provisions of this Contract may recover its reasonable costs and attorneys’ fees expended in connection with that action. 15.5 This document represents the entire and integrated agreement between the parties and supersedes all prior negotia- tions, representations, and contracts, eiZher written or ora!. This document may be amended only by a written instrument, which is signed by the parties. 15.6 All provisions of this Contract, whether covenants or conditions, wil! be deemed to be both covenants and conditions. 15.7 The covenants, terms, conditions and provisions of this Contract wil! apply to, and wil! bind, the heirs, successors, executors, administrators, assignees, and contractors, as the case may be, of the parties. 15.8 If a court of competent jurisdiction finds or rules that any provision of this Contract or any amendment thereto is void or unenforceable, the unaffected provisions of this Contract and any amendments thereto will remain in full force and effect. 15.9 All exhibits referred to in this Contract and any addenda, appendices, attachments, and schedules which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and will be deemed to be a part of this Contract. 15.10 This Contract may be executed in any number of counterparts, each of which will be an origina!, but al! of which together will constitute one and the same instrument. 15.11 This Contract is subject to the fiscal provisions of the Charter of the City of Pa!o Alto and the Palo Alto Municipal Code. This Contract wil! terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fisca! year, or (b) at any time within a fisca! year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no !onger 03116 sdl 0072338 available. This Section 15.11 shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Contract on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk Mayor APPROVED AS TO FORM: MCDONALD LLC Senior Asst. City Attorney By: APPROVED: Name: Assistant City Manager Director of Administrative Services Director of Utilities Taxpayer Identification No. Insurance Review Attachments: EXHIBIT "A": EXHIBIT "B"" EXHIBIT "C": (Compliance with Sorn.~ _~ Code § ~!3 __{~ required if the entity on whose behalf this contract is signed is a corporation. in :he alternative, a certified corporate reso!uZion at~esring to ~he signatory authority of the individuals signing in their respecuive capacities is acceptable) SCOPE OF PROJECT & TIME SCHEDULE INSU_RANCE NONDISCRIMINATION COMPLIANCE FORM 03116 sdl 0072338 10 CERTIFICATE OF ACKNOWLEDGEMENT (Civil Code § 1189) STATE OF COUNTY OF ) ) as. ) On~ecem~{U ]7 ,2003, before me, ~--4:~.,,~a~J~-Ca~Jm~ , a Notary__Public in and__o,for said County and State, personally appeared ~eo~a K.~cD~nald~r~o~:T[.~c~)o~o[~ , personally known to me or provedt~me on the basis of satisfactory evidence to be the person(s) whose name(s) ~-~/are subscribed to the within instrument and acknowledged to me that ~h~/~4~e/they executed the same in h~/~__/their authorized capacity(ies), and that by h~/~fr/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. Notary Pu~ - Signature of Notary Public 031 i6 sdl 0072338 11 CERTIFICATE OF ACKNOWLEDGEMENT (Civil Code § 1189) ) ) as. ) On ~m~ l] , 2003, before me, ~n~ 4.~~’^0 , a Nota<v P~n--~nd for said County and~~--p~ly appeared~ ~ .0~ £~~~ ~.~e~o~[~ , personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) ~/are subscribed to the within instrument and acknowledged to me that ~/~e/they executed the same in ~7s/h~r/their authorized capacity(lea), and that by h~s/~r/their s~gnature(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 03116 sdl 0072338 12 EXHIBIT "A" ADDITIONAL SCOPE OF SERVICES CONTRACTOR will permit Grid Logix and Automated Energy Systems to design and implement the monitoring system on the Buildings located at 2151 and 2185 Park Boulevard, Palo Alto, California. CONTRACTOR will provide a telephone line or other communications capabilities sufficient to al!ow remote access by CITY to obtain test data and track system performance for five (5) years after the Project is complete. Al! monitoring equipment and phone line installation shal! be paid, owned and operated by CONTRACTOR. CITY shall pay monthly phone access fees for a period of five (5) years or so for such period at data monitoring is obtained. CONTRACTOR will at its sole expense properly maintain the system for a period of five (5) years (according to the manufacturer’s specification). If the system is removed, or substantially modified (such as changed to heating only or cooling only) for any reason within five (5) years of installation, CONTRACTOR shall return the grant to the City on a prorated basis. 03116 sdl 0072338 13 PART Iil - SCOPE OF WORK OR SERVICES Request for Proposal for the City of Palo Alto Utilities Geothermal Heat Pump Demonstration Project Objective and Overview The California State Assembly Bill 1890 requires Municipal Utilities to collect a non-bypassable electric charge to be used for Public Benefit Programs. Investments in geothermal heating and cooling systems qualify for Public Benefit program funding. The objective of this RFP is to evaluate the newest Geothermal Heat Pump (GTHP) technology in Palo Alto’s climate zone by offering grants to selected Utility customers for demonstration projects in commercial buildings. These projects will provide metered performance data for the GTHP and education of the commercial market/sector about the technology and its environmental benefits. Grants shall .be awarded for customer proposals best meeting the selection criteria identified in this RFP. The newest generation of Geothermal Heat Pump technology should result in successful commercialization and improved market penetration as long as the ph~ical location and system design parameters can be optimized. With increased demand for Geothermal Heat Pumps, prices are expected to decrease as the technology improves and mass production systems are implemented. Program Description The City of Palo Alto is soliciting proposals for GTHP demonstration projects. The commercial facility hosting the GTHP demonstration project must be accessible to the public by appointment. The commercial building housing the demonstration project must have promotional and educational plan components to describe the operation of the system. , This one-time program shall award a grant of 50% of the installed cost for projects best meeting the selection criteria. Grants shall be awarded based on the application process listed below. The-City shall connect monitoring equipment to measure system performance for a period not to exceed frye years. The City shall review and approve all materials developed for the demonstration promotion and education plans. Application Process Proposals shall be submitted according to the following schedule: Customer’submits proposal by.3:00 PM, December 14, 2001, in accordance with the instructions contained herein (see Part I, Section 1, Request For Proposal). Proposals shall be evaluated by City of Palo Alto Utilities Marketing Services staff based on listed selection criteria and available program funding. Interviews may be held prior to final acceptance. 4. 5. 6. 7. Proposals shall receive a notice of acceptance from CPAU by December 18, 2001 Approved Proposals to submit final design to CPAU Project Manager for approval. Project(s) to be installed and completed by April 1,2002. Customer submits notice of project completion to CPAU Project Manager Grant is awarded within three weeks after project inspection by the CPAU Project Manager and approval by the City Building Department (if applicable). CITY OF PALO ALTO RFP 140519 PAGE 1 OF 3 PART I!1 - SCOPE OF WORK OR SERVICES Proposal Requirements .