Loading...
HomeMy WebLinkAbout2001-01-22 City CouncilCity of Palo Alto cat M.anager, s=HONORABLE CITY COUNCI~y FROM:CITY MANAGER DEPARTMENT:UTILITIES DATE: SUBJECT: JANUARY 22, 2001 CMR110:01 APPROVAL OF A CONTRACT FOR $681,400 WITH ENERGY MASTERS INTERNATIONAL INC., FOR THE COMPLETE RETROFIT OF THE CITY’S TRAFFIC SIGNAL SYSTEM FROM INCANDESCENT LAMP TO ENERGY EFFICIENT LIGHT EMITTING DIODE TECHNOLOGY AND APPROVAL OF A GRANT REQUEST TO THE STATE OF. CALIFORNIA TO PARTIALLY FUND THIS RETROFIT RECOMMENDATION Staff recommends that Council: 1)Authorize the Mayor to execute the attached contract with Energy Masters International, Inc. for $681,400 to retrofit the City’s traffic signal system, and 2)Approve the attached Resolution requesting a $224,700 cash grant from the California Energy Commission (CEC) to partially fund the retrofit of the City’s traffic signal system from incandescent lamp to energy efficient light emitting diode (LED) technology. BACKGROUND The Utilities Department spends between $600,000 to $800,000 annually for the oVerall operation and maintenance of 89 intersection traffic signals. All of these signals now use inefficient incandescent lamps that must be replaced ev.ery seven months. Retrofit to LED will allow the City to significantly reduce electric demand, electric consumption, and operations and maintenance costs. An opportunity exists to obtain grant funding to pay a significant portion of the cost to improve energy and labor efficiency in the City’s traffic signal system. The state of California is presently experiencing a critical electrical capacity shortage and is offering grants to fund municipal traffic signal system retrofits. CMR:ll0:011 Page 1 of 4 DISCUSSION Pro_iect Description The Institute of Transportation Engineers (ITE) writes standards and specifications for vehicle control devices. The current traffic signal standards for incandescent bulbs were initially developed by the ITE in the early part of the century. In 1998, the ITE adopted specifications for LED traffic signals. Consistent with these specifications and those developed by the State of California Transportation Department (Caltrans), staff pr.oposes a retrofit of traffic signals that would remove 3646 incandescent lamps from the red, green, yellow, arrow, and pedestrian walk signals, and install light emitting diode assemblies. The cost of the retrofit project is estimated not to exceed $681,400. Replacement of these lamps would reduce energyconsumption between 70 to 80 percent, depending on lamp size. The retrofit would allow reductions in electrical demand of 161 kW, and electrical use by over 1,410,000 kWh annually. (Demand is the amount of power required at a given moment in time. Energy use is the amount of time over which that amount of power is consumed.) The approximate annual energy cost savings are estimated to be over $120,000 based on the City’s annual average cost of energy. Staff time will also be saved because the present replacement cycle for existing lamps will be. extended from seven months to approximately seven years for the LED lamps. Selection Process Staff proposes to enter into a contract with Energy Masters Intemational, Inc. to perform the retrofit from incandescents to LED by the CEC deadline. The Northern California Power Agency (NCPA) facilitated a competitive process for its member utilities to select an energy services company. Along with other NCPA member utilities~ City of Palo Alto Utilities (CPAU) selected Energy Masters International, Inc. to provide comprehensive energy project management services to utility customers. Energy Masters International, Inc. was selected based on the following criteria: qualifications, experience in engineering, project management, and the ability to offer competitive products and services. Energy Masters International, Inc. is a nationally recognized energy-services provider which specializes in "design and build" engineering for energy-efficiency projects and has already completed a similar traffic signal system LED retrofit for the City of Lodi during 1999, and has contracted with the Cities of Redding and Glendale for similar services under this CEC grant program: Energy Masters International, Inc. will provide CPAU with complete project oversight, including project completion, within 90 days of contract execution. Energy Masters International, Inc. will design and engineer the systems and bid all construction services to be performed, under the requirements set by City CMR:ll0:012 Page 2 of 4 purchasing guidelines. Energy Masters International, Inc. is committed to work closely with City staff to review bids and select the most qualified and economic subcontractors to install the LED retrofit. During the construction phase, Energy Masters International, Inc. will manage the selected subcontractors and will provide system commissioning for all installed fixtures. Energy Masters International, Inc. will also assume the performance risk of the project, and will protect the City from contractor change orders. Grant Application Grant funding is dependent on the number and type of lamps to be retrofitted. The CEC has tentatively approved approximately $224,700 for City of Palo Alto in grant funding, contingent on Council approval of the project. This represents approximately one-third of the total project cost.The CEC requires that the retrofit be performed by June 1,2001. RESOURCE IMPACT The total cost of the contract to retrofit the traffic Signal s.ystem is $681,400. If work is completed prior to the June 1, 2001 project deadline, the CEC grant will contribute $224,700 towards the materials costs of this project. Funding for this ¯ project will initially be through cost savings in the Electric Fund’s 2000-01 Adjusted Budget as time constraints require immediate contract approval. This project will be appropriately reclassified as part of the Traffic Signals Upgrade CIP 8930 as a mid-year adjustment, with the Public Benefits Reserve funding the additional CIP expense. The offset reimbursement from the CEC grant will be included in the CIP, resulting in net Public Benefits expense of $456,700. This contract has no impact on the Electric Fund Rate Stabilization Reserves. POLICY IMPLICATIONS The planning and implementation of this project are consistent with existing policies. TIMELINE If awarded, the conditions of the grant