Loading...
HomeMy WebLinkAbout2001-05-21 City Council (6)City of Palo Alto. City Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: UTILITIES DATE:. SUBJECT: MAY 21, 200!CMR:240:01 APPROVAL OF A BUDGET AMENDMENT ORDINANCE TO CREATE CAPITAL IMPROVEMENT PROJECT 0121, NATURAL GAS BACK UP GENERATOR PROJECT, IN THE AMOUNT OF $4,612,739 AND APPROVAL OF CONTRACT WITH ENERGY MASTERS INTERNATIONAL IN THE AMOUNT OF $4,512,739 FOR THE PROCUREMENT, INSTALLATION, AND START:UP OF A 5-MEGAWATT BACK UP NATURAL GAS GENERATOR SYSTEM RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract with Energy Masters International in the amount of $4,512,739 for the purchase of 5- Megawatts (MW) of natural gas-fired back up generators and related engineering, installation and support services. Approve the attached Budget Amendment Ordinance (BAO) in the amount of $4,612,739 from the Electric Supply Rate Stabilization Reserve to create Capital Improvement Program (CIP) Project 0121, Natural Gas Back Up Generator. CMR:240:01 Page 1 of 5 DISCUSSION Because of the deteriorating energy situation in California, the City of Palo Alto Utilities (CPAU) and the City Manager feel there is an urgent need to provide emergency back-up generating resources within Palo Alto. CPAU has installed 5 MW of diesel generators on an emergency short-term basis (CMR 198:01). CPAU proposes to install 5 MW of natural gas fired generators to replace the diesel generators as soon as possible to provide a cleaner, efficient, longer-term solution. The diesel generators are scheduled for removal once the natural gas generators are operational. The natural gas generators would be installed as early as August 1, 2001. The latest the diesel generators would be removed is September 15,2001. Project Description The work to be performed under the contract .is for the engineering, procurement and construction related to the lease-purchase of 5 MW of portable natural gas back-up generators (four units which are each 1350 kW) to be located at the City of Palo Alto Municipal Service Center (MSC). Energy Masters International, a wholly owned subsidiary of Planergy International, will be serving as the turn-key contractor for this project. Energy Masters will provide the following services: 1)Procurement and installation of 5 MW of natural gas generation at the MSC, and related engineering and construction services. 2)Start-up, testing and operator training. The primary function of the 5 MW back2up generators is to reduce rolling blackouts for customers. The back-up generators are part of a three-pronged approach that includes conservation and energy efficiency investments, a load management program, and back- up generation. The 5 MW generators will be used during Stage 3 electric shortages .when the California Independent System Operator (ISO) has required Palo Alto to curtail load on the electric system, and to occasionally provide relief from spiraling costs during periods of peak electricity demand. Contractor Selection Process Staff conducted an extensive survey of available equipment and equipment suppliers. Based on this solicitation survey and the information received, staff has determined that CMR:240:01 Page 2 of 5 the Energy Masters International proposal is the best available option to provide the engineering, procurement and installation, and maintenance services for this 5 MW project. The Purchasing Department~ and CPAU have been involved with the selection of Energy Masters International as the contractor and with the selection of the preferred generating equipment for the project. The City Manager believes the project requires immediate implementation in order to limit the severity and frequency of rolling blackouts for Summer 2001 and to displace these services currently being provided by diesel generators. Based on the market survey, staff prepared a sole source authorization request that was approved by the City Manager’s office. Seven leading vendors of natural gas generators were asked to submit proposals for 5 MW generator alternatives. Four quotations were submitted and three declined to quote. Natural gas generators are in short supply. Gas turbines and reciprocating engines were evaluated. A Deutz reciprocating spark-ignition natural gas generator offered by Stewart and Stevenson was selected based on a combination of low air emissions, availability, price, efficiency, support, reliability and reputation. RESOURCE IMPACT The project costs ($4,612,739 total) include the following: Contract Costs: Energy Masters Intemational ($4,512,739) ¯ Purchase of the natural