~ Proposals must include the following: 1.Project description 2.Installation plan ao System size (# of units) System Capacity (Tons) Number of vertical bores or square footage of horizontal heat exchanger. De-Superheater capacity (Domestic Hot Water) ¯ Building type aoo commercial office Square footage other 4.Promotion Plan Outreach methods (workshops, case studies, tours) Audience (facility managers, designers and builders) Expected number opf people reached (per year) 5.Total project cost a.Equipment b.Labor Contractor identification number(s) Signature of building owner Grant Conditions The amount of the grant shall equal 50 % of final installed project cost or contractor bid, . whichever is lower. The system must beable to be monitored for.system performance via connection to the City’s Load Research System. This requires installation of a phone line. All monitoring equipment, phone line installation and monthly costs shall be paid, owned and operated by the City for a period of up to fwe years from date of project completion° The customer shall agree in writing to the CPAU, to properly maintain the system for 10 years (according to the manufacturer’s specifications). If the system is removed, or substantially modified (such.)a_ s changed to heating only or cooling only) for any reason within the initial 10 years ofmstallation, the Customer shall return the grant to the City on a prorated basis. Selection Criteria Grants will be awarded for projects that best meet criteria in four categories: installation plan, building type, promotional plan and grant budget. 1.Installation Plan CITY OF PALO ALTO RFP 140519 PAGE 2 OF 3 PART II! - SCOPE OF WORK OR SERVICES = a.Maximum of four GTHP’s not to exceed 20 tons total of cooling capacity Building type a.Multi story commercial office building not to exceed 10,000 sq.ft. = Promotion/educational plan ao Methods used for reaching audience i.Workshops)and meetings ii.Tours bo ~ypes of audience and number planned to reach i.Commercial building owners ii.Designers and builders c.Number of people expected to reach Grant Budget a.50 % of final installed project cost or contractor bid, whichever is lower up to a maximum of $40,000.00. CITY OF PALO ALTO RFP 140519 PAGE 3 OF 3 IX June, 4~,2003 TO:Mr. Jerry Brown City of Palo Alto, Utilities Department 250 Hamilton Avenue. Palo Alto, CA 94301 FROM:Mr. Ron Brown, CTO Gridlogix, Inc. 1603 S.E. 19th Street Suite 208 Edmond, OK 73013 405-330-9175 www.aridtoqix.com Ref: "REVISED" Proposal to provide Data Acquisition and Data Presentment services, software, and equipment needed for a technical review of the comparison of the costs for the acquisition, the operating costs, and energy usage per unit (of heating and cooling) for a Ground Source Heat Pump (GSHP) versus an air-cooled direct expansion air conditioning (A/C) with natural gas heating (Package A/C). BACKGROUND Gridlogix proposes to provide its EnNET® Integration Appliance technology necessary for Automated Energy, Inc. (AEI) to communicate and collect energy and other time-series based data residing in two ABB Alpha Meters and two Honeywell Excel 15 Building Controllers (one of each in two buildings). Gridlogix will connect two EnNET® Integration Appliances to the Excel 15 Building Controllers via the EnNET Compass Points for LON SLTA and COL (one of each in two buildings). Gddlogix understands that Systems Mechanical, Inc. will install and configure the Honeywell Excel 15 Controllers. Gddlogix will instruct Systems Mechanical, Inc. on how to install and configure the EnNET® Integration Appliances and Compass Points necessary to interface Automated Energy, Inc. with the building management systems. Gridlogix will attempt to configure and ship all EnNET equipment for easy installation by Systems Mechanical, Inc., but should Systems Mechanical Inc. require a Gridlogix representative for onsite assistance, we will provide a representative at no-charge for 2 days. Gridlogix desires to expose the EnNET® Integration Appliances to the Internet for adhoc and real-time access via the building owner’s LAN. If this is not possible, then Gridlogix recommends a dedicated DSL broadband connection with a static IP address be installed by the local telco. Gddlogix and AEI can add the monthly DSL cost into the monthly bill provided to CPAU. The proximity of the buildings with respect to each other may require separate DSL broadband lines to be installed. However, it is very likely only one DSL line may be required if a suitable way to share the line can be found - e.g. running a cable between the buildings, or using wireless broadband routers. The equipment and services proposed are directly related to the withdrawn proposal submitted by Planergy. Gridtogix will not provide the building efficiency analysis, but only intends to provide equipment and services related to acquiring data from the to-be-installed controls system and making that data available in real-time via the Internet to AE!’s online energy analysis portal known as the Prophet Series. Once data is acquired, CPAU’s authorized users will be able to analyze the data via the web browser applications in AEI’s Prophet Series Software to perform tasks such as time-series based trending and reporting needed for the GSHP analysis described in the Planergy Proposal. The AEI Prophet Series software is an online browser based energy information management portal designed to trend enterprise energy usage with respect to other factors that can be represented in a time- series. The Prophet Series also has a comprehensive rate calculation and tariff modeling application. The portal is secure and has several levels of user accessibility. CPAU can designate different levels of user accessibility - e.g. certain users may only be permitted to view data associated with certain facilities, or certain users may only be permitted to create and modify rate tariffs. SCOPE OF WORK, SERVICES AND COSTS 1.0 Web Development Grid~ogix will provide the CPAU with web development customization labor (limited to 20 hours).to create a City of Palo Alto Utilities branded portal page for CPAU’s customers that includes: ¯Site color scheme that will match CPAU’s colors at http:f/www.city.palo-alto.ca.us and follow CPAUs intranet guidelines. CPAU shall provide a copy of the Intranet guidelines prior to the start of development. ¯Logo ¯CPAU mission statement, ¯Banners (for the stock area above the right content pane). ¯Creation and initial population of CPAU Programs and Services section that would allow CPAU to be able to add and self-administer the addition and deletion of html links. 2.0 Training Gridlogix will provide training for CPAU internal user familiarization in one Web-EX two-hour session that includes: ¯Sign-on/Sign-off. ¯Load Profiling features- Aggregation, Comparison, Details ¯Admin features ¯Reporting and data downloading to MS Excel ¯Rate modeling and rate calculations ¯Other CPAU use of the system. 