require project completion by June 1,2001. CMR:110:013 Page 3 of 4 ENVIRONMENTAL REVIEW This project is categorically exempt from the provisions of the California Environmental Quality Act and no further review is necessary. ATTACHMENTS: Attachment A: Resolution of Council for the California Public Utilities Commission Attachment B: Contract with Energy Masters International, Incorporated for $681,400 PREPARED BY: Tom Auzenne, Manager, Utility Marketing Services Virginia Waik, Marketing E.ngineer , DEPARTMENT HEAD: CITY MANAGER APPROVAL: of Utilities AUDREY~EYM~UR Assistant to the City Manager CMR:l10:014 Page 4 of 4 RESOLUTION NO. RESOLUTION OF THE COUNCIL OF PALO ALTO AUTHORIZING THE FILING OF AN APPLICATION WITH THE CALIFORNIA ENERGY COMMISSION FOR A $224,700 GRANT TO FUND AN ENERGY EFFICIENCY PROJECT TO CONVERT TRAFFIC SIGNAL INCANDESCENT LAMPS TO LIGHT EMITTING DIODES WHEREAS, the California Energy Commission provides grants to finance energy efficiency projects that will reduce peak electricity demand; and WHEREAS, the State of California is experiencing a critical shortage in electrical capacity; and WHEREAS, the City of Palo Alto wishes to reduce its electrical demand on the distribution system, with which the City’s traffic signal system is integrated; NOW, THEREFORE, the Council of the City of Palo Alto does hereby RESOLVE as follows: SECTION I. The Council hereby authorizes the City Manager or his designated representative, the Director of Utilities, to apply for and secure a grant of up to $224,700 from the California Energy Commission to convert or replace the present incandescent bulb traffic signals with those that use light emitting diodes. SECTION 2. The City Manager or his designated representative, the Director of Utilities, is hereby authorized to execute on behalf of the City of Palo Alto all necessary documents to effectuate the purpose of this resolution. // // // // // // 010117 syn 0071963 SECTION 3. The Council finds that the adoption of this resolution does not constitute a project under the California Environmental Quality Act, and therefore no environmental assessment is required. INTRODUCED AND PASSED AYES: NOES: ABSENT: ABSTENTIONS: ATTEST.:APPROVED : City Clerk Mayor APPROVED AS TO FORM:City Manager Senior Asst. City Attorney Director of Administrative Services Director of Utilities 010117 syn 0071963 2 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND ENERGY MASTERS.INTERNATIONAL, INC. FOR DESIGN AND ENGINEERING TRAFFIC SIGNAL SYSTEM RETROFITTING 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 ENERY MASTERS INTERNATIONAL, INC., a Minnesota corporation, located at 1385 Mendota Heights Road, St.Paul,MN 55120-1129 ("CONTRACTOR"). RECITALS: WHEREAS, CITY desires certain design and engineering (traffic signal system retrofitting) services ("Services"), as more fully described in Exhibit "A"; and WHEREAS, CITY desires to engage CONTRACTOR, including its employees, if any, in providing the Services by reason of its qualifications and experience in performing such Services, and CONTRACTOR has offered to provide the Services 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 1 - TERM i.i This Contract will commence on the date of its execution by CITY. The obligation of CONTRACTOR to per.form 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 professional qualifications to furnish or cause to be furnished the Services. CONTRACTOR further represents and warrants that the project director and every individual charged with the performance of the Services under this Contract are duly licensed or certified by the State of California, to the extent such OlO117 syn 0071964 licensing or certification is required by law to.perform the Services. 2.2 In reliance on the Zepresentation and warranty set forth in Section 2.1, CITY hires CONTRACTOR to perform, and CONTRACTOR covenants and agrees that it Will furnish or cause to be furnished, the Services. 2.3 CONTRACTOR will assign MITCH ANDERSON as the project ~irector 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 all 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 Federal, 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 Contraqt, or the performance of the 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 approval of the city manager. 2.6 CONTRACTOR will provide CITY with three (3) copies of the final report, if any, .which may be required under this Contract, Upon completion and acceptance of each report by CITY. 010117 syn 0071964 2.7 If CITY requests additiona! copies of reports, drawinq!s, specifications.or any other material 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. All ~ontractors of CONTRACTOR will be deemed to be directly controlled and supervised by CONTRACTOR, which will be responsible for their performance. If any employee 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 disoqderly or improper manner, the employee or contractor will be discharged immediately from further performance under this Contract on demand of the project manager. SECTION 3 -DUTIES OF CITY 3.1 CITY will furnish or cause to be furnished the specified services set forth in Exhibit "A" and such ~ther 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. VIRGINIA WAIK is designated as the 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 In consideration of the full performance of the Services by CONTRACTOR, CITY will pay CONTRACTOR a total sum not to exceed Six Hundred Eighty-One Thousand Four Hundred Dollars ($681,400) payable within thirty (30). days of submission by CONTRACTOR of its itemized billings, in triplicate, in accordance with tlhe following fee schedule set forth in Exhibit "B". J 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. 010117 synO071964 3 SECTION 6 : INDEMNITY 6.1 CONTRACTOR 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 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 Cohtract, 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 br4ach 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 will 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 full force and effect during the term of this Contract, the insurance coverage described in Exhibit. "C", insuring not only CONTRACTOR and its contractors, if any, but also, with the exception of workers’ compensation, employer’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. Anyand 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, identical insurance coverage, naming CITYas an additional insured under such policies, as required above. 