gas generators ($3,240,000) subcontracted to Stewart and Stevenson (generator manufacturer) ¯Sales tax on generator purchase ($259,200) ¯Extended service warranty ($216,000) ¯Delivery, engineering and installation of natural gas generators ($797,539) Non-contract Costs ($100,000) ¯Gas service line and meter set ($50,000) ¯Electrical transformer and switch modifications required for the electrical connections to the generators ($50,000). The BAO will provide the required funding for this contract. Maintenance services will be paid out of the electric operating budget, with estimated annual costs of $12,000. CMR:240:01 Page 3 of 5 Utility and Purchasing staff conducted a thorough analysis of ownership altematives. Purchase, 3-year lease, 5-year lease, and rental altematives were evaluated. Staff recommends purchasing the equipment. Purchasing the generators has the lowest overall cost, and does not preclude evaluating converting to a lease should such an arrangement be beneficial to the City. The attached BAO requests an additional appropriation of expenses and has an impact of $4,612,739 on the Electric Supply Rate Stabilization Reserve. Future year.ongoing costs anticipated as a result of this BAO include maintenance and fuel costs. Fuelcosts are offset in part by avoided purchases of electricity at market rates. Attachment B summarizes the BAOs approved to date in 2000-0 l that impact reserves. This attachment also estimates future year ongoing costs associated with BAOs approved to date to provide a projection for the future resource needs from the Utilities Rate Stabilization Reserves for those programs approved after the adoption of the 2000-01 Budget. POLICY IMPLICATIONS This recommendation is consistent with prior Council action with regards to the current energy emergency. ENVIRONMENTAL REVIEW The project for the procurement of the natural gas generators is exempt under the California Environmental Quality Act (CEQA), pursuant to section 15301 of the CEQA Guidelines. The project requires approval by the Architectural Review Board (ARB), which was granted May 16, 2001. The project requires, a Bay Area Air Quality Management District (BAAQMD) permit. The permit application materials were submitted to BAAQMD on May 4, 2001 (application #2779). Staff expects that all permits will be in place in time for the project to proceed on schedule. CMR:240:01 Page 4 of 5 ATTACHMENTS C; Budget Amendment Ordinance Budget Amendment Ordinances Impacting the Electric Supply Rate Stabilization Reserve Approved to Date in 2000-01 CIP Project 0121 Description Contract PREPARED BY: Karl Knapp,Specialist DEPARTMENT HEAD: ULRICH )irector of Utilities CITY MANAGER APPROVAL: EMILY HARRISON Assistant City Manager CMR:240:01 Page 5 of 5 ORDINANCE NO. ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO AMENDING THE BUDGET FOR THE FISCAL YEAR 2000-01 TO PROVIDE AN APPROPRIATION OF $4,612,739 FOR NATURAL GAS BACK-UP GENERATORS CAPITAL IMPROVEMENT PROJECT, NUMBER 0121 ~ WHEREAS, pursuant to the provisions of Section 12 of Article III of the Charter of the City of Palo Alto, the Council on June 19, 2000 did adopt a budget for fiscal year 2000-01; and WHEREAS, the Utilities Department has identified the immediate need to mitigate the potential severity and frequency of rolling blackoutsexpected for summer 2001, as well as a long term needof unknown duration; and WHEREAS, staff conducted an extensive survey of available equipment and equipment suppliers and determined that 5 megawatts of natural gas generation could, replace the temporary diesel generators that were installed on an emergency basis, and could mitigate the impact of rolling blackouts; and WHEREAS, the City has contracted with Planergy International for the purchase of 5 MW natural gas back-up generation (4 units @ 1350 kW), and associated engineering, installation and maintenance services; and WHEREAS, an additional appropriation of $4,-612,739 is needed to coverthe unforeseen expenses relating to the procurement and related contractual expenses of the back-up generators; and WHEREAS, the budget must be amended to create and fund a capital improvement project for the purchase of the generators; WHEREAS, this procurement will result in additional annual maintenance and fuel costs that will be included in the proposed budget for 2001-03; and WHEREAS, City Council authorization is needed to amend the 2000-01 budget as hereinafter set forth. NOW, THEREFORE, the Council of the City of Palo Alto does ORDAIN as follows: SECTION I. Capital Improvement Project (CIP) 0121, Natural Gas