3.0 Gridlogix/AEI Monitoring and Integration Services Gridlogix and AEI will monitor and collect data on one GSHP and one existing air package unit sufficient to support six charts to allow the user to graphically analyze comparative energy usage, efficiencies, and costs. The charts shall be: ¯Electric Demand (cooling) and Outdoor Air Temperature vs. Time ¯Energy Demand (heating BTU) and Outdoor Air Temperature vs. Time ¯Electric Demand (cooling) and Cooling Efficiency (kWlton) vs. Time ¯Energy Demand (heating BTU) and Heating Efficiency vs. ’lime ¯Energy Cost and Outdoor Air Temperature vs. Time ¯Cumulative Cost (cooling/heating) Comparis6n YTD 4.0 Demand Profiles to be Available via the Portal (Refer to Planergy Proposal for Sample Profiles) ¯Electric Demand (cooling) and Outdoor Air Temperature versus Time This chart shall plot the total electric demand required to supply the cooling units and compare to hourly outdoor dry bulb temperature. One line will be created which will represent the total load for the four units in a single building. The load data will be captured and displayed on 15 minute intervals, and the temperature data will be captured and displayed on an hourly basis. ¯ Energy Demand (heating BTU) and Outdoor Air Temperature vs. Time Similarly, a chart will be provided that displays heating demand with outdoor air temperature. As both gas and electric sources of energy are utilized, the chart shall display all demand units in BTU. ¯ Electric Demand (oolong) and Cooling Efficiency (kW/ton) vs. Time This chart shall plot the total electric demand required to supply the cooling units and compare to air conditioning efficiency. One line will be created for each building’s air conditioning demand and another for each building’s air conditioning efficiency (measured in kW/ton). A total of four lines shall be displayed on this view. The load data and efficiency will he captured. Calculated and displayed on 15- minute intervals. ¯ Energy Demand (heating BTU) and Heating Efficiency vs. Time Similarly, a chart will be provided that displays heating demand and efficiency as both gas and electric sources of energy are utilized, the chart shall display all demand units in BTU. Efficiency will be calculated in.percentage (BTUoutJBTUin). ¯ Energy Cost (cooling/heating) and Outdoor Air Temperature vs. Time A chart will be provided that displays comparative costs for both cooling and heating based on supplied rates. ¯ Cumulative YTD Cost Comparison It is assumed that the savings will fluctuate substantially horn season to season because of weather related. Issues and costs of energy. A cumulative cost comparison on a Y’I basis will provide a more meaningful picture of the relative costs of the two systems. 5.0 Controller and Meter Reading through Gridlogix EnNET Integration Appliance Gridlogix shall monitor two existing ABB Alpha Plus meters (one per building) and two Excel 15 Building Controllers (one per building) which will be connected to four EnNET® Compass Points for Excel 15 LON protocol translation, (two per building), which will be connected to two EnNET® Integration Appliances (one per building), which will be connected to the Internet via the building owner’s I_AN, and may require an internet routable IP address so that the AEI Energy Info Management System can communicate with the power meter and building controller. The EnNET® apparatus securely communicates via the SOAP Protocol and XML Web Services. All EnNET® communication is firewall friendly using HTTP(S). In lieu of a Building Owner Internet connection, we would recommend a dedicated DSL line provided by the local telco. While we can work with traditional dial up modem connection, we strongly recommend an internet accessible connection. 7.0 "Revised" Equipment Deliverables and Costs QUANTITY {PRICE 2 I55,0002$1,200 2 !$1,200 2 i $5202iN/A $400 N/A $2,000 N/A N/C ITEM DESCRIPTION EnNET Integration Appliances for ABB Alpha and Excel 15 Controllers EnNET LON SLTA Compass Points EnNET COL Compass Points Veris H8923-4 MODBUS Analog/Pulse IO Boards for ABB Alphas Lantronix RS232/Ethernet Converters for remote Compass Configuration User training (2 hours) via Web-Ex Private Label Programming of Web Portal (20 hours @ $100/hr) 2 days of onsite training and system config for Systems Mechanical, Inc. TOTAL $10,920 ................... G? ~VI~)~ ~ x*X71.. ~-c7 ......................--CPA-U-"R~¥i~" -P?6tStSggl ....................................3 8.0 Estimated Monthly Monitoring Costs (to be based on number of logged data points) DATA COLLECTION POINT DESCRIPTION ABB Alpha Meter for Bldg with GSHP ABB Alpha Meter for Bldg with conventional A/C Outdoor Air Temperature for both bldgs Cooling Efficiency (kW/ton) for Bldg with GSHP Cooling Efficiency (kW/ton) for Bldg with conventional A/C Heating Efficiency for Bldg with GSHP Heating Efficiency for Bldg for Bldg with conventional A/C Monthly Charge $35 $35 No Charge $10 $10 $10 $10 TOTAL ESTIMATED MONTHLY CHARGE $110 9.0 Estimated Possible Extra Cost Items Estimated DESCRIPTION Monthly Charge DSL Internet Service with a Static IP Address (may work for both bldgs)I $50 One Time DSL Account Setup Charge Estimated at $200-$500 1 TOTAL ESTIMATED MONTHLY CHARGE $50-$100 10.0 The Gridlogix Monitoring Services shall be provided for a period of one year after the online service is available for CPAU log-on, and data can he presented. 11.0 The ability to perform on this contract assumes that all necessary Honeywell Excel 15 Controllers are operational at time of the onsite installation of the EnNET apparatus, and that the Excel 15 controllers will be configured with an RS232 Echelon SLTA communications port, and a LON SNVT table listing for the Excel 15 controllers wilt be provided to Gridlogix prior to installation. Additionally, KYZ Pulse Output will be available from each ABB Alpha Plus meter. 12.0 Any work or services required by CPAU outside the scope of this proposal will be submitted under separate proposal before any work or services are commenced. 13.0 Gridlogix and AEI will require an authorized CPAU representative sign the Standard AEi Services Agreement prior to providing the services described in Section 8.0. 14.0 Gridlogix will require a signed work orde~ or CPAU Purchase Order for the deliverables described in Sections 7.0 and 9.0. -Grid i o:-~, 1-n-:. .................CI:’ A%~-’ "Re:d*’-P r-O~-pd s~-4: Quezada A R C H I T E C T U R E PROPOSAL FOR ARCHITECTURAL SERVICES DATE: TO: RE: QA Project #: May 5, 2003 Universal Building Systems 2183 Park Boulevard Palo Alto, CA 94306 Geothermal Heat Pump Demonstration Project 2183 Park Boulevard Palo Alto, California 03169.00 Ii. II!. PROJECT SCOPE AND DESCRIPTION UBS in partnership with the City of Palo Alto proposes to furnish and install a new geothermal heating and air conditioning system in UBS’ existing two-story office building (approximately 52,000 SF) located at 2183 Park Boulevard, Palo Alto, California. SCOPE OF SERVICES Quezada Architecture proposes to provide the following basic services to UBS in collaboration with the City of Palo Alto. Basic architectural services for construction documentation and limited construction administration including City review sufficient to obtain building permits and agency approvals. QA shall provide design build consultant coordination of engineers’ work including submittal review and weekly project meeting attendance for team members including: Architecture: Civil Engineer: Structural Engineer: Electrical Engineer: Mechanical Engineer: Automatic Fire Protection System: Quezada Architecture To be determined by UBS if required To .be determined by UBS if required To be determined by UBS Earth Energy Systems, inc. Bolls Fire Protection, Inc. SCHEDULE The scope-of-services are to be provided pursuant to.the following schedule and