010117 syn 0071964 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 canceied 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 additional insured except in policies of workers’ ~ompensation, employer’s liability," and professional liability insurance. Current certificates of such insurance will be kept on file at all times during the term of t,his 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 fulfill the indemnification provisions of this contract. Notwithstanding the policy or policies of insurance, CONTRACTOR will be obligated for the full and total amount of any .damage, injury, or loss caused byor 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 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 will comply With such provisions, as applicable, before conamencing the performance of the Services. SERVICES SECTION i0 -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. 010117 syn 0071964 10.3 Upon such suspension or termination by CITY, CONTRACTOR will be paid for the Services actually rendered to CITY on or before the effective date 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 that 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 all 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 will become the property of CITY. 10.5 The failure of CITY to agree with CONTRACTOR’s independent findings, conclusions, or recommendations, if the same are called for under this Contract; on th9 basis of differences in matters of judgment, will not be construed as a failure on the part of CONTRACTOR to fulfill its obligations under this Contract. SECTION il -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 will 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 Palo Alto Post Office Box 10250 Palo Alto, CA 94303 above To CONTRACTOR: Attention of the project director at the address of CONTRACTOR recited 010117 syn 0071964 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 w~ll 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 14 -NONDISCRIMINATION 14.1 As set forth in the Palo Alto Municipal Code, no discrimination will be made 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 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 employment, including completing therequisite form furnished by CITY and set forth in Exhibit "D". 14.2 CONTRACTOR agrees that each contract for services with an independent- provider Will contain a provision substantially as follows: "[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] 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." 14.3 If CONTRACTOR 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 wil! bein default of this Contract. Thereupon, CITY will have the power to cancel or suspend this Contract, in whole or in part, or to deduct 010117 syn 0071964 the sum of twenty-five dollars ($2~) for each person for each calendar day during which such person was subjected to acts of discrimination, as damages for breachof 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 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 will be effected in the 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. i5.5 This document represents the entire and integrated agreement between the parties and. supersedes all prior negotia- tions, representations, and contracts, either written or oral. 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, will be deemed to be both covenants and conditions. 15.7. The covenants, terms, conditions and provisions of this Contract will-apply to, and wil! bind, the heirs, succgssors, 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 orunenforceable, the unaffected provisionsof this Contract and any amendments thereto will remain in full force and effect. OlO117 syn 0071964 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 original, but all 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 Palo Alto and the Palo Alto Municipal Code. This Contract will terminate wit.bout 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 15..11 shall take precedence in the event of a conflict .with~ any other covenant,term,condition,or provision of this Contract. // // // // // // // // // // // // // // // 010117 syn 0071964 IN WITNESS WHEREOF, the.parties-hereto have.by their duly authorized representatives executed this Contract on the date first above written. ATTEST:CITY OF PALO ALTO "City Clerk APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: Assistant Cit~ Manager Mayor ENERGY MASTERS INTERNATIONAL, INC. By: Name: Title: By: Name: Title: Taxpayer Identification No. Director of Administrative Services Director of Risk Manager (Compliance with Corp. Code § 313 is required if the entity oh 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 010117 syn 0071964 10 CERTIFICATE OF ACKNOWLEDGEMENT (Civil Code § 1189) STATE OF ) ) SS. COUNTY OF ) On , 2001, before me,, 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 010117 syn 0071964 11 CERTIFICATE OF ACKNOWLEDGEMENT (Civil Code § 1189) STATE OF ) COUNTY OF ) On ,2001, before me,, a Notary Public in and for said County and State, persSnally appeared , personally known to me or proved to me on the bas±s of satisfactory evidenceto 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 010117 syn 0071964 12 Exhibit "A" Scope of Project & Time Schedule Scope of Services Provide all labor, material and professional, services for complete design/build implementation of the LED Traffic Signal Project, installed per local and national codes and in compliance with the California Energy Commission (CEC)-Peak Load Reduction Program Light Emitting Diode Traffic Signal Conversion Program as follows: Engineering Design of the recommended LED traffic signals includes: ¯ Work with the City to make final selection of approved LEDs. -¯Perform vendor and contractor competitions. ¯Pre-qualify contractors. ¯Conduct project pre-bid walk-through for contractors. ¯Receive and evaluate construction and vendor bids. ¯Review bids with the City. ¯Negotiate contractor costs and award of subcontracts. Construction Administration work assures correct installation in compliance with drawings and specifications. This includes: ¯Approve contractor installation pla~s. ¯Receive, accept and document delivery