Back-Up Generators, is hereby created. SECTION 2. The sum of Four Million Six Hundred Twelve Thousand Seven Hundred Thirty Nine Dollars ($4,612,739) is hereby appropriated to Capital Improvement Project Number 0121, Natural Gas Back-Up Generators, and the Electric Supply Rate Stabilization Reserve is correspondingly reduced. SECTION 3. This appropriation will reduce the Electric Supply Rate Stabilization Reserve from $24,725,000 to $20,112,261. SECTION 4. As specified in Section 2.28.080(a) of the Palo Alto Municipal Code, ~a two-thirds vote of the City Council is required to adopt this ordinance. SECTION 5. This project is exempt from the provisions of the California Environmental Quality Act (~CEQA") pursuant to Section 15301 (Existing Facilities) of the CEQA Guidelines. SECTION 6. As provided in Section 2.04.350 of the Palo Alto Municipal Code, this ordinance shall become effective upon adoption. INTRODUCED AND PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATTEST:APPROVED: City Clerk Mayor APPROVED AS TO FORM: Senior Asst. City Attorney City Manager Director of Services Administrative Director.of Utilities PROJECT DESCRIPTION This project provides for turnkey procurement and installation of four (5 MW total power) natural gas fired generators at the Municipal Service Center to replace diesel generators. The gas fired generators will provide a cleaner, efficient, longer-term solution for back-up generation. The 5 MW generators will be used during Stage 3 electric shortages when the California Independent System Operator (ISO) has required Palo Alto to curtail load on the electric system, and to occasionally provide relief from spiraling costs during periods of peak electricity demand. PROJECT JUSTIFICATION This project is part of a three-pronged approach for reducing rolling blackouts for Palo Alto residents and. businesses that includes conservation and energy efficiency investments, a load management program, and back-up generation. FUTURE FINANCIAL REQUIREMENTS FISCAL YEAR PY Budget 2000-01 2001-02 2002-03 2003-04 2004-05 AMOUNT $4,612,739 COMPONENTS Turnkey generator installation Sources of Funding: Electric Fund IMPACT AND SUPPORT ANALYSIS ¯Environmental: ¯Design Elements: ¯Operating: Telecommunications: Categorically exempt from CEQA under Section 15301. BAAQMD permit required. Staff-level ARB review required. Maintenance costs are $12,000 per year. Fuel cost is $500 per operating hour and is offset by reduced electricity purchases. None. ,J COMPREHENSIVE PLAN This project furthers Policy N-45 of the Comprehensive Plan. 451 City of palo Alto Attachment B Budget Amendment Ordinances Impacting Utilities Rate Stabilization Reserve Approved To Date in 2000-01 05/18/01 iElectric Fund. iEstimated Electric Supply Rate Stabilization Reserve (RSR iBalance iPublic Benefit BAO iBack-Up Generator BAO (CIP 9803 $150,000) iNatural Gas Back-Up Generators (CIP 0121) i Total BAOs iRSR Balance After BAO’s $28,750,000 ($3,500,000)($3,50~,000) ($525,OOO)($525,O00) ($4,612,739)($4,612,739) ($8,637,739)$0 ($8,637,739) $20,112;261 $515,308 $515,308 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND ENERGY MASTERS INTERNATIONAL, INC. FOR ENGINEERING, CONSULTING, PROCUREMENT AND OPERATIONAL SUPPORT 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 ENERGY MASTERS INTERNATIONAL, INC., a Minnesota corporation, and a wholly owned subsidiary of Planergy International, Inc., a Delaware corporation, with offices at 1003 W. Cutting Blvd., Suite II0, Richmond, CA 94804-2028 ("CONTRACTOR"). RECITALS WHEREAS, CITY desires certain engineering, .procurement and construction 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 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 professional qualifications to furnish or cause to be furnLshed 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 010518 cl 0032456 1 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 will furnish or cause to be furnished, the Services. 2.3 CONTRACTOR will assign Dennis Roundtree asthe project director to have supervisory responsibility forthe 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 Contract, 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 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 seven (7) copies of the final report, if any, which may be required under this Contract, upon completion and acceptance of each report by CITY. 010518 el 0032456 2 2.7 If CITY requests additional copies of reports, drawings, 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 contractors 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 disorderly 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 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. John Ulrich is designated as the project manager for the city manager. The project manager will supervise the performance, progress, and execution of the Services, and will be assisted by Karl Knapp, the Project Coordinator. 