HomeMy WebLinkAbout2008-06-23 City Council Agenda Packet
1 06/23/08
MATERIALS RELATED TO AN ITEM ON THIS AGENDA SUBMITTED TO THE CITY COUNCIL AFTER
DISTRIBUTION OF THE AGENDA PACKET ARE AVAILABLE FOR PUBLIC INSPECTION IN THE CITY
CLERK’S OFFICE AT PALO ALTO CITY HALL DURING NORMAL BUSINESS HOURS.
Agenda posted according to PAMC Section 2.04.070. A binder containing supporting materials is available in the Council
Chambers on the Friday preceding the meeting. Special Meeting
Council Chambers
June 23, 2008
6:00 PM
ROLL CALL
CLOSED SESSION
This item may occur during the recess or after the Regular Meeting.
Public Comments: Members of the public may speak to the Closed Session item(s); three minutes per speaker.
1. Public Employment
Title: City Auditor
Authority: Government Code section 54957(b)
2. Public Employment
Title: City Manager
Authority: Government Code section 54957(b)
3. Conference with City Attorney-Potential/Anticipated Litigation
Subject: Written claim for damages against the City of Palo Alto
by Christine Dixon
Authority: Government Code Sections 54956.9(b)(1) & (b)(3)(C)
7:30 PM or as soon as possible thereafter
SPECIAL ORDERS OF THE DAY
4. This Item Number Has Been Intentionally Left Blank
5. Adoption of a Resolution Expressing Appreciation to Robert Brouchoud
Upon His Retirement
06/23/08 2
MATERIALS RELATED TO AN ITEM ON THIS AGENDA SUBMITTED TO THE CITY COUNCIL AFTER
DISTRIBUTION OF THE AGENDA PACKET ARE AVAILABLE FOR PUBLIC INSPECTION IN THE CITY
CLERK’S OFFICE AT PALO ALTO CITY HALL DURING NORMAL BUSINESS HOURS.
Attcahment
6. Adoption of a Resolution Expressing Appreciation to Richard Dauler
Upon His Retirement
Attachment
7. Selection of Candidates to be Interviewed for the Historic Resources
Board
Attachment
8. Selection of Candidates to be Interviewed for the Public Art
Commission
Attachment
9. Selection of Candidate to be Interviewed for the Library Advisory
Commission
Attachment
ORAL COMMUNICATIONS
Members of the public may speak to any item not on the agenda; three minutes per speaker. Council reserves the right to limit the duration or Oral Communications.
APPROVAL OF MINUTES
April 28, 2008
May 05, 2008
May 12, 2008
CONSENT CALENDAR
Items will be voted on in one motion unless removed from the calendar by two Council Members.
10. Approval of Renewal of Contract with Dell USA LP in the Amount Not to
Exceed $210,550 for One Year with the Option to Extend for Two
Additional One Year Terms for the Microsoft Enterprise Agreement
CMR 251:08 Attachment
11. Approval of Software Support Services Contract Renewal with Oracle
06/23/08 3
MATERIALS RELATED TO AN ITEM ON THIS AGENDA SUBMITTED TO THE CITY COUNCIL AFTER
DISTRIBUTION OF THE AGENDA PACKET ARE AVAILABLE FOR PUBLIC INSPECTION IN THE CITY
CLERK’S OFFICE AT PALO ALTO CITY HALL DURING NORMAL BUSINESS HOURS.
Corporation in the Amount of $345,510 (3 Years at $115,170 Per Year)
CMR 268:08 Attachment
12. Approval of the Amended and Restated Joint Exercise of Powers
Agreement By and Between the City of Palo Alto, the City of Menlo
Park, the City of East Palo Alto, the Town of Atherton, the County of
San Mateo and the County of Santa Clara to Provide for a Cable
Television and Video Franchise Administration and Enforcement
Process Consistent with the California Digital Infrastructure and Video
Competition Act
CMR 159:08 Attachment
13. Adoption of a Resolution Authorizing Use of a Design-Build Project
Delivery Method for Design and Construction of the Eleanor Pardee
Park and Main Library/Community Gardens Wells as Part of the
Emergency Water Supply Project WS-08002, and Approval of a Utilities
Enterprise Fund Agreement with Siegfried Engineering, Inc. in a Not to
Exceed Amount of $544,367 for Pre-Design and Design-Build
Procurement Services for the Eleanor Pardee Park and Main
Library/Community Gardens Wells/Emergency Water Supply Wells
Project WS-08002
CMR 291:08 Attachment
14. Approval of a Professional Services Agreement with Geodesy in the
Amount of $149,930 Per Year Up to a Three Year Term for
Development Support of New Computer Applications Linked to the
Geographic Information System (GIS)
CMR 282:08 Attachment
15. Approval of a Contract with Clean Harbors Environmental Services in
the Total Amount of $418,000 Per Year for a Term of Up to Three
Years for Household Hazardous Waste Management and Emergency
Response Services
CMR 286:08 Attachment
06/23/08 4
MATERIALS RELATED TO AN ITEM ON THIS AGENDA SUBMITTED TO THE CITY COUNCIL AFTER
DISTRIBUTION OF THE AGENDA PACKET ARE AVAILABLE FOR PUBLIC INSPECTION IN THE CITY
CLERK’S OFFICE AT PALO ALTO CITY HALL DURING NORMAL BUSINESS HOURS.
16. Finance Committee Recommendation to Adopt a Resolution Amending
Utility Rate Schedules EDF-1 and EDF-2 of the City of Palo Alto Utilities
Rates and Charges Pertaining to Fiber Optic Rates
CMR 293:08 Attachment
AGENDA CHANGES, ADDITIONS, AND DELETIONS
HEARINGS REQUIRED BY LAW: Applications and/or appellants may have up to ten minutes at the outset of the
public discussion to make their remarks and put up to three minutes for concluding remarks after other members of the public have spoken.
OTHER AGENDA ITEMS: Public comments or testimony on agenda items other than Oral Communications shall be limited to a maximum of five minutes per speaker unless additional time is granted by the presiding officer. The
presiding officer may reduce the allowed time to less than five minutes if necessary to accommodate a larger
number of speakers.
REPORTS OF OFFICIALS
17. Direction on Desired Service Level and Programs to Pursue and Review
of Rate Impacts and Diversion Comparison Ranges for Baseline
Services, Zero Waste Services and Other Service Innovations in the
New Solid Waste, Recycling and Organics Services Agreement
CMR 256:08 Attachment
COUNCIL COMMENTS, ANNOUNCEMENTS, AND REPORTS FROM CONFERENCES
Members of the public may not speak to the item(s).
ADJOURNMENT
Persons with disabilities who require auxiliary aids or services in using City facilities, services, or programs or who
would like information on the City’s compliance with the Americans with Disabilities Act (ADA) of 1990, may contact
650-329-2550 (Voice) 24 hours in advance.
CMR:251:08 Page 1 of 3
TO: HONORABLE CITY COUNCIL
FROM: CITY MANAGER DEPARTMENT: ADMINISTRATIVE
SERVICES
DATE: JUNE 23, 2008 CMR: 251:08
SUBJECT: APPROVAL OF RENEWAL OF CONTRACT WITH DELL USA LP IN
THE AMOUNT NOT TO EXCEED $210,550 FOR ONE YEAR WITH THE
OPTION TO EXTEND FOR TWO ADDITIONAL ONE-YEAR TERMS
FOR THE MICROSOFT ENTERPRISE AGREEMENT
RECOMMENDATION
Staff recommends that Council approve and authorize the City Manager or his designee to
execute the attached contract with Dell USA LP in an amount not to exceed $210,550 for one
year with the option to extend for two additional one-year terms for the Microsoft Enterprise
Agreement (MSEA).
BACKGROUND
The City of Palo Alto entered into an agreement with Dell USA LP for the licensing of Microsoft
products in 2005.
In alignment with the Information Technology Strategic Plan, IT established a MSEA, fulfilling
two of the plan’s goals: 1) standardize City operating systems; and 2) standardize office
automation application and complete migration to Microsoft Office.
The County of Riverside issued a competitive RFP on behalf of the California County
Information Services Directors Association (CCISDA) for purchases under a MSEA. After the
RFP process, Dell USA was awarded the contract. The MSEA allows all cities, counties, and
state agencies to participate and purchase Microsoft products at significant cost savings.
DISCUSSION
The MSEA is a one-year contract, with the option to extend for two additional one-year terms.