durations: Notice to Proceed (Construction Document Development (6 weeks) Issue for Permit (Building review/plan check comments: 4 weeks) Permit Received / Construction Commence (Construction: 9 weeks) Construction Complete (M)May 19, 2003 (M)June 30, 2003 (M)July 28, 2003 (M)September 29, 2003 875 SANSOME FIRST FLOOR SAN FRANCISCO CA 94111 IEL 4 1 5 ~3 4 3 5 0 3 FAX 4 1 5 8 3 4 3 5 0 7 IV.COMPENSATION Compensation shall be a stipulated sum plus reimbursable e×penses billed on an hourly rate basis to a maximum not-to-exceed amount as indicated below. Architectural A. Construction Documents $12,000 B. Permit Coordination $3,600 C. Limited Construction Administration $2,600 Subtotal $18,200 Subconsultants A. By direct contract with UBS as listed above N/A Reimbursable Expenses A. Architectural B. Subconsultants Subtotal $1,500 N/A $1,500 Total Not-To-Exceed Amount $19,700 The Architect shall be reimbursed at the multiple of 1.15 times the direct cost to the Architect for the following reimbursable expenses: a.Printing, photocopies, photoreprographics and diazo reproduction of drawings b.Project related messenger, delivery, handling and postage charges c.Automobile mileage expenses, charged at $0.36 per mile d.Long distance telephone, digital communications, fax and data transmission e.Special presentation materials, project specific graphic and/or digital media or supplies and preparation of quality professional models or renderings, whether manually or computer generated, if requested by the Owner f. Project CADD plots ASSUMPTIONS/TERMS A. Digital CAD plan and elevation backgrounds of the existing building shall be made available to QA for our use in preparing construction documents before or as notice to proceed is issued. The preparation of digital CAD backgrounds, in the event that they are unavailable, shall be undertaken as an additional service. B.Special testing and inspections, permit and plan check fees are not included as part of this proposal. Co It is assumed that the existing, base building accessible features and paths of travel are ADA compliant and that signed and sealed documents attesting to this will be made available to QA for permitting purposes. Documentation of existing features or upgrades to existing facilities or paths of travel to conform to accessibility standards shall be undertaken as an additional service. QA and its sub consultants shall not be responsible for detection or removal of any hazardous or toxic substances located on or in the project site. (This includes asbestos and lead-containing materials or finishes to be disturbed or removed.) All such detection and remediation shall be the responsibility of the property owner. E. All engineering subconsultant contracts shall be held directly with UBS. 875 SANSOkIE FIRST FLOOR SAN FRANCISCO CA 94111 TEL 4 1 5 8 3 4 3 5 0 3 FAX 4 1 5 8 3 4 3 5 Vl.ACCEPTANCE If this proposal meets with your approval, please indicate your authorization to proceed by signing below and returning one signed copy for our file. UNIVERSAL BUILDING SYSTEMS QUEZADA j By:.By:. Title:Title: Date:Date: 875 SANSOME FIRST FLOOR SAN FRANCISCO CA 94111 TEL 4 1 5 8 3 4 3 5 0 3 FAX 4 1 5 8 3 4 3 5 0 7 EARTH ENERGY SYSTEMS, INC. Geoexchange & Radiant Heating and Cooling 2436 Footh~11 Blvd., Ste. 3, Calistoga CA 94515 (530)647-2627 ¯(707) 942-8173 ¯FAX (530) 644-2121 License # 739840 March 12, 2003 Bdon McDonald Universal Building Systems 2183 Park Blvd Palo Alto Ca. 94306 No 4006 Proposal Project: 2145 Park Blvd Geo Thermal Heating and Air Conditionk~g Syst~ms Pr~ Budget We propose to furnish and install the geothermal heating and air conditioning systems per the following scope: 1.Two Water Furnace, Model # ES 72 and two # EO 36 water-to-air units to serve the office and shop areas 2.One geo pump center to serve the four units 3.Geo loop piping from wells approximately 10 foot from building to mechanical location behind office area 4. Unit insulated for sound control 5. Required controls for the geothermal equipment. 6. Complete layout and design for geothermal systems,excluding all ductwork and registers 7. Labor and material required for complete installation for geo units. 8. 16 geothermal bore holes at approximately 200 foot depth per hole using enhanced grout system. 9. Trenching and backfill required for loop piping Total Price: $ 83,236.00 No 4006 EARTH ENERGY SYSTEMS, INC Geoexchaage & Radiant Heating and Cooling 2436 Foothill Blvd., Ste. 3, Calistoga CA 94SIS (530)647-2627 .(707) 942-8173 .FAX (530) 644-Z/21 Licemse # 739840 Proposal Exclusions: All electrical, cutting and furring, condensate drains, general sheet metal, and permits, exhaust fans with required venting, all ductwork ,registers and grills, all asphalt and Paving required to cover wells and loop piping trench. Date of acceptance:Earth Energy Systems inc Ron Greet nP It/ .TLROAD AVE.N~IP~ POi"NT RICHMOND, CA. 94801-3924 PHONE (510) 236-3794 FAX (510) 236-3795 Ca. License 697322 QUOTATION DATE: 2/3/03 RE: 2183 PARK BLVD. TO: JERRY BROWN OUR PROPOSAl: FURNISH & INSTALL AN ELECTRONIC / DDC CONTROL SYSTEM PER PLANS, SPECIFICATIONS DATED; AND THE ATTACHED SCOPE TO INCLUDE LABOR, INSTALLATION MATERIAL, EQUIPMENT, AND 1 YEAR WARANTEE. SCOPE: INCLUDES: 1 HEAT PUMP & 1 GROUND SOURCE HEAT PUMP DATA CABLE B~EEN BLDGS. MOUNTING OF MFLEX PANELS. CABLES FROM PULSE METER TO MFLEX PANELS. INSTALLATION TO BE PLENUM RATED CABLE IN CEILINGS AND WALLS AND CONDUIT WHERE EXPOSED. EMT CONDUIT ON ROOF & 3R BOXES SEALTIGHT FLEX PANEL MOUNTED IN 3R ENCLOUSURE CONNECTION OF ALL DEVICES PER POINTS LIST. EXCLUDES: DELETE THE FLOW STATIONS AT THE AC UNITS PROVIDING OR INSTALLING SMOKE DETECTORS, DAMPERS, STARTERS OR VFD’s. INSTALLATION OF VALVES, WELLS, OR PIPING TAPS. ~MNTENANCE SERVICE AFTER COMPLETION OF PROJECT. PERMITS & BONDS. (ADD 3% IF REQUIRED) CUTTING, PATCHING OR PAINTING. ANY WORK ON FSD’s. REPAIR OF EXISTING CONTROLS. PHONE MODEM OR CONNECTIONS TO PHONE EQUIP. NOTE:1.SMI WILL PROVIDE ADDITIONAL INSURED ENDORSEMENT NO. CG 7057 (03196) IN PLACE OF NO. CG 2010 !11~]5). NO EXCEPTIONS. 2. ALL CONTRACTS MUST REFERENCE THIS QUOTATION. 3.NO WAIVER OF SUBROGATION ENDORSEMENTS ARE TO BE ISSUED UNDER GENERAL LIABILITY~ AS THEY ARE NOT ACCEPTABLE. FOR THE SUM OF:BASE BID:$ 13,800 BEST REGARDS,GREG FPJ~ZIER Quotation valid for 30 days, PROPOSAL ACCEPTED DATE W¢lcom¢ ~’o Amomatcd E.t~rgy IAUTOMATeDenergy Technology Your data to your de_~ktop - all day everyday, and whatever technology it takes to get it there is the promise Automated Energy makes to you. The information super tollway Web-enabled energy information services bundled into a customized package delivered at the speed of the Internet. Change is a never-ending journey. Let change become your friend not your enemy. A solution for every situation. Simply put, that’s what Automated Energy’s technology is all about. Breakthrough technology has created intellectual property and has leveraged existing technologies into previously non-existing solutions. Through customized services and technological neutrality, Automated Energy delivers solutions to all, each with a specific service suite tailored to the individual customer. AEI technology supports and incorporates Energy Cost Control ¯ Distributed load management in response to interruptible rates or real-time pricing schemes ¯Identify and schedule energy intensive activities ¯Aggregate loads ¯Energy purchase decisions Monitoring ¯Full-time, continuous monitoring ¯Universal metering of all utilities - electricity, gas, water, etc. ¯Autonomously retrieves every remote device’s data and event log ¯Annunciates prioritized events through pager, fax or email Automated Reporting ¯Energy and power quality audits ¯Multi-site load aggregation ¯Cost allocation ¯Activity based costing and sub-billing Control ¯Interactively control equipment from one or more locations ¯Extensive programmable set point capabilities for automatic relay control, load shedding, shadow protection, and selective data logging of waveform recording Power Quality Monitoring ¯Determine power quality requirements ¯Establish equipment tolerances ¯Monitors all business-critical circuits 24 hours a day ¯Automatic alarming and notification ¯Tools to pinpoint the source of a power quality problem ¯Strategies to avoid repeat interruptions ¯Display minimum/maximum and graphical trending data for system analyses planning ¯View histograms of harmonic content, K-Factor and Crest Factor for .power quality analysis http://wwv,’.automat¢dcncrgy.corn~bcauty.asp?strTitl*=t¢chnology Page I of 2 ¯Records and displays waveforms for disturbance analysis ¯Plot surges, sags, and transient events on a standard voltage tolerance curve ¯Vector diagrams and symmetrical components for advanced analysis ~l~lO3 .[0:37 AM Networking &. Communications ¯ Basic I_AN/WAN infrastructure and off-the-shelf computer compatible ¯ Direct access to any device connected by RS-485, RS-232, or TCP/IP Ethernet standards ¯Connection to remote sites through telephone, fiber, cellular modem or R.F. links ¯Direct integration with other systems via multiple protocols ¯Communications with thir.d-party systems using device-level digital or analog I/O. ¯Device setup, control and file security at the data logging level ¯Secure log in and restricted access to data files Data Sharing 8~ Reporting ¯Share real-time information with other applications ¯ODBC compliant database allows SQL queries from other applications ¯Generates energy consumption and power quality reports and automatically sends them to selected personnel o Template-based reporting is fully integrated with HS Excel ¯Supports flexible time-of-use calendars and profiles ¯Compatible with digital metering products ¯Seamlessly connect with HVAC, automation and business systems Distributed Generation/Energy Management True integration of your Distrubuted Generation assets with your enterprise management solution. Our web enabled monitoring and control service allows you the potential for reduction of your energy costs as well as increasing operational efficiency within your facility. This service informs you in real time of the most cost efficient time to operate on site units and allows for immediate response. 24/7 communication alerts via email or pager options when certain set points are not realized converts your facility to proactive rather than reactive management. To insure ease and compatibility, Automated Energy serves as an Application Service Provider (ASP) allowing customers to receive all current and future service a.pplications as well as ongoing support, maintenance and application upgrades without having to install or purchase software programs. AEI currently supports windows, java and XML based applications. Automated Energy Inc. One Leadership Square, 211 N. Robinson, 7th Floor, Oklahoma City, Oklahoma 73102 (405) 601-7500 or toll free (866) 42!-1234 Copyright © Automated Energy Inc. 2002. " http://www.automatcdcncrgy.com/bcaury.asp?strTitlc=-t¢chnoloD’Page 2 of 2 ¯ ENFLEX EnFlex Corp. Pub. No. 68ENMG200DSE EnFlex MG-200 Gateway Controller The MG-200 is a fully functional TCP/IP network host capable bfinterfacing with a variety of networks and devices as well as indirectly metering.electricity, water, gas or other meters through built-in pulse counters. MG-200 systems may be networked together with other EnFlex and TCP/It~ hosts to provide system ve .ry-eatility and expansion capability. The MG-200 provides the ability to locally manage multiple data acquisition and control systems and distribute information to and from connected devices over networks including the Internet. The MG-200 can serve as a multi-protocol data gateway to many different devices. The MG-200 has 3 x RS-232 ports, 2 x RS-485 ports, a Dallas Bus interface, an Ethernet port, and an RS-232 console port. The MG-200 is shipped with the complete EnFlex embedded soRware environment which includes the EnFlex basic application software and web server as well EnFlex Script, EnFlex Connect API, and support for IO-12 controllers and Dallas Bus devices. Drivers for numerous 3’d party devices and systems are also available. The MG-200 is complete with a 20 MB compact flash disk_ Larger compact flash disks or rotating hard disk drives are available for special applications with large data storage requirements. Key Features: ¯Standalone gateway/controller ¯Hosts EnFlex software ¯TCP/IP Networking with HTTP Web server ¯10 Mbps Ethernet port ¯3 pulse counters ¯5 serial ports for connecting to external devices and networks ¯Expansion Port ¯Console Port ¯Sensor bus port - supports up to 32 Sensor Bus (Dallas Bus) devices ¯ ENFLEX" MG-200 Gateway ¯ ENFLEX © 2001EnFlex Corp. All rights reserved. EnFlex is a trademark of EnFlex Corp. Information in this document is subject to change without notice. No part of this document may be reproduced or transmitted in any form or by any means, electronic or mechanical, without express wrirum permission of EnFlex Corp. EnFlex Corp. makes no w’arranry, expresse~ or implied, with regard to this publication, including but not limited to any implied warranties of merchantability, fitness for a particular purpose, and noninfringement. In addition, EnFlex Corp. makes no warranty with reg~d to the documentation or data contained herein. EnFlex Corp. is not liable in the event of incidental, special, consequential, or any other damages in connection with or arising from furnishing, performance, or use of this publication. 1040 Whipple Street, Suite 225, Presco~ AZ 86305 Tel (928) 776-7101 Fax (928) 776-9078 EnNET® for EnFLEX® Example Scenario ENTERPRISE BUSINESS SYSTEMS INTERNET / INTRANETI EXTRANET For more information and sales inquiries, please call 866-903-6638, or go to www.gridlogix.com Copyright © 2003 Gridlogix, Inc. All Rights Reserved EnFlex MG-200 Gateway The MG-200 is a full-function Linux-based workstation, and provides a complete implementation of TCP/IP networking, including PPP, NFS, etc. It supports a range of TCP/IP services such as FTP, Telnet, etc. Other Linux utilities can be user installed to support unique user requirements. The MG-200 is enclosed in a rugged and compact cast aluminum enclosure. It can be mounted in any position and can be located outdoors if it is protected from direct exposure to weather. Enclosure width: 151.77 mm (5.98 in) Enclosure length: 203.20 mm (8.00 in) Enclosure height: 56.44 mm (2.22 in) ¯ Network Interfaces The MG-200 provides d~ta interfaces to the following networks: Type Ethernet RS-232 (COM1) RS-232 (COM2) RS-485 (COM3) RS-232 (COM4) RS-485 (COM5) Expansion Port Console Port Device Bus Media 10 BaseT Three-wire Serial Seven-wire Serial with Modem Control Three-wire Serial (Twisted shielded pair) Seven-wire Serial with Modem Control Serial (Twisted shielded pair) As Required Three-wire Serial Twisted Pair ~onnecfor 3 Screw Terminals 7 Screw Terminals 3 Screw Terminals RJ-45 3 Screw Terminals 3 Screw Terminals 3 Screw Terriiinals 2 Screw Terminals Prbtocols TCP/IP User Defined