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 this Contract, CITY will pay CONTRACTOR in accordance with Exhibit "B," at a total cost not to exceed Four Million Five Hundred Twelve Thousand Seven Hundred Thirty-nine Dollars ($4,512,739.00). The parties acknowledge and agree that each separate line item/category of expense shown in Exhibit "B" shall be a maximum, not-to-exceed amount, As well as the maximum, not-to-exceed amount for the total contract. 4.2 CONTRACTOR may submit progress billings for Installation Services for payment within 30 days. However, billings and payment for Generator Equipment shall be made only in accordance with the progress schedule set forth in Exhibit "B". 010518 el 0032456 3 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 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 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 ofany 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 010518 cl 0032456 4 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, identical 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 additional insured except in policies of workers’ compensation, employer’s liability, and professional liability insurance. Current certificates of such insurance will be.kept on file at all times during the term of this Contract with the city clerk. 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 10ss caused by or directly arising as a result of the Services performed under this Contract, including such damage, injury, or loss arising after the Contract is terminated or the term has expired. SECTION 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 wi[h such provisions, as applicable, before commencing 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 010518 cl 0032456 indefinitely withholds or withdraws its request for the initiation or continuation of the Services tobe performed. 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 will 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 the 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 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 ofthe 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 010518 cl 0032456 To CONTRACTOR: Attention of the project director at the address of CONTRACTOR recited above 6 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 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 ~equirements of the Palo Alto Municipal Code pertaining to nondiscrimination in employment, including completing the requisite form furnished by CITY and set forth in Exhibit "D". 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 will be in default of this Contract. Thereupon, CITY will have the power to cancel or suspend this Contract, in whole or in part, orto deduct the sum of twenty-five dollars ($25) for each person for each calendar, day during which such person was subjected to acts of 010518 cl 0032456 7 discrimination, as damages for breach of contract, or both. Only a finding of the State .of California Fair Employment Practices Commission or the equivalent federal agency or officer will constitute evidence of a breach of this Contract. SECTION 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 orin 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 ¯ negotiations, 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 will 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. 010518 cl 0032456 8 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 without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of. the fiscal year and funds for this Contract are no longer available. This Section 15.11 shall take precedencein the event of a conflict with any other covenant, ~erm, condition, or provision of this Contract. II II II II II II II II II II II II II II II II II II II 010518 el 0032456 9 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: Mayor ENERGY- MASTERS INC. INTERNATIONAL, Senior Asst. City Attorney APPROVED: Assistant City Manager Director of Administrative Services Director of Utilities Risk Manager By: Name : Title: By: Name: Title: Taxpayer Identification No. 411-759-883 (Compliance with Corp. Code § 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) Attachments : EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C": EXHIBIT "D" : SCOPE OF PROJECT &TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATIONCOMPLIANCE FORM 010518 el 0032456 1 0 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 010518 ci 0032456 1 1 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 theinstrument 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 010518 cl 0032456 12 Exhibit "A" Scope of Services and Time Schedule The Scope of Work includes the following: Energy Masters International, Inc. shall provide the following services to evaluate, engineer, provide, install, maintain and operate (1) Emergency generating plant approximately 5 MW capacity. Services shall be limited to the following unless changes in scope are approved in writing by both parties: Procure natural gas generator equipment EngineeringfProject Management Site survey to determine installation requirements. Provide required electrical, mechanical and site plan drawings. Structural, seismic, and other engineering analysis as required. Obtain building permits as required. Project management for all phases of project. Natural Gas System °,*° Site preparation )~ Removal of landscaping and trees as required >" Excavation of site for natural gas generator plant ¯ :° Mechanical~ Gas piping as required to reach main line (includes valves, regulator, filters, etc.) ~ Parking pad with bollards o:, Install natural gas generator system ~Receive and set natural gas generator set (s) )~Receive and install power control module as required ~Installation of electrical power cables and related equipment to u~ility-provided transformers and parallel bus. >~ Interconnections between generator sets and control systems as required o:. Startup and testing of natural gas system. Mandatory operator training as required Startup and testing of system Full set of equipment manuals for each generator set. Natural Gas Generator System Bill ofMaterials 1.0 TECHNICAL DESCRIPTION 1.1 Generator Set General Arrangement The basic unit is proposed with the engine/generator module mounted to the structural steel rigid base deck and situated in the ISO enclosure in a manner that facilitates ease of maintenance and inspection. The switchgear cabinet is adjacent to the generator and is coupled to the pothead by buss way through, which pass the load cables. Radiators are remote located off skid and supported by ~heir own structural steel unitized frameset with hydraulically motor driven fans. Exhaust silencers are mounted inside the ISO-Container of the diesel units. External connections are provided for: ¯ Normal servicing of the equipment, (fuel, engine oil and radiator coolant drains). 010518 cl 0032456a ¯Draining the integral secondary containment for normal "make ready" cleanup or in the unlikely event of an engine oil, fuel or coolant rupture. Each generator set is rated 1350 kWe continuous at 105°F. Continuous power is defined as a utility power source which will deliver power 24 hours per day for an unlimited number of hours per year where there are non-varying load factors of up to 100% of the continuous power rating, and/or constant dedicated loads. 1.2 Engine The prime mover is a Deutz TBG 620 V16 with the following features: ¯Four cycle, 90° V, heavy duty gas engine. ¯The TBD 620 series is EPA certified, CARB/AQMD approved and the engineering design will be able to meet all known future emissions requirements. ¯Maximized performance at 1800 rpm ¯Replaceable, wet type, cylinder liners ¯Steady state frequency regulation better than ± 0.5%. ¯Gear type lube oil pump, oil cooler and spin on type oil filters. The lube oil drain is extended through the skid for ease of maintenance and incorporates a manual safety shut off valve. ¯Microprocessor-controlled high-voltage ignition system ¯24VDC electronics, dual starter motors and master battery disconnect switch ¯Unit mounted lead acid batteries, rack and cables ¯Battery charger with NEMA rated receptacle. A static battery charger will be provided, (120VAC customer furnished power supply is required for operation). ¯Dry type air filters with replaceable paper elements and restriction indicators. Combustion air for the engine is drawn into the enclosure through fixed louvers and then through heavy duty air cleaners ¯Mechanical gauges for oil pressure and water temperature. ¯Jacket water heaters including isolation valves with input receptacle. ¯Residential-area exhaust system. Exhaust silencer rain caps. 1.3 Generator The generator is a two bearing Stamford-Newage rated 1350 kWe continuous for a 105°C temperature rise. ¯PMG exciter for