of inventory ¯Ensure product adherence to specification. ¯Conduct .regular construction coordination meetings to review construction and progress. ¯Perform regular site visits and investigate progress. ¯Review contractor progress payment requests and submit to City for approval. ¯Frequently report to the City on construction status and milestones. ¯Assemble final punch list and project approval. Post-construction Services assures that all new and renovated equipment and systems are properly installed and commissioned and that the City’s personnel are properly trained on the operation, maintenance, and purpose of this equipment as well as on energy efficient practices. It also includes the cost to measure and verify energy savings, as required by the Utility. ¯Confirm proper operating conditions are maintained. ¯Conduct training for appropriate City personnel. ¯Provide training, operation and maintenance manuals for retrofitted systems. ¯Conduct all savings measurement and verification, in concert with the Utility. ¯Our warranty covers labor and materials of all installed equipment for one year. By special request of City. ¯All storage and disposal costs are included as part of the Scope. ¯The manufacturer’s warranty will cover materials for five years. Payment and Performance Bonds Energy Masters International, Inc. will procure Payment and Performance Bonds as required by the City. Payment and Performance bonds are typically written for the installed cost of labor and material based on declining block coverage. The total cost for bonds are based on the total installed cost of the project. This normally equates to approximately 1% of Labor and Material. contract value. Program Management Fee covers the overall management and administration of the project. It is analogous to the services of a Developer/General Contractor and includes the following: ¯Coordina{ion, management and scheduling of all subcontractors and services. ¯Arrangement and coordination of program financing. ¯Coordination of utility resources or incentives, where applicable ¯Legal and contractual program management. ¯General and administrative overhead. ¯Risk This program management fee also incorporates our performance risk. It is ENERGY MASTERS INTERNATIONAL, Inc.’s responsibility to assure that a quality program is implemented within budget and that savings are generated, verified, and maintained such that they will cover all Program Costs. We take responsibility for accurate inventories of systems to be installed. Any fixtures not captured in our assessments will be installed at no cost to the City. Quantities & Locations The following is a summary of the total quantities to be installed. Quantity Quantity Fixture Type Installed Inventory 12" red balls 247 5 12" red arrows 112 3 12" red beacons 52 2 8" red ball 561 12 12" amber balls 246 5 12" amber arrows 112 3 12" amber beacons 2 1 8" amber ball 562 12 12" green balls 246 5 12" green arrows 131 3 8" green ball 561 12 Hand/Ped Man 407 9 Total 3,239 72. See the attached inventory for the scope of work for specific intersections. CITY OF PALO ALTO: TRAFFIC SIGNALS INVENTORY Sand Hill & Oak Creek West Sand Hill & Oak Creek East " Sand Hill & Pasteur Hill & Arboretum Pasteur Quarry & Welch Shop Stanford Lytton Middlefleld & University Middlefield & Hamilton Middlefield & Homer Middlefleld & Channing Middlefield & Addison MIddlefield & Melville Channing & Wavedey Middlefield & N California Alma & Lytton Lytton & High Lytton & Emerson Lytton & Ramona Lytton & Bryant Lytton & Florence Lytton & Waverley L.,ytton & Cowper Lytton & Webster University & El Camino Real University & High University & Emerson University & Ramona University & Bryant University.& Florence University & Wavedey University & Cowper University & Webster Un.iversity & Guinda University & Chaucer University & Lincoln & Hamilton Hamilton & High Hamilton & Emerson Hamilton & Ramona Hamilton & Bryant 12" Balls 12" Balls Arrows t2" Beacons 12 12 12 8 8 8 3 3 3 14 14 14 8 8 8 14 14 14 8 8 8 11 11 11 2 2 2 6 6 6 2 2 2 6 6 6 12 12 12 2 2 2 12 12 .12 6 6 6 2 2 2 6 6 6 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2.2 2 2 1 1 2 2 2 2 2 2 2 2 2 2 1 2 2 2 2 2 8" Balls 7 7 7 7 7 7 2 2 7 7 2 Square 8 8 8 7 7 7 8 8 8 6 6 6 6 6 6 8 8 8 8 8 8 6 6 6 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8. 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 7 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 ¯ 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 4 2 8 8 8 8 8 8 8 8 8 8 8 8 6 8 8 8 8 8 8 8 8 Continued on next page. Continued from previous page. Hamilton & Gilman Hamilton & Waverley Hamilton & Cowper Hamilton & Webster Embarcadero & Waverley Embarcadero & Middlefield Embarcadero & Newell Embarcadero & P.A High School Embarcadero & Louis Newell & Channing Embarcadero & Graer Emba’rcadem & Bryant Embarcadero & St. Francis Embarcadero & Bayshore E. Bayshore Rd & Laura Lane Embarcadero & Geng Middlefield & Colorado Middlefield & Loma Verde Middlefield & Coop Pad Stanford/Hanover & Escondido Poder & Hanover/Hillview East Meadow & Cowper Middlefield & Mawiew Middlefield & E. Charleston Middlefield & Montrose & Nita & Middlefield ~n Antonio & Leghorn & Charleston & E. Bayshore & Fabian E. Meadow Homer Alma & Churchill E. Meadow & Waverley Alma & E. Meadow Alma & E. Charlston Alma & San Antonio Arastradero & Gunn High Arastradero & Donald Arastradero & Coulombe Charleston & Wilkie Charlestone & Carlson Charleston & Nelson GITY OF PALO ALTO: TRAFFIC SIGNALS INVENTORY t2" Balls t2" Balls Arrows 12°’ Beacons 8" Balls 2 5 3 9 2 4 2 2 2 5 2 2 2 2 2 5 3 2 4 2 2 2 5 2 2 2 2 2 5 3 9 2 4 2 2 2 5 2 2 2 2 4 4 4 4 ,4 4 4 4 4 8 8 8 8 8 7 2 7 8 5 8 8 8 8 8 8 8 8 8 8 8 8 8 7 7 8 5 8 8 8 8 8 8 8 8 8 8 8 8 8 7 7 8 5 8 8 8 8 .8 8 8 8 2 2 2 2 2 ’2 4 4 4 2 2 2 1 1 1 4 "4 4 2 2 2 4 4 4 4 4 4 4 4 4 4 4 4 2 2 2 10 10 10 8 8 8 6 6 6 6 6 6 6 6 6 2 2 2 2 2 ’2 2 2 2 2 2 2 2 2 2 2 2 2 6 2 7 4 8 8 6 2 7 4 8 8 4 4 4 4 4 4 4 4 1 .1 6 2 7 4 8 8 2 8 8 4 2 12 20 20 8 8 8 8 1 4 8 5 8 8 6 4 8 6 8 8 8 8 8 8 8 1 4 8 5 8 8 6 4 8 6 8 8 8 8 8 8 8 1 4 8 5 8 8 6 3 8 6 8 8 8 Square 8 8 8 4 3 8 8 8 8 8 8 8 8 6 4 8 4 8 8 8 8 8 8 8 4 8 2 8 6 6 246 246 112 112 131 52 2 561 562 561 0 0 407 Measurement & Verification Measurement and verification of the actual savings will be performed on a representative random sampling of intersections: Amps, volts and