TCP/IP-PPP (External Modem), User Defined Erff:lex Smart UO, User Defined TCP/IP-PPP (External Modem), User Defined EnFlex Smart YO, User Defined User Defined VTIO0 Dallas Digital Sensor Bus Power Requirements 24V AC / DC nominal 19 - 30 V continuous Environmental (Operating) -20 degrees C to +70 degrees C 95% RH MG-200 Basic System Configuration Feature Description Processor Embedded AMD 80486DX CPU speed is 133MHz Full floating point operation Real Time Clock RTC with Supercap backup Page 2 March 2000 68ENMG200DSE EnFlex MG-200 Gateway Watchdog Timers Data Storage Sensor Bus Other Inputs Independent hardware and software watchdog timers 16Mb Fast Page 20 Mb Solid State Compact Flash Disk standard Dallas One Wire Protocol 3 x Pulse counter channels Pulse count inputs (switch closure) to 1 kHz Software selectable debounce for slow rates MG-200 Optional Features Feature Larger Compact Flash IBM Microdrive Expansion Port Description 32 MB and 64 MB Compact Flash is available 340-MB to 1 GB available Expansion Module Port for interface to ISA bus Page 3 March 2000 68ENMG200DSE Welcome "]’o Au~orr~[~d Energy energy MediaK~t Business Focus Based in Oklahoma City, Okla., Automated Energy has 27 employees Automated Energy provides customers the ability to: ¯Collect metered load data for all facilities ¯View load profile information ¯Compare costs from rate and price offers ¯Calculate bill estimates from "what ifs" Back to Company Leadership Services Strateqic Partners Events Calander Customers Careers Advisory Board Cas~ Studies "What ifs" are: ¯ If you’re switching from one rate schedule to another ¯ If you’re ¯ If you’re ¯ If you’re ¯ If you’re discounts ¯ If you’re switching from one supplier to another moving on-peak usage to off-peak periods reducing on-peak consumption (i.e. load shedding) aggregating individual billing accounts for volume controlling electrical generators If you have multiple facilities: ¯ Analyze your metered interval load data and billing information for multiple locations ¯Compare energy usage information among similar facilities ¯Examine cost breakdowns by region, building type and energy cost components . Establish accurate benchmarks for energy spent in multiple facilities ¯ Measure the effectiveness of various energy efficiency efforts Ownership Automated Energy is a privately held company incorporated in Delaware. History Automated Energy was founded on August 1, 1999, and is the worl’d leader in delivering customized energy information services. Realizing the crucial need for consumption data in the energy marketplace, the founders of AEI developed a unique Internet-based metering and information technology solution. A company was born when AE! figured out how to collect consumption data and stream it in real-time over the Internet to any location in the world. Services Automated Energy’s full suite of services delivers a comprehensive energy management information solution beyond what else is being offered. Knowledge is the power we give our clients to make decisions that affect their bottom line. Consumption Data Gathering & Load Profiling By monitoring your energy usage, a load profile of your consumption patterns will be developed revealing your time-of-use, peak usage and usage efficiency. A load profile of one facility, or an aggregate profile of all your facilities, is your biggest tool in negotiating electricity rates, both now and after deregulation. Real-Time Web-Enabled Power Monitoring By monitoring, recording, analyzing and responding to power quality problems in real-time, AE! can insure your facilities are operating at optimum efficiency. The power quality solution helps pinpoint the source of problems, avoid service interruptions, protect equipment, and plan systems. Distributed Generation/Energy Management We enable true integration of your Distributed Generation assets with hHp://~wwv.autorna[cdcncrgy.com/bcauty.asp?strTidc=mcdiakit Pag: I of 2 your enterprise management solution. Our web enabled monitoring and control service allows you the potential for reduction of your energy costs as well as increasing operational efficiency within your facility. This service informs you in real time of the most cost-efficient time to operate on site units and allows for immediate response. 24/ 7 communication alerts via email or pager options when certain set points are not realized converts your facility to proactive rather than reactive management. Application Service Provider (ASP) As an ASP, Automated Energy hosts and manages provisioned software applications from our facility, coordinates the ongoing support, maintenance, and upgrades of those applications, and delivers them to our customers via the Internet. Market Value Pricing Add long term value by providing, a turn-key, Intemet-ready pricing program for your key accounts. Protect revenues in a competitive environment, encourage load shifting to off-peak hours (low- price hours), and enhance your energy management services. Key Account Metering utomated Energy offers key account metering to our utility customers. Whether providing your key accounts our services at low cost, or no cost, co-brand or market alone, no one can deliver high performance metering solutions to your key accounts like Automated Energy. Outage Detection State-of-the-art power outage detection provides notification to our customer base via email, pager, fax, cell phone, or telephone in the event of a power" outage. Customers Automated Energy’s customers include companies who consume moderate to high volumes of electricity, have multiple facilities, and are concerned with efficiencies or with state-of-the-art information services. Also, utility companies who want to offer best in the industry energy management and information services to their key accounts or want Internet-based support for their Real-Time Pricing programs. Automated Energy’s list of customers represent virtually every kind of energy consumer or supplier including commercial and industrial, manufacturing, utility, retail, and wholesale companies across a myriad of vertical markets. Management - Officers ¯Bill Bean, Chairman of the Board ¯Cody Graves, Chief Executive Officer ¯Scott Thompson, Co-founder and Chief Operating Officer ¯Randy Colton, Executive Vice President, Sales and Marketing Headqua rters Automated Energy, Inc. One Leadership Square 211 North Robinson, Suite 700 Oklahoma City, OK 73102 405.601.7500 www.a utomatedenerc~y.com Regional Offices Media Contact Executive Vice President Randy Colton Vice-President, Marketing 405.601.7500 405.834.7617 " Automated Energy Inc. One Leadersl~ip Square, 7tl I~ li~l~-ms=m, ~ Floor, Oklahoma City, Oklahoma 73102 (405) 601-7500 or toll free (866) 421-1234 Copyright © Automated Energy Inc. 2002. htlp:llwsvw.aulomalcdcncrgy.com/bcauD,.asp?slrTitle=mcdiakit Page 2 of 2 3/4.6 tons ¯Safe, efticient operalion in a wide range of’liquid temperatures between 25° F and 110° F ¯ lop or bottom air discharge (vertical), side or end discharge (horizontal) ¯Variable-speed ECM2 blowers permit various duct applications (PSC fan also available) ¯Microprocessor control sequences components for quiet start up and shut down ¯HIicient scroll compressors (rotary on P010-013). Two-speed compres- sors also available on 4-6 ton units. ¯Over--Azed coaxial robe water-to-refrigerant heal exchanger ope~es at low liquid pressure drops ¯Convoluted copper (or optional cupronickel) heat exchangers perform efficiently at low flow Mates ¯ Enamel coated oversized