The City will pay a set price per computer per year for all qualified computers in the City and
will be eligible to run the latest versions of the following products:
• Microsoft Office Professional (including: Word, Excel, PowerPoint, Outlook, Publisher,
and Access)
CMR:251:08 Page 2 of 3
• Microsoft BackOffice client access license (A license necessary for each device including
a workstation, terminal, and mobile device to access the Windows server network
environment for services such as e-mail and file storage.
• Microsoft Windows 32-bit operating system (e.g., Windows XP)
Benefits of the MSEA include:
• Standardization of operating system and office automation applications
• Simplified license and compliance tracking
• Flexibility to upgrade to newer versions of Microsoft products
• Streamlined ordering process
• Simplified budgetary planning
Selection Process
The City of Palo Alto is piggybacking on the current MSEA provided by Dell USA and the
California County Information Services Directors Association (Riverside County Contract
#OIE62044), and this process is sanctioned under Palo Alto Municipal Code Section 2.30.360(j),
by doing this, the City of Palo Alto did not go out to bid. Accordingly a sole source justification
exists for this contract award.
RESOURCE IMPACT
Funds for this contract are included in the Fiscal Year 2008/09 budget under Application
Maintenance, Capital Improvement Project (CIP).
POLICY IMPLICATIONS
This recommendation does not represent a change to existing City policies.
ENVIRONMENTAL REVIEW
These services do not constitute a project under the California Environmental Quality Act
(CEQA).
ATTACHMENTS
Attachment A: Contract
CMR:251:08 Page 3 of 3
PREPARED BY:
KB PAIGE
Senior Technologist
DEPARTMENT HEAD APPROVAL:
LALO PEREZ
Director, Administrative Services
CITY MANAGER APPROVAL:
KELLY MORARIU / STEVE EMSLIE
Deputy City Managers
CMR:268:08 Page 1 of 3
TO: HONORABLE CITY COUNCIL
FROM: CITY MANAGER DEPARTMENT: ADMINISTRATIVE
SERVICES
DATE: JUNE 23, 2008 CMR: 268:08
SUBJECT: APPROVAL OF SOFTWARE SUPPORT SERVICES CONTRACT
RENEWALS WITH ORACLE CORPORATION IN THE AMOUNT OF
$345,510 (3 YEARS AT $115,170 PER YEAR)
RECOMMENDATION
Staff recommends that Council:
1) Approve and authorize the City Manager or his designee to execute the attached software
maintenance support agreement contract renewal with Oracle Corporation for one year
(7/1/2008 thru 6/30/2009) in the amount of $115,170 (plus applicable taxes).
2) Authorize the City Manager or his designee to sign the contract for the above services
and approve the renewal for the following two years (at $115,170 per year) provided that
the vendor is responsive to the City’s needs and the quality of the vendor’s work is
acceptable during the first year of the contract.
BACKGROUND
The City receives support services from Oracle Corporation for the Oracle database management
system and accompanying software as described in the original Oracle Enterprise License
Agreement, dated May 23, 2000. The Oracle database was chosen by the City to support its
major applications. Oracle is currently used with SAP, Utilities Customer Information System,
Geographic Information System (GIS), eCLASS and others.
DISCUSSION
Support services consist of product support, including telephone technical assistance and
subscription services, providing Oracle product upgrades, maintenance releases and patches as
Oracle makes them available. The telephone assistance is in the form of a 24 hours a day, 7 days
a week support hotline available to designated points of contact (POC) defined by the City.
Quarterly newsletters and bulletins are sent to the POCs, as well as access to Oracle’s on-line
support system and technical database.
The pricing model presented to the City is for an annual fee of $115,170 (plus applicable taxes),
CMR:268:08 Page 2 of 3
paid in advance. This pricing represents a 60 percent discount on products under the enterprise
licensing agreement price structure compare to non-enterprise pricing.
RESOURCE IMPACT
The first year of the contract will be in the amount of $115,170 (plus applicable taxes) and the
funds are included in the FY 2008-2009 Applications Maintenance Internal Service Fund
Budget. Funding for the remaining two years will be proposed as part of the FY 2009-10 and FY
2010-11 budgets.
ENVIRONMENTAL ASSESSMENT
Approval of this contract does not constitute a project under California Environmental Quality
Act (CEQA). Therefore, no environmental assessment is required.
ATTACHMENTS
Exhibit A: Oracle Support Renewal Quote
CMR:268:08 Page 3 of 3
PREPARED BY:
KB PAIGE
SR Technologist
DEPARTMENT HEAD REVIEW:
LALO PEREZ
Director, Administrative Services
CITY MANAGER APPROVAL:
KELLY MORARIU and STEVE EMSLIE
Deputy City Managers
CMR: 159:08 Page 1 of 5
TO: HONORABLE CITY COUNCIL
FROM: CITY MANAGER DEPARTMENT: ADMINISTRATIVE
SERVICES
DATE: JUNE 23, 2008 CMR: 159:08
SUBJECT: APPROVAL OF THE AMENDED AND RESTATED JOINT EXERCISE
OF POWERS AGREEMENT BY AND BETWEEN THE CITY OF PALO
ALTO, THE CITY OF MENLO PARK, THE CITY OF EAST PALO
ALTO, THE TOWN OF ATHERTON, THE COUNTY OF SAN MATEO
AND THE COUNTY OF SANTA CLARA TO PROVIDE FOR A CABLE
TELEVISION AND VIDEO FRANCHISE ADMINISTRATION AND
ENFORCEMENT PROCESS CONSISTENT WITH THE CALIFORNIA
DIGITAL INFRASTRUCTURE AND VIDEO COMPETITION ACT
RECOMMENDATION
Staff recommends that the City Council approve the Amended and Restated Joint Exercise of
Powers Agreement (Amended JPA) by and between the City of Palo Alto, the City of Menlo
Park, the City of East Palo Alto, the Town of Atherton, the County of San Mateo and the County
of Santa Clara to provide for a cable television and video franchise administration and
enforcement process relating to state franchise holders under the California Digital Infrastructure
and Video Competition Act (DIVCA). The Amended JPA will serve as the substitute for the
Joint Exercise of Powers Agreement, dated July 26, 1983 and the Joint Operating Agreement,
dated October 13, 1983.
BACKGROUND
In July 1983, a Joint Exercise of Powers Agreement was entered into by Palo Alto, Menlo Park,
East Palo Alto, Atherton, and portions of San Mateo and Santa Clara Counties (the Joint Powers)
for the purposes of obtaining cable television service for residents, businesses and institutions
within these jurisdictions. In October 1983, the parties executed a Joint Operating Agreement
giving the City of Palo Alto the sole authority to grant and administer the cable franchise process
on behalf of the Joint Powers.
In 1986, a cable television franchise agreement was executed with Cable Co-op. In 1999, the
Cable Co-op Board of Directors and subscribers approved the sale of its system to AT&T
Broadband. On July 24, 2000, the Council adopted a resolution consenting to the transfer of the
Cable Co-op franchise to AT&T Broadband and the adoption of a new cable franchise agreement
CMR: 159:08 Page 2 of 5
with AT&T Broadband. The AT&T Broadband franchise was subsequently transferred to
Comcast in July 2002.
On October 22, 2001, the Council designated the Midpeninsula Community Media Center, Inc.
(Media Center), as its Community Access Organization (CAO) to manage and operate the Joint
Powers’ Public, Education, and Government (PEG) access facilities and channels provided
pursuant to the AT&T Broadband (now Comcast) franchise. Subsequently, the Joint Powers
entered into an agreement with the Media Center giving it responsibility for operating and
managing the PEG channels and facilities.
On January 1, 2007, DIVCA went into effect. The purpose of DIVCA is to create a streamlined
process for the granting of video service franchises in an effort to foster the rollout of
technology, encourage competition and expand customer choice. This new law permanently
changed the franchising and regulatory structure for the provision of cable television and other
video services in California. Under DIVCA, video service franchises are now granted
exclusively by the California Public Utilities Commission (Commission) rather than by local
franchising entities. On March 30, 2007, the Commission granted AT&T a statewide franchise.
The Joint Powers’ incumbent cable operator, Comcast, was allowed to seek a state franchise after
January 1, 2008, when another state franchise holder (in this case AT&T) entered the local
market. On January 2, 2008, the Commission granted Comcast a state franchise that extends to
the Joint Powers’ service area.
In April and June 2007, the Council amended and added several chapters to the Palo Alto
Municipal Code to reflect changes in the law due to DIVCA (CMR: 171:07 and CMR 273:07).
On January 22, 2008, the Council amended the Palo Alto Municipal Code to establish a fee,
consistent with DIVCA, to support PEG access that will apply to AT&T and to Comcast as they
provide service under their new state franchises.