power (kW) readings will be measured pre and post construction. Hours of operation Will be stipulated .from the California Energy Commission’s (CEC) Load Factor chart published in the Grant Application. Measurement and Verification (M&V) Guidelines for Federal Energy Projects published by the U.S. Department of Energy to calculate sample sizes. Based on the given populations, Energy Masters International, Inc. will work ~vith the City to identify specific traffic signals that will be selected from which the sample measurements will be taken: Quantity Sample ¯Fixture Type Installed Size 12" red balls 247 "10 12" red arrows 112 10 12" red beacon 52 9 8" red ball 561 11 12" amber balls 246 10 12" amber arrows 112 10 12" amber beacon 2 2 8" amber ball 562 9 12" green balls 246 10 12" green arrows 131 10 8" green ball 561 11 Hand/Ped Man 407 11 Total 3,239 113 ’ Training Energy Masters International, Inc. and/or their subcontractors will provide up to four (4) hours of training for City operations and maintenance personnel. The content and location of the training session will be mutually determined by Energy Masters International, Inc. and the City to maximize the effectiveness of the training. Installing Contractor Specifications Energy Masters International, Inc. will work with the City to select the most qualified, cost reasonable contractor from the quotation solicitation. The quoting subcontractors will be provided the City of Palo Alto’s Traffic Control Requirements to ensure safety and proper traffic control. Although these requirements are directed more towards construction projects, the traffic control principles will be followed.. City of Palo Alto Traffic Control Requirements The Contractor shall conduct operations and schedule cleanup so as to cause the least possible .obstruction and inconvenience to traffic, pedestrians, cyclists, and adjacent property owners. All work areas shall be swept clean at the end of each day’s work and at other times when directed by the City. A mobile street sweeper shall be used wherever practical, and dust shall be suppressed to the satisfaction of the CitY. The-Contractor shall protect open excavations, trenches, and such during construction with fences, covers, and railings, as required, together ’with signs, lights, and other warning .devices sufficient to maintain safe pedestrian, bicycle, and vehicular traffic to the satisfaction of the City. Damage done by the Contractor during the course of the work to adjacent City or private property shall be repaired in kind, or as the Engineer shall direct, at the Contractor’s expense. This includes the repair of traffic loop detectors, tape striping, signing, curb markings, etc. Loop detectors must be repaired within one week of the damage. The Contractor shall remove all forms, debris, and undesirable material from the job site at the end of each workday. After each site has been completed, the Contractor shall restore planting areas and other areas abutting the work to the condition existing at the start of work. Unless otherwise authorized by the City Inspector, all construction and restoration including loop detectbrs, tape striping, signing, curb markings, etc. shall, be completed within 15 working days from start of work at any specific location, except loop detectors which must be repaired within seven days. The work of restoration, including pavement legends, detector loops, striping, and signing, and cleanup, at each listed location, shall be diligently pursued to completion and at no location shall the work be left partially completed for more than seven working days. o The Contractor shall notify the abutting property owners at least 72 hours prior to commencing work at their specific locations. If the driveway to any.garage or parking area is to be closed for construction work, this notice shall state the approximate time it will be reopened. The Contractor shall post "No Parking" signs as required. 7.No stockpiling of materials or parking of equipment during non-working hours will be allowed on City property, i.e., streets, alleys, parking lots, or sidewalks, etc. 10. 11. 12. 13. ¯ 14. 15. 16. 17. 18. 19. The Engineer shall have the right to limit the amount of trench that may .be ¯opened or partly opened at any time. No more than 300 feet of trench shall be left open at any one time. All open trench and excavations must be backfilled and paved with .temporary A.C. or steel-plated at the end of each work day with non-skid plates. The Contractor shall place cold cut back around the edges of non-skid steel plates to eliminate the vertical edges. The Contractor.will place cold cut back around the iron work sticking out of the surface, and the edges of the trenches (when backfilled with concrete-slurry) to avoid vertical edges. A minimum of 2 inch of cutback will be used. Use of a whacker plate shall be required for all temporary pavement patches for better compaction, and to ensure that the patch holds up better andlonger. Spillage resulting from hauling operations along or across any public traveled way shall be removed immediately by the ContractOr at his expense. City of Palo Alto truck routes shall be used. Contractor shall obtain a Transportation permit from the Transportation Division for any vehicle which exceeds weight or dimensions prescribed in California Vehicle Code. Contractor shall use Caltrans standard signs, traffic cones, or delineators (tubular devices), or barricades, etc. for traffic control. All signs shall be placed in positions where they convey their message most effectively. A flag type high level warning device with three or more flags shall be used for each direction of traffic affected, generally placed within the taper area. An arrow board .type high level warning device may be required for nighttime work as well as for work requiring shifting of traffic on the wrong side of the road. Dated "No Parking Tow-Away" signs shall be posted at a minimum of 72 hours in advance of all work requiring that cars be not parked on the street. Date and time of work shall be written on signs in two inch high letters with a 1/4 inch felt black marker. Signs shall be posted 50 feet o.c. and removed immediately after the work is completed. Any work along El Camino will require a permit and approval from Caltrans, and work along Oregon, Page Mill, and Foothill Expressway requires a permit