rifled copper tube/lanced aluminum fin air-to- refrigerant heat exchanger provides high efl]ciencies at low face velocity ¯ Internally trapped condensate piping (vertical traits only) ¯Corner-located electrical box for field wiring from two sides ¯Relay to control field-mounted accessories ¯Field-selectable freeze protection setting for well or dosed loop systems ¯l.figh-slability expansion valve delivers optimum refrigerant flow over a wide range of conditions and provides bi-directional operation without troublesome check valves ¯Multiple removable panels for quick access to all internal components ¯Insulated divider panel permits service testing without air bypass ¯L~ fault and status lights with men, on., for easy diagnostics ¯internal drop-out blower ¯Optional factory, mounted DDCs 019 19,000 15.7 19,700 16.9 13,80o 3.7 22,000 5.0 5.0 600 02 ¯ ~022 22,000 17.6 ~,700 18.9 15,4o0 3.8 24,600 5.0 6.0 700 0,2 ~028 27,500 !5.7 28,600 16.9.20,800 3.8 33,200 5.1 7.0 900 0,2,3r4 "=o 034 32:900 15.7 34,000 16.9 25:000 3.7 40,000 4.9 9.0 1100 0:2,314 .""040 39.700 16.7 41tO00 18.0 28300 3.7 46,000 4.9 11.0 1300 0,3r4 046 44,800 15.8 46~20o 17.0 34,000 3.7 54r400 4.9 12.0 1500 0,3,4 056 55:700 14.9 57,500 16.1 43:800 3.5 65,80O 4.7 14.0 1800 013:4 066 64,200 13.2 66200 14.2 49,200 3.3 78,000 4.4 16.0 2200 0~3,4 OlO 9,6o0 14.5 9,800 16.3 7.200 3.5 12,200 5.2 2.5 350 0:2 ] ",013 12,400 4.5 13,!00 16.6 9500 35 14,600 4.8 3.5 400 0.2 019 19,000 15.7 19,700 16.9 13,800 3.7 22,000 5.0 5.0 600 0,2 099 )2 000 17.6 22,700 18.9 15,400 3.8 24,600 5.0 6.0 700 0,2 028 27:500 15.7 28,600 16.9 20,800 3.8 33,200 5.1 7.0 900 0,2:3,4 E 034 32,900 15.7 34,000 16.9 25,0OO 3.7 40,000 4.9 9.0 llO0 0.23,4 040 39:700 16.7 41,000 18.0 28,800 3.7 46,000 4.9 11.0 1300 0 3.4 046 44~800 15.8 46,200 17.0 34,000 3.7 54.400 4.9...12.0 1500 03,4 056 55,700 14.9 57,~)0 16.1 43,800 3.5 65.800 4.7 14.0 1800 0,3,4 066 64.200 13.2 66,200 !4.2 49,200 3.3 78,000 4.4 ........16.0 2200 0,3,4 ¯ KO." to t~. cot~: 0=208-2.30/60/1. 2=265/60/1. 3=206’-~3W60,(3. 4=460/6~3 For eontplde dtaa. rq’er to .gedftc~aimt t£utulog. ~ modds designed to operme with ent~ng w~r temper~r~ b~e~ ~0~ F~d llW F ~ mod~ d~i~ed to o~ ~ ~t~ng w~er ~r~ ~ 25° F ~d I10° F (~c~t for ve~ V~ u~ ~e a~le ~ a l~-~d, d~-~d or front ~m~ ~r co~on (~pt ~, 012) M~fi~on v~ u~ ~e tidal conv~ble ~om (or ~ce veto) $upp~ ~ on ho~on~ u~ ~ fi~d conve~ble from ~d ~de (or ~ce ~mt ro~ ~d r~pr~ng ~mp~o~ ~ h~ ex~g~ d~ for m~um h~ ~ily a~ble con~ol box P~n~ g~z~ st~l d~ p~ for co~osion r~ce High s~i~ bi-~re~on~ ~emos~c ~p~sion ~ve d~ve~ optimum re.gent flo~’ over a ~de ~ge of ope~ng con- ¯fions ~out ch~k F~ section sep~ed from ~e compr~or ~cfion ~ insul~d ¯ ~der p~el for m~mum round ~nuafion M~fi-spe~ ~ ~e blower motor ~ in~m~ ~ over- load proration ~e low ~M blower whefls pro~de Opfion~ ~croproc~r bo~d pro~d~ con~ol of ~re unit, input, ou~u~, s~s mode, f~ md ~osfi~ Opfion~ ~cto~ mounted D~ 3/4 - 6 tons 024 23,000 11.8 -28,700 16.4 19,000 3.3 31,500 4.1 6.0 800 0,2 030 29,100 11.8 35,000 15.8 20300 3.!34,800 3.9 8.0 1000 0.2b 4 036 33,300 11.9 40,200 16:3 25,000 3.2 43,000 4.1 9.0 1150 0,2,3,4 042 39,200 12.6 48~700 17.7 26,600 3.1 46,000 4.3 I1.0 1350 0,3,4 048 46~I00 11.8 56,300 16.0 34,800 3.1 58.000 4.1 12.0 1550 0.3,4 058 56.400 12.2 ...........67,200 15.9 4£200 3.3 661000 4.1 14.0 2000 0,3,4 070 66,000 11.9 79~400 15.0 50,300 3.1 80,700 4.1 16.0 2400 0,34 009 8.800 12.4 10,800 16.4 11,600 4.3 2.5 300 0,2 0!2 11300 13.!13,700 18.0 9,200 3.1 14,600 .. 4.4 3.0 400 0,2 018 17~400 13.3 21,200 19.4 13,300 3.2 23,200 .....4.9 5.0 650 0,2. 024 23.300 13.6 28,700 19.2 15,600 3.1 27,300 4.7 6.0 800 0,2 030 28,900 13.6 35,000 18.7 18,700 3.0 34,100 4.5 8.0 1000 0,2,3.4 036 34,100 12.5 40,900 16.5 23300 3.0 40,700 4.3 9.0 1150 0,2,3,4 .... 042 39,200 .......12.6 48,600 17.6 26,500 2.9 46,600 4.2 1t.0 1300 0,3,4 048 44,900 12.3 54,900 16.7 32,900 2.9 56,200 4.2 .....12.0 1550 0,3,4 058 55,400 12.1 67,900.16.1 40,.600 3.0 69,800 4.2 14.0 2000 0,3,4 ¯ K~. ~o ~age codes: 0=208-230/60/1, 2=265/8Vl, 3=20&230/6g’3, 4=460/60/3 7- 20 tons F~alures¯Designed to meet the heating/air conditioning requirements of large zones found in of~ces, schools, factories, arenas and other applications¯VX series units are designed to ope~e with entering water temperatures between 25°F and llO°F¯VL series units are designed to operate with entering water temp- er’aures be~veen 40°F and t IO°F for boiler/tower applications¯Available in left-hand or right-hand return air¯Insulated coaxial heat exchanger and refrigerant suction lines (VX models)¯Efficient reciprocating or scroll compressors mounted on rubber isolators provide super quiet operation with high reliability¯Oversized coaxial heat exchangers designed for maximi~a heat transfer at normal and low water flow rates¯Large face air coil consisting of rifled copper tubes and lanced aluminum fins to provide high efficiencies at low face velocities¯Insulated cabinet is constructed of environment,ally responsible ¯ galvanized steel for maximum corrosion t:esistance (paint optional) ¯ Easy access to aIJ internal components ¯ High and low pressure ports provided for easy servicing¯High stability hi-directional thermostatic expansion valve delivers optimum refrigerant flow over a wide range of conditions without troublesome check valves¯Low and high pressure switches¯Epoxy painted drain pan is corrosion resistant and internally trapped inside the cabinet (vertical models)¯Reliable condensate sensor standard on all units¯Belt drive blower system with a single-speed motor is standard on sizes 80-120. ’l’win blower wheels and motors on sizes 180 and 240.¯Fan speed is field adjustable via drive sheave¯Oversized blower options available¯Fan/motor assemblies are internally removable to accormmodam motor and fan wheel replacement without disconnecting the ductwork 095 120 095 120 24O ¯1Cry to t.O.tage coder: 3--.208-230/60/3, 4=460160/3, 5=57Y6013 For mtrgi~ data, rq’er ,O ,.~cifmalion Catalog. 3.1 3.0 3.2 3.2 3.2 3.2 5.2 Features ¯VL models designed to operate with entering source water temperatures between 40° F and 110° F ¯V’X models designed to operate with entering source water temperatures between 25° F and 110° F ¯Can be used for tempering outside air, pool heating, radiant heating, snow melt, domestic water heating, ice rinks and process water¯High efficiency scroll compressors on sizes 36, 60, 180, 360 ¯Source side flow rates as low as-!.5 gpm/mn with 50° F EWT ¯Heated or chilled water from the same unit ¯Modularized design for optimum capacity mmching and staging ¯Compact size allows passing through 36" door ¯Fast response lessens changeover time on two pipe fan coil systems ¯Replacement for low effidency water cooled chillers or electric boilers ¯Long life hermetic compressors ¯Bidirectional thermostatic expansion valve ¯Heavy duty FPT liquid fittings ¯Cabinet finished with durable power coating ¯Conveniently located control box¯Compressor control module ¯Liquid line filter dryer¯24 VAC-75VA control transformer with drcuit breaker¯S~nless steel brazed plate heat exchanger on sizes 180 and 360¯Double wall vented load coax for potable water a~xilable on 036 ¯Options on sizes 36-120: Microprocessor control, cupronickel heat exchangers, sound attenuation package¯Options on sizes 180-360: Choice of rail base or casters, lead-lag controls, stainless steel cabinet, cooling only or heating only uniL% sound attenuation package ° £wy to vol~ge ¢od~" 0=208-230/60/I, 2=265/60/1, 3=208-230/60/3, 4=460/60/3, 5=575/60/3 Water to Water, 3- 30 tons Console, 1/2.11/2 tons Designed to operate with entering liquid ~pe~r~ ~d IIO’F F~ ~p or slo~ top mod~ av~le ~d~t ro~ compr~r for q~ r~le op~on, mount~ on ~bb~ ~o~ Find conv~ble to 1~ or fi~t h~d pip~g A~le ~ ~t~y mount~ ~e~o~ ~ ~op~c~r or d~m~ con~, or ~ op~on~ ~p~r con~o~ ~in~ E conm~ of ~ronmen~ comp~ble g~ for m~um co~on ~s~ce ~d ~sh~ ~wd~ ~g. ~ rmo~le for ~ ~d ~ ~z~ ~u~m ~e Power ~g ~pH~ ~u~ conv~t j~on ~x lo~ ~ ~e pip~g ~w vol~e te~in~ block pro~d~ m f~e ~g of a ~mr ~lenoid ~ve F~ motor ~k~ to ~n, ~r~t-~ve c~g~ f~ whys mo~t~ on a s~ng blower de~ for ~ r~o~ 115 volt option a~le 07, 09, 12 12 15 ¯ K~ to voltage code~. 