DISCUSSION
DIVCA allows the Joint Powers to continue to serve as the “local entity” for DIVCA purposes.
This permits the Joint Powers to continue to rely on Palo Alto for such activities as franchise fee
and PEG fee collection and audits, PEG oversight and customer service with respect to all state
franchise holders who provide video services in the Joint Powers’ service area. Staff
recommends that the Council approve the proposed Amended JPA, in substitution of the existing
Joint Exercise of Powers Agreement and the Joint Operating Agreement, to reflect changes in the
law due to DIVCA and to allow Palo Alto to continue to administer the cable and video franchise
enforcement and monitoring process for state franchise holders.
There are several important benefits to the continued existence of the Joint Powers under
DIVCA. It provides for centralized financial support, contracting, oversight and management of
the Joint Powers’ relationship with the Media Center. The Media Center’s responsibilities
include: PEG channel administration, operation and programming; training of PEG channel
users; and maintenance of PEG facilities and equipment. At the present time, Palo Alto receives
PEG fee payments from franchise holders for all Joint Powers subscribers. Palo Alto forwards
this money directly to the Media Center. The proposed Amended JPA would give Palo Alto the
authority to continue to give the Media Center the entire Joint Powers PEG fee. Any breakup of
CMR: 159:08 Page 3 of 5
the Joint Powers in this area would pose a significant risk of splintering financial support to the
Media Center. If this were to happen, it would directly and adversely impact the Media Center’s
ability to carry out its PEG programming and service obligations, resulting in a significant loss to
the Joint Powers and its PEG viewers.
The Amended JPA also provides significant economies of scale by allowing the Joint Powers
members to continue to share the cost of franchise administration responsibilities. Centralized
franchise fee collection, distribution, audit responsibility and customer service standard
enforcement saves each Joint Powers member administrative and enforcement costs that it
otherwise would have to incur individually. The Amended JPA also gives its members more
collective leverage over cable and video service providers in the resolution of franchise fee, PEG
access, customer service and other kinds of disputes than each member would have individually.
Palo Alto’s franchise administration responsibilities would include the following:
Centralized Franchise Fee Collection and Remittance: DIVCA allows local entities to assess a
five percent franchise fee on state franchise holders. Franchise fees would continue to be
collected by Palo Alto and, after Palo Alto’s franchise administration costs are deducted,
distributed to each Joint Powers member based on its number of subscribers.
Centralized PEG Fee Collection and Remittance: DIVCA allows the Joint Powers to continue to
collect a PEG support fee of 88-cents per residential subscriber per month from state franchise
holders. PEG fees for all Joint Powers subscribers would continue to be collected by Palo Alto
and remitted to the Media Center for PEG purposes.
Centralized and Coordinated Oversight of Video Service Providers’ DIVCA PEG Channel
Obligations: DIVCA preserves the Joint Powers’ seven current PEG channels. DIVCA requires
the placement of these channels on the basic service tier and, to the extent feasible, on the same
channel numbers used by Comcast. DIVCA also requires that PEG channels be capable of
carrying a standard television signal and that PEG channels be of similar quality and
functionality to that of commercial channels on the state franchise holder’s basic tier. Palo Alto
would enforce these DIVCA PEG channel requirements under the Amended JPA.
Centralized Contracting, Oversight and Management of the Relationship with the Media Center:
On July 8, 2002, the City entered into a CAO agreement with the Media Center on behalf of the
Joint Powers. This agreement will expire in July 2010. Under the Amended JPA, Palo Alto
would be responsible for managing the existing CAO agreement and negotiating, approving and
managing subsequent agreements.
Audit Responsibility for Franchise and PEG Fees: Palo Alto would continue to be responsible
for conducting franchise fee and PEG fee audits, approximately every three years, to collect
unpaid or underpaid franchise and/or PEG fees.
Customer Service Standard Enforcement: Palo Alto would continue to be responsible for
enforcing federal and state customer service standards.
CMR: 159:08 Page 4 of 5
Resolution of Customer Service Complaints and Response to Customer Inquiries: Palo Alto
would continue to be responsible for resolving customer complaints and responding to customer
inquiries on behalf of the Joint Powers.
I-Net: The 2000 AT&T Broadband (now Comcast) franchise requires Comcast to furnish the
Joint Powers with an institutional network (“I-Net”). The I-Net connects approximately 70
schools, libraries and government facilities in the Joint Powers’ service area for delivery of data,
video and voice services. Currently, about approximately 70 percent of the I-Net sites are
operational. Under DIVCA, existing local franchise obligations regarding I-Net facilities will
continue only until the local franchise would have expired by its terms. In the case of the AT&T
Broadband (now Comcast) franchise, that date is July 25, 2010. Under the Amended JPA, Palo
Alto would continue to monitor and enforce Comcast’s existing I-Net obligations through that
date and would be responsible for negotiating any I-Net transition after that date.
NEXT STEPS
Following the approval of the Palo Alto Council, the remaining Joint Powers members will bring
the Amended JPA to their respective governing bodies for approval. Within thirty days after the
effective date of the Amended JPA, Palo Alto will give notice of the Amended JPA to the
California Secretary of State, in accordance with California law, Government Code Section
6503.5.
RESOURCE IMPACT
State franchise holders provide compensation (e.g., franchise fees, PEG fees, PEG channels and
facilities, etc.) for the use of public streets and rights-of-way in the Joint Powers’ service area.
After deducting Palo Alto’s franchise administration costs, franchise fees are distributed to Joint
Powers members. Joint Powers administrative costs totaled $95,541 in 2007. These costs were
shared by Joint Powers members based on subscribers (Palo Alto 50 percent; Menlo Park 25
percent; East Palo Alto 11 percent; Santa Clara County 5 percent and San Mateo County 2
percent.) These costs would increase significantly for Palo Alto and the other Joint Powers
members if the Joint Powers arrangement was not in place. In 2007, Comcast paid Palo Alto
franchise fees in the amount of $638,944. In 2007, PEG access fees for all agencies totaled
$328,781.
POLICY IMPLICATIONS
This proposed amendment will bring the Joint Exercise of Powers Agreement and the Joint
Operating Agreement into compliance with the current State law for video service franchises.
ENVIRONMENTAL REVIEW
This is not a project under the California Environmental Quality Act, therefore, no
environmental assessment is required.
ATTACHMENTS:
Attachment A: Amended and Restated Joint Exercise of Powers Agreement
CMR: 159:08 Page 5 of 5
PREPARED BY:
MELISSA CAVALLO
Cable Coordinator
DEPARTMENT HEAD APPROVAL:
LALO PEREZ
Administrative Services Director
CITY MANAGER APPROVAL:
STEVE EMSLIE and KELLY MORARIU
Deputy City Managers
CMR: 291:08 Page 1 of 5
TO: HONORABLE CITY COUNCIL
FROM: CITY MANAGER DEPARTMENT: UTILITIES
DATE: JUNE 23, 2008 CMR: 291:08
SUBJECT: ADOPTION OF A RESOLUTION AUTHORIZING USE OF A DESIGN-
BUILD PROJECT DELIVERY METHOD FOR DESIGN AND
CONSTRUCTION OF THE ELEANOR PARDEE PARK AND MAIN
LIBRARY/COMMUNITY GARDENS WELLS AS PART OF THE
EMERGENCY WATER SUPPLY PROJECT WS-08002, AND APPROVAL
OF A UTILITIES ENTERPRISE FUND AGREEMENT WITH
SIEGFRIED ENGINEERING, INC. IN A NOT TO EXCEED AMOUNT OF
$544,367 FOR PRE-DESIGN AND DESIGN-BUILD PROCUREMENT
SERVICES FOR THE ELEANOR PARDEE PARK AND MAIN
LIBRARY/COMMUNITY GARDENS WELLS/EMERGENCY WATER
SUPPLY WELLS PROJECT WS-08002
RECOMMENDATION
Staff recommends that Council:
1. Adopt Resolution (Attachment A) authorizing use of the design-build project delivery
method for the design and construction of the Eleanor Pardee Park and Main
Library/Community Gardens wells as part of the Emergency Water Supply Project WS-
08002; and
2. Approve and authorize the City Manager or designee to execute the attached Agreement
with Siegfried Engineering, Inc. (Attachment B) in a not to exceed amount of $544,367
for the Pre-Design and Design-Build Procurement Services for Eleanor Pardee Park and
Main Library/Community Gardens Emergency Water Supply wells, as part of the
Emergency Water Supply Project WS-08002, which includes $453,639 for basic services
and $90,728 for additional services.