and approval from Santa Clara Oounty. Traffic Control A traffic control plan consistent with the following generally applicable conditions must be approved by the Transportation Division prior to starting work. The Contractor shall supply, place, and maintain all necessary traffic control devices in accordance with the Palo Alto "Traffic Control Manual", the Caltrans "Traffic Manual", and the following conditions: ¯Traffic Control Plans will include a schedule of construction showing each phase of work and the anticipated method of handling traffic for each phase. Traffic control plans will include scaled drawing of the street, lane configuration, parking, sidewalk, work area, and the. location of signs and cones, etc., to warn, direct, and guide the traffic. In general, Contractor shall maintain all vehicular, pedestrian, and bike movements. No total closure of any arterial or collector street, as well as busines~ district streets, or driveway, or alley will be permitted. City may allow closure of local residential streets, but contractor shall always maintain local and emergency access. Contractor shall submit traffic control plans to the City’s Transportation Division for approval five days prior to beginning work. The Contractor shall maintain one lane .of traffic in each direction at all times on all-streets. The clear width of the lane shall be a minimum of 10 feet. A minimum four feet (clear) sidewalk shall be maintained unless the work makes closure unavoidable, in which case the sidewalk may be closed while working, subject to the approval of the City Traffic Engineer. However, an alternate pedestrian facility will be provided for the duration of the closure. At intersections, work will be permitted at one corner at a time, so pedestrian movements can be maintained through the intersection. Contractor shall maintain access to all driveways except when actually doing construction within the driveway boundaries, at which time partial access will be maintained unless alternate arrangements can be made with the property owners or tenants in advance. Each pedestrian crosswalk, when crossed by construction excavation, shall be provided with a safe pedestrian crossing platform with handrails. The Contractor shall be required to pay $30 per parking space, per week, to the City’s Transportation Division for any off-street or on-street "time-limited" parking spaces within the downtown and California.Ave..business districts which may be occupied as a result of his operation, either to maintain traffic or for. parking of construction vehicles during the work hours, or for issuing parking permits to the parked vehicles displaced from their private parking spaces, etc. Work shall not restrict visibility of any traffic control device. Work affecting traffic in business districts bounded by Alma, Webster, Lytton, Forest (Downtown) and El Camino Real, Park Blvd., Sherman and Cambridge (California Avenue) will be permitted during 8 AM to 4 PM only. No work will be permitted within 1500 feet of school grounds until after 8:30 a.m. on school days. Other special restrictions may be required at heavily used school crossings or school commute routes beyond 1500 feet from the school grounds, as deemed necessary for student safety by the City Traffic Engineer. Work on arterial and collector streets will not be permitted between the hours of 7 and 9 a.m. and 4 and 6 p.m. The streets include: Alma, Arastradero, Arboretum, Charleston, Embarcadero, Middlefield, San Antonio, Sand Hill, University, Hansen, Hillview, Park, Channing, Stanford, California, Quarry, Welch, Meadow, E. Meadow Circle, E. Bayshore, and W. Bayshore Frontage Roads. If work will impact transit stops or transit routes, contractor shall be required to contact Santa Clara County Transit District, Samtrans and other affected transit companies to address relocation of facilities or rerouting of buses prior to submitting traffic control plan. Traffic control plan should indicate what actions are being taken with regard to transit services. Any work within 150-feet of any signalized intersection should be coordinated with Kim Burke, 496-6991, CPA Traffic Signal Shop. The contractor shall place barricades 50 feet o.c. at the gutter joints and provide one working flasher for each barricade and shall insure that each flasher is maintained in working condition while in use. The Contractor shall not remove the barricades in the street at any given location until the asphalt concrete patching adjacent to the gutter and/or gutter overlay has been done and the hazard to bicyclists and motorists no longer exists. The contractor shall be required, at contractor’s Cost, to hire Palo Alto Police officers to direct traffic when working at signalized intersections, especially when (1) equipment is intermittently blocking or crossing a traffic lane, (2) only one lane of traffic is available for two directions of traffic (3) one lane of traffic is available in each direction, but the left turning traffic is also using the through lane and (4) at multiple lane signalized intersections. Two officers per intersection shall be required. Work at signaled intersections without police officers may be approved on weekends. 20.The above requirements are minimum and do not limit the Contractor’s responsibility of doing all that is practical and necessary to ensure the safety of workers, pedestrians, bicyclists, and motorists. The Contractor shall conform to the above traffic control conditions, which are generally applicable to most common situations. Based on the nature of a job, additional conditions or exceptions to the above conditions may be necessary. Traffic Control & Exceptions to City of Palo Alto Traffic Requirements ¯Signal Operation. Momentary signal operation interruption is required. ¯Working Hours. Work will be performed from 9 AM to 4 PM. Any work conducted outside these hours will be done with special permission. ¯Police Support. A reasonable number of intersections are included in the scope. ¯Notification. No notification will be given to building owner’s prior to work being completed. ¯Truck Routes. It may be necessary to use alternate routes other than City of Palo Alto truck routes. ¯Permits. No permits are included as part of this scope. ¯Traffic Control Plan. Proper traffic control procedures will be followed. A written description of generic traffic control procedures will be provided upon request. No formal plan or drawings will be submitted. Installation Procedure 5. 