superior motor starting capability ¯NEMA class H, non-hydroscopic, anti-fungal tropical insulation ¯480VAC, 3 Phase, 60 Hertz, 6 lead ¯Meets NEMA MGi-22, BS5000, CSA C22.2 and IEC 34-1 codes ¯Brushless, self-exciting, single bearing construction ¯Automatic voltage regulator with 3 phase sensing, underspeed and overload protection circuits ¯Voltage regulation betterthan ± 0.5%. ¯Frequency precisi.on of less than 0.5% deviation 010518 cl 0032456a 2 1.4 1.5 1.6 Assembly The generator is connected via a two bearing arrangement attached to the engine flywheel and generator drive assembly. The engine/generator assembly is mounted on the skid with vibration isolators sized for the weight and duty. .-.. Cooling System The cooling system consists of remote, horizontally .mounted radiator with two cores located offthe engine base. One core services the engine jacket water circuit and the other the turbocharger aftercooler circuit. High capacity cooling fan is driven by electric motor. Pulley/fan shroud housing (OSHA compliant). Air is drawn through fixed guards and past the radiator cores. The fan is of sufficient capacity to accommodate air volume requirements of the radiator cores. Coolant surge tanks and fan motor starter are also mounted on the radiator support structure. Control System The Deutz TEM-Evo System is the logical result of further development of the highly proven Deutz MWM TEM System. It.is designed for the engine specified. Thanks to the large range of options the TEM=Evo System can be optimally adapted to specific applications (e.g. landfill gas generator set, BHKW module). The control, monitoring and viewing functions for the gas engine genset and all directly related plant elements (e.-g. heating circuit, dry cooler) are integrated. The TEM-Evo System consists of 3 components: ¯ Generator Set cabinet Operator’s Terminal - The operating terminal has a fully graphical color display. The resolution is 640 x 480 pixel and the diagonal size of the screen is more than 10 inches. The sophisticated operating concept using only 12 function buttons has been tailored to be extremely user friendly. The TEM-Evo System is very easy to use. ¯Input/Output Module The system can be easily adapted to local conditions. Thus the fault liability and the on-site cabling costs are minimized. The genset cabinet is mounted next to the genset.’ Together with the engine cabling tested in the factory, the genset cabinet connected and tested cables leading to the genset (via plug-in connectors at the genset) assure an easy initiation and a high operating reliability.. The output related signals are directly exchanged with the TEM- Evo System via the I/O-module inside the auxiliary genset cabinet. The data transmission to the genset control takes place via an error protected CAN bus connection. The operating terminal can be freely located, i.e. at the genset or in the control room. Each control system will have the following basic features: ¯ TEM (Total Electronic Managemen0-Evolution System controls, regulates and monitors the complete operation of the gas engine genset. The basic system offers the following functions: ¯Automatic program flow for genset start and stop 010518 cl 0032456a ¯TOV controlled security, chain with quick stop key and port for the security related generators ¯Integrated data processing for all sensors at genset ¯Reliable exhaust emission adjustment to low values ¯Highly precise integrated digital speed control ¯Data link to the electronic ignition system with high performance monitoring and diagnostics functions ¯Connection of actuators and sensors from the plant to the I/O-module in the auxiliary genset cabinet and data transmission via CAN bus to the TEM-Evo genset cabinet ¯Monitoring of all sensors at the genset ¯Engine jacket water monitoring ¯Control and monitoring of the lube oil circuit including pre- and relubrication as well as oil change ¯Test mode for actuator, sensor and auxiliary genset verification ¯Electronic line recorder for all acquired data (histories) checking and diagnostic purposes during time periods of 40h/6min and synchronous to working cycles ¯Electronic operation log for recording all opei’ating, alarm and fault messages together with their dates and times to allow detailed monitoring of the operation process ¯Electronic working hour counter with breakdown in 5 load areas ¯Convenient national language communication via an intelligent, splash-proof operating terminal with graphical LCD color display and easy user guiding via function buttons. Display of all data and operating states. ¯Port