BACKGROUND
The Eleanor Pardee Park and the Main Library/Community Gardens Emergency Water Supply
Wells Project (EWSWP) is part of the overall Emergency Water Supply Project (EWSP), WS-
08002. This projects purpose is to ensure an adequate emergency water supply source is
available to meet the City’s emergency water needs. The project will ensure the City compliance
with the California Department of Public Health (CDPH) recommendation to have stand-alone
emergency water (including groundwater) sufficient to supply eight hours of usage at the highest
13
CMR: 291:08 Page 2 of 5
hourly demand plus a reserve for fire fighting. The EWSP will construct a 2.5 million gallon
reservoir, three new wells (two new wells as part of the EWSWP and a third new well will be
constructed with the 2.5 million gallon reservoir as part of the EWSP), and will rebuild Lytton
Pump Station and rehabilitate up to five existing wells and the rebuild the Mayfield Pump
Station and supporting pipelines.
On March 5, 2007, at a regular City Council meeting, Council held the final public hearing for
the Environmental Impact Report (EIR) for the EWSP, and adopted a resolution certifying its
adequacy (CMR:161:07). Also at the March 5, 2007 meeting, Council adopted a second
resolution approving the EWSP and designating the project sites, and approved Park
Improvement Ordinances for El Camino, Eleanor Pardee, Timothy Hopkins, Rinconada and
Peers Parks.
Council’s approval of the attached design-build resolution will allow staff to accelerate the
construction of two new emergency supply wells. Council’s approval of the agreement with
Siegfried Engineering, Inc. (SEI) will start the pre-design phase of the EWSWP. The purpose of
the pre-design is to provide the design-builder with sufficient information to competently bid the
project and to ensure that the City obtains a quality designer-builder team.
In the pre-design phase SEI will conduct a geotechnical investigation of the two well sites by
drilling two pilot holes for the wells and two smaller holes for soils investigations for the
structures. SEI will use the geotechnical data to prepare 30 percent completion level design
documents. SEI will incorporate the pre-design into a Request for Proposals (RFP). The
responses to the RFP will start the second phase of the project with a design-build contract that
will be brought to Council for award. The successful design-build proposer will complete the
project design and construct the two new well sites.
DISCUSSION
Description of the Project
This project includes geotechnical investigations for well and structure design, preparation of
design-build plans to the 30 percent level and preparation of design-build proposal documents to
construct two new standby emergency water wells, one in Eleanor Pardee Park and the other at
the Main Library/Community Gardens site (Attachment C). The design-build proposal will be
advertised at the completion of this phase of the project. The pump and structure at Eleanor
Pardee Park will be designed as an underground structure. The pump building at the Main
Library/Community Gardens site will be designed as an above ground structure.
Consultant’s Scope of Services
The consultant will conduct a pre-design study for design-build construction of new wells at
Eleanor Pardee Park and the Main Library/Community Gardens site. The consultant will:
evaluate hydrogeologic, geotechnical, environmental factors and operational requirements;
develop site layout, floor plan, architectural and landscaping alternatives, control strategies and
Supervisory Control and Data Acquisition (SCADA) requirements; prepare specifications for
key equipment and materials; analyze construction and operation and maintenance (O&M) costs;
and prepare a risk management plan to assure quality of materials and construction. The
consultant will also prepare a Request for Qualifications (RFQ) and a Request for Proposals
CMR: 291:08 Page 3 of 5
(RFP), and assist staff with procurement of the design-build engineer/contractor. Finally, the
consultant will assist with implementation of the design-build contract by facilitating continuity
between the pre-design effort and the final design effort during the design-build phase, and will
assure conformance of the final design with the construction requirements and design intent set
forth during pre-design.
The deliverables will include:
1. A pre-design Engineering Report;
2. A Risk Management Plan;
3. A Request for Qualifications for the design-build contract;
4. A Request for Proposals for the design-build contract;
5. A recommendation on the design-build team based on SEI’s independent review of the
proposals submitted.
Attachment B, the Agreement, contains a complete description of the scope of services.
Staff recommends that this work be performed by a consultant in view of the specialized nature
of the services, and special equipment and training needed for the hydrogeologic and
geotechnical investigations and well design.
Solicitation Process
Summary of Solicitation Process
Proposal Title Pre-Design and Procurement Services for Design-Build of
Eleanor Pardee Park and Library/Community Gardens Water
Production Wells for the Emergency Water Supply Project
Proposal Number 126041
Proposed Length of Contract 13 months
Number of Proposals mailed &/or
emailed
37
Total Days to Respond to Proposal 34
Pre-proposal Meeting Date March 18, 2008
Number of Company Attendees at Pre-
proposal Meeting
7
Number of Proposals Received: 1
Company Name Location (City, State) Proposal Amount*
Siegfried Engineering, Inc. Stockton, CA $300,000 * Based on partial scope of work. See Cost of Services below.
Due to project requirements, consultants who did not submit a proposal expressed more interest
in the design-build phase. Consultants in the pre-design phase are excluded from submitting a
proposal in the design-build phase.
Cost of Services
As shown in the table above, SEI submitted a bid for $300,000, however, costs for the
exploratory well drilling and the Supervisory Control and Distribution Automation (SCADA)
design were not included in SEI’s proposal. Upon questioning by City staff, the proposer stated
that their interpretation of the RFP scope of work was that the City would contract separately
with a well driller, and that the City intended for the pumps to be locally controlled and not
connected to the SCADA system. After receiving SEI’s proposal, staff negotiated costs for
CMR: 291:08 Page 4 of 5
adding the well drilling and SCADA services into SEI’s fee. The final not to exceed budget for
the basic services listed in Exhibit A of the Agreement is $453,639. Staff recommends that an
additional services amount of $90,728 (20 percent) be added to the contract for unforeseen
circumstances related to exploratory well drilling and public outreach at the proposed well sites.
Additional services will be paid on a time and materials basis using the consultant’s Charge
Rates schedule shown in Exhibit C to the Agreement. The consultant shall not commence with
additional services before the City has obtained an acceptable not-to-exceed price, in writing, for
the scope of additional services, and staff has issued a written notice to proceed to the consultant.
The total budget amount proposed for the project is $544,367, including $453,639 for the basic
services and $90,728 for additional services.
Staff reviewed the consultant’s proposal and qualifications, met with the consultant’s project
team and has determined that the consultant has the expertise and experience necessary to
perform the work.
Design-Build
Pursuant to City Municipal Code Section 2.30.300(c) regarding alternative project delivery
methods, staff recommends that the wells be designed and constructed via a design-build
process. In a “design-build” project delivery method, both design and construction services are
covered under a single contract, whereas, in a traditional “design-bid-build” project delivery
method, the agency contracts with separate entities for both the design and construction of a
project. Design-build contracts are usually awarded by a process other than formal competitive
bidding, (which mandates award to the lowest monetary bidder) in order to allow consideration
of qualitative factors, such as a bidder’s experience and performance on prior jobs, in addition to
price.
Although Article VII, Section 6 of the City Charter requires formal bidding and award to the
lowest monetary bidder for public works contracts funded by bonded indebtedness of the city, no
bond financing will be used for this project since funds are available in CIP WS-08002
Emergency Water Supply Project. Section 2.30.300(c) of the City Municipal Code requires
formal bidding for all public works contracts unless Council determines by resolution “that a
particular public works project may be solicited and contracted for using alternate project
delivery methods, including but not limited to design build, construction manager at risk, or
competitive negotiation.” The resolution must include the reasons supporting the use of the
alternate project delivery method and describe the solicitation method to be used and the criteria
for determining the party to whom the contract should be awarded. A resolution meeting these
requirements is attached (Attachment A) and additional discussion is provided below.
A significant difference between design-build contracts and traditional design-bid-build contracts
is that in a design-build method, the final design work is done concurrently with construction. As
a result, the design-build method can accelerate the project schedule and reduce overall project
costs. The design-build method also allows the contractor to begin certain construction activities,
such as excavation, before detailed design is completed, and accelerates project progress by
eliminating or reducing certain design and/or procurement steps, such as submittal preparation
and review. Due to the current deficiency in emergency water supply, staff is recommending that
CMR: 291:08 Page 5 of 5
Palo Alto add capacity to its emergency water supplies as soon as possible. The design-build
contract process will accelerate the completion of this project. Specifically, staff estimates that
the use of a design-build contract process will:
• Allow the project to be completed 7 months earlier; and
• Result in savings of $300,000.