6. 7. 8. 9. 10. Disconnect the power to the traffic light head or use other precautionary measures to avoid electrical shock. Open the outer door to the traffic light head. Remove the existing reflector and disconnect the electrical lead from the terminal block. Remove the existing lens and gasket while retaining the mounting hardware. Place the new ti’affic light with gasket into the outer door lens recess. Check that the "UP" (or 1" ) is properly aligned in respect to the roadway. Reinstall the lens mounting hardware ensuring a secure fit. Connect the leads to proper terminal block positions. Close the outer door to the traffic light head. Restore power to traffic light head. ., Public Documents All documents will become the property of the City of Palo Alto. Product Specifications Caltrans specifications will be applied. All products specified have been or are being tested by Caltrans. Sample specifications are available for the material being proposed at the following locations: Dialight 8 & 12" Balls- ~ttp://www.dialiqht.comlpdfl8 12signa11000.pdf " Arrows - http:llwww.dialiqht.comlpdflarrow1000.pdf Hand/Man combos - http:llwww.dialight.comlpdflhand person1200.pdf GELCore 8" Balls - http:llwww.gelcore.comlmarketsltrafficlsignalslPDFslDR08 siqnal.pdf _ 12" Balls - http:llwww.qelcore.comlmarketsltrafficlsignalslPDFslDR12 siqnal.pdf Arrows - http:llwww.gelcore.comlmarketsltrafficlsignalslPDFslDR12 arrow.pdf Project Costs & Savings - Options Two vendor cost and savings estimate summaries are provided: ¯Dialight ¯GELcore (formerly Ecolux) - joint venture between GE and EMCORE These products have proven to be the best performing LED signals and have been the most cost competitive among all other vendors. Energy Masters International, Inc. will submit specifications prior to purchase for approval. 01/i0/01 WED 16:44 FAX 612 686 40~0 ENERGY ~IASTERS INTL ~, EXHIBIT B PAYMENT TERMS 90% Of project price due net thirty (30) days after receipt of monthly invoice as work progresses. Energy Masters will make an estimate of percent completion on a monthly basis which will be approved and accepted by the City’s representative prior to presentation of invoice for payment. 10% retention due net thirty (30) days after a "Notice of Completion of Project" has been signed by the City. Ol/lO/O.1 ~D 16:44 FAX 612 686 4050 TUE 1fi:o7 FAX 612 ~37 2144 SECRETARY O.F STATE NAME CHANGE. CERTI.FICATE OF QUALIFICATION C1874474 I, B-ILL JONES, Secretary of State of the Stat~ of California, hereby certifyi That on the 21st day of June, 1999, there was filed in this office an Amended Statement and Designation by Foreign Corporation whereby the corporate name of ENERGY SOLUTIONS INTERNATIONAL, INC. WHICH WILL .DO BUSINESS IN CALIFORNIA AS N.R.G. SOLUTIONS INTERNATIONAL, a corporation organized and existing under the laws Of Minnesota, was changed to ENERGY SOLUTIONS INTERNATIONAL, INC. WHICH WILL TRANSACT BUSINESS IN CALIFORNIA AS EMI INC. This corporation complied with the requirements ol= California law in effect on that date for the purpose of qualifying to transact Intrastate business in the State of California and as of said date has been and is qualified and authorized to transact intrastate business in the State of California, subject however, to any licensing requirements o~herwise imposed by the laws of this State, and. that the corporation shall transact all Intrastate business within this state under the above fictitious name elected by it.. IN WITNESS WHEREOF, i execute this cer~ificate and affix the Great .Seal of the State of California this day of July 2, 1999. f i Secretary ~#’"of 5rate [iNP,i,~ A (Ri=v, 1-11ill _ ___ OlO oo~ 01/10/01 WED 16:45 FAX 612.686 4050 Tt~ 1~:o7 FAX 612 337 2144 AMENDED STATEMENT BY ’FOREIGN CORPORATION ENERGY MASTERS INTL N S P Solutions Inter_-~tional r 7~c. whic~ ~ii ~rans~ct. ~I].~ ~-~.-~S (Name of Corporafloh) in California as EMI ~nc.,,, a .corporation o[ganized and existing under the laws of sln_,~esota . ........and which is presently (State or Place of IncOrpOration) qua.lifted for the transaction-of intrastate business in the State of Califomla, makes the following statement: Thatthe. name of ~eco~omtion has been changedtothat hereinaboveset fodh and thatthe name mlinqulshed at~etlme ~fsuchchange was Energy Solutions I~ternatloDal, Inc. which will do business ~D californiaas N.R.G. Solutions International Enerqy sqlUtions International, .Inc. (Nat [Signature John ~. Moore, jr.-Secretary ’~ypedNameandTItleofOfficerSlgning)’ OI/lO/Ol Y~ED 16:45 FAX 612 686 4050 HASTERS INTLENERGY 012 SECRETARY OF STATE CERTIFICATE OF QUALIFICATION C1940468 I, BILL JONF.S, Secretary of ,~tate of the.~te of Cal~ornla, hereby ce~: ~ on the 2 # ~ ~ ~.~ Y ,19~,underits~meatthat fi~ and n~ named ENERGY ~S~S I~ERNATIONAL, INC. a corporation organized and e:cisting under the la~s of,MINNESOTA complied with the requirements of California law in effect on that date for the purpose of qualifying to transact intrastate business in the State of California and that as of said date said corpo.ratio~ became, and now is, qualified and authorized to transact intrastate business in the State of California, subject, however, to any licensing requirements otherwise imposed by the laws of this Stat~ EV WITNESS WHEREOF., I execute this Certificate and affix the Great Seal of the State Of California tins 6TH. day ofMARCH, 1998 ¯ Secretary a~te 01/10/01 ENERGY I~ASTERS INTL16:46 FAX 6i2 686 4050 ~050515 SECRETARY OF STATE I, BILL JONES, Secretary of Stareof the State of California, hereby certify:. That the attached transcript has been compared with the record on file in this.office, of which it purports tO be a copy, and that it is full, true and correct. IN WITNESS WHEREOF, I execute this certificate and affix the Great Seal of the State of California this Secretary of State 01/10/01 16:46 FAX 612 666 4060 ENERGY ~ASTERS INTL 0505152 014 AMENDED FOREIGN STATEMENTBY CORPO.RATION. ENDORSED-FILED In the office of the Secretary of State of the State of California FEB .