0=208-230/60/l, 2=265/60/1, 9= 115/60/I Compact 3/4- 11/2 tons Horizontal ¯Ko/to voltageox~: 0=208-230/60/1, 2=26S/6~! For comple~ dma, r~’er ~o Spagacaion CaUdog. ¯ Designed to operate with liquid temperatures be~’een 25° F ~d 110° F ¯ Right hand return, side or end discharge options ¯ Insulated c~.binet, coaxi~ hem exchaager a~d refrigerant suction lines ¯~ge low rpm blowers, four speed long life PSC type with internal thermal overload protection ¯High ediidency hermetic compressor ¯Oversized coaxial heat exchanger for maximum heat transfer at normal ¯ and low water flow rates ¯ Cabinet constructed of heavy duty galvanized sheet metal ¯ Corner-located control box allows lield wiring fi’om two sides ¯ Safety controls include a low pressure switch and a high pressure switch Fealllrl:s ¯Designed to operate with entering water temperatures between 25° F and 100°F ¯High efficiency scroll compressors with crankcase heaters ¯Cabinet constructed of G-90 galvanized steel and finished with electro deposition acrylic paint ¯Stainless steel exterior hardware ¯Coaxial heal exchanger, refrigerant lines and water lines fully insulated ¯Blower is double inlet, double wide, constructed of galvanized steal ¯Fan motor contains sealed bearings and does not require lubrication ¯Indoor air coil is aluminum plate-finned with seamless copper ¯Compressor control module sequences components at start-up ¯High and low pressure safety controls ¯Options include: auxiliary heat, economizer, motorized damper, matching roof curb, seacoast construction ¯Horizontal and downflow Rooftop Units 3.22tons 056 O48 060 092 122 142 192 222 262 36,700 49,600 60,6oo 98,500 125,800 134,200 17£600 209,2OO 261,400 16.0 18.4 17.3 15.5 274,000 ¯Key to voltage codm 3=208-230/60/3, 4=460/60/3 ~r comp~e daza, rger to Speafza~ Catalog. Accessories ¯Thermostats--large variety available, including dectro- mechanical MCO, digita! ACt and digital programmable ¯Factory mounting of DDCs from most manufacturers ¯Auxiliary heaters in various kW sizes and voltages ¯Boiler/tower loop control panels ¯Deluxe filter rack/duct collars, filter rails ¯Electronic and electrostatic air cleaners ¯Hose kits---braided stainless sled, with options of Measurllo control valves, y-strainer, P/r plugs and ball valves ¯Water solenoid valves ¯Marine duty, external heat exchangers Geothermal Loop Materials ¯Large selection of polyethylene pipe in various dimensions and lengths¯Fusion tees, elbows, couplings¯Various circulating pumps and tlow centers ¯Environol anti-freeze for earth loops, available in concentrated or pre-mix formulas WalerFurnace inlerualitma! is dedicated Io qnalily and customer satisfaction. Our commitment to delivering the best comfort products is a prominent theme throughout the company. Our product devdopment includes exaensive market research, involving hundreds of customer surveys. Prototypes are subjeaed to thousands of hours of laboratory and fidd testing to ensure reliable performance from the first start-up. Having our own in-house testing laboratory means you are gelling the best performing highest quality product available. In addition to our extensive in-house testing, our units are subjected to a rigorous battery of tests performed by independent laboratories and agencies to ensure the units meet, and typically exceed, industry and government requirements for safety and efficiency. As further at~rmation of our high quality standards, each unit carries our exclu- sive Quality Assurance emblem, signed by the ~nal test technician. As a pioneer and industry leader, the team of WaterFurnace engi- neers, customer support staff and skilled assembly technicians is dedicated to providing the finest comfort systems available. and cooB~ soa’ce to comfuf~ our 125.000 square feet of n~nufactur~j and of~ space. Ch)sed lxu)p Earth Ompled Earth coupled systems can be either homontal or vertical, depending on available space and soil conditions. Horizontal ground loops are installed with polyethylene pipes placed in trenches four to six fe~ below the surface. Vertical loops are installed in bore holes 150 to 500 fee~ deep. When installed properly, ground loops are virtually indestructible. Pond lm~op SystenL~ A pond or lake can be used as a free source of energy. In pond loop systems, coils of pipe are anchored to the bottom, enabling the s’i,stem to extract heat from or reject it into the water as needed. Pond loops are an excellent and inexpensive choice in eases where a drainage pond is required or built for aes- thelic reasons. Ground Water Open loop systems use a we.I! to supp~ entering water, and dis- charge is piped into a return well or into a suitable surface drainage ar~ Ground water can be dis- cha~ed with no harmful environ- mental effect. Open loop ground water systems offer the advantages of high ef]~ciency and low cost where conditions permit. Boiler/Tower Systems For effidency upgrades where large geothermal systems are not viable, existing boiler/tower jobs are fre- quently retrofitmd. Hybrid systems incorporale both geothermal loop coupled with down-sized coaven- tional heat rejection or addition equipment (boiler or tower). 9000 Conservation Way Fort Wayne, IN 46809-9794 Visit our Website at www.waterfuroace.com GEOEXCHAN(3E " WF1041 ....4/01 Ubs UNIVERSAL BUILDING SYSTEMS. GEOTHERMAL HEATPUMP DEMONSTRATION PROJECT Team Member Architectural Design Quezada Architecture B.Structural Engineering MSI Consulting Mechanical Systems/Plumbing Earth Energy Systems Mechanical Sheet metal Controlled Temperature Systems Automation Equipment Systems Mechanical Inc. F.Electrical Low Voltage Howell Electric Automation and Monitoring Gridlogix Automated Energy Systems Paving and Striping Silicon Valley Paving Project Management Design & Implementation Universal Building Systems Cost component $19,700.00 $2,500.00 $83,236.00 $24,763.00 $13,800.00 $4,722.00 $8,643.00 Pr0ject_SubTotal . Tot~p~ject component to bepaidby t~~ Total project component to be paid bythe McDonald.Family LLC $78,682.00 BID SUMMARY CMR 487:03 The following contractors were issued RFP number 140519 on November 30, 2001 1.A&A Plumbing 924 E. Fremont Ave Sunnyvale, CA 408 738-8878 2.Alton Air Conditioning 45300 Industrial Dr. #4 Fremont, CA 510 490-5655 3. Guy Plumbing 1265 E1 Camino Real Menlo Park, CA 650 323-8421 4.Water Furnace 728 Boxwood Rd Woodland, CA 530 666-9203 5. Universal Building Systems 2183 Park Blvd Palo Alto, CA 650 321-7526 6. Barnacal Management 335 Fourth St Pleasant Hill, CA 925 827-1919 7.Associated Engineering t771 Timothy Dr San Leandro, CA 510 357-5729 8.Xcel Energy 1003 West Cutting Blvd Richmond, CA 510 232-0386 RFP closed at 3:00 P.M. November 30, 2001 with only one bid from A&A Plumbing, Sunnyvale, CA. Under the terms of the RFP, the Purchasing Department deemed this bid as "non- responsive."