RESOURCE IMPACT
Funds for this project in amount of $544,367 are included in the WS-08002 Emergency Water
Supply Project CIP. This pre-design project, and the follow on design-build construction project,
is not bond financed. This project will be managed by Utilities Engineering staff.
POLICY IMPLICATIONS
This recommendation is consistent with existing City policies, and with Municipal Code Title 2,
section 2.30.300, Public Works Contracts, with respect to alternative project delivery methods.
The design-build model, however, is a departure from the city’s customary design-bid-build
practice.
ENVIRONMENTAL REVIEW
The field work, including drilling work, of this pre-design study, as well as the project for
construction of wells in Eleanor Pardee Park and at the Main Library/Community Gardens site,
are part of the overall project EIR for the Emergency Water Supply Project (SCH #2066022038),
which Council certified on March 5, 2007 as being adequate to meet the requirements of the
California Environmental Quality Act (CEQA).
ATTACHMENTS
A: Resolution
B: Agreement with Exhibits A through E
C: Project Location Map
PREPARED BY: Jim Flanigan, Project Engineer
Romel Antonio, Senior Project Engineer
Roger Cwiak, WGW Engineering Manager
REVIEWED BY: ____________________________________
TOMM MARSHALL
Assistant Director Utilities
DEPARTMENT APPROVAL: ________________________________
VALERIE O. FONG
Director of Utilities
CITY MANAGER APPROVAL: ________________________________
STEVE EMSLIE/KELLY MORARIU
Deputy City Managers
CMR:282:08 Page 1 of 4
TO: HONORABLE CITY COUNCIL
ATTENTION: CITY MANAGER DEPARTMENT: ADMINISTRATIVE
SERVICES
DATE: JUNE 23, 2008 CMR: 282:08
SUBJECT: APPROVAL OF A PROFESSIONAL SERVICES AGREEMENT WITH
GEODESY IN THE AMOUNT OF $149,930 PER YEAR UP TO A THREE
YEAR TERM FOR DEVELOPMENT SUPPORT OF NEW COMPUTER
APPLICATIONS LINKED TO THE GEOGRAPHIC INFORMATION
SYSTEM (GIS)
RECOMMENDATION
Staff recommends that Council approve and authorize the City Manager or his designee
to execute the attached agreement in the amount of $149,930 for a professional services
agreement with Geodesy and authorize the City Manager or his designee to extend this
agreement for up to two additional years. Cost for additional years will be predicated on
actual scope of services required and will not exceed cost for this year $149,930 plus an
annual increase not to exceed CPI.
DISCUSSION
Project Description
The Geographic Information System (GIS) provides accurate citywide property, utility
and infrastructure information to all City staff and the public. It is a vital component of
the CityWorks program for infrastructure management. The GIS is a central element of
the City’s information infrastructure that has been integrated with several other major
information systems including the Police Computer Aided Dispatch System, Records
Management System, and the Utilities Computer-Aided Design and Drafting (CADD)
system. The services to be provided under this agreement will further improve the
integration of the GIS with these and other systems.
Previously, Geodesy implemented DOX, a Document Management System that replaced
the Building Optical Disc Storage System (BODS) as the City’s document repository.
The Building, Planning, Real Estate, Public Works Engineering Divisions and City
Clerk’s office, Fire Department, and Police Department have all adopted DOX as their
document management system. Hundreds of thousands of documents that were locked in
CMR:282:08 Page 2 of 4
the BODS proprietary database have been extracted, indexed, and stored in the open
standards database used by DOX, allowing any authorized user to access them from any
City computer. Further enhancements to this tool, which will enable automated archiving
based on mandated retention schedules and support for ongoing input of new documents,
are included in this contract.
Also, in the public safety area, tools that have been developed to support the Computer
Aided Dispatch function will be extended to make real-time incident information
available in the City’s Emergency Operations Center, allowing EOC staff to monitor
events as they are reported. At a glance, dispatchers can now view all dispatched
incidents, and the location of their mobile assets using Automated Vehicle Location
(AVL) technology. This includes Police, Fire, Utilities and Animal Control units. These
mobile units can view the same information in their vehicles providing them with a
comprehensive view of incidents.
As use of the SAP system for asset management increases, the ability of SAP to link to
the vast database of these assets in the GIS becomes increasingly important. As part of
the conversion of the Utilities Customer Information System from its current software
platform to a new SAP software platform, Geodesy will be supporting the development
of an updated master address database. The high accuracy and rigorous maintenance of
the GIS’ address database make it an appropriate resource to be used by this new system
as well as all other enterprise systems using address-based data. This common address
platform will expand the ability of all these systems to better share information.
Geodesy will provide other services under this contract to further enable City staff to take
advantage of the GIS including;
• Additional training programs in the use of data editing tools.
• Analysis and updating of the address database to allow it to be certified by the
United States Postal Service. Such certification will qualify the City for lower
postal rates leading to significant cost savings on targeted bulk mailings.
• Last year, Geodesy modified Palo Alto’s Pavement Management System
(PMMS) so that it now conforms to all requirements of the Metropolitan
Transportation Commission (MTC) for such systems. Palo Alto’s street condition
information can now be compared to other agencies in the Bay Area because of
these modifications. Geodesy will make further enhancements to the PMMS
under this contract to include analysis capabilities such as budget forecasting.
• The City has recently been awarded an Urban Forestry Management Plan grant
from CalFire to inventory and improve management of the City’s urban forest.
Using funds provided by this grant, Geodesy will extend the City’s existing GIS
tree management application (GeoTree) to include service request and work order
interfaces. These activities will be coordinated with SAP and exchange of data
between these systems will be facilitated by Geodesy’s work under this grant.
CMR:282:08 Page 3 of 4
• The City’s Utilities Water Gas Wastewater department has made many updates to
their infrastructure information that they would now like to merge with existing
asset attribute information in the GIS. To this end, Geodesy will work with the
Utilities department and their consultants to update existing automation software
for this purpose and develop new tools to expedite the data aggregation.
• Training in the use of applications affected by these changes. As part of this
training, improved documentation and help screens will also be developed.
These tasks, identified in the attached scope of work, are consistent with the objectives of
the GIS Strategic Plan and will improve the system for all GIS users.
SOLE SOURCE CONTRACT
Geodesy has been instrumental in the development of Palo Alto's GIS and related
applications, including many of the applications previously mentioned. Geodesy’s
unique understanding of the City's specialized GIS system, their experience in developing
GIS applications for the City, and their expertise in the City’s GIS software environment
make it necessary to render the award as a sole source contract.
RESOURCE IMPACT
Tasks under this agreement total $149,930.00. Funds for this project are budgeted in CIP
02015 Citywide GIS Data, Infrastructure & Applications. Based on the method of
allocation of costs for GIS the Enterprise Fund will pay 60 percent of the expenses and
the General Fund will pay 40 percent of the expenses.
POLICY IMPLICATIONS
This agreement does not represent any change to existing City policies.
ENVIRONMENTAL ASSESSMENT
Approval of this agreement does not constitute a project under the California
Environmental Quality Act (CEQA); therefore, no environmental assessment is required.
ATTACHMENTS
Attachment A: Agreement
PREPARED BY:
DAVE MATSON
GIS Manager, Information Technology
CMR:282:08 Page 4 of 4
DEPARTMENTAL HEAD APPROVAL: ________________________________
LALO PEREZ
Director, Administrative Services
CITY MANAGER APPROVAL:
STEVE EMSLIE/KELLY MORARIU
Deputy City Managers
CMR:286:08 Page 1 of 4
TO: HONORABLE CITY COUNCIL
FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE: JUNE 23, 2008 CMR:286:08
SUBJECT: APPROVAL OF A CONTRACT WITH CLEAN HARBORS
ENVIRONMENTAL SERVICES IN THE TOTAL AMOUNT OF $418,000
PER YEAR FOR THREE YEARS FOR HOUSEHOLD HAZARDOUS
WASTE MANAGEMENT AND EMERGENCY RESPONSE SERVICES
RECOMMENDATION
Staff recommends that Council:
1. Approve and authorize the City Manager or his designee to execute the attached contract
with Clean Harbors Environmental Services (Clean Harbors) in a not to exceed amount of
$418,000 per year for three years for household hazardous waste (HHW), conditionally
exempt small quantity generator (CESQG) waste, and 24-hour emergency response services
including $380,000 for basic services and $38,000 for additional services (Attachment A).
2. Authorize the City Manager or his designee to extend the contract for up to two additional
years, provided the proposed increased cost of the renewal does not exceed the Consumer
Price Index for all urban consumers (San Francisco-Oakland-San Jose, California) and the
contractor is responsive to the City's needs.