for color printer to print all screen shots and parameter settings Monitoring Engine: Oil Pressure Coolant Temperature Battery Voltage Hours to next service Total run time Engine RPM Generator: Voltage (three phases and three phases to neutral) Total kW load Current (three phases) KVA (three phases) KVA total kW (three phases) kWh Power factor Frequency On board synchronization and load sharing capability Power factor controller for utility paralleling Synchroscope Bus: Voltage Frequency Generator/Bus voltage 010518 el 0032456a 4 Frequency generator or bus Line current input (CT) KVA kW KVARS Power Factor kWh Alarms (Shutdowns): ~Low oil pressure ~High coolant temperature ~’Sender failures ~.Overspeed ~Overcrank )~Low Coolant level Pre-alarms: Low oil pressure Battery over voltage Weak battery Maintenance interval timer High coolant temperature Low coolant temperature Batter undervoltage Engine kW overload " 1.7 Breaker and Power Connections The basic unit circuit breaker is a 4 pole with thermal magnetic trip sized for the unit output. Electrical connections are to be oversized bus bar connections per phase with lugs as standard termination points. Minimum 6" spread between buss bars for ample spacing. Lugs in .the amount to match the maximum genset breaker ratihg when using cable rated at 400A per run. Bus bar lugs should be provided capable of each accepting 600 MCM wire. Power cable access door installed exterior side of the enclosure must be capable of being locked with power cables installed. Control circuit breakers are included as needed. Master circuit breaker open/closed indicator lamps. The breaker features are as follows: Feature Frame Size Plug Rating Interrupting Rating Rating 2000A 2000A 75KA ¯UL 489 construction ¯4 pole 4 wire w/NO Internal Neutral Sensor ¯Connections: vertical top & bottom ¯ "Spring charging motor 24/30 Vdc ¯Closing coil 24Vdc ¯.Undervoltage Trip 24Vdc 010518 cl 0032456a ¯AC Control Unit Cover ¯Arc Chute Cover ¯Overeurrent Trip ¯Pre-trip Alarm Switch ¯2 Auxiliary Switches ¯Secondary Disconnects ¯Properlysized 4 pole, thermal/magnetic, 5-cycle overload circuit breaker ¯Easily readable adjustable breaker trip settings ¯Undervoltage release fitted ¯Reverse power protected Operation and Maintenance Energy Masters to provide interim operation and maintenance at level to be determined by mutual agreement between Energy Masters and the City. Level of operational support to be determined. Operation and maintenance personnel to be charged on time-and-material basis as s.et forth in attached schedule of charges. Maintenance services will terminate upon award of final maintenance contract or at tile discretion of the City. Extended WarranW The standard warranty is one (1) year, full warranty, unlimited hours for the entire scope of the Stewart & Stevenson supplied equipment after startup or eighteen (18) months aftershipment from the Stewart & Stevenson Factory, whichever comes first. The price of the extended warranty offered by Stewart & Stevenson is two percent (2%) of the sale price of the equipment for any additional year. No maintenance service contract needs to be signed for the extended warranty. The customer is required to perform the scheduled maintenance on the equipment and to keep verifiable records (maintenance logs) to maintain the warranty. Energy Masters to provide at cost 4 years of extended warranty coverage beyond the first year of standard Warranty coverage. Substitution of Equipment~ Materials or Services Energy Masters reserves the right to substitute or modify equipment, materials and services provided under this contract with the written consent of the Project Manager designated by the City if such substitution is required or desirable to meet project requirements, enhance value to the City or if original offering becomes unavailable Timeline Due to the fast-track nature of this project, all scheduling is on an "ASAP" basis and the attached timeline is a good-faith estimate. Normal completion for a project of this type is much longer. Energy Masters does not accept responsibility for delays due to circumstances beyond our control, including but not limited to manufacturing delays, shipping delays or other unforeseeable delays. Refer to Force Majeure clause of our terms and conditions for details. 010518 c10032456a 6 Step Contract signing Site Survey Complete engineering and permit drawings Obtain emission permits Generation equipment delivery Installation and commissioning of NG system Initiate 5/23/01 5/23/01 4/30/01 7/18/01 7/01/01 Complete 5/23/01 5/23/01 6/15/01 8/01/01. 