~ 7 1998 BILL JONES, Secretaq/of State Energy Masters International, Inc. NameofCorpors~on and existing under the laws of Minnesota (Stare or Place of Incorporation) a corporation organized and which ~ presently qualified for the transaction of intrastate business in the State of California, makes the following statement-: That the name of the corporation has been changed to that hereinabove set forth and that the name relinquished at the time of such change was Cenerprise, "rnc. which wi11 do business in California as Minnesota Cenerprise,Inc. Energy Masters Znterr~,ational, (Name of Corpor,~on) (Sign~’~re of ~.o~porate Offli:er) AS&D £,cb.b, - z~2o - 4/25/95). Peter M. Glass, Secretary ~Typed N~ne md Tide .~"i- -"~~...;;’?.,... ¯,~..,.~...~, 01/10/01 NED 16:46 FAX 612 686 4050 ,-;N E R G¥ MAST E R5 ,. ENERGY ~IASTERS INTL SECRETARY OF STATE STATE OF CALIFORNIA Bill Jones 1500 1 lth Street. Sacramento, CA 95814 February 23, 1998. CONSENT TO USE OF NAME ENERGY MASTERS CORPORATION, a corporation organized, and existing under the laws of the State of Missouri, .hereby consents to the qualification of ENERGY MASTERS INTERNATIONAL, INC., a Minnesota corporation in the State of California. IN WITNESS WHEREOF, the said Chief Executive officer has caused this consent to be executed by its president and attested under its corporate seal by its Corporate Secretary, this 23rd day of February, .1998. B ’: Keith H. Wietecki Chief Executive Officer Attest: Peter M. Glass Corporate Secretary (SEAL) 01/10/01 V~D 16:47 FA~ 612 686 4050 ENERGY ~ASTERS !NTL [~]016 PART II - INSURANCE REQUIREMENTS FORM 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 FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH A BEST’$ KEY RATING OF A:X, OR HIGHER, LICENSED TOTRANSACTINSURANCE BUSINESS IN THE STATE OF CALIFORNIA, AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: REQUIRED YES YES YES YES YES TYPE OF COVERAGE WORKER’S COMPENSATION AUTOMOBILE LIABILITY COMPREHENSIVE GENERAL LIABILITY, INCLUDING PERSONAL -INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY " COMPREHENSIVE AUTOMOBILE LIABILrP(, INCLUDING, OWNED, HIRED, NON-OWNED PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE REQUIREMENT STATUTORY STATUTORY BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED, BODILYINJURY EACH PERSON EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE~ COMBINED ALL DAMAGES MINIMUM LIMITS EACH OCCURRENCE $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,oo0,ooo $1 ~000~000 AGGREGATE $1,000,000 ¯ $1,000,000 $1,000,000 $I,000,0oo $I,000,000 $I,000,000 $1,000,000 $1,o0o,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, INSURANCE COVERAGE MUST INCLUDE: A PROVISION FOR A WRITEN 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, O~.O~. COMPLETE THIS SECTION ANDTHROUGH Vl, BELOW , ¯ ,, ’ A.NAME AND ADDRESS OF COMPANY AFFORDING COVER’AGE (NOT AGENT OR BROKER):--~~ B.NAME, ADDRESS, AND PHONE NUMBER OF YOUR INSURANCE AGENT/BROKER: C.POLICY NUMBER(S): CITY OF PALO ALTO RFP PAGE 1 OF 2 01/10/01 WED 16i47 FAX 612 686 4050 ENERGY ~ASTERS IHTL ~] ris-Homeyer company ¯ 0 France Ave. So. te 145 ¯ a,. MN 55435-2004 DATE IMM/DDr~~) 01/06/2000 THIS CERTIFICATE IS $SUED AS A MATTER OF INFORMATION . ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDEI~ THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. . COMPANIES AFFORDING COVERAGE , Beth A11 en Ext:I A . ,REn COMPANY. ,B Energy Has~ers Zn’cernat~onal i .................., ....."_. ..................................................................................... 1385 Mendol;a Heights Road , COMP~W C S~. Paul MN 55120-I126 . .........................................................................................................................[ COMPANYi D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT.WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. ExCLUS ONS AND CONDITIONS OF ~UCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFEG’IIVE . POLICY EXPIRATION : MMITSTYPE OF INSURANCE POLICY NUMBER DATE (MM/DO/YY) ¯ DATE IMM/DD/YY) GENERAL UABILrFY ! .GENERAL AGGREGATE i $2,000 000!.- ....................................: ..... X ’. COMMERCIAL GENERAL LIABILITY ": PRODUCTS-COMPIOPAGG $ 1,000,000 ....... .. C ,MSXn ...... .........00o ILL" 0241264 01/01/2000 01/01/2001 EACH OCCURRENCE ;1 1,000 000 ’ i OWNER’S & CONTRACTOR’S PROT I ..........................................~ ’ ; i .FIRE DAMAGE (Any one fire) S 5 0,000 MEO EXP (Any ~e pemo~) i $ ¯1 AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS :.. ¯: SCHEDULED AUTOS !CBA 0241264 i 01/01/2000 ’ X ! HIREDAUTOS ~"1.. NON.OWNED AUTOS ;i j Ol/Ol/2OOl COMBINED SINGLE LIMIT $ ........................... 1,000,000 BODILY INJURY(Per per=on)" $ BODILY INJURY(Per acddent) ¯ PROPERTY DAMAGE GARAGE I.LABILITY ! ANY AUTO EXCESS LIABIUTY UMBRELLA FORM OTHER THAN UMBRELLA FOPJ~ WORKER~ COMPENSATION ANDEMPLOYERS’ LIABILITY THE PROPRIETOR/[’~7,INCLPARTNER,WEXECUTIVE OFFICERS ARE:’ EXCL OTHER .C~C 0241264 i Ol/Ol/2OOO 01/01/2001 AUTO ONLY - EA ACCIDENT ; $ EACH ACGIDENT $ AGGREGATE! $ ¯ EACH OCCURRENCE . . $ ; AGGREGATE .$ ’ EL DISEASE- EA EMPLOYEE i $1001000 ! 3RIPTION OF OPERATIONSILOCATION~IEHICLESISPEClAL ITEMS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE C.~ICELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRIT’rEN NO’ROE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUGH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY K~ND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZ~=D REPRESENTATIVE T~rnol:hy S, Gonsior 01/10/01 ~VED IB:48 FAX 612 686 4050 ENERGY HA~ STERS INTL ~018 PART II - INSURANCE REQUIREMENTS .D.DEDUCTIBLE AMOUNT(S) APPROVAL): (DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 FORM 650 REQUIRE CITY’S PRIOR III. IV. Vo AWARD IS CONTINGENT ON COMPLIANCE WITH cl’rY’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 CONTRIBUTINGWITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSURES. B.CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSONI FIRM, OR CORPORATION AS INSURES UDNER 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 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) DAYWRITTEN 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 WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. PROPOSER CERTIFIES THAT PROPOSER’S INSURANCE COVERAGE MEETS THE ABOVE REQUIREMENTS: THE INFORMATION HEREIN IS CERTIFIED CORRECTBY SIGNATURE(S)BELOW. S,GNATURE(S) AS APPEAR(S)ON SEC’rION 300A. Firm: ~=~. (~. Signature: SIGNATURE(S) MUST? SAME Name:(Pdnt or type name) NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303. PAGE 2 OF 2CITY OF PALO ALTO RFP