BACKGROUND
Palo Alto’s HHW program began in 1983 when Palo Alto became the second jurisdiction in the state
to provide collection of household hazardous wastes to its residents in response to community
concerns about toxic wastes in the environment. The objectives of the HHW program were to
provide a point of contact for educating the public about the safe use, storage, disposal and
alternatives to HHW products, and to help reduce the release of HHW to storm drains, landfill and
the sanitary sewer. In 1986, the Tanner Bill (AB 2948) was passed requiring counties to establish
hazardous waste management plans (Health & Safety Code 25135-25135.9).
In 1987, the Greene Bill (SB 477) was passed requiring each City to either adopt a City hazardous
waste management plan or incorporate the County’s plan into the City’s plan.
Household Hazardous Waste Element
In 1989, AB 939 was passed mandating that cities adopt and submit a HHW Element, a document
that sets policies, objectives and programs for collection of HHW in compliance with state
mandates. Palo Alto’s HHW Element (June 1991) evaluated HHW alternatives and selected the
development of a permanent HHW facility to phase out the monthly collection events that were
CMR:286:08 Page 2 of 4
taking place during that time. At the time, since Palo Alto’s program predated the Santa Clara
County Program and the City had a mature, well-run HHW program, Palo Alto decided to continue
its own program instead of joining the Santa Clara County HHW Program.
Scope of Services Description
The work to be performed under this contract includes the operation of the City’s ongoing monthly
HHW program, a CESQG Program, a door-to-door HHW pickup for physically limited residents
program, the consolidation, packaging transportation and recycling of recycling center household
batteries and fluorescent tubes and a new weekly appointment-based HHW drop-off program at a
new hazardous materials storage locker recently installed at the entrance to the Palo Alto Regional
Water Quality Control Plant. The weekly appointment-based drop-off will accommodate residents
who are unable to wait for the monthly event due to extenuating circumstances. Part of this scope of
work also requires the Contractor to provide for 24-hour hazardous waste emergency spill response
services.
Selection Process
A notice inviting formal proposals for the work was posted at City Hall and sent to four pre-qualified
contractors. The bidding period was six (6) weeks. Proposals were received from three qualified
contractors on April 15, 2008.
Summary of Solicitation Process
Proposal Description/Number Household Hazardous Waste and Emergency Response
Services/RFP #126154
Proposed Length of Project 36 months
Number of Proposals Mailed 5
Total Days to Respond to Proposal 36
Pre-proposal Meeting Date N/A
Number of Proposals Received: 3
An evaluation committee consisting of three staff members from the Public Works Operations
Division reviewed the proposal to ensure that the firm was responsive to the criteria identified in the
RFP. The criteria used to select the recommended firm included:
• Quality and completeness of proposal;
• Quality, performance and effectiveness of the solution and services to be provided by the
Proposer;
• Proposers’ experience, including the experience of staff to be assigned to the project, the
engagements of similar scope and complexity;
• Cost to the City;
• Proposer’s financial stability;
• Proposer’s ability to perform the work within the time specified;
CMR:286:08 Page 3 of 4
• Proposer’s prior record of performance with city or others; and
• Proposer’s compliance with applicable laws, regulations, policies (including City Council
policies), guidelines and orders governing prior or existing contracts performed by the
contractor.
Based on these criteria, Clean Harbors was selected as the best rated proposer. Clean Harbor’s cost
proposal was also the lowest out of the three proposals received. Clean Harbors has been providing
the household hazardous waste collection and disposal services for Palo Alto for the last several
years.
RESOURCE IMPACT
Funds have been budgeted for this contract in the Refuse Fund.
POLICY IMPLICATIONS
This project does not represent any change to existing City policies. The HHW program is an
integral part of the City’s Comprehensive Plan relating to environmental concerns. Some of the
comprehensive plan HHW references include:
¾ GOAL N-6: An Environment Free of the Damaging Effects of Biological and Chemical
Hazardous Materials. “Palo Alto will also continue its household hazardous waste
collection programs and will strive to make these programs more convenient and accessible
to residents” (page N-21).
¾ PROGRAMS N-23 and N-28 relate to water quality issues and list Best Management
Practices (BMPs) necessary to achieve the program objectives. Water quality issues of
concern include the illegal disposal of pharmaceuticals, pesticides, poisons and other
environmentally harmful chemicals into the sanitary sewer via sinks or toilets. The HHW
Program is one of the primary BMPs listed in the plan necessary to meet these clean water
objectives (page N-16).
¾ PROGRAM N-48: “Continue sponsoring a regular household hazardous waste collection
event” (page N-22).
¾ PROGRAM N-50: “Continue the program that allows small quantity generators to dispose
of hazardous waste at cost” (page N-22).
Palo Alto’s HHW program meets these objectives by providing convenient and safe collection and
proper disposal of the HHW as well as encouraging the use of safer, less toxic products and the reuse
of these products.
ENVIRONMENTAL REVIEW
The HHW program was reviewed in the Negative Declaration for the Source Reduction and
Recycling Element and Household Hazardous Waste Element approved by Council on June 6, 1991
(Negative Declaration No. 91-EIA-12). The CESQG program was reviewed in the Negative
CMR:286:08 Page 4 of 4
Declaration for the implementation of the program approved by Council on June 24, 1993 (Negative
Declaration No. 93-EIA-22).
ATTACHMENTS
Attachment A: Contract
Attachment B: Certification of Nondiscrimination
PREPARED BY: ______________________________________
RON ARP
Manager, Environmental Control Programs
DEPARTMENT HEAD: ______________________________________
GLENN S. ROBERTS
Director of Public Works
CITY MANAGER APPROVAL: ______________________________________
KELLY MORARIU and STEVE EMSLIE
Deputy City Managers
CMR: 293:08 Page 1 of 2
TO: HONORABLE CITY COUNCIL
FROM: CITY MANAGER DEPARTMENT: UTILITIES
DATE: JUNE 23, 2008 CMR: 293:08
SUBJECT: FINANCE COMMITTEE RECOMMENDATION TO ADOPT A
RESOLUTION AMENDING UTILITY RATE SCHEDULES EDF-1
AND EDF-2 OF THE CITY OF PALO ALTO UTILITIES RATES
AND CHARGES PERTAINING TO FIBER OPTIC RATES
RECOMMENDATION
Staff and the Finance Committee recommend that the City Council adopt the attached resolution
to:
(a) Approve a 3.3 percent increase to commercial fiber optic rates EDF-1 and EDF-2, for
Fiscal Year (FY) 2008-09, effective July 1, 2008, which will increase annual revenues
by $48,500; and,
(b) Approve the changes to the Fiber Optic Rate Schedules (EDF-1 and EDF-2), as
attached.
BACKGROUND
The Utilities Department provides commercial dark fiber optic services within the boundaries of
Palo Alto. For customers having fiber optic leases beginning prior to September 18, 2006, rates
for service are published in Dark Fiber Licensing Services Rate Schedule EDF-1. Customer
expenses for engineering, construction and connection to the fiber optic backbone are charged
under Dark Fiber Licensing Services Rate Schedule EDF-2. The Council-approved Dark Fiber
Licensing Agreement (CMR 177:97) allows the commercial fiber optic fees charged under the
EDF-1 and EDF-2 rate schedules to be adjusted annually in accordance with the Consumer Price
Index (CPI), which is calculated by the United States Bureau of Labor Statistics.
16
CMR: 293:08 Page 2 of 2
FINANCE COMMITTEE REVIEW AND RECOMMENDATION
The Finance Committee reviewed and unanimously (Council Member Yeh absent) approved the
staff recommendation on June 17, 2008 (CMR:283:08, Attachment C). The Committee
discussed fiber optic operations, but had no questions on the proposed rate adjustments.
RESOURCE IMPACT
The additional Commercial Fiber Optic revenues resulting from the CPI increase to Dark Fiber
Licensing Services Rate Schedule EDF-1 are projected to be approximately $48,500 for FY
2008-09. As the Dark Fiber Licensing Services Rate Schedule EDF-2 applies to customer-driven
expansions and upgrades to the City’s Dark Fiber network, and the fee represents the minimum
fee, the increase in projected revenue due to this rate increase is negligible and impossible to
predict.
POLICY IMPLICATIONS
These recommendations do not represent a change in current City policies.
ENVIRONMENTAL REVIEW
The adoption of this resolution does not meet the California Environmental Quality Act’s
definition of a project, pursuant to California Public Resources Code Section 21065, therefore no
environmental assessment is required.