7/18/01 8/01/01 010518 el 0032456a 7 Exhibit "B" Rate Schedule This project is being completed on a time-and-materials basis with a Guaranteed Maximum Price (GMP), subject to the following rates, fees and markups: Vice President, Onsite Power Generation Senior Engineer/Project Manager Purchasing/Logistics Support Administrative Travel and misc. expenses Markup on subcontract labor Markup on rental Markup on equipment Markup on freight Markup on extended warranty $135.00 per hour $110.00 per hour $75.00 per hour $55.00 per hour actual cost +20% actual cost +20% actual cost +20% actual cost +20% actual cost + 0% actual cost + 0% Note that markup calculation is based on specialized nature of the project and fast track schedule. Guaranteed Maximum Price (includes margins as shown above) Installation/Construction (subcontract) Architectural/Engineering (subcontract) (Electrical, Structural and Seismic) Environmental Consulting Project Management $516,714 $106,325 $22,000 $55,500 (Includes 40 hrs. VP, 480 hours engrg., 10 hrs. P&L and 10 hrs admin) Travel expenses Miscellaneous and Freight Contingency Installation Subtotal Generator Purchase (4 x 1350 kW NG Generators) Sales Tax on Generator Purchase (8.0%) Additional 4-year extended warranty TOTAL $12,000 $25,000 $60,000 $ 797,539 $3,240,000 $ 259,200 $ 216,000 $4,512,739 010518 cl 0032456b 1 progress Payment Schedule CONTRACTOR may submit progress billings for SALES TAX paid and for INSTALLATION SERVICES performed for payment within 30 days. CONTRACTOR shall submit progress billings for GENERATOR EQUIPMENT in accordance with the following deliverables schedule. Contract Signed Equipment Delivery and Complete Bill of Materials Verified Mechanical and Electrical Acceptance Tests All Building and Fire Permits Final Emissions Source Test As-built Drawings Submitted ¯ TOTAL 10% 30% 20% 10% 20% 10% 100% $324,000 $972,O00 $648,OOO $324,00O $648,O0O $324,000 $3,240,000 CONTRACTOR shall submit billing for EXTENDED WARRANTY after all acceptance tests are completed. Acceptance Tests Progress payments shall be made in accordance with the payment schedule above, are tied to ¯ The acceptance tests cited in the table of progress payments for equipment are as follows: Verify equipment Bill of Materials ("BOM"). A detailed list shall be submitted by CONTRACTOR and finalized by mutual agreement between CONTRACTOR and the Project Manager. The purpose of this test is to verify that everything was delivered that was ordered. Mechanical test. A detailed procedure shall be submitted by CONTRACTOR and finalized by mutual agreement between CONTRACTOR and theProject Manager. The purpose of this test is to verify the mechanical integrity of the engine, generator, fuel system and all other mechanical components. Electrical test. CONTRACTOR shall conduct the "COBUG Pre-Parallel Test Procedure" provided by CPAU. The purpose of this test is to verify safe and reliable interconnection operation of all relays, electrical synchronizing equipment, and fault response, Emissions source test. The source test shall be conducted in accordance with provisions in the "BAAQMD Authority to Construct". Emissions results must meet BAAQMD requirements OR must meet or exceed manufacturer’s claims to be considered a pass. The purpose of this test is to verify emissions estimates submitted in the project BAAQMD application. All tests shall be witnessed and signed by the Project Manager or by City personnel designated by the Project Manager. 010518 el 0032456b 2 CERTIFICATION OF NONDISCRIMINATION EXHIBIT "D" Certification of Nondiscrimination: As suppliers of goods or services t~ the City of Palo Alto, the firm and individuals listed below certify that they do not discriminate in employment with regards to age, race, color, religion, sex, national origin, ancestry, disability, or sexual preference; that they are in compliance with all Federal, State, and local directives and executive orders regarding nondiscrimination in employment. THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW. Firm: Signature: Name: Signature: Name: Note: (PRINT OR TYPE NAME) (PRINT OR TYPE NAME) Califomia Corporations Code Section 313 requires two corporate officers to execute contracts. *The signature of First Officer* must be one of the following: Chairman of the Board; President; or Vice President. **The signature of the Second Officer** must be one of the following: Secretary; Assistant Secretary; Chief Financial Officer," or Assistant Treasurer. (In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) CITY OF PALO ALTO PAGE 1 OF 1