ATTACHMENTS
A: Resolution
B: Fiber Optic Rate Schedules EDF-1 and EDF-2
C: CMR:283:08 - Recommendation to adopt a Resolution Amending Utility Rate Schedules
EDF-1 and EDF-2 of the City of Palo Alto Rate and Charges Pertaining to Fiber Optic
Rates (w/o attachments)
D: Excerpted minutes from the June 17, 2008 Finance Committee meeting
PREPARED BY: Eric Keniston, Utilities Rate Analyst
Ipek Connolly, Senior Resource Planner
REVIEWED BY: _________________________________
JANE O. RATCHYE
Assistant Director of Utilities, Resource Management
DEPARTMENT HEAD: _________________________________
VALERIE O. FONG
Director of Utilities
CITY MANAGER APPROVAL: _________________________________
STEVE EMSLIE/KELLY MORARIU
Deputy City Managers
CMR:256:08 Page 1 of 8
TO: HONORABLE CITY COUNCIL
FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE: JUNE 23, 2008 CMR:256:08
SUBJECT: DIRECTION ON DESIRED SERVICE LEVEL AND PROGRAMS TO
PURSUE AND REVIEW OF RATE IMPACTS AND DIVERSION
COMPARISON RANGES FOR BASELINE SERVICES, ZERO WASTE
SERVICES AND OTHER SERVICE INNOVATIONS IN THE NEW
SOLID WASTE, RECYCLING AND ORGANICS SERVICES
AGREEMENT
RECOMMENDATION
Staff recommends that Council direct staff to pursue the following programs for the new solid
waste and recyclable material and organics collection and processing agreement based on cost
impacts of up to 17.2 percent for the Refuse Fund and a projected annual diversion of 21,579
tons of materials, or 11 percent additional diversion to the City:
• RFP Scenario 1: Baseline services with rate impact up to 6.4% above the FY 2008-09
Palo Alto Sanitation Company (PASCO) budget, and projected
additional diversion of up to 750 tons.
• RFP Scenario 2: Zero Waste Services with rate impacts totaling 10.8 % and a projected
21,579 annual additional tons of diversion through the following
programs:
1) Expanding organics materials collection only to the commercial
sector with a rate impact up to 3.5% and a projected 4,500
additional tons diverted annually.
2) Expanding single stream materials only for items that have a
sustainable market with a reduced rate impact of .5% and a
projection of 2,418 additional tons diverted annually.
3) Expanding Clean-up Day collection for reuse and recycling with a
rate impact up to 1% and a projected 400 additional tons diverted
annually.
4) Enhancing recycling through mandatory participation with a rate
impact up to 3% and a projected 8,919 additional tons diverted
annually.
5) Increasing C&D diversion with a rate impact of 2.6% and a
projected 5,342 additional tons diverted annually.
6) Enhancing commercial recycling with a rate impact of .2% and
currently unquantifiable tonnage diversion.
CMR:256:08 Page 2 of 8
• RFP Scenario 3: Innovative Services with no rate impacts and currently unquantifiable
tonnage diversion.
1) C&D discount coupons for self haulers.
Staff does not recommend pursuing the following programs:
• RFP Scenario 2: Zero Waste Services:
1) Expanding organic materials to the residential sector.
2) Expanding single stream materials that do not have a sustainable
market.
• RFP Scenario 3 Innovative Services:
1) RecycleBank for residential recycling
2) Multi-family and commercial solid waste processing
3) Single-Family solid waste Processing
4) Wet/Dry collection
5) Anaerobic digestion of commercial food waste
BACKGROUND
The current agreement with PASCO to collect and transport solid waste and recyclables within
the City of Palo Alto will end on June 30, 2009. The procurement process for a new agreement
began in February 2008. The projected schedule for awarding a new contract is September 2008
with new services beginning July 1, 2009.
At the Council meeting on December 17, 2007 (CMR:459:07, Attachment A), the Council
approved a three step process for reviewing the proposals: 1) selection of programs based on the
cost impacts and estimated diversion results without identifying the proposing companies, 2)
selection of the top proposer to negotiate with and 3) award of contract. This report covers the
first stage of this process.
DISCUSSION
In October 2005, the City adopted a Zero Waste Resolution and set a goal to divert 73 percent of
waste by 2011 and to strive for zero waste to all landfills utilized by the City by 2021. In
October 2007, the City Council approved a Zero Waste Operational Plan (ZWOP) that
recommended programs to implement in order to reach the diversion goals.
The RFP solicited proposals for three different scenarios: RFP Scenario 1 - baseline services;
RFP Scenario 2 - Zero Waste services; and RFP Scenario 3 - other service innovations. This
report takes information from the proposals received and provides an estimate on the rate impact
and diversion for the RFP Scenarios. The rate impact was estimated by using the highest
proposed costs, the Refuse Fund’s ten year forecasting tools, and the estimate that a one percent
rate increase is approximately equivalent to $275,755 in services or revenues generated from
rates.
RFP Scenario 1 - Baseline Services
Baseline services include, for the most part, basic solid waste, recycling and yard trimmings
services that are currently provided by PASCO. Comparisons of existing PASCO services with
the new baseline services differ in the areas of land use changes, collection service changes and
impacts from the competitive solicitation process. Examples of these differences include:
CMR:256:08 Page 3 of 8
Recycling Center operation is not included; limited use of the current Geng Road site; landfill
areas for container storage are no longer available; standard location for collection changing
from backyard to curbside; recycling buddies distributed to multi-family customers; start up cost;
performance bond requirements; net recyclable materials processing revenues; and allocated
depreciation.
The new baseline services will result in an estimated rate impact of up to 6.4 percent above FY
2008-09 refuse rates and a projected additional diversion impact of up to 750 tons. This increase
is due to changes made to the new baseline service levels and estimated CPI adjustments needed
when comparing FY 2008-09 costs to FY 2009-10 projections.
RFP Scenario 2 - Zero Waste Services
Zero Waste services include the following six additional programs that were recommended in the
City’s Zero Waste Operational Plan:
1) Expanding organics materials (food waste collection and processing);
2) Expanding single stream materials;
3) Expanding the Clean-Up Day collection for reuse and recycling;
4) Enhancing recycling through mandatory participation;
5) Increasing construction and demolition (C&D) diversion; and
6) Enhancing commercial recycling (providing recycling to all businesses).
The following table shows the projected rate impacts and estimated tonnage diversion for each of
the six programs.
Zero Waste Programs Projected
Highest Rate Impact
Estimated
ZWOP Tonnage
Diversion
1) Expanding organics materials
Residential
Commercial
Subtotal
4.7 %
3.5 %
8.2 %
2,001
4,500
6,501
2) Expanding single stream materials
Residential
Commercial
Subtotal
(.1 %)
.6 %
(.5%)
614
1,804
2,418
3) Expanding the Clean-Up Day collection for
reuse and recycling 1 % 400
4) Mandatory Participation
Recycling
Residential
Commercial
Organics
Residential
Commercial
Subtotal
.3 %
(.2 %)
1 %
1.9 %
3 %
614
1,804
2,001
4,500
8,919
5) Increasing C&D Diversion 2.6 % 5,342
CMR:256:08 Page 4 of 8
6) Enhancing Commercial Recycling .24 % N/A*
Total 15.5 % 23,580
* Zero Waste Operational Plan did not estimate additional projected tonnage to be recovered
from this program
The total projected rate impact for all of the Zero Waste programs is 15.5 percent above FY
2008-09 refuse rates with an estimated diversion of 23,580. Staff’s recommendation is to expand
organics materials only to the commercial sector reducing the total rate impact of RFP
Scenario 2 - Zero Waste services from 15.5 percent to 10.8 percent above FY 2008-09 refuse
rates and a projected annual diversion of 21,579 tons of materials.
Recommendations for Zero Waste Programs not to pursue at this time
The criteria for staff recommendations were based on rate impact, estimated diversion and
market sustainability. Staff is not recommending to Council the following programs to pursue
for the following reasons:
1) Expanding organic materials for the residential customers. The 2005 Waste Composition
Study reported that there were 18,000 tons of organic materials remaining in the waste
stream. The majority of these materials, approximately 89 percent, are from the commercial
sector. Review of proposals indicates that organics collection is considerably more
expensive per ton for the residential sector than for the commercial sector. Staff
recommends expanding the organics collection to the commercial sector where there is the
potential for twice as much of a diversion impact and half the rate impact to customers. Staff
also recommends considering expanding the service to the residential sector at a later date
when it becomes more cost effective.
2) Expanding single stream recycling. In expanding single stream recycling, proposers included
adding textiles and aseptic materials, but reported that they do not have reliable or
sustainable markets, and that the fluctuating demand for these materials results in them
having to be stored from time to time until there is a market demand. Staff is recommending
to only expand materials that can maintain an ongoing sustainable market and to minimize
stockpiling of these resources.
RFP Scenario 3 - Other Service Innovations
The purpose of this scenario was to allow the proposers to suggest other creative ways for
maximizing the diversion of materials from landfill disposal in furtherance of the City’s Zero
Waste Policy and Zero Waste Operational Plan. The proposed service innovations received
included the following:
1) C&D discounts coupons for self haulers
2) RecycleBank for residential recycling
3) Multi-family and commercial solid waste processing
4) Single-Family solid waste processing
5) Wet/Dry collection
6) Anaerobic digestion of commercial food waste
The following table shows the projected rate impacts and estimated tonnage diversion for each
proposed program under the Scenario 3 – Other Service Innovations.
CMR:256:08 Page 5 of 8
Service Innovation
Projected
Highest Rate
Impact
Estimated
Tonnage Diversion
C&D discount coupons for self haulers 0% N/A
Recycle Bank for Residential Recycling
Customers .6 % 828
Multi-family and Commercial Solid Waste
Processing 9 % 15,828
Single Family Solid Waste Processing 4.42 % 6,750
Wet/Dry Collection N/A N/A
Anaerobic Digestion of Commercial Food
Waste N/A N/A
Staff is recommending pursuing C&D discount coupons for self haulers because it has no rate
impact, it will provide an incentive to Palo Alto self haulers to recycle their C&D material, and it
will provide additional potential diversion, currently unquantifiable, for the City.
Recommendations for other service innovations not to pursue at this time
1) RecycleBank for Residential Recycling. The proposed RecycleBank program is
designed to provide residential customers with incentive coupons in appreciation for
increasing the amounts of recycle materials set out at the curbside. This program was
designed and has been proven to be effective for setting up new residential recycling
programs within a community. It requires quantifying amounts of materials being
recovered from each residential customer. Staff does not recommend implementing
this new program for the City because it would realize minimal change for the
investment since the residential program is already established. The program would
also requires a burdensome accounting system and does not specifically encourage or
promote the City’s Zero Waste goal to reduce waste.
2) The Combination of Multi-family, Commercial and Residential Solid Waste
Processing. Both the multi-family, commercial and residential solid waste processing
proposals operate through a material recovery facility similar to the SMaRT Station
where recyclable materials are pulled out of the solid waste stream. The proposed
processing system is in its initial planning stage and it conflicts with the City’s
partnership in the SMaRT Station.
3) Wet/Dry Collection. The wet and dry collection proposal is not recommended for
further evaluation since it is a completely different collection system than what is
used in Palo Alto currently and does not appear to promote waste reduction or
recycling.
4) Anaerobic Digestion of Commercial Food Waste. The anaerobic digestion of
commercial food waste is also not recommended for further evaluation at this time
since it is a new technology currently in the conceptual stage that is costly and
currently unproven.
CMR:256:08 Page 6 of 8
Projected Rate Impact to Customers
As shown in the table below, the proposed rate increase for baseline services in rate period FY
2009-10 represents an overall increase in the average refuse monthly service of approximately
$1.70 per month for residential customers and an approximate increase of $14.74 for the average
commercial customer with a 2 cubic yard collection service.
Projected Rate Impact to Customers in FY 2009-10
RFP Scenario 1 - Baseline Services
Refuse Monthly
Utility Bill as of
July 1, 2008
Projected
Highest Rate
Impact
$
Difference
FY 2009-10
Estimated Monthly
Refuse Rate
Average (32-gallon)
Refuse Residential
Service
$26.58 6.4% $1.70 $28.28
Average Refuse
(2 cubic yards)
Commercial Service $230.37 6.4% $14.74 $245.11
Staff surveyed surrounding jurisdictions to compare Palo Alto’s proposed single-family rates
with other communities’ rates. Although Palo Alto’s projected rate is at the high-end of the
spectrum, Palo Alto currently provides more services through the Refuse Fund than other
jurisdictions which makes it difficult to equally compare the service levels. Palo Alto’s current
premium services include: backyard garbage collection; weekly street sweeping; monthly
hazardous waste collection; extensive recycling collection and waste diversion services; and
landfill and composting operations.
Single Family Rates
From Surrounding Jurisdictions
Jurisdiction
FY 2007-08
for one 32-gallon
can refuse service
Actual
FY 2008-09
for one 32-gallon can refuse
service
FY 2009-10
for one 32-gallon
can refuse service
Projected for
Baseline Services
Cupertino $29.40 $30.57
Los Altos Hills $28.03 $28.03
San Jose $25.80 $26.95
Palo Alto $24.16 $26.58 $28.28
Los Altos $24.14 $28.03
Sunnyvale $23.12 $25.31 (projected)
Santa Clara $16.25 $17.05
Mountain View $15.75 $16.40
Average rate $23.33 $24.72
The rate impact based on a total package of baseline services in addition to all of the Zero Waste
programs is projected to be approximately 21.9 percent above FY 2008-09 rates. The table
below shows the projected total rate impact to the average residential and commercial customers
in the first year of the new contract, FY 2009-10.
CMR:256:08 Page 7 of 8
Projected Rate Impact to Customers in FY 2009-10
RFP Scenario 1 - Baseline Services plus ALL RFP Scenario 2 - Zero Waste Services
Refuse Monthly
Utility Bill as of
July 1, 2008
Highest
Rate Impact
$
Difference
FY 2009-10
Monthly
Refuse Rate
Average (32-gallon)
Refuse Residential
Service
$ 26.58 21.9 % $ 5.82 $ 32.40
Average Refuse
(2 cubic yards)
Commercial Service $230.37 21.9 % $50.45 $280.82
The rate impact based on a package of baseline services and staff’s recommended Zero Waste
programs is projected to be approximately 17.2 percent above FY 2008-09 rates (6.4% for
baseline services plus 10.8% of recommended Zero Waste services). The table below shows the
projected rate impacts of staff’s recommendation to the average residential and commercial
customers in the first year of the new contract, FY 2009-10.
Projected Rate Impact to Customers in FY 2009-10
RFP Scenario 1 - Baseline Services plus Staff Recommended
RFP Scenario 2 - Zero Waste Services
Refuse Monthly
Utility Bill as of
July 1, 2008
Highest
Rate Impact
$
Difference
FY 2009-10
Monthly
Refuse Rate
Average (32-gallon)
Refuse Residential
Service
$ 26.58 17.2 % $ 4.57 $ 31.15
Average Refuse
(2 cubic yards)
Commercial Service
$230.37 17.2 % $39.62 $269.99
SMaRT Station and Kirby Canyon Landfill Effects
The Zero Waste Operational Plan projects that if all the zero waste services are implemented per
the plan in this new agreement, 23,580 tons of less waste would be delivered to the SMaRT
Station. This could create a 7% annual rate savings or approximately $1,925,000 in annual
savings to the City, even after paying the penalty for not meeting the "put or pay requirement" at
Kirby Canyon Landfill.
Next Steps
Staff plans to return to Council in July 2008 to report on the evaluation and ranking of the two
proposals and to request a recommendation on the company with whom staff is to negotiate a
final agreement. In September 2008, staff will return to Council with a recommendation for
approval and execution of the final Agreement. New services are scheduled to begin July 1,
2009.
CMR:256:08 Page 8 of 8
RESOURCE IMPACT
Resource impacts will be further evaluated and presented in July 2008 after Council direction on
selection of future programs.
POLICY IMPLICATIONS
These recommendations are consistent with existing policies.
ENVIRONMENTAL REVIEW
In February 2008, the City retained HDR to perform an environmental assessment in connection
with the final award of the new contract. HDR is in the process of completing the environmental
assessment which will be presented to the Council for approval in September 2008 along with
the final agreement.
ATTACHMENTS
Attachment A: CMR:459:07
Copies of the attachment to this CMR:256:08 may be viewed at the Public Works Department
counter located at 250 Hamilton Avenue, 6th Floor, Palo Alto or by contacting Paula Borges-
Fujimoto at 650-496-5914.
PREPARED BY: ______________________________________
PAULA BORGES-FUJIMOTO
Executive Assistant
DEPARTMENT HEAD: ______________________________________
GLENN S. ROBERTS
Director of Public Works
CITY MANAGER APPROVAL: ______________________________________
KELLY MORARIU and STEVE EMSLIE
Deputy City Managers